Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A9439 - COACHELLA VALLEY ASSOCIATION OF GOVERNMENT
L urigmals: U VAU Agency Keimoursemenr Agreemem Contract CONTRACT ABSTRACT Company Name: Coachella Valley Association of Governments Company Contact: Allen McMillen, Contracts Analyst II Summary of Services: Indian Canyon Flood and Blowsand Improvements Contract Price: $673,872.68 Funding Source: Measure A funds Contract Term: Until project completed Contract Administration Lead Department: Engineering Services Contract Administrator: Joel Montalvo Council Approvals Council Approval Date: July 24, 2023 Agenda Item No.: Item 1.0.. Agreement Number: A9439 Contract Compliance Exhibits: Attached Signatures: Attached Insurance: N/A Bonds: N/A Contract prepared by: CVAG Submitted on: 07/26/2023 By: Vonda Teed PLEASE RETURN BOTH COPIES OF AGREEMENT TO ENGINEERING. CVAG-22-024 AGENCY REIMBURSEMENT AGREEMENT BY AND BETWEEN CVAG AND THE CITY OF PALM SPRINGS THIS AGREEMENT is made and entered into this 261' day of September 2022, by and between the City of Palm Springs ("Agency"), and the Coachella Valley Association of Governments, a California joint powers agency, ("CVAG"), and is made with reference to the following background facts and circumstances: RECITALS The "Coachella Valley Area Transportation Study", a valley -wide study prepared under the auspices of CVAG, has identified various transportation and highway projects and corridors throughout the Coachella Valley to be of regional importance. This project is included in the 2016 Transportation Project Prioritization Study (TPPS) document; and, Approval of a highway financing measure by the voters of Riverside County in November of 1988, as well as the approval of an extension of Measure A by the voters in November of 2002, has created a source of funds with which to construct such projects; and, CVAG by agreement with its member agencies and with the Riverside County Transportation Commission ("RCTC"), has been designated as the agency through which such funds are to be conveyed and disbursed for the purpose of completing said regional transportation projects; and, CVAG Executive Committee, on July 31, 2006, approved the implementation of the amended Transportation Uniform Mitigation Fee "TUMF" Fee Ordinance to increase the collected TUMF Fee, effective January 1, 2007; and, Under CVAG's policy of funding eligible projects with member jurisdictions, effective January 1, 2007, the responsible jurisdiction(s) will be responsible for paying Twenty-five Percent (25%) of the Project costs (the Local Share), as well as any ineligible project costs, and CVAG will be responsible for Seventy-five Percent (75%) of eligible Project costs (the Regional Share). Design and Engineering of Indian Canyon Drive Road and Bridge Improvements Project from Sunrise Parkway to Palm Station Road. The estimated design and engineering cost of the Project is $2,695,490.73. City's share of the project cost is not -to -exceed $673,872.68 being 25% of the anticipated Regional Share of the Project costs. NOW, THEREFORE, in consideration of the mutual covenants and subject to the conditions contained herein, the parties do agree as follows: 1. The program embodied in this agreement for the reimbursement of funds by CVAG shall apply only to those regional arterial projects that have heretofore CVAG-22-024 been identified in CVAG's Transportation Project Prioritization Study or specifically authorized by CVAG's Executive Committee. The Project was specifically approved by CVAG's Executive Committee as consistent with the TPPS on 30 September 2019 and is therefore eligible. 2. At the December 7, 2020, meeting, the CVAG Executive Committee considered the findings from the "Flood and Blowsand Risk Assessment and Improvement Plan for the Western Coachella Valley." The Flood and Blowsand assessment prioritized projects that would best fit the needs of the Western Coachella Valley during a flooding or emergency event. CVAG Transportation and Executive Committees in April 2021 prioritized improvements on North Indian Canyon Road (from Sunrise Parkway to Palm Station Road). 2. The Project is generally described as and consists of the following: Design and Engineering of Indian Canyon Drive Road and Bridge Improvements Project from Sunrise Parkway to Palm Station Road Project. These services will hereinafter be referred to as the "Project". 3. The scope of work of the Project is more particularly described in Exhibit "A", entitled "Scope of Services " attached hereto and made a part hereof. The cost estimate for the Project is more particularly described in Exhibit "B" - "Estimate of Cost", attached hereto and made a part hereof. The cost estimates include amount CVAG shall pay to outside consultants in connection with the Project. The amount of the Jurisdiction One -Quarter and the CVAG Three -Quarters shall be calculated by reference to the cost estimates as shown on Exhibit "B" unless amended pursuant to the provisions of Paragraph 6. 4. It is the agreement between CVAG and Agency that of the total estimated cost of the project will be approximately $2,695,490.73, CVAG' Regional Share will equal $2,021,618.05 and City of Palm Springs Local Share shall be $673,872.68. 5. Agency agrees to Pay reimbursement for its proportional share of only those costs which are eligible for reimbursement to CVAG, as outlined in the CVAG Policies and Procedures Manual for the Regional Arterial Program, as most recently amended. 6. CVAG shall be responsible for initial payment of all covered costs as they are incurred. Following payment of such costs, CVAG shall submit invoices to Agency requesting reimbursement of the proportionate share of those eligible costs associated with the Project. Each invoice shall be accompanied by detailed consultants' invoices, or other demands for payment addressed to CVAG, and documents evidencing CVAG's payment of the invoices or demands for payment. CVAG shall also submit a Project Completion Report, in a form acceptable to Agency. CVAG-22-024 6.1 Upon receipt of an invoice from CVAG, Agency may request additional documentation or explanation of the Project costs. Undisputed reimbursement amounts shall be paid by Agency to CVAG within thirty (30) days. 6.2 If a post -payment audit or review indicates that Agency has Provided reimbursement to CVAG in an amount in excess of its proportionate share of eligible costs, or has provided reimbursement of ineligible Project costs, CVAG shall reimburse Agency for the excess or ineligible payments within thirty (30) days of notification by Agency. 7. Prior to any final payment to CVAG by Agency, a final report shall be submitted to Agency by CVAG containing a record of all payments made for said Project and the source of funds of all such payments, together with a record of all change orders, cost over -runs, and other expenses incurred. Final payment will thereafter be paid by CVAG in accordance with its rules, regulations and policies concerning project cost determination and expense eligibility. 8. The parties agree that should unforeseen circumstances arise which result in new work not covered in Exhibit "A," an increase of any costs over those shown in Exhibit "B," or other changes in the Scope of Work are proposed, CVAG and Agency will in good faith consider an amendment to this Agreement to provide for further appropriate reimbursement if the proposed amendment is in accordance with the policies, procedures, and cost determination/expense eligibility criteria adopted by CVAG. Non - substantive changes may be made to this agreement subject to CVAG's General Counsel's approval. 9. CVAG shall maintain an accounting of all funds received from Agency pursuant to this Agreement in accordance with generally accepted accounting principles. CVAG agrees to keep all Project contracts and records for a period of not less than three years from the date a notice of completion is filed by the CVAG on such Project; or, if the Project is not one as to which a notice of completion would normally be recorded, for three years from the date of completion. CVAG shall permit Agency, at any reasonable time, upon reasonable notice, to inspect any records maintained in connection with the Project. Agency shall have no duty to make any such inspection and shall not incur any liability or obligation by reason of making or not making any such inspection. 10. The occurrence of any one or more of the following events shall, at CVAG's option, constitute an event of default and CVAG shall provide Agency with immediate notice thereof. 11.1 Any warranty, representation, statement, report, or certificate made or delivered to Agency by CVAG or any of CVAG's officers, employees, or agents CVAG-22-024 now or hereafter which is incorrect, false, untrue, or misleading in any material respect. 11.2 CVAG shall fail to pay, perform, or comply with, or otherwise shall breach, any obligation, warranty, term or condition in this Agreement or any amendment to this Agreement, or any agreement delivered in connection with the Project; or, 11.3 There shall occur any of the following: dissolution, termination of existence or insolvency of Agency; the commencement of any proceeding under any bankruptcy or insolvency law by or against Agency; entry of a court order which enjoins, restrains or in any way prevents Agency from paying sums owed to creditors. 11. No waiver of any Event of Default or breach by one party hereunder shall be implied from any omission by the other party to take action on account of such default, and no express waiver shall affect any default other than the default specified in the waiver and the waiver shall be operative only for the time and to the extent therein stated. Waivers of any covenant, term, or condition contained herein shall not be construed as a waiver of any subsequent breach of the same covenant, term, or condition. The consent or approval by one party to or of any act by the other party shall not be deemed to waive or render unnecessary the consent or approval to or of any subsequent or similar act. 12. This Agreement is made and entered into for the sole protection and benefit of CVAG and Agency and no third person shall have any right of action under this Agreement. 13. It is the intent of the Agency and CVAG that the Project be represented as being funded by Measure "A"/TUMF funds. All public notices, news releases, and documents shall indicate that the Project is being cooperatively developed by the Agency, RCTC, and CVAG using Measure "A"/TUMF funds. 14.This Agreement is for funding purposes only and nothing herein shall be construed so as to constitute Agency as a party to the construction or in ownership or a partner or joint ventures with CVAG as to the Project. The Agency shall assume the defense of, indemnify and hold harmless CVAG, its member agencies, and their respective officers, directors, agents, employees, servants, attorneys, and volunteers, and each and every one of them, from and against all actions, damages, claims, losses and expenses of every type and description to which they may be subjected or put by reason of or resulting from the actions or inactions of the Agency related to the Project or taken in the performance of this Agreement or any agreement entered into by Agency with reference to the Project. CVAG shall assume the defense of, indemnify and hold harmless the Agency, its officers, directors, agents, employees, servants, attorneys, and volunteers, and each of them, from and against all actions, damages, claims, losses, and expenses of every type and description to which they may be subjected or put by reason of or resulting from the actions of CVAG taken in the performance of this Agreement. I:yVIAeP4F YZI 15. Any dispute concerning a question of fact arising under this Agreement that is not disposed of by voluntary negotiations between the parties shall first be decided by the CVAG Executive Director or designee, who may consider any written or verbal evidence submitted by Agency. This decision shall be issued in writing. However, no action in accordance with this Section shall in any way limit either party's rights or remedies through actions in a court of law with appropriate jurisdiction. Neither the pendency of dispute nor its consideration by CVAG will excuse Agency from full and timely performance in accordance with the terms of this Agreement. 16. Any agency receiving federal funds must have an approved Disadvantaged Business Enterprise program. All recipients of Federal Highway Administration (FHWA) funds must carry out the provisions of Part 26, Title 49 of the Code of Federal Regulations (CFR) which established the Federal Department of Transportation's policy supporting the fullest possible participation of firms owned and controlled by minorities and women in the Department of Transportation programs. Except to the extent that such or other contrary federal regulations may apply, Agency covenants that, by and for itself and all persons claiming under or through it, there shall be no discrimination against or segregation of any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. 17. CVAG warrants that all aspects of the Project shall be undertaken in compliance with all applicable local, state, and federal rules, regulations, and laws. 18. This Agreement may not be assigned without the express written consent of Agency first being obtained. 19. Agency, its successors in interest and assigns shall be bound by all the provisions contained in this Agreement. 20. No officer or employee of CVAG shall be personally liable to Agency, or any successor in interest, in the event of any default or breach by CVAG or for any amount with may become due to Agency or to its successor, or for breach of any obligation of the terms of this Agreement. 21. Notwithstanding any other provision herein, CVAG shall not be liable for payment or reimbursement of any sums for which CVAG has not first obtained the necessary and appropriate funding from TUMF and/or Measure "A" monies. 22. No officer or employee of CVAG shall have any personal interest, direct or indirect, in this Agreement; nor shall any such officer or employee participate in any decision relating to this Agreement which effects his or her personal interest or the interest CVAG-22-024 of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any state, federal or local law. 23. CVAG warrants that the funds received by Agency pursuant to this Agreement shall only be used in a manner consistent with CVAG's reimbursement policy and all applicable regulations and laws. Any provision required to be included in this type of agreement by federal or state law shall be deemed to be incorporated into this Agreement. 24. All notices or other communications required or permitted hereunder shall be in writing and shall be either personally delivered (which shall include delivery by means of professional overnight courier service which confirms receipt in writing, such as Federal Express or UPS); sent by telecopier or facsimile machine capable of confirming transmission and receipt; or sent by certified or registered mail, return receipt requested, postage prepaid to the following parties at the following addresses or numbers: If to City of Palm Springs: Joel Montalvo, City Engineer City of Palm Springs 3200 East Taquitz Canyon Way Palm Springs, CA 92262 Telephone: (760) 322-8339 If to CVAG: CVAG Jonathan Hoy Director of Transportation 73-710 Fred Waring Drive Palm Desert, CA 92260 Telephone: (760) 346-1127 Notices sent in accordance with this paragraph shall be deemed delivered upon the next business day following the: (i) date of delivery as indicated on the written confirmation of delivery (if sent by overnight courier service); (ii) the date of actual receipt (if personally delivered by other means); (iii) date of transmission (if sent by telecopier or facsimile machine); or (iv) the date of delivery as indicated on the return receipt if sent by certified or registered mail, return receipt requested. Notice of change of address shall be given by written notice in the manner detailed in this paragraph. 25. This Agreement and the exhibits herein contain the entire agreement between the parties and is intended by the parties to completely state the agreement in full. Any agreement or representation respecting the matter dealt with herein or the duties of any party in relation thereto, not expressly set forth in this Agreement, is null and void. 26. If any term, provision, condition, or covenant of this Agreement, or the CVAG-22-024 application thereof to any party or circumstance, shall to any extent be held invalid or unenforceable, the remainder of the instrument, or the application of such term, provision, condition or covenant to persons or circumstances other than those as to whom or which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 27. In the event either party hereto brings an action or proceeding for a declaration of the rights of the parties, for injunctive relief, for an alleged breach or default, or any other action arising out of this Agreement, or the transactions contemplated hereby, the prevailing party in any such action shall be entitled to an award of reasonable attorneys' fees and costs incurred in such action or proceeding, in addition to any other damages or relief awarded, regardless of whether such action proceeds to final judgment. 28. Time is of the essence in this Agreement, and each and every provision hereof in which time is an element. 29. This Agreement and all documents provided for herein shall be governed by and construed in accordance with the laws of the State of California. Any litigation arising from this Agreement shall be adjudicated in the courts of Riverside County, Desert Judicial District, State of California. 30. CVAG warrants that the execution, delivery, and performance of this Agreement and any and all related documents are duly authorized and do not require the further consent or approval of any body, board or commission or other authority. 31. This Agreement may be executed in one or more counterparts and when a counterpart shall have been signed by each party hereto, each shall be deemed an original, but all of which constitute one and the same instrument. CVAG-22-024 IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their duly authorized representatives on this date: ATTEST: CITY OF PALM SPRINGS By: LA, "V By: ' Scott Stiles, City Manager ATTEST: M Tom Kirk, Executive Director APPROVED AS TO FORM � IQ 4w CITY AfTORNEY A T: -- -- // �c�..� City Clerk Grace Elena Garner, Mayor CVAG By: ?Z-�Zfe� Steven Hernandez, Chair CVAG-22-024 IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their duly authorized representatives on this date: ATTEST: CITY OF P LM SPRIN By: �' By:J�AL/ Scott Stiles, City Manager Grace Elena Ga er, Mayor ATTEST: 0 Tom Kirk, Executive Director APPROVED AS TO FORM CITY A ORNEY wlf4tlt�- City Clerk APPROVED BY CITY COUNCIL g�h6 .1U„2.92S 1-t.C) 49y34) CVAG By: Steven Hernandez, Chair CVAG-22-024 EXHIBIT "A" AGENCY REIMBURSEMENT AGREEMENT BY AND BETWEEN CVAG AND THE CITY OF PALM SPRINGS SCOPE OF SERVICES The Scope of Services for this Project includes: Design and Engineering of Indian Canyon Drive Road and Bridge Improvements Project from Sunrise Parkway to Palm Station Road. See attached scope document from Michael Baker International WORK PLAN :.Ai R WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT 2.3 WORK PLAN 2.3.1 History, Understanding, and Approach Flooding and blowsand events expose the vulnerability of the Western Coachella Valley transportation network. These events create adverse social, economic, and safety impacts due to emergency roadway closures that paralyze traffic circulation withing the region. Road damage and accumulated blowsand can require significant and time consuming traffic detours and can take hours to weeks to repair. This project will provide final design for three specific locations selected to alleviate the risk and impact of road closure due to these events. Coachella Valley of Associated Governments (CVAG) selected Michael Baker in 2019 to perform a study of twelve locations throughout the Western Coachella Valley in the Cities of Palm Springs, Desert Hot Springs, and Cathedral City. These locations were selected due to a history of observed impacts from flooding or bulk sand transport and deposition, also known as blowsand. Michael Baker analyzed the 10-year or100-yearstorm event(010 or 0100) at each of the twelve existing locations. General Plan or ultimate conditions were not incorporated into the preliminary design, as the intent of the project is to construct relief structures in the fastest timeline possible. The analysis was then used for to identify preliminary design alternatives. Once the preliminary designs were identified, the twelve locations were ranked and prioritized based on Emergency Access/Evacuation Impacts, Traffic Volumes and Storm Water Flows. Construction cost estimates were also prepared for each location. During the process, it became apparent that traditional construction methodologies (i.e. standard bridge designs, etc.) would be cost restrictive and would impede progress toward the goal of quickly reducing traffic impacts due to flood and blowsand. To alleviate the cost impact, Michael Baker teamed with Contech Engineered Solutions to identify a more palatable solution. With cost and speed as the priorities, Michael Baker and Contech selected the Contech Con/Span 0-Series Bridge Systems as the recommended design approach. On average, for the locations where data was available, a 65% reduction in proposed cost was realized when selecting the Contech solution. It should be noted that while these solutions realize a significant cost savings in the preliminary stage, until the site has been explored and design has been completed, the actual savings cannot be quantified. Design elements such as scour depth can have significant impacts on foundation design, and cannot be determined until geotechnical explorations have been completed. INTERNATIONAL The previous study prepared by Michael Baker International, Flood & Blowsand Risk Assessment and Improvement Plan for Western Coachella Valley, identified, developed and evaluated alternative design concepts of various flood crossings throughout the Western Coachella Valley including, Indian Canyon Road crossing White Water River and Chino Canyon Creek, Varner Road crossing Willow Wash and Date Palm Drive crossing Long Canyon Wash. Alternative crossing designs were evaluated based on design criteria including cast, compatibility with future development plans, MSHCP compliance, and other elements. As a result of this study, Michael Baker International, in collaboration with CVAG and its stakeholders, delivered design alternative concepts for each of the 12 crossings that were well received and provide significant cast savings from the traditional bridge construction methods identified previously in the Transportation Project Prioritization Study (TPPS). With this current proposal, Michael Baker outlines its approach to expand upon the past study/concepts to support the preparation of final engineering plans. Each flood crossing is unique with its own hydrologic and hydraulic characteristics, design constraints and design objectives, as explained herein. 2.3.2 Technical Considerations Level of Flood Protection The base flood is defined in the National Flood Insurance Program (NFIP) as "the flood having a one percent chance of being equaled or exceeded in any given year." As stated in the RFP, the bridge/culvert structures will be designed to convey 100-yearflood events at each location. The flow rates for the 100-year storm for each of the crossings, as identified in past study, are as follows: N Indian Chino INCN7A Canyon Canyon 4.800 Drive N Indian White INCN7B Canyon Water 47,000 Drive River VRNR2 Varner Willow 3,250 Road Wash Date Palm Date Long Drive Palm Canyon 3,250 Drive Wash I, "d - rrl"rI_ntr LTC CI INICAL PROPOSAL • PAGE 13 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT Hydrology The flow rates outlined above utilized hydrologic data from past studies, when information was available and deemed reliable/accepted. If hydrologic data was not available, technical studies were performed. Hydraulics Preliminary sizing of roadway undercrossings were determined using the Bentley FlowMaster Program by Haestad Methods Solution Center. The program allows the user to perform hydraulic calculations for various hydraulic element types, from pipes and open channels to inlets and weirs. Additional hydraulic studies will be required during final engineering to verify capacity of proposed conceptual designs. Contech Con/Span O-series arch structures are proposed at most crossings and reinforced concrete box culverts where it was not feasible to propose the arch structures. The Alternative Concept Plans show the dimensions, number of barrels, and slopes at each crossing. FlowMaster software program is used to determine the water surface depth (normal depth) at each crossing. Normal depth calculations were performed based on the design flow rates tributary to each crossing in the Cities of Desert Hot Springs, Cathedral City and City of Palm Springs. Output results from FlowMaster are included in Appendix D. The results show that the conceptual culvert dimension shown on the alternative concept plans at each crossing are designed adequately for the safe conveyance of a 10-year and a 100- year flood waters. More detailed hydraulic analysis are recommended for each crossing should the stakeholders approve final design plans forany flood crossing analyzed in this report. Roadway Indian Canyon Drive Indian Canyon Drive is a four -lane divided Major thoroughfare per the City of Palm Springs General Plan. The ultimate cross section is seen below: Major Thoroughfare Rlw (A Uns DMded) RAV Palm Springs General Plan In addition, Indian Canyon is identified as a Truck Route, and carries a Class II bike lane along it. Indian Canyon is considered a truck route per Palm Springs General Plan. As it exists today, Indian Canyon varies from two to four lanes through the two locations of the proposed improvements. This project will ultimately widen the existing road to a modified section with 150-foot right-oi- way with a 68-foot curb to curb cross section as identified in the Flood & Blowsand Risk Assessment and Improvement Plan for Western Coachella Valley. Raising of the road will involve adjacent grading and protection of existing utilities. All design elements (vertically and horizontally) will be in accordance with Caltrans Highway Design Manual (HDM). Clearances to the existing electric utility lines east of the roadway will be reviewed and verified in compliance with PUC requirements. Should these lines not meet minimum clearance, coordination with Southern California Edison will be necessary to properly relocate the existing transmission lines. Per CVAG's CV Link plan, a future extension of CV Link is proposed to cross through the south end of INCN76 with a community connector to the Amtrak station to the north. The proposed crossing will be at grade as identified in the Segment 1 Map; however, one consideration at this location would be to determine if an undercrossing in one of the culverts is feasible. Construction of this project is consistent with the City of Palm Springs General Plan Goal CR2.5, construction of an all-weather bridge crossing along Indian Canyon, would be satisfied by this project. Varner Road Varner Road is ultimately a six -lane Arterial Highway in accordance with the Cathedral City General Plan. In it's ultimate condition, it is proposed to have a Class II bikeway (bike lane). The ultimate cross section is seen below: AMlaya•y low IN uM IN 11W 1171irlIN11711ri tv N' yNNz Indl.• Mwy Is,1,�+a:Ied, This project wit[ maintain the existing 64-foot right-of-way. The roadway will be designed to maintain existing two way traffic lanes and will incorporate the necessary additional width to accommodate a Class II bikeway.. The roadway will be designed to allow for the future incorporation of the ultimate roadway section. This will include consideration Of how future expansion of the Con/Span Bridge will be incorporated as well as the profile and elevation of the roadway. Date Palm Drive Dale Palm Drive is ultimately a six -lane Arterial Highway in accordance with the Cathedral City General Plan. In it's ultimate condition, it is proposed to have a Class II bikeway (bike lane). The ultimate cross section is seen below: AmAd MAO." WW IN NN Ia' la' Ir Ir 1 I! 1 ir I IT I IV Ie RN•y mmoi rL.I Iw, I.••dwNRll This project will maintain the existing I26-foot right-of- way. The roadway will be designed to maintain existing turn pockets and through lanes as well as incorporate INiFRMNTION A • • PACE 14 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAN D ROAD IMPROVEMENT PROJECT the necessary additional width to accommodate a Class II bikeway.. The roadway wilt be designed to allow for the future incorporation of the ultimate roadway section. The proposed improvements at this location include the installation of a double 1 O'W X 8'H box. As a part of the preliminary analysis of the project, Michael Baker and Contech will determine whether Con/Span Bridge can be incorporated at this location. Traffic Control Traffic management is paramount during construction. Each location will be reviewed to determine if a local "temporary" by pass road can be constructed in order to facilitate construction. This approach will involve additional environmental coordination, generally due to the fact that the adjacent areas are considered conservation areas. This will be reviewed early in the project design, prior to and during the environmental phase to determine its feasibility. Should providing a temporary bypass road be infeasible, road closures will need to be considered at each location for construction. Due to the proximity of the work, and the fact that there are limited bypass routes, consideration wilt need to be given to detouring traffic along the I-10 freeway. Structures Michael Baker will has the experience to provide the conventional and constructible solution of prefabricated arch structures as presented in the Flood & Blowsand Risk Assessment and Improvement plan for Western Coachella Valley. The structures, hydraulic and geotechnical team envision the arch structures to be supported on spread footing or pile supported foundations, and protected from scour by scour countermeasures such as concrete Lining or rip -rap protection. A concrete channel invert will provide continuity to the scour countermeasure, and allow foundations to remain shallow and cost-effective. However, Michael Baker will also initiate a Type Selection analysis at the beginning of the project to conduct value -engineering early on and confirm preliminary studies. Structure Type Selection Michael Baker proposes a bridge Type Selection Report (TSR) as a critically imperative f irst step for value engineering and potential cost savings for CVAG. The TSR process will have the following specific value -engineering goals for CVAG: 1. Michael Baker is teaming with Contech toseamlessty provide a consistent delivery of solution following preliminary designs identified in the Flood & Blowsand Risk Assessment and Improvement plan for Western Coachella Valley. The subconsultant design fees from Contech can also be applied to the construction contract if Contech is selected to provide delivery of prefabricated arches which is an immediate cost benefit to CVAG. 2. However, further refinement of arch material, such as precast concrete vs. long -spanning steel plate arch, can reduce the number of required foundations and therefore construction cost. Michael Baker, Contech, and EMI will work immediately to focus on refining the baseline designs to reduce foundation locations($) in the channels. 3. If scour magnitudes are significant, it may be cost- effective to reconsider traditional and precast bridge solutions which can expedite delivery of material, further increase spans, and further reduce foundations locations and associated construction costs. Traditional longer span bridges with Type ll shafts may be cost-effective alternatives if significant scour is anticipated at arch piers or scour countermeasures are not implemented. i. The crossing at Date palm is currently identified as a multi -cell reinforced concrete box (RC B). This type of structure is typically cast in place or precast, both of which currently have long lead items for material fabrication and delivery. It may be advantageous to capitalize on the Contractor's economy of scale, and investigate a prefabricated arch solution at this location as well. Coordinated Structure, Sediment Transport (SCOUR), and Geotechnical Design Scour will be evaluated using the Federal Highway Administration publication HEC-18, Evaluating Scour at Bridges, Fifth Ed. The river hydraulics wilt be based on the US Army Corps of Engineers (USACE) HEC-RAS 20 modeling software. The scour analysis uses data collected during PS&E. The median grain size is obtained from the Geotechnical Engineer's Sieve/Hydrometer Analysis and pebble count. The Caltrans Amendments to the AASHTO LRFD Design Guidance define scour susceptibility for a deep foundation when scour exposes the bottom of the pile cap. We evaluate the components of scour (pier, abutment, bend, dune/anti-dune) and summarize the scour in the Final Hydraulic Report. HEC-18 recommends that the design storm, scour design, and scour check flood events be graduated in increasing return frequencies. For the 100- yr design events reported in the preliminary findings, we anticipate the scour check flood being the 200-yr event. The check flood event is estimated by scaling the adopted 100-yr peak flows using regional regression equations. The absence of grade control structures in the vicinity of the proposed bridges will require that we evaluate the long-term bed stability. In an unconfined shallow flooding situation, such as this, the USACE HEC-bT model is used to evaluate the long-term degradation/ aggradation component of the scour analysis. The most economical and constructable bridge type will consider and balance several highly coupled variables including channel hydraulics and scour design, proposed foundation pile capacity, and bridge loading demands. There is tittle available data to estimate design scour at this point in the project development. Scour undermining foundations poses a design challenge to protect vertical ix T E RN A 1 0 N A _i i. • PAGE 15 CVAG • WESTERN COACHELLA VALLEY FL000 AND RLOWSAND ROAD IMPROVEMENT PROJECT load carrying capacity of the existing bridge/Culvert. To address this challenge, Michael Baker will apply our knowledge gained from the recent work along the Coachella Valley Stormwater Channel at Date Palm Bridge, Monroe Street Bridge, Jackson Street Bridge and the future Avenue 50 Bridge over the Coachella Stormwater Channel. Additionally we have recently completed 2-Dimensional hydraulic analysis in support of the La Entrada development in the vicinity of the future Avenue 50/1-10 interchange. Based on this experience, Michael Baker will confirm the design scour magnitude through sediment transport and scour analysis, and work closely with the geotechnical engineer to confirm the proposed foundations have available capacity during the design event to meet the necessary limit states. Degradation/ Linnit State Aggradation Scout Scour min 0% 0% 0% Strength max 100% 100% 100% min 0% 0% 0% Strength max 100% 100% 100% Strength min 0% 0% 0% max 100% 100% 100% Michael Baker will combine the components of scour, including degradation / aggradation (general or abutment), contraction, and local (Pier) scour for the Service, Strength, and Extreme events following Caltrans Amendments to AASHTO LRFD Bridge Design Specifications (BOS) Section 3.7.5. Systems for planning, Scheduling, Estimating, Managing and Quality Control We have structured our team to be directly responsive to the needs of this Project. Michael Baker will employ our proven project management approach as summarized below. SCHEDULE: We understand the importance of meeting the deliverable deadlines, and our reputable team is dedicated to meeting CVAG's timeline. Our available resources ensure ability to accelerate deliverables. Our schedule and progress are carefully monitored through resource -loaded scheduling. COMMUNICATION PLAN: Communication is the key t0 a project's success. On many projects, scope creep can easily come into play and affect project budgets and schedules. To prevent this, we push for clear, open, and ongoing communication with CVAG. SCOPE DEFINITION: A thorough understanding of the purpose and need of the project is essential to ensure the project stays on target and focused on the goal. We work to establish and maintain a clear definition of the goals to keep all parties unified in making project decisions, protecting against scope creep, and helping projects remain on schedule and on budget. EXPERT DESIGN SERVICES: With vast local experience in paving, grading, drainage, transportation, bridge design, and civil engineering), public information, survey and traffic engineering, we have the staff available to address all of CVAG's design needs anticipated for this contract. QUALITY CONTROL: Michael Baker has an established GA/ QC program that is implemented and appropriately scaled for each project. Our program consists of building in quality at every step of the process, promoting prevention rather than detection. Senior engineering staff conduct a formal independent project review at milestone stages. We will analyze all project documents for constructability, cost control, code requirements, stakeholder coordination, clarity, schedule control, errors and/or omissions and compliance with CVAG requirements. Michael Baker understands that project quality is our responsibility. Our philosophy is simple: Quality is Non - Negotiable. Our team is fully committed to Quality Management and QA/QC and has a strong history of delivering quality products to our clients. We are committed to completing projects that meet your requirements with respect to scope, schedule, budget, and technical quality. DISPUTE RESOLUTION: Michael Baker has the background to properly analyze and resolve disputes that may occur. Our project control techniques with cost estimating and analysis, scheduling analysis, and document control enhance our ability to respond to claims or disputes. Michael Baker employs an independent group who responds to requesters' needs for support on major dispute or claim situations from public issues to contractor issues. Our full range of services include review and analysis, mitigation consultation, negotiations, and support to attorneys throughout litigation. Our typical approach when a dispute is submitted is: 1) data collection and understanding of contract documents and claim issues; 2) review of dispute for merit; 3) if merit is confirmed, review the impact; 4) meetings with the client throughout the process to discuss results; 5) meetings with disputing parties to determine resolution; and 6) assist client with further actions per contract if resolution is not reached. COST CONTAINMENT: Weighing any proposed improvements against the project's purpose and need while considering cost and longevity is critically important. We will address the primary purpose of all project features while maintaining a firm perspective on the project budget. Scope creep can be a problem on these types of projects, through densely developed downtown areas with a multitude of stakeholders. We will maintain regular and as -needed communication with the CVAG Project Manager and will keep the PM abreast of any potential scope changes. Michael Baker will look for ways to maintain or i N T[R N A i$0 M•t • - - i • PAGE 16 CVAG • WESTERN COACHELLAVALLEV FLOOD AND SLOWSAND ROAD IMPROVEMENT PROJECT improve safety conditions without significant increases to the construction costs. We strive for creative, yet cost effective and practical design solutions. 2.3.3 TASKS Task 1.0 Project Management and Administration Task 1.1- Project Kickoff and Regular Design Meetings Michael Baker will work with CVAG to schedule a project kickoff meeting (pre -design meeting) as well as planned regularstatus meetings (assumed to be monthly) with CVAG. Additional meetings with key stakeholders will be scheduled and attended as necessary. Michael Baker will provide meeting agendas with input from the CVAG for each meeting and will prepare and distribute meeting minutes. Assumptions:18 meetings (1 kickoff, 3 design submittal meetings, up to 36 Monthly PDT Meetings) Deliverables: Meeting minutes, within 5 business days of the meeting Task 1.2 - Monthly Invoicing & Progress Reports On a monthly basis, Michael Baker will issue invoices and progress reports to CVAG detailing major items worked on during the billing period as well as percentage complete tar each task. This report will include all necessary back up and wit(serve to establish internal accounting methods and procedures acceptable to CVAG for documenting and monitoring contract costs. A master schedule will be developed as part of this task and will be updated monthly as part of the progress reports. Deliverables: Monthly invoice and progress report The Michael Baker Team shall implement and maintain the following quality control procedures during the preparation of the plans and documents relating to the Project. The Michael BakerTeam shall have a quality control plan in effect during the entire time services are being performed forthis Project. The plan shall establish a process whereby calculations are independently checked, plans checked, corrected and back -checked, and alljob related correspondence and memoranda routed and received by affected persons and then saved in appropriate job files. Where several drawings show different work in the same area, means shalt be provided to avoid conflicts and misalignment in both new and existing improvements. Evidence that the quality control plan is functional may be requested by CVAG. All plans, calculations documents and other items submitted to CVAG for review shall be marked clearly as being fully checked and that the preparation of the material followed the quality control plan established for the work. The Michael Baker Team has full responsibility for the accuracy and completeness of data, reports, plans, specifications, and estimates prepared for the Project and shall check all such material accordingly. CVAG will review all work product deliverables. The responsibility for accuracy and completeness of such items remains solely that of the Michael Baker Team. Neither CVAG's review or approval shall give rise to any liability or responsibility on the part CVAG, or waive any of CVAG's rights, or relieve the Michael Baker Team of its professional responsibilities or obligations for this project. The plans, designs, estimates, calculations, reports and other documents furnished shall meet the criteria for acceptance and be a product of neat appearance, well organized, technically and grammatically correct, checked and having the preparer and checker identified. The minimum standard of appearance, organization and contents shall be of similar types produced by CVAG and other Agencies involved in the Project. If any work product submitted is not complete and ready for use by CVAG, it shall be marked "Draft" or similar designation to indicate it is not ready for use. Task 2.0 Survey Task2.1 AerialTopographicSurvey Michael Baker will conduct an aerial topographic survey to locate existing control points and all existing above ground features at each curb return and traffic signal Location. Topographic survey will include visible utility appurtenances, pull boxes, manholes, cabinet, meters, vaults, irrigation facilities and appurtenances, drainage inlets, including the inlet/outlet pipe elevations, gutter flow lines, and gutter lip. Field topographic survey will be performed where additional field information is necessary to improve the aerial survey information. Assumptions: Survey limits assumed to be 100-feet either side of centerline with final limits to be determined during design. Task2.2 Right of Way Record Map, Records Research and field Assessment Michael Baker willcomplete the necessary research to gather and review available information such as preliminary reports, record drawings, tract maps, assessor parcel maps, right-of-way maps, previous surveys and investigations, street centerline ties, and utility maps. To plot the record IN T e N N AT 1 0 N,L CVAG " ENVELOPE I. TECHNICAL PROPOSA. " PAGE 17 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT position of the right of way lines in the approximate orientation with a specific coordinate system, compiled aerial topographic base data or other overlay features, the Michael Baker survey team will perform the following tasks: • Research of the available public records via on-line services to obtain maps and other items that affect the boundary location of the property; • Prepare a preliminary record data map to be used by the field survey crew to search for a sampling of boundary monuments; • Field survey of said monuments in order to establish orientation of the record survey data in relation to the coordinate system used in the topographic mapping; • Plot the record centerline; • Plot the record boundary lines on the aerial base map, with the understanding of the Client that said record boundary is not the result of a comprehensive boundary survey and analysis, and that it's orientation may disagree from the position determined by a full boundary survey and analysis. Additionally, our team will complete a field review investigating any issues identified in the scope of work as well as those identified in the kickoff meeting. During this walk, we will document pertinent field conditions, utility appurtenances and photo document all locations. The result of this task will be a detailed base map, including record right of way lines, to be used as the basis of the 65% designs. Assumptions: Adequate and accessible boundary monumentation exists in the immediate project vicinity to control this record data survey. If additional survey services need to be performed to adequately recover survey monumentation, additional funding will be necessary and negotiated with the client. Any cost associated with the preparation and processing of a Record of Survey Map, if one becomes necessary as a legal requirement, shall be covered by Client. Deliverables: Document Research and Data Collection with Field Verification, Base Map Task 2.3 - Pothole Surveys Consultant shall locate utilities exposed by potholing operations. The survey location shall include the elevations of the tap of the exposed utility, the location of the utility and a description, including size, insofar as size can be determined. Potholing shall be done by a subconsultant. Should the Client or potholing contractor determine that potholes must be backfiRed prior to field survey, Michael Baker International shall locate marks made by the contractor indicating the location, elevation and description of the utility. Task 2.4 - Monument Rehabilitation Consultant shall perform a field survey to verify, set or and/or measure sufficient reference tie accessory points and/or monuments to each location of centerline control that may be destroyed during the construction of the project, as required under Section 8771 of the Professional Land SurveyorAct. Consultant shall use other physical monuments or their accessories if practical to the location. Upon completion of initial field work, Consultant shalt prepare and submit Pre -Construction Corner Records to the County Surveyors Office. After completion of construction, reconstruction or maintenance, and within twenty (20) calendar days, Consultant shall replace any disturbed or destroyed monuments or their accessories as required under said Section 8773.3 of the P.L.S. Act. Consultant shall submit a final Corner Record to the County Surveyors Office for filing as a public record, said final Corner Record document showing the monument(s) or its accessories destroyed, tied out and replaced. Copies of all documents submitted to the County shall be provided to CVAG. Task3.0 - Right -of -Way (Monument) The Western Coachella Valley Flood and Blawsand Road Improvement Project, Phase I (Project) will require the acquisition of additional right-of-way and/or temporary construction easements to facilitate the construction of the proposed improvements. Based on information provided in the RFP, the Project wilt impact private and publicly owned vacant properties along both sides of the following roadways: • Indian Canyon Drive from Sunrise Parkway to Palm Station Road This includes approximately eight (8) partial acquisitions and temporary construction easements. • Varner Road from Mountain View Road to Date Palm Drive - This includes approximately thirty-nine (39) temporary construction easements. • Date Palm Drive from 1-10 to Varner Road -This includes approximately fifteen (15) temporary construction easements Monument will provide right-of-way (ROW) project delivery services, including project management, acquisition and negotiations, appraisal, utility relocation, title and escrow, right-of-way certification and other right-of-way services. The ROW scope of work for this contract will consist of the following: Task3.1 Project Management Monument's Project Manager and key staff will be responsible for the technical and administrative functions required to provide ROW services on the Project. The management team will plan, organize, supervise, coordinate, and administer the various elements of the ROW scope of work. • Monument will meet with relevant parties regarding proposed Project to identify acquisition issues, and/or to discuss project status, procedural issues, budget, and schedules. • Prepare and implement an effective Acquisition Management Plan to ensure the Project is delivered in the most efficient and effective I N I E R N R I 1 0 N A • • PAGE 18 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT manner and in compliance with all applicable laws, regulations and procedures. • Meet with CVAG on a regular basis to communicate project updates, coordinate right-of-way issues and make recommendations to CVAG on policy development, risk mitigation and general project consultation. • Prepare and delive r written progress status reports for acquisition and relocation cases. • Participate in project related meetings, make public presentations to individuals and organizations and represent CVAG in presentations and public hearing on all matters pertaining to the acquisition process. • Update each parcel file checklist (our (WOC Manager wilt conduct weekly reviews of the project reporting to ensure compliance with CVAG and regulatory compliance). • Finalize all work product, provided services and prepare and deliver presentations to CVAG staff and key stakeholders, as appropriate. • Assist CVAG with any file audits. Task 31 Right -of -Way Cost Estimates and Data Sheets The scope of work for preparing Right -of -Way Data Sheets for each alternative under consideration includes: ■ Take an inventory of the affected properties for each selected option. • Using pubbcAssessor's Roll information, investigate the ownership and lot size of each affected property. • Visually inspect each property (exterior street view) and evaluate effects of proposed acquisition. • Sort each property into product types to determine the universe of real estate data sets to research and create valuation data sets for each product type, • Prepare an estimate of the probable cost of each partial acquisition (plus any damages) using the data sets created and utilizing our various real estate value data bases. • Prepare an estimate of the total services and incidental costs associated with each real estate acquisition program (appraisals, acquisition and relocation agents, titlelescrow, and legal services). If the acquisition program is to be phased or implemented at a future date, formulized spreadsheets will be created which apply the appropriate cost escalation factors to reflect the projected schedule. The final cost information determined from the accumulation of data will then be transferred into the appropriate format for application to the Right of Way Data Sheets, orformat required by the project. Deliverables: Report containing a textual description of the project areas studied, a summary of total probable costs of the study area itemized by major component, and will include detailed spreadsheets showing how the summary sheets were calculated. The spreadsheets contain a parcel - by -parcel breakdown of all probable costs. Task 3.3 Appraisal Reports • The appraisal wilt be prepared by individuals bcensedwith the State of California, Office of Real Estate Appraisers, as a Certified General Real Estate Appraiser. Our appraisers both retain the requisite qualifications and experience necessary to competently complete appraisals in a competent and professional manner, in accordance with appUcable laws and policies. • Prepare the Notice of Decision to Appraiser letter for each property, advising the property owner of the proposed project, introducing the appraiser, enclosing an Acquisition Brochure describing CVAG's acquisition process, and contract information to answer questions and concerns. • The appraisal report will comply with the Uniform Standards of ProfessionalAppraisal Prectice (USPAP). • Perform an inspection of the subject property. • In developing and reporting the appraisal, disregard any decrease or increase in the fair market value of the real property caused by the project for which the property is to be acquired, or by the likelihood that the property would be acquired for the project. • Report the appraiser's analysis, opinions, and conclusions in the appraisal report. Task 3.4 Appraisal Review Review appraisals will be provided for each appraisal, and in accordance with State and Federal law and CVAG policy as required. The review appraiser will, as appropriate: • Identify the reviewer's client and intended users, the intended use of the reviewer's opinions and conclusions, and the purpose of the assignment. • Identity the following: • Subject of the appraisal review assignment. • Effective date of the review. • Property and ownership interest appraised (if any) in the work under review. • Date of the work under review and the effective date of the opinion or conclusion in the work under review. • 0evelopanopinion astothe appropriateness ofthe appraise( methods and tecliLES used, given the scope of work applicable in the assignment, and develop the reasons for any disagreement. • Develop an opinion as to whether the analyses, opinions, and conclusions are appropriate and reasonable, given the scope of work applicable in the assignment, and develop the reasons for any disagreement. ■ Review appraisals will be forwarded to CVAG for establishment of just compensation prior to the preparation of offers to acquire the proposed land rights for the project. Task 3.5 Right of Entry Permits Monument wilt secure tem porary access onto private property(ies) for environmental, planning, or preliminary investigation or construction activity. Monument wilt: • Prepare the temporary access document, such as Right of Entry permit (RUE) documents and secure approval as to form from CVAG. • Establish personal contact with property owners, wherever possible, present details of ROE. • Negotiate with property owners and secure execution of required agreements. • Facilitation of any payments from CVAG to private property owners via mail, • Reasonable assistance to project survey team with special owner INTERNATIONAL CVAG • ENVELOPE t. TECHNICAL PROPOSAL • PAGE 19 CVAG • WESTERN COACHELLA VALLEY -FLOOD AND GLOWSAND ROAD IMPROVEMENT PROJECT request and access concerns. Task 3.6 Acquisition and Negotiation Monument will provide ROW deliveryservices required for CVAG t0 purchase ROW required to construct the Project. The tasks will be performed in accordance with applicable Federal, State and local regulations, Caltrans Policies and Procedures and CVAG's ROW Policies and Procedures. Monument will be provided with a copy of CVAG's ROW Policies and Procedures Manual upon award and execution of a contract. Monument will provide the following services under the direction of CVAG staff: • Provide the Acquisition and Negotiations Services to acquire the property interests required for the Project in a timely, efficient manner and at a reasonable cost. Work shall be performed in accordance with Caltrans and the CVAG's Policies and Procedures and applicable Federal, State and local regulations. • Coordinate and manage the acquisition process with the CVAG, legal counsel, design team, property owners, and tenants along with the title company, appraisers and other consultants to insure effective cross - discipline communications. • Review ROW plans, appraisal reports, title reports, appraisal maps and legal descriptions and all other pertinent documents. • Prepare acquisition offer packages consisting of CVAUs written purchase offer, appraisal summary statement, acquisition brochure, acquisition agreement, conveying instruments (Grant Deed, Permanent and/or Temporary Easements, etc.), Certificate of Acceptance, recommendation of Amount of Just Compensation, plat maps and legal descriptions, and Title VI Information. • Monument's acquisition agent will meet personally with each property owner to present CVAG's purchase offer, explain the project design requirement and inform him or her of the CVAG's ROW acquisition process. • Negotiate persona Ity in good faith wi th each p roperty owner, his/ her agent or representative and discuss appraisal and valuation of the property interests, gather information from the property for consideration and address any questions or concerns that may arise during the acquisition process. • Promptly transmit executed documerits lacquisitionagreements, executed deeds, and the like) to CVAG for acceptance and processing. Prepared and submit Letter of Recommendation to CVAG for any proposed administrative settlements with property owners. The letter vd0 include a chronology of the negotiation efforts, provide supporting evidence and documentation and an explanation of the benefits and rationale behind the recommendation. • Recommend condemnation action when negotiations have reached an impasse. The required justification will be submitted in writing to CVAG. Our primary goal will be to reach an acceptance of the offer with each property owner. We will work with CVAG in recommending solutions to achieve acceptance of the offer. • Provide bilingual acquisition agents, if necessary. • Prepare all applicable forms, secure property owner's approval and signature and submit the forms to CVAG for review and acceptance. • Monument will provide CVAG with the original acquisition file as welt as electronic copy of files for future audit purposes. Task3.7 Escrows Coordination After an offer is accepted and the purchase agreement is approved by CVAG, MonuOnent's Escrow Co o rdi no to r will transmit the original documents to the escrow company and request that the title company send an updated Preliminary Title Report. • The Escrow Coordinator will review the updated title report and prepare a memorandum of disapproved title exceptions. • The escrow company will prepare escrow instructions, transmit a copy of the purchase contract to the title company and begin the process of satisfying all monetary lens, prorating taxes and clearing adverse title exceptions and encumbrances. • Upon escrow's request for funds from CVAG, the estimated closing amount will be deposited in escrow, and upon close, the escrow holder will record a deed and issue a title insurance policy. • The Escrow Coordinator will provide ongoing support to the escrow officer to ensure the timely execution of escrow instructions, coordination of title clearance documents and processing of wire transfers. • Escrow closure generally will be accomplished in 30 to 60 days. Task3.8 Right -of -Way Certification Monument will prepare and submit to Caltrans, and FHWA, if necessary, a right-of-way certification form and other required documents in accordance with the Caltrans Right of Way Manual and FHWA requirements. • Compile property acquisition documents and supporting maps and/or plans to support right-of-way certification form. • If necessary, coordinate with relevant parties to compile utility back-up documents to support the right-of-way certification form review. • Correspondence with Caltransto faciltale timely review and certification of acquired property rights for project construction. • Hold bi-weekly or monthly meetings with project team to ensure certification is in compliance with project schedule. Task 3.9 Eminent Domain Support If requested, coordinate with CVAG's condemnation counsel, as required, to support the condemnation activities until the Resolution of Necessity is adopted and possession is granted by the courts. Litigation support after the hearing for the Resolution of Necessity, such as depositions, mediation appearances and expert testimony, can be provided on a time -and -materials basis. Task 4.0 H&H/Roadway Drainage Task4.1 ScourAnalysis Michael Baker will prepare 2-Dimensional hydraulics for each of the four crossings using the USACE HEC-RAS 2D model. The modelwill use T On resolution Digital Elevation Model (OEM). This elevation model provides a single point elevation in each square meter of the terrain. This is anticipated to provide adequate definition to determine flow I N T EI N T E NAIL • •PAGE 20 CVAG • WESTERN COACHELLA VALLEV FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT direction and hydraulic parameters. The 1 m DEM will be obtained from commercially available data sources such as Intermap and is included in the other direct costs in our cost proposal. Using the 2-Dimensional hydraulic results, the USACE HEC-6T tool will be used to evaluate the long term aggradation/degradation component of site scour. FHWA Publication HEC-18 "Evaluating Scour at Bridges" will be used to determine the scour components of short term, abutment, and pier scour. The design storm is the 100- yr event and the scour check flood will be the200-year event. Based on our experience with Coachella Valley Water District, and their extensive data in the area, we anticipate that we will also include a general scour calculation using the Blench and Lacey regime equations. This is a standard practice in the Coachella Valley and in highly mobile, small grained soil situations. If the geotechn ical analysis determines that the soils are more cohesive and larger grained, the use of the regime equations will be reevaluated The hydraulics and scour analysis will be summarized into the Preliminary and Final Hydraulics Reports (PFR and FHR respectively). The PHR will generally contain the record hydrology data obtained from the agencies, 2-0 hydraulics, preliminary scour results using estimated grain sizes, water surface elevations for the bridges and culverts. The FHR will contain similar data except that the scour results will be updated using the geotechnical investigation data. The PHR and FHR will be formatted to meet the Caltrans Memo To Designers 16-1 (MTO 16-1) and are limited to the bridge locations. The results of the offsite 2D hydraulics and scour analysis will be summarized into Hydraulics Basis of Design Reports. This report will summarize the procedures and calculations used to determine the scour depths and will contain recommendations for scour design at each culvert, crossing, and at locations where flows are directed along the roadway improvements to protect the roadway embankment from scour. Additional locations will be included where scour critical elements are identified, such as electrical poles in the vicinity of the culverts/roadway improvements. Assumptions: It is assumed that the existing road serves as a grade control structure. To maintain the geomorphology of the drainages, and prevent erosion, invert lining and toe downs will be included in the design recommendations. The grade control structure will protect the bridge foundations and limit the depth of scour. We anticipate this approach will meet the Caltrans Amendments to the AASHTO LRFD guidelines. At the proposed box culverts, inlet and outlet scour protection will be designed to prevent undermining of the box culverts. This design will follow references such as, but not limited to, the: Caltrans Highway Design Manual, FHWA Publication HEC-1 4"Hydraulic Design of Energy Oissipators for Culverts and Channels", and FHWA IX TE R X N T 1 0 N A Publication HEC-23 "Bridge Scour and Stream Instability Countermeasures: Experience, Selection, and Design Guidance (Vols 1 & 2). It is assumed that the existing hydrology data is adequate to develop the 2-dimensional models. If additional hydrology analysis is necessary to support 2D modeling, it will be addressed as a separate addendum. Because this project ties within the Colorado River Basin and is ultimately tributary to an engineered, hardened, and maintained channel (the Whitewater River), hydromodification studies and preparation of a Caltrans format Rapid Stability Assessment or other hydromodification analysis/design is excluded from this project. Deliverables: • Hydraulics Basis of Design Report for each local jurisdiction (two reports total) • Preliminary Hydraulics Report for each culverdbridge crossing (four repartstolal) • Final Hydraulics Report far each culverdbridge crossing (four reports total) Task 4.2 Roadway Drainage Michael Baker intends to validate and expand upon the past study/concepts, as necessary, and perform the required technical hydrology studies to support Task 4.1, Scour Analysis and preparation of final engineering plans. A Hydrology Report will be prepared to accompany the engineering plans which will discuss the design approach and design flows at each flood crossing. Supporting hydrology calculations to be provided. Note that this report is independent of the Preliminary and Final Hydraulics Reports discussed in Task 4.1. A separate Hydrology and Hydraulic Report will also be prepared for the evaluation of stormwater runoff from the proposed street improvements and upstream tributaries within the street right of ways. This analysis will evaluate the 10-year and 100-yearstorm to ensure flood protection is provided, per RCFC&WCD flood protection criteria. The 10-year flood shall be contained within the top of curbs, if applicable. The 100-year flood shall be contained with the street R/W limits. Storm drain inlets and/or conveyances will be added at critical locations, as required. Mitigation measures will be provided, as necessary, to ensure stormwater flows are discharged from the streets to the receiving channels at non -erodible velocities. Task 4.3 NPDES Compliance Priority Development Projects (PDPs) require compliance with Regional Board Order No. R7-2013-0011, also referred to as the Regional Municipal Separate Sewer System (MS4) Permit (Permit). This Order is an area -wide urban runoff management program for Riverside County Flood County Flood Control and Water Conservation District, the County of Riverside, Coachella Valley Water District CRAG • FNVFLO�11` 1 TFCHNI .AI PROPOSAL • PAGE 21 LVAS, • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT and the Unincorporated cities of Riverside County with the Whitewater River Basin. A Water Quality Management Plan may be required by the Local agency, as is allowed by the Permit. This project does not trigger any of the eight Priority Development Project categories, however due to the high profile nature and location at the project, a WQMP may be requested. This has been included as an optional task, pending determination by the Cities. Task 5.0 Environmental Review, Coordination, Design and Permitting The Western Coachella Valley Food and Blowsand Roadway Improvement Project is subject to Federal and State environmental review and permitting requirements because the Coachella Valley Association of Governments requires an approval from FHWA. As such, the project is subject to the California Environmental Quality Act (CEQA) and the National Environmental Protection Act' (NEPA) for environmental assessment and compliance. This environmental review process considers other applicable Federal laws under the purview of other agencies (e.g., the Endangered Species Act, the Clean Water Act, the National Historic Preservation Act), and the completion of any environmental permit, approval, review, or study required under those other Federal laws. CVAG is the project proponent and the CEDA lead agency. FHWA's responsibility for environmental review, consultation, and any other actions required by applicable Federal environmental laws for this project are being carried out by the California Department of Transportation (Caltrans) pursuant to 23 United States Code Section 327 (23 USC 327)' and the Memorandum of Understanding dated May 27, 2022 and executed by the FHWA and Caltrans. Michael Baker's environmental work plan identified below is derived from the FHWA'sAnnotated Outline' for the preparation of a joint CEQA/NEPA document, referred as the Environmental Impact Report and Environmental Impact Assessment (EIR/EIS) document. Additionally, our work plan includes the preparation of technical studies, public scoping meetings, mandatory project noticing, and regulatory coordination, consultation, and permitting with various wildlife and regulatory agencies. Task 5.1 Project Initialan and Project Description Task 5.1.1 Project Initiation for Environment Work Plan Michael Baker will conduct an environmental project kickoff meeting with CVAG to obtain agreement on the basic project elements and define the project description and work plan. Michael Baker will review related project documents and relevant available information and conduct a visit to each at the three (3) sites. Deliverable: Meeting Agenda and Meeting Minutes in POF Format Task 5.1.2 Literature/Record Research and Project Description Michael Baker will obtain and review data for the analysis of project -relevant policies and documentation, as well as from local, state, and Federal agencies, which may be affected by the project. This information, along with data and information available from CVAG will become part of the foundation for the EIR/EIS. Michael Baker will prepare a draft project description for review and comment by CVAG staff. After receiving comments and making the appropriate changes, we will submit a revised version of the project description, which will become the basis for the project's environmental analysis and technical studies. Deliverables: Draft and Final Project Description in PDF Format Task5.2 -Technical Studies Task 5.2.1 Air Quality Analysis Michael Baker will summarize the existing Federal, state, and local air quality regulatory environment as it affects the proposed project and describe the location of sensitive receptors in the project vicinity. Using data provided by the California Air Resources Board (CARE) and the South Coast Air Quality Management District (SCAQMD), characterize existing air quality conditions in the project area and explain how those conditions are affected by local climate and topography. Regional Conformity. Michael Baker will evaluate whether the project meets regional transportation conformity requirements by determining whether it is included, as currently defined, in the most recent Regional Transportation Plan/Sustainable Communities Strategy (RTP/SCS) and Federal Transportation Improvement Program (FTIP) prepared by the Southern California 'Since2007, Caltrans has performed federal responsibilities forenvironmenlal decisions and approvals under NEPA for highwayprojects in California matare funded by FHWA. These responsibilities have been assigned to Caltrans by FHWApursuanl to two Memoranda of Understanding (MOU) signed by FHWA. The 23 USC 327MOUallom Calbans to approve Environmental Assessments (EA) and Environmental Impact Statements (EIS), and Categarmal Exclusions that cannot be approvedas 326 Us. The MOU between the Federal HighwayAdministradon andthe California Department of Transportation concerning the state of California's participation in the surface transportation pmject deYwrypragmm pursuant to 231/.5.C. 327, signed May27, 2022. 2hops//dmmgar/pmgramslenvironmenral analysrslnepa assignmentlassignmeni ucd=.rme l3 usr311-moo 2hbps-/ldotca-gw/programslenvironmenWl enalYsislstandard-anvrmnmemel-reterenre-sedlarms-temp;eies INTERNATIONAL - INTx�MaTlaMaL PAGE 22 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSANO ROAD IMPROVEMENT PROJECT Association of Governments (SCAG). Project -Level Conformity. Michael Baker will evaluate whether the project meets project-leveltransportation conformity requirements, which will also be used to support the CEOA/NEPA analysis. • Localized Carbon Monoxide Hot Spot Analysis. Analyze the degree to which project -related traffic volumes have a potential to effect local carbon monoxide (CO) concentrations using the California Department of Transportation CO Hotspot Protocol. It is anticipated that the CO screening procedure wilt be appropriate, and that CALINE-4 dispersion modeling will not be required. • Localized PM2.5/PM10 Hot Spot Analysis. The PM Hat Spot Analysis will assess the degree to which project -related traffic volumes have a potential to affect local PM2.5 and PM10 concentrations. Michael Baker will prepare the required PM Conformity documentation and submit to Caltrans for review and approval. Caltrans will then forward the documentation to the SCAG Transportation Conformity Working Group (TCWG). Michael Baker will lead the TCWG interagency consultation on behalf of the project sponsor via conference call. Based on our review of the proposed project description, it is assumed that the project will not be considered a Project of Air Quality Concern (POAOC), and that a screening -level PM conformity analysis will be sufficient. Evaluation of Construction -Period Emissions. A quantitative construction analysis will be performed to evaluate regional and localized mass emissions. Based on preliminary construction scheduling and phasing information, construction emissions wilt be quantified using the Road Construction Emissions Model (RCEM). Evaluation of Operations -Period Mass Emissions. Regional criteria pollutant emissions will be quantified using project - level vehicle miles traveled and EMFAC2017 emissions factors (with CARB SAFE Rule adjustment factors). Mobile Source Air Toxics. Evaluate proposed project -related mobile source air toxics (MSATs) emissions in accordance with FHWA updated interim guidance on how MSATs should be addressed in NEPA documents. It is assumed that a qualitative analysis will be prepared. Oeliverables: • Draft Air Quality Assessment report (electronic format) • FinalAir Quality Assessment report (electronic format) Task 522 Greenhouse Gas Emissions A quantification of operational -period greenhouse gas (GHG) emissions associated with implementation of the proposed project will be conducted. Operations -period GHG emissions will be quantified using regional daily vehicle miles traveled and EMFAC2017 emissions factors. Michael Baker will present a comparison of GHG emissions under the Build Alternatives and the No -build Alternative to characterize effects of the proposed project on GHG emissions. The analysis of climate change also will also incorporate the most recent guidance found on the Caltrans Standard Environmental Reference (SER) and Caltrans annotated outline. Construction GHG emissions will be quantified using the RCEM. Deliverables: • Draft GHG Emissions report (electronic format) • Final GHG Emissions report (electronic format) Task 5.2.3 EnergyAssessment Michael Baker will analyze the energy implications of the project pursuant to Public Resources Code Section 21100(b) (3) and Appendix G and Appendix F of the State CEGA Guidelines. These statutes and guidelines require a project to describe, where relevant, the wasteful, inefficient, and unnecessary consumption of energy caused by a project. In addition, Appendix G of the CEGA Guidelines requires a consistency analysis with state or local plans for renewable energy or energy efficiency. The analysis will analyze energy consumption associated with short-term construction activities and long-term operations using EM FAC2017. The analysis will also discuss the effects of the project on regional and local energy supply, demand, and resources, and the project's consistency with energy standards and requirements. Deliverables: • Draft Energy report (electronic format) • Final Energy report (electronic format) Task 5.2.4 Noise Study Report M ichael Baker wi It assess the noise impacts associated with implementation of the proposed project. The noise analysis will be presented in a Noise Study Report (NSR) consistent with the procedures and requirements specified by FHWA in Title 23, Section 772 of the Code of Federal Regulations (CFR) (23 CFR 772) and the Caltrans Traffic Noise Analysis Protocol (Protocol). The NSR will satisfy the requirements of NEPA and CEGA. Michael Baker noise staff will prepare a Noise Work Plan for Caltrans review and approval prior to initiating the noise work. Michael Baker will conduct traffic noise modeling of the build alternative and the no -build alternative using the FHWA Traffic Noise Model (TNM) Version 2.5 and traffic data to be provided by the project traffic engineer. This scope assumes that the project engineer will provide 3-D ComputerAided Design (CAD) topographical maps, with elevation contours at no greater than 2-foot resolution, that extend at least 500 feet outside of the right-of-way in all directions. TNM will be used to model worst hour traffic noise conditions at representative modeled receiver locations under existing conditions and design -year conditions with and without the proposed project. Michael Baker will prepare a NSR addressing the requirements of 23 CFR 772 in accordance with guidance I N T E F N N T 1 0 N A L CVAG • FNVELOPE 1TECHNICAL PROPOSAL • PAGE 23 :VAG • WESTERN COACHELLAVALLEV FLOOD AND ELOWSAND ROAD IMPROVEMENT PROJECT in the Protocol and following the NSR format indicated in the Caltrans Annotated Noise Study Report Outline. Should impacts be identified, the NSR will include a preliminary noise abatement design to schematically identify the location, height, and extent of noise barriers needed to abate noise impacts. Deliverables: ■ Draft Noise Study report inPOFFormat • Final Noise Study report inPOFFormat Task 5.2.5 Cultural Resources Assessment Michael Baker will prepare the cultural resources studies necessary to address requirements of Section 106 of the National Historic Preservation Act (NHPA), NEPA, CEOA, and the Caltrans 2014 First Amended Programmatic Agreement Among The Federal Highway Administration, the Advisory Council on Historic Preservation, the California State Historic Preservation Officer, and the California Department of Transportation Regarding Compliance With Section 106 of the National Historic Preservation Act, as it Pertains to the Administration of the Federal -Aid Highway Program in California (Section 106 PA). Reports will be prepared in compliance with the Caltrans Standard Environmental Reference (SER). It is anticipated that two documents will be required: a Historic Property Survey Report (HPSR) and Archaeological Survey Report (ASR) per Caltrans standards. These reports will be submitted concurrently. The reports will satisfy requirements of CEDA and Section 106 of the NHPA. The HPSR is the cover document far culturat resources technical studies and the ASR documents the identification efforts far archaeological resources. To complete these studies, we will complete: • The Area of Potential Effects (APE) delineation pursuant to Caltrans standards. ■ A records search at the Eastern Information Center with a 112-mite search radius. The records search identifies previously recorded or otherwise known cultural resources and previous culturat resources studies within or adjacent to the APE. A review of cultural resource inventories will be completed to identify cultural resources Ihet may be listed within or adjacent to the APE. If available, appropriate City/County listings will be reviewed. • Background research and literature review consisting of a review of archaeological, ethnographic, historical, and environmental publications and maps at historical archives. The background research will identify previously recorded or otherwise known cultural resources. • As -built request to Cathan s and review to guide the buried site sensitivity analysis. • Consultation with the Coachella Valley History Museum to identify any information or concerns they may have about the project within the APE. • A Native American Heritage Commission Sacred Lands File search to assist Caltrans with meeting Native American consultation requirements pursuant to Section 106 of the NHPA. We will contact the Native American Heritage Commission in Sacramento fora review of the Sacred Lands File to determine if the APE contains any known sacred lands, and a Us[ of Native American contacts who may have concerns about the project within the APE. We will work with Caltrans to draft and send a consultation letter to tribes identified on the NAHC contact fist. We wilt follow up on consultation requests with an email and/or phone call to the tribes No meetings with tribes have been scoped for this project. • An archaeological field survey of the 4.5-mile APE. • Consultation with Caltrans Professionally Oua0fied Staff throughout the document preparation process. AB 52 Consultation: We will assist CVAG with Native American consultation requirements pursuant to Assembly Bill (AB) 52. Deliverables: • Draft Historic Property Survey Report and Archaeological Survey Report in PDF Format • Final Historic Property Survey Report and Archaeologicat Survey Report in PDF Format • AB 52 consultation letter in Word Format Task 5.2.6 Transportation CEOA Vehicle Miles Traveled Assessment Michael Baker will conduct a Vehicle M iles Traveled (VMT) analysis consistent with the County of Riverside Transportation Analysis Go idelin es for Level of Service, Veh icle M Res Traveled (December 2020) or other guidelines as directed by CVAG staff at the time of analysis. Based on a preliminary review of the transportation project screening criteria, it is anticipated that the Varner Road and Date Palm Drive projects can be determined to have a less -than - significant transportation impact since these projects will not include adding motor vehicle throughput capacity to each of these roadways. However, since the Indian Canyon Drive project is anticipated to include an increase in motor vehicle capacity, the project is anticipated to require a full VMT assessment to calculate VMT using a regional travel demand model. Michael Baker will lead the VMT assessment effort with travel demand modeling support from Translutions, Inc. Screening Memorandums (Varner Road and Date Palm Drive) Michael Baker will conduct the detailed VMT screening analysis consistent with the appropriate guidelines for the Varner Road and Date Palm Drive projects. The Michael Baker Team anticipates that each of these projects will be exempt from a futLVMT assessment upon completion of the screening criteria review given the lack of increased motor vehicle capacity. VMTAssessment Memorandum (Indian Canyon Drive) I N T E R N A T 10 N A • PAGE 24 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT Michael Baker will prepare a methodology memorandum to serve as a scoping document which will outline the recommended VMT analysis methodologies and assumptions. The methodology memorandum, which will include the detailed screening analysis and will be submitted to CVAG staff for their review prior to conducting any required VMT analysis. Michael Baker has the in-house qualifications to conduct this analysis with travel demand modeling support provided by Translutions, Inc. Translutions will modify the RivTAM to evaluate the Indian Canyon Drive project including roadway widening. Consistent with the VMT guidelines, this task will be conducted using the base and future year models. It is not anticipated that significant network edits will be required as part of this task. Based on the requirements, VMT for the following scenarios will be calculated: (1) Base Year without project; (2) Base Year with project; (3) Future Year without project; and (4) Future Year with project. Feasible mitigation measures will be recommended and calculated either based on the County of Riverside Checklist, the CAPCOA checklist, or using percentage VMT reductions from CaIEEMod. Michael Baker will prepare a VMT assessment memorandum to discuss the findings of the analysis. This scope of work includes a total of two submittals to the CVAG (one draft report for CVAG review and one final report with CVAG comments addressed). NEPASupport Additional traffic operations analysis will be prepared to support the N EPA process. This task will include development of segment traffic volumes for the each of the three projects. Further study will be prepared for the Indian Canyon Drive project to evaluate the capacity expansion. This task will result in the following: 1. Varner Road - Traffic Volume Technical Memorandum to document the segment daily, AM Peak Hour, and PM Peak Hour volumes along the corridor, by direction. Volumes will be developed for Existing, Opening Year, and Design Year conditions. Future No Build and Future Build traffic volumes are anticipated to be the same. 2. Date Palm Drive- Traffic Volume Technical Memorandum to document the segment daily, AM Peak Hour, and PM Peak Hour volumes along the corridor, by direction. Volumes will be developed for Existing, Opening Year, and Design Year conditions. Future No Build and Future Build traffic volumes are anticipated to be the same. 3. Indian Canyon Drive -Traffic Operations Analysis Technical Memorandum to document the volume development and traffic operations analysis. The operations analysis will be conducted to support the NEPA process given the planned capacity expansion along the corridor. Analysis methodologies, assumptions, and findings will be documented in three separate technical memorandums, one for each project. This scope of work includes a total of two submittals to the CVAG (one draft report for CVAG review and one final report with CVAG comments addressed). Traffic Date for Air Duality and Noise Analysis Additionally, traffic data not required for the previous analysis, but needed for the air quality and noise analysis will also be developed as needed including: 1. Segment traffic operations analysis for the Varner Road and Date Palm Drive projects to obtain operating speeds. 2. Regional VMT for the Opening Year No Build and Build conditions for the Varner Road and Date Palm Drive projects. Deliverables (in electronic format): • CEQA Vehicle Miles Traveled Assessment in POF Format consisting of: • Varner Road VMT Screening Memorandum • Date Palm Drive VMT Screening Memorandum • Indian Canyon Odve VMT Screening and Methodology Memorandum • Indian Canyon Drive VMT Assessment Memorandum • NEPA Support in POF Format consisting of: • Varner Road Traffic Volume Technical Memorandum • Date Palm Drive Traffic Volume Technical Memorandum • Indian CanyonDriveTrafficOperationsAnalysisMemorandum • Dataset for use in the air quality and noise technical studies Task 5.2.7 Location Hydraulic Study and Summary Ftoodptain Evaluation Report The project locations lie within mapped FEMA Floodplains per FEMA Panel Nos. 06065CO895G and 06065C1577G (both Effective 8/26/2008). Because this project lies within a mapped floodplain, Federal Regulations and Executive Order 11988 and Riverside County Ordinance 458 require that the flood hazard risk be evaluated. MBI has extensive experience preparing Location Hydraulic Studies (LHS) and Summary Floodptain Evaluation Reports (SFER) for review by Caltrans District 8 as part of their oversight process. Michael Baker will complete the Location Hydraulic Study and Summary Floodptain Evaluation Report in accordance with Chapter 17 of the Standard Environmental Reference and HDM Figures 804.7Aand 804.78. Existing Condition hydrology and hydraulic models willbe referenced from existing studies. New off -site (Regional) hydrology is not included in this scope of work. Deliverables: • Draft Location Hydraulic Study and Summary Roodplain Evaluation Report in PDF Format • Final Location Hydraulic Study and Summary FloodplainEvaluation Report in POF Format Task 5.2.6 Water Quality Assessment Report A Water Quality Assessment Report (WQAR) will qualitatively discuss the project's impacts on receiving water quality during construction and post -construction conditions based on the region's applicable stormwater rWrrrlrrrF`r I N T E R N AT 1 0 N A CVAG • ENVELOPE I:'ECHNICAL PROPOSAL • PAGE 25 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT regulations and consistent with the NPDES permit requirements. The report will discuss the following: ■ The evaluation of the potential impacts related to implementing the project. ■ Regional Hydrology, Local Hydrology, Floodplains, Precipitation and Climate, Groundwater Resources, Soils/Erosion Potential, Surrounding Land Uses, and Topography. • The applicable requirements of the local NPOES permit (Order No. R7-2013-0011, or subsequent permit in effect at time of preparation), Federal Clean Water Act (CWA), State Water Quality Regulations (Statewide General Construction Permit), State Requirements under Section 402 of the Federal CWA, Beneficial Uses, Groundwater and Surface Water Quality Objectives, and Impaired Waters. A risk analysis Oil be conducted consistent with the CaUfornia Statewide General Construction Permit (Ord er2009-0009-DWO). • Potential stormwater quality mitigation measures (Best Management Practices) that may be needed per the water quality requirements applicable to the project. Deliverables: • Draft Water Quality Assessment Report (electronic format) • Final Water Quality Assessment Report (electronic format) Task51.9 Biological Assessment Michael Baker will conduct a database search of the California Department of Fish and Wildlife's (CDFW) California Natural Diversity Database, the California Native Plant Society (CNPS) Electronic Inventory of Rare and Endangered Vascular Plants of California listings, and the U.S. Fish and Wildlife Service (USFWS) Information for Planning and Consultation online system and Critical Habitat mapper to preliminarily identify any special -status biological resources known to occur within the general vicinity of the project sites. In addition, a detailed review of the Coachella Valley Multiple Species Habitat Conservation Plan (MSHCP) will be conducted for implications on the proposed project. Michael Baker wilt systematically survey the project site to document baseline biological conditions and evaluate the site's potential to support special -status plant and wildlife species, including habitats and species covered under the MSHCP. The field survey will be conducted by a qualified biologists) to document the presence/absence of special - status biological resources, or to determine the potential for occurrence of such resources that may not be detectable when the literature review is conducted. In addition, the Location of any special -status plant and wildlife species and vegetation communities will be mapped, if present on -site. Vegetation communities occurring within the project site will be classified in accordance with the vegetation descriptions provided in the MSHCP and cross-referenced with A Manual of California Vegetation (Sawyer et al. 2009). Data collected during the field survey will provide an overall understanding of the project setting and biological resources potentially occurring in the area. r•ir•••TIORAL Michael Bakerwill then prepare a comprehensive report to summarize the information and results obtained during the literature review and field survey, document all plant, wildlife, and vegetation communities observed, and determine the potential for any special -status species to occur on or within the vicinity of the project sites. In addition, the report wit( provide an analysis of anticipated project -related impacts to biological resources and identify any additional biological surveys, mitigation measures, and/or permit requirements that may be required prior to implementation of the proposed project. Further, the report will include a consistency analysis to document compliance with the MSHCP and identify potential impacts to MSHCP- covered species and habitats. The final report will be sufficient for use by Caltrans as the federal lead agency to demonstrate compliance with CEDA and NEPA. Site photographs taken during the field survey and Geographic Information Systems figures will be included in the report to further enhance written text and visually identify specific biological information as it relates to the project site. Assumptions and (Exclusions: This task anticipates the field survey effort will be conducted in two (2) days and allows for two (2) rounds of review/revisions to the draft report before accepted as final. This task also assumes that the CVAG will provide full access to the project site, as well as keys to locked gates and advance notice of our right of entry. This task also assumes that the report will not be prepared following Caltrans guidelines for preparation of a Natural Environment Study/Natural Environment Study - Minimal Impacts (NES/NES-MI). If required, an additional scope and fee would be required and submitted to CVAG for review/approval. Deliverables: Michael Baker will submit an electronic copy (POF) of the final report to CVAG. Task 51.9.1 Focused Burrowing Owl Surveys Based on a preliminary review of occurrence records in the CNDDB (CDFW 2022), burrowing owls have been documented within the vicinity and in similar habitat to that which occurs on the project site. Therefore, to ensure the analysis of potential impacts to biological resources is compliant with current standards under the CEGA, requirements of the MSHCP, and guidance provided by CDFW, Michael Baker biologists will conduct focused surveys to map the extent of suitable habitat and confirm the presence/absence of burrowing owls on and within the immediate vicinity of the project site. All suitable burrows/nest sites, including rock piles and non -natural substrates, will be mapped and thoroughly examined for signs of presence and all burrows encountered will be examined for shape, scat, pellets, feathers, tracks, and prey remains. The locations of any remnant/occupied burrows/nests or burrowing owl sign will be recorded with a hand-held GPS unit. r_vAe • r+I,?r Opr I TFCN`nCAI. PI?OPOi,AI • PAGE 26 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT Following the completion of the final survey, Michael Baker wilt prepare a letter report summarizing the methods, conditions, and results of the focused surveys. Site photographs and GIS figures will be included in the final report to further enhance written text and visually depict the locations of any suitable habitat/burrows, occupied or remnant burrows, sign, and/or burrowing owls, if found. Assumptions & Exclusions: This task assumes four (4) field surveys will be conducted and allows for one (1) round of response to comments on the draft report before accepted as final. This task excludes the preparation of a Burrowing Owl Exclusion Plan. Deliverables: Michael Baker will submit an electronic copy (PDF) of the final report to CVAG. Task 5.2.9.2 Coachella Valley Fringed -Toed Lizard Protocol Surveys Based an a preliminary desktop review, a number of records of the federally -listed -threatened and State -listed endangered Coachella Valley fringed -toed lizard (Uma inornate) occur within close proximity of all three road segments. This species is also a Covered Species under the CVMSHCP. As a result, Michael Baker proposes to conduct protocol -level surveys for this species following USFWS (2007) protocols described in Coachella Valley Fringe -toed Lizard (Uma inornate) Survey Protocol. Per protocol, six surveys would be conducted between April and October over the same area on separate days, using transects spaced five (5) meters apart. Surveys would be conducted following the time of day, temperature, and other requirements outlined in the USFWS protocols. Following completion of the surveys, a Letter report describing the survey methods and results would be prepared. Assumptions and Exclusions: This task assumes the six (6) focused field survey prescribed under the protocol will be conducted by three (3) qualified biologists and allows for one (1) round of review/revisions of the survey report prior to accepted as final. Deliverables: Michael Baker will submit an electronic copy (PDF) of the final survey report to CVAG. Task 5.2.9.3 Rare Plant Surveys Based on a preliminary desktop review, records of the federally -listed endangered Coachella Valley milk -vetch (Astragalus lentiginosus var. coacheRae) occur within proximity of all three road segments. This species is also a Covered Species under the CVMSHCP. As a result, Michael Baker proposes to conduct rare plant surveys during the blooming period (February through May) for this species following CDFW (2018) protocols described in Protocols for Surveying and Evaluating Impacts to Special Status Native Plant Populations and Sensitive Natural Communities. Following completion of the surveys, a letter report describing the survey methods and results would be prepared following the survey protocols. Assumptions and Exclusions: This task assumes the two (2) focused field surveys will be conducted by three (3), qualified botanists/biologists and allows for one 0 ) round of review/revisions of the survey report by CVAG before accepted as final. This task also includes time to track when the species is blooming in order to appropriately time/ schedule the rare plant surveys. Deliverables: Michael Baker wilt submit an electronic copy (PDF) of the final survey report to CVAG. Task 5.2.9A Joint Project Review Application If impacts would occur within MSHCP Conservation Areas, the proposed project would be subject to the Joint Project Review (JPR) by the CVCC. Michael Baker will provide technical support to CVAG to review and respond to comments received from the CVCC, USFWS, and/or CDFW. Assumptions: This task assumes one (1) round of review/ revisions with CVAG before accepted as final, and two (2) rounds of review/revisions with the CVCC, USFWS, and COFW. Deliverables: Michael Baker will submit an electronic copy (PDF) of the finatJPR Application to the CVAG. Task 5.2.9.5 Protocol Desert Tortoise Surveys If required, Michael Baker biologists will conduct protocol surveys to determine the presence/absence of desert tortoise (federally/State threatened and MSHCP Covered Species). Following completion of the survey, Michael Baker will prepare a letter report documenting the methods and results of the presence/absence survey, as well as identify any additional mitigation measures that may be required for the proposed project. The report will be supported by tables, figures, maps, and photographs as necessary to present a complete analysis. Assumptions and Exclusions: This task assumes the three (3) field surveys prescribed under the protocol will be conducted by three (3) qualified biologists and allows for one (1) round of review/revisions of the survey report before accepted as final. Deliverables: Michael Baker will submit an electronic copy (PDF) of the final survey report to CVAG. Task 5.2.9.6 Biological Resources Technical Report (Optional Task) If impacts would occur an lands managed by the U.S. Bureau of Land Management (BLM), Michael Baker will prepare a Biological Resources Technical Report (BRTR) for the proposed project. Adatabase search of the CDFW California Natural Diversity Database, the CNPS Inventory of Rare and Endangered Vascular Plants of California listings, and the USFWS Information for Planning and Consultation online i N T e RN A 1 0n a .. . PAGE 27 CVAG • WESTERN COACHELLA VALLEY FLOOD AND aLOWSAND ROAD IMPROVEMENT PROJECT system and Critical Habitat mapper will be conducted to preliminarily identify any special -status biological resources known to occur within the general vicinity of the project site, particularly those protected by the BLM that may not have been previously considered. Vegetation communities occurring within the project site will also be classified in accordance with the vegetation descriptions provided in the MSHCP and the Proposed California Desert Conservation Area Plan Amendment for the Coachella Valley (BLM 2002). This report is a BLM requirement and will follow an agency - specific format, as well as evaluate potential impacts to federally listed species for the purposes of future Section 7 consultation between the BLM and USFWS. New contemporary site photographs taken during the field survey and updated CIS figures will be included in the report to further enhance written text and visually identify specific biological information as it relates to the project site. Assumptions and Exclusions: This task assumes one (1) field survey will be conducted by two (2) qualified biologists and two (2) rounds of review/revisions of the BRTR by the BLM to the draft BRTR before accepted as final. This task excludes additionaUupdated protocol surveys or pre - construction surveys for special -status plant and wildlife species; should any species -specific surveys be required or requested by BLM, an additional scope and fee would be required before the work could be conducted. Deliverables: Michael Baker will submit an electronic copy (PDF) of the final BRTR to CVAG and the BLM. Task 52.9.7 810togicalAssessreent(OptionalTask) If federally listed species and species protected by the BLM and/or USFWS are either known to be present on -site or are assumed to be present, the BLM will need to undergo Section 7 consultation with the USFWS pursuant to the Federal Endangered Species Act. Michael Baker will prepare a Biological Assessment (BA) to initiate format Section 7 consultation for authorization of take of federally listed species on BLM-administered lands. The completed BA would be submitted to the BLM to submit to the USFWS to initiate Section 7 consultation. Assumptions and Exclusions: This task assumes two (2) rounds of review/revisions of the BA by CVWD and the BLM before accepted as final. This task has been proposed conservatively to assume that a full BA would be required for the project, with the understanding that it may be possible to undertake a streamlined BA/Section 7 process between the BLM and USFWS based on compliance with the MSHCP. The possibility of a streamlined BA would be ascertained after completion of the BRTR (Task 7 above) in consultation with the BLM and USFWS and this scope of work may adjust accordingly if the streamlined process is approved. I N T E R N AT I a N•L Deliverables: Michael Baker will submit an electronic copy (POF) of the final BA to CVAG and the BLM. Task 5.2.10 Aquatic Resources Delineation Report Michael Baker will conduct a site reconnaissance and perform a delineation otjurisdictional"waters of the United States" and "waters of the State" (including potential wetlands), located within and/or immediately adjacent to the boundaries of the project site. The jurisdictional delineation will result in: • A determination of the U.S. Army Corps of Engineers (Corps) ordinary high-water mark (OHWM) and indicate the existence of any three (3) parameter wetlands on -site The actual presence or absence of wetlands on -site will be verified through the determination of the presence of wetland hydrology, hydrophytic vegetation, and hydfic soils pursuant to the Regional Supplement to the Corps of Engineers Wetland Delineation Manual Arid West Region (Version 2.0) (Corps 2008); • The California Department of Fish and Wildlife s (CDFW) jurisdiction identified on -site as a streambed or to the outer drip One of riparian vegetation (if present) pursuant to Section 1600 at seq. of the California Fish and Game Code (CFGC); and • A determination of the Regional Water Quality Control Board's (Regional Board) jurisdiction based on the adopted State Welland Definition and Procedures for Discharges of Dredged or Fill Material to Waters of the State (Stale Water Resources Control Board, 2019). In cases where federal jurisdiction is not present, the delineation will identify areas under the jurisdiction of the Regional Board pursuant to Section 13263 of the California Porter -Cologne Water Quality Control Act. Michael Baker will prepare a letter report discussing on -site jurisdictional areas. Pursuant to agency requirements, the report will include the required exhibits to enhance the written text and identify jurisdictional areas. This task includes time for CIS analysis to support the preparation of the jurisdictional delineation figures. The delineation figures will be a scale of 1 " = 300' or greater and wilt consist of an aerial photograph. Drainage and/or wetland features will be overlaid on the aerial photograph and the extent (acreage and linear feet) of each agency's jurisdiction will be identified. Assumptionsand Excluslons:This task assumes one (1) field survey will be conducted by two (2) qualified wetland delineators and allows for one (1) round of review/revisions by the Client prior to submittal. Deliverables: Michael Baker will submit an electronic copy (PDF) of the final Aquatic Resources Delineation Report to the Client. Task 5.3 -Notice of Pre paration/ Notice of Intent & Public Scoping Meeting Task 5.3.1 -Notice of Preparation and Notice of Intent Michael Baker will prepare the Notice of Preparation (NOP) and Notice of Intent (NOI) which will identify the potentially significant effects of the project that will require further analysis in the EIR/EIS. The distribution process wilt include " PAGE 26 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT the following steps: • Michael Baker will distribute the NOP/1101 to up to 10 agencies via FedEx and residents that have requested notices via first-class mail. Michael Baker will provide a version of the NOP/N01 suitable for newspaper publishing by CVAG. CVAG will be responsible for publish the notice with the newspaper. Michael Baker will submit the NOPIN to the State Clearinghouse with a Notice of Completion (NOC) form. CVAG will coordinate with Caltrans/FHWAto publish the N01 in the Federal Register. ing 01 Deliverables: • Draft Notice of Preparation/Natice of Intent in Word Format • Final Notice of Preparation/Notice of Intent (Up to 50 hard copies) and in PDF Format Task5.3.2 • Public Scoping Meeting Michael Baker will assist CVAG in conducting a scoping meeting during the 30-day NDP/NO 1 public review period. Michael Baker will facilitate the public meeting, including intake of public comments on the project. We will provide a draft and final presentation, as well as comment sheets, sign -in sheets, and speaker cards.. M ichael Baker wilt consolidate the written comments received during the scoping meeting and public review period for agency consideration and documentation in the EIR/EIS. Oetiverables: • Draft Presentation in Microsoft PowerPoint Format • Final Presentation in Microsoft PowerPoint Format • Meeting Materials (Sign -in Sheet and Comment Cards) • Meeting Minutes in POF Format TASK5.4 • Preparation of the EIR/EIS The Draft EIR/EIS will be prepared in accordance with the State CEOA Guidelines with consideration of CVAG's guidance including local guidelines and thresholds, and the FWHA's NEPA Guidance documents including Council on Environmental Quality (CEO) Regulations for Implementing NEPA (40 CFR 1500-1508), FHWA's Environmental Impact and Related Procedures (23 CFR 771). Task 5.4.1 Administrative Draft EIWEIS Preparation Michael Baker will prepare a comprehensive Administrative Draft EIR/EIS for lead agency review. The proposed outline and approach for the Draft EIR/EIS is further described below and derived from the FWHA's Annotated Outline for an EIS and the State CEOA Guidelines but can be modified to best conform to the project needs. Executive Summary This section will contain a summary of the proposed project and alternatives and associated environmental consequences. This section will identify each potential environmental impact; the level of significance of each impact; mitigation measures required; and impacts after mitigation. The summary will also note areas of known controversy and an assessment of the alternatives reviewed and theirassociated impacts. Introduction This section will introduce the project's purpose and needs, summarize the EIR/EIS process, and use of the EIR/EIS. The purpose and need statements will drive the development of the range of alternatives. The project's needs will likely include transportation demand, safety, legislative direction, urban transportation plan consistency, modal interrelationships, and the condition of the existing roadways and circulation system. Proposed Project and Project Alternatives • The project description will fully describe the Project Description and Project Alternatives, including a comparison of Project Alternatives. • Preferred Alternatives • Alternatives Considered by Eliminated from Further Consideration The section will describe the process that was used to develop, evaluate, and eliminate potential alternatives based on the purpose and need of the project. The discussion will include alternatives were selected for detailed study, the reasons why some alternatives were eliminated from consideration and describe how the alternatives meet the need for the project. T This section will also identify the project objectives, as well as, permits and approvals needed to develop the project. Environmental Setting /Affected Environment The environmental setting will provide narrative and map descriptions of the existing environment. In addition, the geographic character of the area will be described and illustrated here, including land use/zoning, vegetation, wetlands, floodplains and wildtand fire hazard zones, as applicable. Environmental Assessment and Consequences This section will describe the impacts of project alternatives on the environment and documents the methodologies used in evaluating these impacts. Information in this section is used to compare project alternatives and their impacts. This section will describe in detail both the impacts of the proposed action and the potential measures that could be taken to mitigate these impacts. Mitigation must be considered for all identified impacts, regardless of their significance. The prelude to the topic specific environmental analysis will include an explanation of how the impact analysis will proceed and include an assessment of irreversible and irretrievable impacts, construction impacts, and cumulative impacts. Each environmental resource topic addressed in the EIR/EIS will have the following subsections: • The existing conditions sections will be based on existing data sources, relevant technical reports and desktop research. • The impact analysis will evaluate the potentially significant impacts of the project based on applicable thresholds, qualitative and quantitative i• r e a e ATION u CVAG • ENVELOPE P. TECHNICAL PROPOSAL • PAGE 29 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT discussion, with consideration of the environmental context. Also see Technical Approach to Environmental Topics below for discussion of the environmental approach by CEOA topic. • Avoidance, Minimization, and/or Mitigation Measures wilt be included if needed and feasible to reduce impacts to less than significant levels. • The cumulative analysis for each topic will consider the impacts of the project, in combination with other past, present, and reasonably foreseeable projects in the area. A list of cumulative projects (identified in the environmental setting section) or summary of cumulative buildout conditions for the relevant geographic area for the topic will form the basis for the cumulative impact analysis. The geographic study area for each analysis will vary by topic. Pursuant to CEGA and N EPA requirements the following List of resource topics will be addressed in the EIR/EIS document: • Land Use Species • Enviro nm onto I Justice and • Cultural Resources, Historic Social Impacts and Archeological Preservation ■ Economic Impacts I Tribal Resources • Air Quality/Greenhouse Gas • Hazards& Hazardous Materials Emissions • Aesthetic & Visual Impacts • Transportation & Circulation • Energy • Noise • Utilities and Public Services • WaterOualityandHydrology & • Irreversible and Irretrievable Floodplains Commitment of Resources • Biological Resources I • Farmland and Forestry Threatened or Endangered Other Federal Requirements and CEOA Considerations This section will address growth inducing impacts of the project and a summary of significant and unavoidable impacts of the project. Deliverable: Administrative Draft EIR/EIS in Word and PDF Formal Task 5.4.2 Screencheck Draft EIRIEIS Preparation Michael Baker will revise the Administrative Draft El by addressing one round of comments to be provided in an editable, electronic format (Microsoft Word). Michael Baker will identify any comments which need clarification, guidance, or further discussion with CVAG for cam ment resolution. Deliverable: Screencheck Draft EIR/EIS in Word and PDF Format Task5.4.3 Circulation of Draft EIR/EIS and Public Notification This task involves the production, editorial work, and communication processes anticipated to publish the Draft EIR/EIS for public review and comment. Upon approval of the Screencheck Draft, Michael Baker will prepare the Draft EIR/EIS for publication and distribution. Public notification will include preparing the Notice of Availability (NOA) and Notice of Completion (NOC) for the State Clearinghouse, and key transmittals. The NOA! NOC will indicate where the Draft EIR/EIS can be accessed for review, including an on-line webpage and hard copy placement at CVAG's office. Michael Baker will submit the Draft EIR/EIS to the State Clearinghouse for a 45 day public review via electronic submittal. Michael Baker will distribute the NOA parties an the CVAG's agency notification list via certified mail or other trackable means of delivery and submit the NOA/NOC to the Riverside County Clerk for posting. The NOA/NOA will also be distributed to a radius distribution list as defined by CVAG. CVAG will be responsible for publishing the Draft EIR/EIS and Notices on its website, and publication of the NOA/NOC in a local newspaper. CVAG will coordinate with Caltrans/FHWAto publish the notification in the Federal Register. Deliverables: • Draft EIR/EIS (four hard copies of the Draft EIRIEIS and Appendices on Disc) • Draft EIR/EIS (electronic format) • Draft EIR/EIS and N0A/N0C to the State Clearinghouse (electronic submittal) • NOA/NOC to CVAG's agency distribution list; approximately 30 parties (certified mail or other trackable means) • NOAINOC to radius mailing list; approximately 30 parties (via U.S. Mail) Task 5.4.4 Final EIR/EIS Preparation Following the formal comment period and receipt of written comments from the public and other agencies, the Final EIR/EIS will be developed and issued. The Final EIR/EIS will address the written comments on the Draft EIR/EIS and identify, based on analysis and comments, the "preferred alternative." The Final EIR/EIS must identify and describe the preferred alternative and the basis for that decision. Michael Baker will prepare draft Response to Comments letters for CVAG review (CEGA requirement). Any revisions to the Draft EIR/EIS will be in an errata format/section indicating what section is being modified, with content changes identified in a strikeout (for deletions) and underline format (for additions). Mitigation Monitoring and Reporting Program (CEOA requirement) Michael Baker will prepare a Mitigation Monitoring and Reporting Program (MMRP) in a CVAG-approved format. The MMRP typically uses a tabular format including the following content: mitigation measure; entity responsible for implementing the measure; agency responsible for verifying the measure; monitoring and reporting schedule; and compliance criteria. Statement of Overriding Consideration and Findings of Fact (CEOA requirement) If desired by CVAG, Michael Baker is available to prepare i e r e s 4 A I O N AL • • PAGE 30 CVAG N WESTERN COACHELLA VALLEY FLOOD AND SLOWSAND ROAD IMPROVEMENT PROJECT findings in accordance with State CEOA Guidelines Section 15091 for each effect identified in the EIR. Project alternatives will also be discussed. A Statement of Overriding Considerations will be prepared, if necessary, describing the CVAG's rationale for approving the project in Light of any unavoidable significant environmental impacts. The Notice of Determination (NOD) is the final step in the EIR process and must be filed with the County Clerk within five (5) days of project approval. Michael Baker wilt prepare a draft NOD and coordinate with CVAG to finalize the NOD. Michael Baker will file the NOD with the Riverside County Clerk and State Clearinghouse. CVAG will be responsible for payment of the applicable administrative and California Department of Fish and Wildlife filing fees. The Record of Decision (ROD) is the final step in the EIS process and may not be issued sooner than 30 days after the approved final EIS is distributed for 90 days after the Draft EIS is circulated. The ROD will identify the selected alternative, present the basis forthe decision, identify the alternatives considered, specify the "environmentally preferable alternative,"and provide information on the adopted means to avoid, minimize and compensate for environmental impacts. CVAG will coordinate with Caltrans/ FH WA in order for the federal lead agency to prepare and publish the ROD. Deliverables (in Word and POF format): • Draft and Final EIR/EIS including the Response to Comments and Errata • Draft and Final Comment Letters • Draft and Final Statement of Overriding Considerations • Draft and Final Findings of Fact • Draft and Final Mitigation Monitoring and Reporting Program • Draft and Final Notice of Determination TASK 5.5 -REGULATORY COORDINATION, CONSULTATION AND PERMITTING Task 55.1: USACE 404 Authorization The USACE will allow use of the expedited Nationwide Permit Program (NWP) for projects that involve single crossings of a water feature with independent utility. Since each of the proposed roadway crossings can function independently of each other, the first step in our process will be to determine it the proposed improvements meet the requirements for authorization under an NWP. We anticipate that NWP 14- Linear Transportation Projects would apply, which limits the amount of permanent impacts or fill to 0.5 acre per crossing. We have the option of combining this permit with NWP 33 - Temporary Construction, Access, and Dewatering or reviewing other NWP types that may offer more flexibility, depending on the activities proposed at each crossing. In the event that one or more crossings exceed the thresholds for 404 authorization under an NWP, Michael Baker will prepare an Individual Permit application package for submittal to the USACE. Please note that we have scoped for the more work and schedule intensive IP application to avoid the need for an augment. Because the NWP requires less effort, Michael Baker can obtain NWPs for the crossings under the same scope and cost. Our task assumes preparation of 1 (one) IP or 1 (one) NWP application package that incorporates identified proposed improvements at the five crossings. The IP application will be prepared for review by the applicant and then provided to the USACE via email FTP link and include the following components: A standard Individual Permit (I P) will be prepared as impacts exceed standard conditions of the Nationwide Permit Program. Michael Baker will prepare a submittal package to the Corps to satisfy the requirements of Section 404 of the Clean WaterAct (CWA). Due to significant Corps staffing limitations, and based on our experience in IP processing, Michael Baker will also prepare the following documents during the IP process. We have found that the processing time is greatly reduced when the following items are provided to the Corps: • Public Notice: Michael Baker will assist Carps staff in preparing the draft Public Notice for the project pursuant to Section 404(b)(1) of the Clean Water Act. Prior to preparing the Public Notice, Michael Baker wilt coordinate with the Corps to determine an appropriate notification radius. Following circulation of the Public Notice, Michael Baker will assist the Corps in responding to up to five (5) comments, as each comment letter may contain multiple comments. Additional responses can be provided under an approved task/budget augmentation. • Draft National Policy Act Cc mptiancel NEPA Environmental Assessment (EA): Issuance of a Corps IP is a federal action and therefore triggers NEPA. Michael Baker will prepare the EA that summarizes information about the proposed activities and addresses comments received by the community during the required Public Notice. This proposal assumes one round of comments from the Client and one set from the Corps. This task excludes the preparation of new studies not defined in this scope of work. 404 (b) (1) Alternatives Analysis Section 404(b)(1) of the Clean Water Act requires preparation of an Alternatives Ana lysis prior to issuance of an Individual Permit. The analysis focuses on the projects need for "water dependency," where applicable. The focus is on each alternative's impact or reduction of impacts to aquatic resources. An Alternatives Analysis wit[ be completed as required under Section 404(b) (1) based on engineering/planning alternatives described in the engineering documents, as well as those set forth in the CEOA/NEPA document. Michael Baker assumes up to three (3) alternatives will be evaluated in detail part of the Alternatives Analysis. The goal of the 404(b) (1) Alternatives Analysis is to identify possible alternatives that could avoid, minimize, INTERNATIONAL CVAO • ENVELOPE I: TECHNICAL PROPOSAL • PAGE 31 CVAJ • WESTERN -COACH ELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT or mitigate for impacts to waters of the US (WoUS) caused by the proposed action while still accomplishing the primary objectives of the project. The Alternatives Analysis can consider the relative costs of each alternative, logistical constraints, technological practicability, off - site alternatives, and on -site alternatives. Michael Baker assumes the client will provide any economic data information to include within the alternatives analysis, where required. The components as required by the 404(b) (1) Guidelines, will be included as part of the Alternatives Analysis. Other Federal Agency Consultation The proposed improvements are expected to be considered covered activities under the Coachella Valley MSCHP. We understand that any Section 1 and Section 106 consultation will be conducted by Caltrans/FHWAduring the CEOA/ NEPA process. We anticipate that documentation of those consultation efforts would be provided to the USACE for their review and have included up to 8 hours of coordination time to facilitate transfer of documents and answer questions. Our scope of work does not include formal Section 7 or Section 106 consultation through the USACE. Assumptions: This task assumes two (2) rounds of response to comments on the draft Section 404 application package from the applicant prior to acceptance as final Deliverables: Draft application package (PDF); Final PDF to the Corps and PDF to the Client for file. Task S.5.2: 401 Water Quality Certification Section 401 of the Clean Water Act (CWA) requires that any discharge of dredge or fill material into Waters of the U.S., including wetlands, not violate state water quality standards. Water quality certification must be obtained as a condition of Section 404 of the CWA before USACE will issue the 404 NWP. As required by the RWQCB, Michael Baker will submit a request for pre -application meeting 30 days prior to submittal of the 401 application materials. We will be prepared to discuss the project map, alternatives, proposed mitigation, and best management practices during the meeting. A written request for a Section 401 Water Quality Certification wilt then be submitted to the RWQCB, Colorado River Region. The 401 Water Quality Certification request generally includes the following items: • A completed application form; • A detailed project description; • A description of project impacts; • A description of best management practices to avoid erosion and sedimentation or discharge of materials into stormwater, both during construction and long-term project operation; • A discussion of the approvals being obtained from other federal, state, and local agencies • The project CEGA document (a draft of the document must be submitted for the application to be deemed complete); • The application fee assessed using the RWQCB Dredge and Fill Fee Calculator (to be assessed by Michael Baker and provided by the applicant). • Alternatives Analysis as required by the Wetland Delinition and Procedures for Discharges of Dredged or Hll Material to Waters of the State for projects with permanent impacts that exceed 0.1 acre and 100 linear feet of non-wedand waters Pursuant to the State Permit Streamlining Act, the RWQCB has 30 days following receipt of the 401 application to deem an application complete or request additional information. Following a determination that the application is complete, the RWQCB has an additional 60 days to issue the 401 Water Quality Certification. Please note that RWQCB is not permitted to issue the 401 water quality certification until the CEDA document is adopted and the Notice of Determination is submitted. Assumptions: This task assumes two (2) rounds of response to comments on the draft Section 401 application package from the applicant prior to acceptance as final Deliverables: Draft application package (PDF); Final PDF to the RWQCB and PDF to the Client for file Task 5.5.3: CDFW 1602 Streambed Alteration Agreement Michael Baker will prepare the SAA application for submittal to CDFW to request authorization to temporary and permanent impacts to Waters of the State. The application will be uploaded to the CDFW EPIMS online system. CDFW is a state agency; therefore, under the state Permit Streamlining Act, when the term of the requested agreement is 5 years or less, CDFW has 30 days following receipt of the 1602 application to deem an application complete or request additional information. Following a determination that the application is complete, CDFW has an additional 60 days to issue the draft 1602 SAA for review/ signature by the applicant. Assumptions: This task assumes two (2) rounds of response to comments on the draft Section 1602 application package from the applicant prior to acceptance as final Deliverables: Draft application package: Application uploaded to CDFW through the online EPIMS and PDF to the Client for file. Task 5.5.4. Resource Agency Coordination Applications will be coordinated with the USACE, RWDCB, and CDFW throughout processing to ensure that any potential issues are communicated to CVAG and resolved at the earliest possible opportunity. Coordination may include telephone, email, or written correspondence, or meetings with the agencies. This scope of work includes up to 45 hours of agency coordination time, including one site visit with regulatory agency staff and the applicant. Deliverables: Copies of agency correspondence, including emails, phone log, and meeting minutes associated with the 404, 401, and 1602 consultations. - INTERNATIONAL - • PAGE 32 CVAG • WESTERN COACHELLA VALLEY FLOOD AND ELOWSAND ROAD IMPROVEMENT PROJECT TASK 5.6 - ENVIRONMENTAL TASKS MANAGEMENT Task 5.6.1 Coordination Meetings Michael Baker's environmental project manager will develop a regular meeting schedule with CVAG staff to coordinate on project status and action items throughout the project. It is assumed that these check -in meetings will be conducted via conference call or MS Teams software, which allows us to share our computer screen with participants to collaboratively review documents. It is expected that these meetings will occur monthly, with more frequent calls necessary during project ramp -up and critical review and comment cycles. As a preliminary estimate, 20 hours of meeting time is included. Additional coordination hours may be authorized by CVAG and will be charged an a time and materials basis. Where possible, these meetings will be held concurrently with the overall design team meetings to save time and budget. Task 5.6.2 Public Hearings Michael Baker anticipates attendance at three public hearings. The environmental project manager, as well as one technical staff member, will attend these project hearings. In the event that additional meeting time is required, or that the CVAG would like Michael Baker to attend additional meetings, Michael Baker can have the environmental project manager or project director attend meetings on a time and materials basis. Task 5.6.3 Environmental Tasks Management This task includes management associated with the administration of the project, including preparation of progress reports and invoices, update of schedules, and project setup/closeout. Michael Baker assumes project management and meetings would be conducted on a time and materials basis. As a preliminary estimate, 40 hours of meeting time is included. Environmental Assumptions: • Revisions to theAdministrative Draft EIR/EIS and Screencheck Draft EIRIEIS will be made based upon one (1) round of consolidated comments from the lead agencies. • CVAG will be responsible for providing and securing the meeting space for the Scoping Meeting. Biological Resources Assumptions: • Provided within the Biological Tasks. Transportation Assumptions: • Additional tasks (traffic operations analysis, traffic counts, conceptual striping layouts, designs, cost estimates, traffic modeling, public meetings and outreach, Planning Commission and City Council Hearings, etc.) are not included in this scope of work but can be accommodated for an additional fee and only if approved by the Client. Transportation services outlined within the proposal will be performed for a lump sum not -to -exceed fee to be bitted monthly an percent IN TE NN I*ION A complete basis. Cultural Assumptions: • No archaeological sites or built environment resources are located with the APE that require recordation or evaluation to the National Register of Historic Places or California Register of Historical Resources • An HRER will not be required, Bridge 56CO073 or any road segments will not require evaluation to the National or California Registers. • The field survey will take two archaeologists one day to complete. • If archaeological resources or historic properties are identified within the APE additional studies may be required. • No monitoring is required at this time. AO/GHG/Energy/Noise Assumptions: • Engineering plans, including Omits of construction, staging areas, and borrow/disposal sites, if needed, will be provided by Michael Baker International at a level of detail sufficient for preparing the technical studies (roadway lanes, topographic information [including changes in topography resulting from the proposed project], station numbers, and existing structures within 500 feet of the proposed project). • Aerial photograph at a scale suitable for preparation of project mapping, figures, and analyses (1 inch=200 feet scale minimum, with a minimum of 500 feet shown around any areas of improvement). Phial size shall be no more than 2.5 square feet and image shall be orthorectified. • Traitic information she Itcontein 24-hour and hourly traffic counts separated by direction and vehicle classification (autos, medium trucks, heavy trucks) over at least three weekdays, along with AM/ PM peak hour and average daily traffic (ADT) forecast traffic volumes for the existing/baseline condition, as well as the opening year and horizon year build and no -build conditions for roadways affected by the proposed project. In addition, traffic information shall include posted speeds and average travel speeds for identified project alternatives. Regional vehicle miles traveled (VMT) apportioned into 5-mph speed bins shall be provided for the baselinelensting condition, as well as the opening year build and no -build conditions The "regionalVMT evaluation area" must be large enough to capture the project's traffic redistribution effects. • AOIGHGIEnergy/Noise technical staff will not be in attendance at public meetingsthearings. • CADD files shall be provided in a known coordinate system or projection and attributes shall be provided on discrete layers so that this information can be utilized in GIS. Task 6.0 - Roadway Preliminary Engineering Task 6.1- Roadway GeometrfcalApproval Drawings (30% Plans) Michael Baker will develop a conceptual level (30%) street plan and profile showing the proposed roadway section and proposed profile at the new curb and gutter. This will also set the stage for the various structures, and how they will relate to the roadway design. Focus areas at the 30%design stage will be right-of-way impacts, striping proposal, and impacts to private improvements within the future right- of-way or impacted by the construction of the project. 30% plans will include aerial topography, right-of-way (existing CVAG• FNVEI OPE I. TECHNICAL PROPOSAL • PAGE 33 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSANO ROAD IMPROVEMENT PROJECT and proposed), utilities, bike lanes, typical cross sections and a plan and profile view. Deliverables:30%Complete Plans, Preliminary Right -of - Way Requirements Map Final Plans, Specifications and Estimates Task 6.2 - 60% Roadway Plans, Specifications and Estimates Upon review of the Preliminary GeometricApprove I Drawings, Michael Baker will i ncorp orate any comments or changes that are requested as a part of the review process. The plans will include title cover sheet, demolition plan, typical sections, details, improvement Layout, profile, superelevation, cross sections, erosion control plans and Water Quality Management Plan. MBI shall prepare signing and striping plans showing the affected construction area and all affected traffic stripes and signage in accordance with CA MUTCD and the Local Agency's requirements. The plans shall show the location of all proposed traffic stripes, markings, and the proper disposition of all affected existing signs and markings. Plans will be prepared at 1 "=40'scale unless specific detail is needed, then an alternative scale may be used. Specifications for the project shalt be written using either "Greenbook" or Caltrans Standard Specifications, or a combination thereof. Michael Baker will prepare special provisions for the proposed roadway work. Cost estimates will also be prepared and provided in a tabular format. Anticipated sheets/sheet counts: Title Sheet Key Map Design Cross Sections Street Improvements Plan and Profile Construction Details Grading Erosion Control Plans Scour & Grade Control Structure 1 3 1 1 2 5 1 1 Task 6.3 - 95% Roadway Plans, Specifications and Estimates Comments from the 60% roadway design submittal shall be reviewed and resolved. A meeting after the 60% comments have been received and reviewed will be convened with CVAG and Michael Baker to clarify any comments or design issues. The design team shall incorporate CVAG's comments into the 95%PS&E. The specifications shall be detailed out to include method of measurement and payment for each item of work. Quantity Calculations and construction cost estimates shall be revised based on the revisions, with appropriate contingencies as directed by CVAG. At the 95% completion Level, the PS&E shalt be considered substantially complete and ready for bid. Deliverables: 95% Plans, Specifications and Estimates Task 6.4 - Final Contract Bid Documents The design team shall incorporate CVAG's review comments of the 95% Roadway PS&E. Should a meeting be necessary to discuss comments, Michael Bakerwill facilitate one. The final plans shall be prepared and plotted on Mylar. Specification documents, including technical specifications shall be provided electronically to CVAG in both MS Word format as well as in PDF. The Engineer's estimate shalt be provided in both MS Excel and PDF formats. Deliverables:100%Plans, Specifications and Estimates Task 7.0 Traffic Control Task 7.1- Traffic Control Plans MBI shall provide construction traffic handling, including traffic control plans for the roadways affected by the project construction. Base plans are prepared at 1'=40' and are field -reviewed for accuracy. Each plan shall typically show the existing roadway configuration within the limits of work, plus sections beyond the limits where lanes will transition. Locations of advance warning signs are shown schematically. The design, legend, and location of all work area signs, barricades, and necessary additional traffic controls are designated and placed on the plan sheets. General notes applying to construction traffic control, a plan legend, and plan border information are placed on each project sheet. 1 2 1 1 Should closure be the proposed methodology to construct the project, Traffic Control plans will include appropriate 2 5 1 1 tables for signage,PCMSmessaging and anarrative ofthe 2 5 1 1 detour description in order to meet the requirements of Cattrans for work along the freeway. Deliverables:60%Traffic Control Plans; 95% Traffic 1 2 1 1 Control Plans; 100% Traffic Control Plans Signing& Task 8.0 - Structural Calculations Striping Plans 1 3 1 1 and Structural Plans, Specifications and Estimates (PS&E) Deliverables: 60% Plans, Specifications and Estimates INTIRMATIONAL PAGE 34 CVAG • WESTERN COACHELLA VALLEY FLOOD AND DLOWSANO ROAD IMPROVEMENT PROJECT Baseline structure locations and structure types: The structures effort for calculations and PS& E development is based on the following baseline structures at each location: ■ INCN7-A - N. Indian Canyan Or.: Three (3) cells, 5-ft high x 25-ft wide prefabricated arch structures supported on a spread footing or concrete pile capon drilled piles. The foundation elevation is controlled and protected by scour countermeasures such as concrete lining, rip - rap, or other scour protection measures. • INCN7-B - N. Indian Canyon Or: Nine (9) cells, 8'-I"-ft high z 49-ft wide prefabricated arch structures supported one spread footing or concrete pile cap on drilled piles. The foundation elevation is controlled and protected by scour countermeasures such as concrete Bning, rip - rap, or other scour protection measures. • VRNR2 - Varner Road: One (1) cell, 5 It high x 25-ft wide prefabricated arch structures supported on a spread footing or concrete pile cap on drilled piles. The foundation elevation is controlled and protected by scour countermeasures such as concrete lining, rip -rap, or other scour protection measures. • OPLM5 - Date Palm Drive: Two (2) cells, CIPor Precast Caltrans Standard Plan IO'Wide x8' High Box Culverts The scope of work and design tee may need to be adjusted if a different structure alternative is selected for final design. Design for separate bike trail and emergency access structures are not included in this scope of work. Task 8.1- Bridge Type Selection. Michael Baker will prepare a Bridge Type Selection Report (TSR) for considering two (2) structure alternatives for each of the baseline structure locations. The Structure Alternatives will include the baseline structure type and an alternative structure type consisting of a cast -in -place (CIP) or precast bridge alternative which may provide a cost benefit with increased span and reduced foundation locations. A single Bridge Type Selection report will be prepared including all four locations, and will present a feasible structure type and cost considering the existing information, bridge constraints, and proposed project improvements. Michael Baker wilt review the structure type proposed from previous studies and evaluate and confirm the preliminary structure length, width and type, structure depth, railing types, including temporary rails, types of footing supports, falsework, vertical and horizontal clearances and freeboard, location and slopes of cuts and filts, slope paving, approach slabs, and stage construction requirements. Baker will coordinate with the roadway engineer an roadway issues and document the critical assumptions controlling the design in the bridge TSR, including recommendations from the preliminary hydraulics report and preliminary foundation report. The bridge TSR will include an estimated cost summary in accordance with guidelines set forth in Caltrans Memo to Designers 1-8 and Caltrans Office of Special Funded Projects (OSFP) Information and Procedures Guide 3-2. The structure study will include a bridge General Plan and Foundation plan for each of two alternatives (four total sheets). The General Plan will present plan, elevation and cross -sectional views of the selected bridge type. The Bridge Type Selection Report will be submitted to the Client for review and authorization to begin final design of the bridge Deliverables in PDF format: • Type Selection Report • General Plan • Cost Estimate Task 8.2 - 60% PS&E Upon receipt of the Client's written approval of the selected bridge type, Consultant will prepare the 65 percent plans (unchecked details). The level of effort for this sub -task is based on the Baseline structure locations and structure types described in this task. A set of draft plans (unchecked details) will be prepared in Autocad in accordance with the applicable provisions of the following Caltrans manuals: • Caltrans Bridge Design Details; • Caltrans Plans Preparation Manual; and • Caltrans Plans, Specifications, and Estimates (PS&E) Guide Structure calculations will be by a Catifornia-registered civil engineer in accordance with the applicable provisions of the following manuals. A complete bound set of design calculations will be prepared and submitted to the Client for review. • AASHTO Load and Resistance Factor Design (LRFO) Bridge Design Specifications (BOS) with Caltrans Amendments; • Caltrans Seismic Design Criteria (SOC); • Caltrans Structure Technical Policy • Caltrans Bridge Memos to Designers; and • Caltrans Bridge0esignAids; The following bridge plan sheets are anticipated: General Plan 2 1 Typical Section 2 — — Index to Plan 2 1 Sheet Foundation Plan 4 1 — & Notes Structural Details 2 1 5 Headwall Details 4 2 — Total Sheets: 27 i N T e R N AT 1 0 N AL ,, ,..,. FMJF[01F' TFC 4M CAI FlC101,fd • PAGE35 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT Our subconsultant Contech will prepare additional structural detail sheets for the CON/SPAN O-series Precast arch and/or Structural Plate Structures at I NCN7 and VRNR2, or the structural arch sheets will be a deferred submittal item to be prepared by the contractor after award. Contech will also prepare structural details sheets for precast wingwalts and headwalls at INCN 7 and VRNR2 precast arch locations. Assumptions: This scope does not include effort for design or plans related to retaining watts, which are not anticipated based on the preliminary designs identified in the Flood & Blowsand Risk Assessment and Improvement Plan for Western Coachella Valley. Deliverables: • Unchecked Structural Design Calculations • Plans (Unchecked Details) Task 8.3 -Structures Quality Control A California -registered Michael Baker civil engineer who is not directly involved in the initial design of the structure wilt provide aqua tity review of the structure plans, specifications, estimate, and calculations following the Michael Baker Quality Management Plan (QMP), or project -specific QMP. The level of effort for this sub -task is based on the Baseline structure locations and structure types described for this task. Task 8.i - 95 %PS&E Michael Baker shall prepare 95% PS&E for review and approval of the Client. The 95% PS& E shall include 60% PS&E updated in response to comments from the Client and the bridge independent check. The Special Provisions for the roadway and bridge will be based upon Caltrans Standard Special Provisions (SSP's). Consultant will prepare technical Special Provisions for bidding to be included by the client in their bid documents. It is understood the Client will incorporate the Caltrans Standard Specifications and project SSP's into their bid documents (i.e. Notice to Contractors, Instructions to Bidders, Contractor Forms, etc.) and coordinate the specifications with any other non -bridge bid items. Michael Baker will prepare itemized quantity takeoff calculations and a construction cost estimate for the bridge and roadway construction. Deliverabtes: • Plans • Bridge Design Calculations IN Independent Check Design Calculations • Draft Special Provisions • Itemized Cost Estimates INTERNATIONAL Task 8.5 -100% PS&E Following the reviews by the Client, agreed -upon revisions shalt be made to the 95%PS&E. The specifications, half- size plans, and other bid documents will be submitted to the Client for final approval. Deliverables in PDF Format: • Half-size set of Plans • Final Special Provisions • Itemized Cost Estimate Task 8.6 - Final PS&E After receipt of final approval, an original set of stamped and signed plans and an engineer's estimate will be submitted to the Client for its use in developing bid documents and soliciting construction bids. The Consultant shall provide the quantity calculations to the Client for use in administering the contract. Once the final plans have been submitted and approved by the Client, specific sheets will be sent to the Client for approval and inclusion in the permanent encroachment permit. Deliverables in PDF Format: • Structure Plans stamped and signed and stamped • Technical Special Provisions • Engineer's Estimate Task 9.0 Utilities Task 9.1 Utility Coordination Monument's Utility Coordinator will be responsible for coordinating the identification, relocation, protection, and abandonment of all utilities required by the Project. Sixteen utility owners have been identified by DigAlert as possibly having facilities present in the project area and will have to be addressed: • AES Wind Generation ■ Southern California Edison • City at Cathedral City -Telecom • City ofPalm Springs • Southern California Edison •Coachella Valley Water District -Transmission •DesertWaterAgency • Southern California Gas • Frontier - Distribution • Kinder Morgan • Southern California Gas • Level -Transmission • MCI (Verizon Business) • Spectrum • Southern California Edison IN Sprint - Distribution Monument's utility coordination activities include the following: IN Monument will act as the primary point of contact with the utility owners identified on the utilRy plans. • Actively participate in PDT / utility focus meetings. • Prepare the Introductory Request for as -bunts notices and obtain all existing utility information, including identification of high -risk utilities (high pressure gas, high voltage, etc.) from the County„ utility companies, and agencies that may be impacted by the Project. • Review and verity with the design team whi ch facilities are considered • PAGE 36 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT in conflict. • Coordinate with the design team with the preparation of the conflict matrix and conflict exhibits needed for each utility company whose facilities are in conflict. • Meeting with utility companies and other entities to determine their requirements for relocation, protection, and abandonment requirements of utilities required to accommodate the Project and to establish any potential ROW acquisition or easement requirements for utility relocations. • Prepare and send the Relocation Claim Letter to utility owners who have facilities in conflict. • Determine babdity for the conflict facilities impacting the project. • Obtain detailed relocation plans from utility owners. • Prepare notices to owners, Utility Agreements, Reports of Investigation, Encroachment Permits and all otherapplicable documents. • Coordinating the relocation of utilities that CVAG directs to be done prior to Project's construction and during Project's construction. Assisting inutility portion of the Caltrans ROW Certification Priorto construction, Monument's Utility Coordinator willwork with the design engineers to and coordinate with utility companies to ensure the relocations are done to meet the Project's schedule. During construction, the Utility Coordinator monitor utility relocation work and meet regularly with design engineers, utility companies, Caltrans, CVAG and other parties to coordinate and ensure that utility relocation work is being done to meet the Project's schedule. Task 9.2 Utility Potholing Monument will coordinate the potholing services to determine horizontal and vertical locations of underground utility facilities in accordance with Caltrans' High Low Risk Policies and Procedures. Monument will work with Project engineers, survey, positive utility location company and utility companies to perform potholing to verify underground utilities. Monument and the positive utility location company anticipate that additional potholes could be required due to unforeseen concerns. Monument's utility coordinator will provide coordination and oversight of positive location of the utility facilities. If the utility owner is conducting the required positive location, Monument will provide required notice to the utility owner and assist in getting any required permits. Utility and Pothole Assumptions: • Assumes the project will pay foras-built plans or special processing fees if required by the utility owner. • Assumes 7 utility facilities wilt be in conflict. Preparation of Notices to Owners to coincide with 7 facilities in conflict. • Assumes 1 utility agreement will be needed. • Assumes and estimate of $1,500 per pothole. Includes permit fees, standard traffic management, mobilization costs and required equipment and crew for pothole subcontractor. • Assumes one mobilization for potholing. • Assumes no engineered stamped traffic plans are needed. • Assumes survey is not included in the price per pothole and will be provided by design. • Assumes project engineer will identify pothole locations. • Assumes additional potholes will be authorized by project engineer. • Assumes no complex traffic control and traffic calming devices beyond the use of arrow boards, traffic cones and advanced warning signage. • Assumes no removal of location and/or USA markings • Assumes no special backfill and/or asphalt restoration required. (examples -hot patch asphalt, half -sack sluff , aggregate base backfill.) • Assumes no ground penetrating radar services required but this can be provided loran additional fee. • Assumes project engineer will update utility base plan based on information provided from utility companies. • Assumes project engineering firm will identity/hightighUctoud conflicts to show the utility companies and prepare conflict maps and matrix if needed. • Assumes project engineer shall provide a Composite Utility Plan exhibiting all existing utilities within the proposed construction area and all utilities affected by the proposed project. • Assumes project engineer will identify all utility poles and be depicted on the plans including all structure numbers. • Assumes project engineer will provide utility companies with their required Cad files. • Assumes that the design for new and relocated utilities will be performed by the respective utility owners. • Assumes inspection of utility relocation construction, including as necessary as -built survey will be done by others. • Assumes project engineering firm will review and approve all utility relocation plans. • Assumes all utility services meters are acquisition costs and not public utilities, and utifity companies will replace the new service to their requirements. • Assumes all costs and negation efforts associated with the need for utility replacement easements or any additional property rights for the utility owner are not included with in the utility coordination scope and fee. • Assumes project engineer will provide application and processing services to obtain City meter addresses for any new utility services. • Assumes project engineer will ensure meter relocation work is identified and specified in the contract documents. • Assumes any traf tic signal, intersection and street fighting are a part of the engineer's electrical design plan and not a utility. • Assumes scope does not include any fees associated with the actual relocation of the utility facilities and/or construction management/ inspection. • Assumes project will be completed after I R months from NTP. Should any delays occur to the completion date, Monument may require a change order for additional services. I M r[ R 4 A T 1 0 4 lL C00 • FNVFI OPF 1 TECHNICAL PROPOSAL • PAGE 37 CVAG • WESTERN COACHELLA VALLEY FLOOD AND aLOWSAND ROAD IMPROVEMENT PROJECT Task 10.0 Geotechnical (Earth Mechanics) Based on the RFP and our discussion with Michael Baker International (MBI), Larth Mechanics, Inc. (EMI) will provide the geotechnical engineering design services for the following design elements: 1. INCN7-A: Approximately 100 feet long 3-span con/span c-series bridge system (substructure width of each support is less than 100 feet) and approximately 1,440 feet long roadway improvements; 1. INCN7-B: Approximately 473 feet long 9-span con/span o-series bridge system (substructure width of each support is less than 100 feet) and approximately 2,440 feet long roadway improvements; 3. VRNR2: Approximately 25 feet tong single -span bridge system (substructure width of each support is less than 100 feet) and approximately 595 feet long roadway improvements; and 4. Date Palm Drive: Approximately 75 feet long 10'x13' double box culvert. Details of our proposed geotechnical services for the project are presented below. Task 10.1 Preli n ru ry foundation Report EMI will prepare a Preliminary Foundation Report (PFR) to provide preliminary geatechnical recommendations for all the structures described above, and this report will assist structural designers in the Type Selection process. This PFR will be prepared using the available subsurface data and the general format will be in accordance with the current Caltrans Guidelines. Task 10.2 Geotechnical Investigation Caltrans is enforcing the AASHTO recommendations of a soil boring at each bridge support locations where substructure width is less than 1DO feet; minimum of two borings are required per location where substructure width is greater than 100 feet. Based on this, EMI's geotechnical field investigations plan is presented in Table 1. The proposed approximate boring depths will be raised it refusal is encountered. Data obtained from some boreholes will be used for multiple design elements. The boreholes will be excavated using a truck -mounted or track -mounted drilling rig. Asphalt concrete cold -patch will be used to replace asphalt that is removed by excavations, and quick -set cement will be used to replace concrete that is removed by excavations. Proposed Soil Boring Information INCN7-A 4 70 i 2 20 10 70 INCN7-B 4 30 VRNR2 2 70 7 Date Palm Drive 2 50 EMI will prepare a boring location plan, and this plan will be used to secure encroachment permits from Cities of Palm Springs and Cathedral City. Encroachment permits in the wash will be secured by the MBI environmental team. EMI field personnel will collect soil samples for laboratory testing, including bulk samples of near -surface soils and small disturbed and relatively undisturbed ring samples of deeper soils. The small disturbed and relatively undisturbed soil samples will be collected using split -spoon samplers at a vertical interval of about 5 feet, alternating between the Standard Penetration Test (SPT) sampler and the Modified California Drive (MCD) sampler. Samples of subsurface soils will be logged during the field investigation, secured in their containers or collected in plastic bags, and transported to the EMI laboratory. We will obtain thirty-six (36) representative soil specimens for scour study (nine samples at each bridge): three at 1,000' upstream of each bridge, three at each bridge location, and three at 1,000' downstream of each bridge. Specimen will be collected using a shovel at a depth of about 1 to 2 feet below the channel bottom. Task 10.3 Laboratory Testing Field logs of the boreholes will be reviewed to select representative soil samples for laboratory testing. Various laboratory tests will be performed on soil samples to determine or derive their physical and engineering characteristics. Anticipated laboratory tests include: in -situ density and moisture content, grain size, direct shear, UU triaxial, consolidation, R-value, and soil corrosion tests. Laboratory tests will be conducted in general accordance with American Society for Testing and Materials (ASTM) standards or California Test methods. Task 10.4 Geotechnical Engineering Analyses Results obtained from the field investigation and laboratory testing will be used to characterize subsurface soils and conditions and create idealized sail profiles for design purpose. The following analyses will be performed for the project: a Evaluation of seismicity and estimation of Peak Ground Acceleration based an the Caltrans design criteria, and recommendation of ARS curves for bridge structural design. INTERNATIONAL • PAGE 38 CVAG • WESTERN COACHELLA VALLEY FLOOD AND BLOWSANO ROAD IMPROVEMENT PROJECT • Assessment of soil liquefaction potential, seismic settlement, and lateral spreading. • Foundation analysis for bridges and 10'xB' double box culvert • Assessment of global slope stability. • Evaluation of soil corrosivity conditions and recommendations for mitigation measures. • Design of pavement structural section in accordance with the Caltrans method. REPORT PREPARATION EMI will prepare a Geotechnical Report to provide the gectechnicaldesign and construction recommendations for bridges, I WxB' double box culvert, embankments, and pavement structural sections. EMI wilt address any comments resulting from the Coachella Valley Association of Governments (CVAG) review and prepare a final Geotechnical Report. Task 11.0 - Post Design Services Task 11.1 Services during Bidding The Client will complete the bid documents, advertise the project for bidding and distribute the plans to prospective bidders. The Client's project coordinator will be the designated person to receive contractor inquiries. Michael Baker's project manager and project staff will assist the Client as requested during the bidding. The work may include answering questions, providing consultation and interpretation of the construction documents, and assisting the Client in preparation of addenda to the PS&E during the advertisement period. Attending pre -construction meetings or bid opening and analysis of bids will also be provided. Task 11.2 Construction Services Michael Baker's project manager and project staff will be available to assist the Client during construction. A budget amount has been prepared to provide a minimal amount of construction services. This budget may require adjustment depending on the level of Consultant involvement requested during construction. Upon written request by the Client, the Consultant shall provide the following construction support services. • Prepare a Resident Engineer's Pending File consisting of information including 40-scale drawing and special instructions critical to the proper construction of the project. • Review shop drawings for general conformance to design intent as shown on the Project plans. Review of rebar shop drawings, material specifications and concrete mix designs will be the responsibility of Resident Engineer and is excluded from Michael Baker scope of work for construction support. • Assist the Client during construction by responding to Request for Information (RFI), clarifying drawings, and generally assisting the Client to ensure that the project is constructed in accordance with the plans and specifications. • Perform up to 3 site visits during construction as requested by the Client. • Provide advice and technical support for construction change orders. 2.3.4 Schedule and Deadlines WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT, I N Te a n AT 1 o N AI PHASE ONE r w,.. or •^--.__+o'i"ei.'n% ,ni'lo ..nn,i .''_a:Nle . w.w. omn �%'v+z n WNz bwA.vo.,r risen. Mz%rT .a a14z1 Ctebatthnmtlnnn,u lt.arr 1 aew, Swsrsl/li Mon lvS aS iw� >rnNPypw ne En..mrwny �ucumvninbn IbI l IM, r w•Mn M.n.y.,..m.m urnun.a., naam *+WWu a.e WWzs o.Y6xM.ry nanm.m 9zasv, uem MIMYR Mon V.111 ' -YBv.v pony .SJn, .Ili WI Mon SEW" NeM,�.tia now, Tw VW. ..VIA. Gq[nµ.tip wYyn l]0%0.Yen L.wl1 fIIYP a.YWll W.e S/1/3y ..umm,e on[ur.nrnun 114n Iw IVSs/SI ut IQWI Nnyr,M.Mn ase.n Ni yrWle Iw le/s/a u+...++..wnw Isaam r%, Ilwls w.Je/ITns ���.ewT W <vnu.tY.1.yPI aYP 'M WSws NM raSsgs I N T e n 4 A T 1 0 s A_ fb'AG • F'I§E' OPF 1 TFrHNI[A1 PGCPOSAL • PAGE 39 CVAG-22-024 EXHIBIT "B" AGENCY REIMBURSEMENT AGREEMENT BY AND BETWEEN CVAG AND THE CITY OF PALM SPRINGS COST ESTIMATES FOR Design and Engineering of Indian Canyon Drive Road and Bridge Improvements Project from Sunrise Parkway to Palm Station Road. The total estimated cost of the Project is $2,695,490.73. CVAG agrees to pay 75% of the qualified project costs estimated as not -to -exceed $2,021,618.05. The City of Palm Springs agrees to pay no more than $673,872.68, which represents 25% of the qualified project costs beginning October 1, 2022. Payments may be billed retroactively for services rendered, properly invoiced, and paid by CVAG. See attached cost document from Michael Baker International WESTERN COACHELLA VALLEY FLOOD AND BLOWSAND ROAD IMPROVEMENT PROJECT We Mokea �i(/erena �x.exx�n oou Local Assistance P..dures Manual EXHIBIT 1QH$ Coat Proposal EXMISIT 10411 COST PR[IPOSAL IRe9e I e131 WUMCOSTAE IYFOH[g1151NPS IfMMpML NUICGN[R (D151GN, ENGINEERING AND ENVIRONMENTAL STUDIES) 0 L slrMomwan[ ❑ 1MTer WkurwNeM CwuWtam MINxI pYrr lntermNmN, M[. Pryeat Na. LAG Conic t No. T60 Mle 6/16/M}3 OeM11MtlW[W xr R6n Actual ".ft Rw Twal prn e¢Me /Cnmra¢Man IaOr'HTE 3 $ 1p116 $ 1}361]53 A,lRa prin[I d 'q} 36 1.Aa $ 510101 GC Blk[a an T 'H }U MAT $ 3}533.M OA/QC Mwk, Wall E ID $ IJLM $ 139}3.]9 L,Wrm vruilM T-R, E6M ]9 196% 9.& TeWrWI ..At,E, CIIn6W M p'PF 1W $ "I $ 15 )66G TeOr;" M.Raser 500 92W }WGG AabMm PRO, Reuln-PF ENV SP 7v 96,66 $ 65U01.6] ]eUUYOI AWARON, HwnenEea O ,RE 7i as" $ 6 3.30 TrNYUI IRV,aul 10 $ 61.33 UU,00W EnW .ARd Men 15 WIM $ T,NR OD Ta .M,gmr I... Fn*pf 520 5 7..541 $ 39.6VJEU . wpw, We6e; pL5 la S 75.00 5 LGSom TMNrL tltl'm GMen Slegn:RE 3N1 L.A S }3)H1ao MeM r Mass, SWO 377 6 7LW S 3G,low TedincOM. .,I Grla'. PE PTOE IGP S )1.71 ]65]94 Ta81aa6EmirMlnpllM pX, EIIYMM ]90 am 1}9]]Ot ,.I. Lla; Tm:PE SO 6561 5S112. .iVR,Mnw Ian: A. }6 IS 0OIL ]S.DO TRIkIRRI-Nallskaulka PMrer, TaM-PE QSOP so 6YL 31391.36 s AN, OW ON,&-, P. 113 LL1 9)1} Nven, A. M6 Abm C }16.W .IA- GonMer.Orue 996 ".IT 39 }6.33 .1 A.. MWIIo, xlMlae'Frt O} $ }3,M $ 194%.Da [MIAmaWe Pepin, Danielle- FR w j Um $ As.. LEAR Dm ,&aO: PE 13} j RADS S uArso Roe0. Aim-, Perla OR) $ 81.91 993930 SurNmewafirsimUmm Lars, Naa 3m 55L 5 L ..w 0.1... ft. wn 1W A s 5 sins. GA Auuleu T... Oar.ft 6)D 0..29 5 30SOs.w Se Nru.,.E nmr Mcn oral fitl 77.43 5 S3149.31 SDvd-I EnAnwr Turner, l(e ;5) 61M 5 24629.35 MWMM&ru.1 Enlrwr bmam AMre IN $ 47,03 $ S.6D WIwD r Iyn Ra orW 9N S 6099 $ 59 . GHG EnNqw Gen Ae 61 S 33m j 1TSm [nMMnmmltl daI1P S1WeIN 0Mn AQS Saw 5 3DA5}mD [m9prvnental S,NARIOn Y ISO 33.8, $ 3,613.40 Gr maA , IUMHa w n.n 5 1W.W Te1Mur= . 56 s 11O.S9 5 6613.N GLAAK A9rH 59 57A7 $ 3333I6 SeNU Fwamn�rly [N9qGIRARRA. AR- 3y aim s ss .00 Plv'^n OrriOle Dww 6u 41.59 A 0,.. NA..r 9rNe }36 $ MAID 7)5}m TrA.Av. SMR, levb 1W W. I S.S'. AWRaM TWRc Pima- Te Nv 313 AS. 4 t} S,II. CW1urY Pr MORNIIN, Mwe 9D 57.70 5 I7111OR CARINl OR, Mmy 30 59.f6 S 11.OR fWuuN nrlMwlaa MM 9Y 36DO S.00 WRIMEIwd Y MMa1 D 2.5 1 1."1" GET Pw Lm 39 6R00 $ 1911m Us. ONS- NY MI 95$ S LAND. Me6FORAM 10 nsD A 3145m N maITwn 6M 39m .. Pepe j of 20 January 2020 Local Asslelance Procedures Manual EXHIBIT 10-H1 Chet Proposal Md p vMYNmmaden NO 6256 $ 1M.- o suned, P[ maid hostages 110 MAI $ 7.116930 hallsock, We In $ WM $ 6,001 SurrerI¢Mltlm Y J..Jw iM S K3o S UUM Pm M. s-r xas Mr[[ an. 139 60,11, $ 91315.so clad M.etlp. alerted,•Lm• f)A s 3640 $ 2426AM Pr rpn M.n . bands, Agreed, 11 S IzIM $ 2,191.10 S.., sail In TIR[i w $ W.M $ 3.995U0 agal bo p letterhead M $ N.]$ $ HIRA W ApW.b91q . % , AM, a $ am $ 1,75310 Agoodd. Wearmat Ideational, Add, W $ 497 $ 1.098.0 ...an, stiodarge, Mft Tons a10 $ " $ 3630.00 4YpaM Mologre agessid, Wlee W "M S 57.090 Se. GIS Arwlrt likedrandrathawas be mas $ uaoR cogs al "Along Wag lane CON nl M lnoagu Salary inr.ayn Iyea Pair ] or ..,I IxoMERcon el fnry.arnnhu aa[. 49s% p l..rheee lea. SE.95% I hl central And admix m.lane saga%) tYbw Mudeaite b: maEDoa9 0.Vm", ideal Hart. INAW s ".r .o.n $ s6X.i [ITm4 gRFR Y9011 (G$I$blHnll 5 LSa3JE1151 e TOT4iRw¢eENEP1E511[I.Iell $ S3i.4..0 .lo.. djjr.ml is sees. Ilan FAeminllrp All a Hamm pTmulNoaaRrmgslWWI•pll s s A}$am ATmu w[G PEi II[•uI .NMM1.. 10eeR a vels. LfOI6elTN11SOIIIY OYLI [MS IaOq-IIOeO Wd, WdeeMa�a.N1 I OeeubtladaeaeeA I ova.mr=I 13Nt I 13aR fop I Tmu M fop. I Isaim IMqa seats 914.90110 hen ptl 6 1 I LS N U m TmN (AW, grows, Rweal4r An, dpn I LS $IAW.00 slA w b TY M I M SIAMO b s16 10.m Indonesia bleper, $$.mom Uddbm auq aa.a mm reat hee mot tap npNrdimtl ar mar e1te-11 w.aG q TmumelopR[om "S'sas.m .1 waccceuu x clogs I Ape.e.bm.rstye• xn.[.•yyl �.Wna emw[e Maru.emml $13,W.1$ c[nuN theater. Salulbna sl w MWrMn $EM,9W m EMM MMIrYYp mlTm4wKLNfURAN13'fOR9 SLiM,I1Fm nI TmAL"ER RMR[o$R INCLISgNG SuamNWLTANR IM ITII SLSS Wlm Tm4msr ll[H 0•IA•All $ AQUAIS.a6 N., 1. Aw wrs.nn.ImYB he ranked, with an asterisk 1'Iawe droop ..thatare waled, mprewilnq me r.a.xementa must be waned Althwomstaindl 'I. An roan must conni with the Weral wn POnclpin. Su9[omulunualxwoetdeea0ma cmtwl tx ]. This cost wu0otal Adore shall not Eeamander. InmMticwtratessisalb uPN dmanannual0asxmamor"rc Mtntn. consultant s mnoal M[ounary 3dirbd and nUMlshed dire egnnae aSengor arcepbd br, Uric.... 3. AMWIWWds3larybnusesnlcuWdanlu.e3lmbtac mpanx. Page 2 of 20 January2020 Local Assistance Procedures Manual EXHIBIT 10-H Coat Proposal EXHIBIT 10-Hl COST PROPOSAL (Fye 2 W 3) ACTUAL CAST-p10YFIXED FEE OR k0m[;UM (FIRM RHO PRICE) CONTRuki (SAMPLE CALCVIATIONS FOR ANTICIPATED SA WRY INCREASES) Consultant Michael Baker Internatlonal, Inc. Contract No. TEND Date 8/16/2022 I. Celrarlete aaarade haddr, rite for 1st Yer amMran(pen talker Uu l dMidad by tmal happens) pest Labor TWI Housa An Be.. $ybtious Pescml cost Flagstaff HtuM Caere. Proposal Rate Dwalen $ 60ll 08 / fail S 32.95 Year 1 ova Hourly rate 'I 2. Calaid. lawny rate for all years (increase the Average Hourly rare for a Year by papa aoitlul%) Average hourly rate Proposed Escaladon Year § 32,95 . 5% _ $ 3e.60 Ypr2Av8Hourly Rate 'I Year2 $ 3e.60 ± 5% _ $ 36.33 Year 3 Avg HouMRne 3 Year3 38.33 5% $ 38.15 YearsA ...Iry Rem Year $ 38.15 1 5% _ $ 40.06 Year S Avg Hourly Ram 3. 4lculne mid mated hwr per year Imultbry animate %exch year by prod hove) ESOmeted%Completed Tobl Hours Per Cost Total Hawn Per Each year Proposal Year year 3.0146 all 553.9 Estimated Hours Year Year U016 IM62 - 5907.0 ESUmated Ham Year Yor3 B11.0% 18e62 = ]IO100.3 Eetlmrted Hours Year More 0.0% 18e62 OA Estimated Hours Year year am 18462 OA Estimated Hours Years Total 3p.0% Total = 18e62A ♦. Cnalale Total Coasts bnuf ln8 Escaia0on (mubblY everMe hourly rate by the number har ml AM Hourly Rare Ertlmned hours Cost Per (Calculd"d above) (Calculated abovel Year Year § 32,95 553.9 $ 10,252.27 EatimnN Hours Year Year § 34.00 • 59W.8 $ 304,e15A5 Estimated Hours your Year3 3 38.33 000 ; L2.3 $ e36A01.16 EEImnMHaaYear3 Years § 38.15 0.0 $ Ertlmned Hours Years Year s 3 OO.06 • a 0 $ Estimated Hours Year s Total 01ren Labor Curt with Esulatbn= $ 658,620.88 Direct Labor Subtwal perform Escalation= $ 60B,e09.08 Estimated Total of Direct labor Seur, Increase• $ 50,269.30 Tmnefel to Mel Notes 1. This Is not are only way to estimate salary Increases. Other mnhods"I be accepted If they cbady Indicate the %Increase, the umWrof Kars o1 me cwurac, and a bresk&wn at me labor m be wdormed each year. 2. An erlmatlontMth baud m direct labor muhlislled by salary Increase% muhlplled by the number of year is not acceptable. li.e., $2ss,o6o a 2x a s ors • $21.OW Is arm an.cceFtaae memaeplprvl. •� 3. This msumm slut one Year will be worked n Me rite on the test wopoul helms salary Increases are granted. a. Cakula[Ims Iw mVdpamtl vlary nnlrtlon must be prwltled. _l Page 3 of 20 J January 2020 Local Assistance Procedures Manuel EXHIBIT 10-H1 COST PROPOSAL (Page 3 of 3) Certification of Direct Costs: EXHIBIT 10-1-11 Cost Proposal I, the undersigned, certify to the best of my knowledge and belief that all direct costs Identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements. 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract. 3. Title 23 United State Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures S. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code & Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained In the project files and be In compliance with applicable Federal and State requirements. Costs that are non -compliant with the Federal and State requirements are not eligible for reimbursement Prime Consultant or Subconsultant Certifying: Name: Christo her bens; PLS Title': Vice President Signature: Date of Certification (mm/dd/yyyy): 8/16/2022 Email: calberts@mbakenntl.com Phone Number: (760) 341-6110 Address: 75-410 Gerald Ford Drive, Suite 100; Palm Desert, CA 92211 • M IndlNdual eaecuthe or financial officer of the consultant's or subwnsuhant's organization at a leml no lower than a wce President or a Chief Financial Officer, or esuMlem, who has authority to represent the financial information utilized to establhh the cost proposal for the contract. List of senAces the consultant Is providing under the proposed contract: Professional Design and Engineering Services Pape 4 of 20 January2020 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 m I©©©0o0l00000a©o 0 1000000000001000 I© 000lololoo©lool0000 0 0l0000©000loa000 o o000000000m000 m ol000000l0000000 o a000l000alool0000 000000lolol000000 Pap 5 &1en022 Coachella Valley Association of Governments (CVAG) 111 T E 11 M A T 1 O N A l Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Baker International Inc m o00000000©0000 IIIII® �Illl�llllllllllllllll�0�lllllllllllllll�lllll�ti•Illlllll�lllslllllll�lllllllllllllll�llllllllllllllll�llllllllllllll� © 0000©o®0000000 II® .... IIIIIIIIIIIIIIIII■IIIIIIIIIIIIIII�IIIIIIIIIIIIIII�IIIIIIIIIIIIIII�oll�lllllllll0�lllllllllllllll�ll�lllllllllllllll��lllllllllllllll��llllllllllllllll■ IIIIIt3a -..: Illlllllllllll��lllllllllllltt�l��slllllllllllllll�®������� © Illllllllllllll�llllllllll�lllllllllllllll�lllllllllllllll�alllllllllllllll�©������� © oa000000000000 o 000000000allllllll©©00 ® .... IIIIIIIIIIIIIIIII■IIIIIIIIIIIIIII�IIIIIIIIIIIIIIIII■Illlllllllllllll�lllllllllllllll�lllllt�llllllllllllllll�lllllllllllllll�llllllllllllllll�llllllllllllllll�llllllll�lllllllll�lllllllllllllll�lllllllllllllll� IIIIII� - - 00000000000000 IIIIItTJ - om00000a0000mo IIIIIIII� .. IIIIIIIIIIIIIIIII■Illl��llllllllllllllll�l�llllllllllllllll�llllllllll�llllllllllllllll�llllllllllllll�lllllllllllllll�lllllllllllllll�lllllllllllllll�t�lllllllllllllll� 0000a00000aooa P"o 6 W1612022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Baker International. Inc Mom, ol000000lol000000 Iv lolololololololololololololo 110 I© ollololololololololololololo I© "' lololololololollollololollololo m .. 101111101�11111111111111�1�lllllllllllllll�lllllllllllllll�l�l�l�l�l�l�l� � . 00000000aol®lolol© I� �.. .. I�Illllll�l��l�l�lllllllllllll�lll�ll�l�ol�aa llllllll11M) l0 0000oo0o�aoaoo � 111111111111�1�1�111111�1�1�1010a1�1��l�lllllllllllllll� � I�I�I�I�I�I�ool0l�l�l�l�l� � - Illllllll�l�l�l�ll�l�010101�1111�1�1�lllllllllllll� �� IIIIIIIIII�I�I�l�llll�l�l�l�1�011111111111111�111111111111111�111111111111111�111111111111111� 1 00000000000000 III _ �I�IIIIIIIII�I�l�lll�l�l�llllllllllll�l�llllllllllllll�l�l�l� Page 7 8/1612022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet -August 16, 2022 Mlc ..l B�kx Inhmatlon�l, Inc. ® 00000000000000 0 00000000000000 © ooa00000000000 o 00000000aa0000 � o00000000000ao � o0®ooaaa000aoo o00000000a0000 mmwrm Pop a 0/16/2022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Nlcluel Baker lnWne0onel. Inc. � o©000000000®© o IOool0000000lolo� Iv ooa000000000� o0000000aoo© 0000o©oom®©©o m 0000l0000000ly=, l o l000010000m®Ol��i .. 00ol0ooaal001ol�l0 NEAR 4 Morwrl nowrTr Popp e1187022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Baker Intamatlonal, Inc. wM C YmeaRueurte im CM hEI,We ce—umm Irnunvl EeM YxA�Iu TaW OWeeMaYra(e) Geaebwn TeYIYkIW BMeaieen Mwn YlMeeIaMVTW Leant Trk NO, tYYIYW➢tlen Neun Fee Ibue Fro Rem Fro Xpn Fr IWn Fw 11 PIWAIT..ammhaa.eme.I... • rm • pa1 • pp I p•• I rr thin M♦,iiI I 1.1 f3 RryW Xbull en. _.. rAY/Xvdanu 0 rm 0 WN 0 pm 0 am p wm In 1196,474.13 0 wm p w.m 0 pm 0 W. D pr m Saam'. 1.3 rlegc-. 0 pm 0 p.m 0 Wm 0 W. 0 r.m an Nm3Mda U rpMe I pl1 I pr • IaM • Y I pM an prr n SI AeOaT raurvry D pm a pm 0 am o pm 0 am Ia av,Iw.r va RgYaww aemX Wq RamOa aNUN YM FYI p am 0 am o ww a Wm o wm xaa l.l.r y1 PoPMeaurvm D p.m a w.m 0 a0w a am 0 am n $11AIN EA Mn .RNaaam- 0 wm a am o aam 0 01. a pm In SnAMA xa WY�OiNr • Mr I " I,q pr/RII a " IAe pr~ YII IlaSlla,r 3.1 F+WaNueaeleW,1 0 am 0 am lu waam 0 wm lu lazarb In {$aFR.at Rgnl@wer CaRfemWYeeM weBlwu a wm o mm w W.MU 0 pm w N.Tb.t1 N ba,Nau a.] AOprelRepona Nltlalsel 0 pm o am 0 am 0 ON 0 am a a iA .apWwwwlw (Vrgx001:Y 0 WWI 0 pm 0 pm p sow 0 pm a bm La WMMErgy Vvn4 0 wm 0 pm e0 MI`m 0 bm N "Anm M Ia}l l.m U .am/L1�ena rvea ibl o WWI 0 pm lama p0,eea.11 0 wm t,m0 madmie Inn $ImarI iT Eeown C-3. 0 am 0 bm Ip p,WA 0 pm In N.NIA1 Im WWI U FproanwW ce+t loll 0 WN 0 pm w palm 0I pm I r wAwme in "Am➢e pe Emaml0—Summ 0 wm 0 pm a IUnm 0I WN N vene. r WIWN AA IIYM0.00v M'OIIMYY9p0101g1pYYW I NN I LLII I am • am I pm Lip wMna1 n.�•n.pw a w.0o 0 lOw o a a rm 0 pm ]SN UNDMry 4 2Fwenyaeneae 0 so 0 bm 0 ww 0 a.m p pm he $11"12Al OES uemee Se IW ) S. 0 wm 0 pm 0 wm 0 pm Ir Uxanm ae rrvrarUlFK IpYlp, COrwNrwX. O®pl Ma �� ]]a p0,Na1• • N.11 I I•r I p/I >D pL•eLp LLa1 plLpLl1 5.1 VI[Ietl eleasmNFgM4pIIm 0 aO.W 0 wm 0 pm 0 pm 0 aam N bl•X.)1 L I.1 wqq ewemeame Wlewea Fin 0 wm 0 ON a WN D am D ON ]e pa,awm likii eall OpYe 0 pw a I ww 0 pm 0 pm 0 pW • pApAi u TgebYleMr an SUSM1. 0 am 0 am o pm an pvpr,n e3N plsmesl 131 as tlAawmw 0 ON 0 aw a Ww 0 Wm a aw In atAwn 422 Omeame"FaYbla 0 w.m 0 am o 1 aim D pm a pp0 N IIL1m.N a" 0 pm 0 pm 0 pm a pp0 0 alal N I pi,pem 13A YYe aYOr RaPln 0 WN 0 ON 0 lapp 0 Wm p aw m Namalo Ud GYYR�mIueRwwelne 'ID Ila,N01p 0 lem 0 p00 0 am ap p•.YII.I• aa0 p1]IEm a. TnnWWcn p mm 0 pm I pm 0 a. 0 rm We pl➢aN U.] tNan XlLLe/c$Wr ea09vnmery FbtyM araaaan 0 pm 0 ON 0 Mae 0 aw 0 WN er pal+611 ail ww Ouery a.ewnelnrom 0 am p ON, o no 0 b.w o lam >a IIUma a➢➢ BYgYCI Reuume Naeumnl 0 am a alai a pm 0 am a law t,r1 j1•LI$r a2.1 MObYIbDY Reeaew lunamAlmOQYIYY 0 am 0 bw 0 am 0 am 0 Ww IFI MI" SIOt FmIw BUImMy OMBuw/e 0 w.w p pw 0 am 0 WW 0 pap W W1,1WY 5a11 lunr veaar imra iwOlseq Fmnm WlwY 0 pm o am o pm p pm 0 pm U, atlAYM SI➢e Roe Fam Survew 0 bm 0 Ww 0 a.W 0 am 0 am In Ipmt.11 Ol Oa bInI PGaIRrvYe AgliuYm lONWla Tarl 0 am 0 lam 0 an I 0 Wm 0 wall r ib,lrA a3A.1 RWof wam ioMYe 5unn10W elTra) 0 WAG 0 am 0 Near—, am 0 WIN ne pa,p/p 63D.I YUYgL laew�o ialniulnrourllQWwrl Teey D well 0 aw 0 WWI D aw p rm r t1l.+tlm 03 Bbw1aI Aaaa.(PoN ..) 0 am 0 p.w a "Aa p aW ON 1- INA]Oa b.ea plYtRe.wia laeuaem Rroal 0 am o am p "MI 0 Wm p am I Ie p1AWm s2➢.+a amm—nauFeemeerlm a wm p am 0 WWI a am oI aw . LYrI.fA Pepe70 8116=2 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Baker International. Inc x LNnP IYwIK MEar J®•M ," yWNN`E 4 BEYYq YY:K I. 1a04 cb YNWW:K xWn.Clua:K. K PM N.Nn:K, ENV sP Wn:FNY. OgFAnK •Mnp4 Unne r.w1.C1IIre0 T:.^•Fm3;K Pu MIN,OYr,: PE N.tlIIW P.M ' PiVre FMr[H aEGC aYR ,Jkm..ae.tl 1sMY Y.w. TxYYYYwee �•� n T....d Ye4r T.1.ts,+m.P T•d.Ya Y..ae SNNNN y .EE• eo 3p TWtWWP1Yn + !•aH ! nl+• ! DrJI ! N1. ! zWl • mY 6 an. ! In.M s 2. E zmll ! zssn 6 nuT E 3Mn 6 zplzp fie • :a pwuc ampne M•m,y . 0 0 0 a o 0 6 a o 0 0 53,N rvmnINOP1M Wh.alnl.rn lNull nYvpna I.e3 pWic AN.4n0 J W PnynM ax. EIWE15 m a 0 0 0 0 0 22 0 0 0 0 0 0 LAA MnInM1W. [V•II Elgils Prpee4l • e 6Aa •gV Drwftlosaua p e e y. caw+maa.n E,wals ea Pwmxas.,m a SAAJ . y gquYby x0pn,twwEb�e.I Pwrrne 0 0 0 0 0 0 0 a 0 Iw 0 0 0 0 MI YexCE.w•uIVIL3pn w nsa w1 W.a U.b Ew,umn w ca coewlsrlr .aw.m,gwlrn .a am newvw Ap.ncy EauJvlm •0 are wr'Am.nm rek w.a... a • 0 0 0 0 6 a • a a a o a e.et coomwmnlMLLlp a asY ut x•.mp. a 10 58.] Enrrvnmml.I L.W 1avu0m'.n y xWpw.,l tl a • • • • • tl 1i • a an it • exi..my at eo•pwv Gwm.ukvl pprorY P.rMpa(A%PYn.) A ai 0 IM nrW Plm., epcnlunw..rq E.LLne.. 63 W%No.nwy P-V ep.c Vh—vq EM Igm HI M . T.s] s0%Np•awyP Spx]5umru.rk EYin.W a Is 3 So . FIn.I Car MD--m . 16 1 ar T1 TUNE. COY/ap . • • a a e • INke a • • 0 TI TMl. 1-1. rI.- . 1. A y afRF11M'LL c'4l1LJT(ONOUW eTMIC1U.N NM' •.EGs:unOYarm wrE4TEe P • • • • • 0 m a 0 • ! • 0 el 111s.x xn , e as .111. eax PME 1 lea x9 S.c-Eh. 1. E6%PME IS 06 IW%KSE le . ... ..Pa. 16 .NY y YI • a • • 0 a • a a • 0 M a 3.1 WyCpvbuYn a a N 03 UlapaWwe 1Y MVRM3•ryL • a • • • • 0 tl • • a a a It, PMmney FUM... 101 Cr ., lmmlp.mn ,a3 L..Wn T.., ,a.. OnY[mulErynmWp MWEr. . IIJ .MiOKIW WYC•s la a a 0 a • • p • a 0 1, • a "I emb. Mmp gall M s1 No ,1.2 Ccnrvummiswl¢. M M e0 a.OYW Me.e I,m inm In n 1r In m T! tr Jn•.•e.e a.+Yawar, k.e.e • e.a..a•.rYrpla: Ba INNN.w.Ye ....I Ws...a.v I 0'"as I votoo.. !akENE.M known, Moen." !m}4n m.}Y•F •n.Ms nWa WeIJT aIW[n nJ141 Ny1TY Page 11 8/16/2022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Mlch"l B.ker IMwnueonsl, Inc. OEM Illlllllllllllll��1011111111111�1111111111111111�111��llllllllllllllll�llllllllllllllll�lllllllllllllll�lllllllllllllll��llllllllllllllll�� �Illllllllllllllllll�o��������llllllllllll��� IIO' ooaoa000000000 OEM ��a�l���lllllllllllllllllll��llllllllllllllllll����� II0 00000000000000 0111111111111111111����111111111111111�����11�111111111��1111111111111111� o- 0000000000a000 ��0����111111111111111����111111111111111111�11111111111111�� OEM llllll� Illlllllllllllll��llls���llllllllllllllllll�llllllllllllllllll��llllllllllllllllll��llllllllllllllllll�llllllllll�� o • • 000l©oa0000a000 m .. Illlllllllllllll�llllllllllllllllll�lllll�o�Illls�a0111sllllsllllllll��� o • ... 1111111111111111�1�1111111111111111111�0�©��®0a��� m - llllllllllllllll���lllls��lllllllllllllllllll�Illlslllls©���� m 000a0000000000 m Illllllllllllllllll�llllllll��llllslll����lllllllllllllllllll�llllsl��llllllllllllllllll�� 0 0000000mma0000 m' • - 000000llllllsolllsooaao 111111111311111111 © 00000000000000 ® . Illllllllllllllllll�lllllllllllllllllll�lllllllllllllllllll�lllllllllllllllllll�lllllllllllllllllll�lllllllllllllllllll��allls0111111111111111111�1111111111111111111�111111111111111�1111111111111111111� Page 12 8/1612022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Baker International, Inc. ® 1�1�1�1�1���l�l�l�l�101010 l�r Tl�l�l�l�l�l�l�l�i�l�ol�olllllllllllllll� II0 lolololololololololol©lolom I® l�l�l�l�l�l�l�l�l�l�0101010 III l�llllllllllllllll�l�l�llllllll�llllll�l�l�l�l�0101010 - l�l�l�l�l�l�l�l�l�l�ool0lp l�l�l�l�l��l�l�l�l�001010 lololoololoolololoololol� I� I�llli�l�llll�l�l�l�l�l�l�l�l�l�l0 I� � lolololoololoololololololo l� ... l�llllllllllllllll�l�l�l�l�l�lllllllllllllll�l�l�ol�l�l� � l0 • • ololllslllllllvloloololollslolllslllslo 10 00000000000000 o . �, 000©tea©00000000 10 - ��I®1010101�1�1�1�1�1�1�1� 10 �� �� I�l�101©olllsl�l�l��l�l�l�l� 10 � 1�1�1010010111111111�1��l�llllllllllllll��l�l� to 000a0000000000 � I0 � • olllsloloololoololololololo Im • loloolololllllllllll>•lololllslololololo ® �00o0©m0®©o000 Page 13 8/16/2022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Oak., Inlernailonal, Inc. o0000000000000 o m00000000l00000 m 0000a000000000 m o0000000000000 � 000aoa��oa00000 ® oloa00000a00000 0 0000010�00000000 o • 00000000t000000 �• a0000000000000 om®000©©©o�ao00 Page 14 8/16/2022 Coachella Valley Association of Governments (CVAG) INTERNATIONAL Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet' August 16, 2022 Michael Baker hatemetlonel, Inc. IINm, N.k mem'J.y MLYeIM+ b:N .Y� •M. MFxnE 11MI4T•nMlx Pu.Ie,JMn Pn.mul xpn Meupww..lp4 IYq TM YNRannnn aOT�On ONeNebl ae-er. NYan Pllj.n Uw� APaN, tMIYeeN. hN.n1W.0� W.,&Nm N.Wb • kabe .W nelb Nob/M WvIW NMEW YLLM EWW MYYnI •"'S" Yn10.ON TENmake, YYFIFu. TMYIMMeM FY a 1" a { 1. a { Yn c { .1. a 1. o • 1.. o E reaN c { 11eY o • 1N.H a { EEN o { YEM o H $nUe.n 5.11 xcu. nPnF.,.wn IMOPI.N xYu+InIEE1nGl1 ]O 114,01000 5.14 WOe erngrq NNNp M Ypep.el U vmmumawEvuil9 o a a o 0 0 0 0 0 0 0 •N n>D.•n.N iA.t mNMM Dan EYF16R n ]N NeNe# .A 90 .cn rwxu. VNm eY afk+lae) U.e CwWNnNMIEI0.E1E w0 Vupk We4Alm 1Y Sane, UA FFY. EIx.FA RWNm Itl aaaN1.n ae RquxbyGmONM, CambYnnC VENYe 0 a a a 0 0 0 0 0 0 0 •le e+e}Na u.l uefCE IN luevlblM AN W/N.n ."'I .ol Ovals puf/CxY+oWi ar nT,iN.1e U1 112 MI. "A Re.wim lgviry Cmdlnem IN a UNIN, sa EnMmn�vOf Ta.. o 0 0 o a o 0 0 0 0 0 "1 m e]e 0.8.1 Coa0kaNnNMky-. a K.N u] ven x..,p. a uoalaee aea Fnr.onm.nY T.W xnw.^'.nI w sTaY.JJ Y M.Owav a +1• M • • • E • • • 1 aM NneKN RYYivrFEnp{xx•p K.N 0.1 RaWa+VOvnNbl l.Nmr/p.iNip. l00x PYn1 +0 We I.12, alEaK.M fanlRn•.agdll[Ylwn mOENn�. 0 K{U a] N%R-.1 yn.eNNnNn.M FaOnN. 1e ee 1,0 a1N¢YOI ae rwYPxrn,5ln[euNm.M Fwnea 'A 1N eN aJ '%... Fha cons.nea o.�m.ro 10 n ER Sww'a {N,NF]I T.e TWIc cOMMI 0 • ea • • a • • 1 IN a•aEKaa tt Tnm;Cvua Wn. N In EN.SNW y rtNILTIIMLCI1NLM1nNEI IIEI OTPYCfVPLL PW NacaRJiT1011E MEe.TY E • • • • e • • • e am KKWK ahq.T, .wn aR NN.W. ee Yx vaEE I,NI nN.5f0Y ae nruiYn.gJyfmni In af0.rn.11 e. Yxv9eE an 1IOlfe]5 es 1.0%"Ne IN {e.Yla1 as FN PW IN EA,9Y.N •a uT•am a a n • • a • • • • • m mae•n a+ uNycannnu>n .0 1fii m.Yam E.e WV ears a nW w armevaNr • • a • • • 0 a • • • v K+an 101 RWriury FwgMnOEFor1 la Y,IMVE toe IWMnblhwn•.an L.bnlee T. 0 KfL 10e 0 K.n le. eclrAnkY Eiex.MN M.Mn . I ENa]1 Iu rwToonx au+a+Ne { { • a • • • • • • e JY wean aeo se]esal auMeW Noun: Ie 1N {]J 11 N aN M n 1N IY Y 1eM a1N,n+]a ealelp.q Cn.WNP.bal e.Wnf MI...II.WI W Wln•: EaH1A na•Y.Y W.eN.bJ 0AYM1 away n1.1na ia• EEYaaI I n•a10.N NaaNY •I;aiY Ne,]Fa.N tlu.su.Y N}Y n.W.l. Hulalon pnmfex+k Taltl xaun.M Fw: Page 15 811612022 Coachella Valley Association of Governments (CVAG) I N T M N M A T• O N A L Western Coachella Valley Flood and Blowsand Road Improvements Project, Phase One Fee Worksheet - August 16, 2022 Michael Baker IntematlonSt. Inc. MYM Waaaaaen•w Wnw..a mw va,MMn.n E.nn Ywn.Nw TYYiff7l TNITT..FN W Minn D Iw YWe P.• Meun Fio 1bu. Fw kglp w.w D wm o a.m o wm a wm x• w]Alml 611 Meeu YPwlwYen pCV)M WIkPeIIxYNXDp a wm D b.m 0 w.m o w.w 0 wm w wAbm E.aa POIe 9aPxq YwaO 0 am 0 w.m a w00 0 w.m o NO Y w,Xp,•1 4 R.ry.Wnrtb EP.Fl9 0 NO 0 b.m 0 bm 0 b.m 0 am M B.Me. 6.1.1 0 ON 0 ON 0 NO 0 w.m 0 wm w Ew,tmm M] tl—..AEMMMFMepwem 0 wm 0 NO 0 wm —am 0 wm 0 bm ]m wgxelTx 343 CYonb.alpm ElarF l9Yn PYaw Ypnnln 0 ww 0 wm 0 0 wb 0 am IN E]1AIEp1 MA !•MYneie P,apw 0 wm 0 NO a NO 0 ON 0 nm am o+ RwuWyConOYIm�, GIW,bI•YPYSOq o NO D New D wm D w.m 0 NO aw $112M. Eb.+ Va.CE •m wAloveeo� a ON 0 ON 0 •000 o wm o nm an IQAIw w+wsolropPma•m 0 wm a ON a wm 0 wm 0 Sam n MTNA0 M WFW InaB•�wwammnaYemre 0 wm o wmI 0 0 na S M,la•M aae Peo.mAplsyC•wmYayl 0 ON o pmwm " a am am a am am[ IY aaaAmm M Bx]o-.wYTdeYlmnlnw 0 a0m o wmwm 0 ON 0 wm na MINNA ul Gomf.a»AMp 0 nm o ONbm 0 w.m o w.m n wMM oea aeY N•naY• a ww 0 wmmn 0 wm 0 wm .e SMAN. 66a FnNo.wIW THyxIPlq•wW 0 wm 0 NOwm a wm 0 bm w P.M. M •aMMAV 0 NM I NMNM a MM • MM iM OIYaM Pnlae0rvT PMwne a am 0 wmwm o wm 0 am 0 ON N `Na Mk`)aU. paWlm pwtlY•) 0 n.m 0 ONbm 0 ON 0 pip Ma, XY.amM Fln•IFy.L m•de•mi�YmYi• 0 bm 0 w.m wn 0 b.m 0 wm 0 yJm aS m%Nmwy Rwn.agWbOmYfi..•Y• 0 nm 0 wmbm 0 NO a wm 'Na i1m1mA1 0a w%Ne•cxry alv.•. ep•othtlb•YgEmWn 0 wm a ONSam D wm 0 wm M n+.Onli 64 F,nIF aw Om•.wb 0 wm 0 ONUm 0 wm 0 ww rN SU=W TA TMFFCCOMIeOI • E•n • E••••e• • E•a• awm a E0mm 0 wm 0 a wmMm nm Ian aal•.ayaanPa••aaal 9rYp Try•6•Wb 0 bmwm a aam 0 ww W w0lmam 0 wm 0 UMnm a wm 0ea BauvO•w Wiy Ca'eol o nm o n.mwm o wm o wm IwPs%P. 0 wm 0 nmam 0 ww D wm nl alovmlxi 6s �m%PsaE 0 ON 0 am a I ON 0 wm 0 wm +m W,am.e] eM1 iFN VaeE 0 wm o wm 0 ww o wm 0 w.m Im IA,maAa •.• uNaro • M M a M•e am "Uses a ON M •aL1Y aN M11w1 Ow"I'M.M 0.1 uvYvc¢2in.Wn a wm a wm M WaAa. 0 wm M M1mm ]+x ax VYry iullvYey D "A0 w.m 16 Iaya.n 0 wm Y MNan Y "Ma, +u OEORCIXIOX • MM 1 MM 1 MI• to SIMONY %M YIuaM t,tn UWI~ 1DI R•Ynlvyrnsp.4n n.pn o ON D w.m o NO Iw MAIIAe Iw MA. IM W,mSIa 03 o•ul•cIMnW Fr.pWlb, a wm a wm o wm MO W,m]Ae X0 4zmlm M uz.m IDa +nownTw].e D bm a am D wm M Ma.•Mm IO pxAmw M WAII. l0♦ ++a awnnlunna.M.•^^u aM•In.. PWT DelIMa9rylaE• o w.m o ON 0 nm .ro NTmI» .TO MTw1A •n Mx,w0 a UM • MM 1 NM M n1.MaI M XIAMM aI IIMTMn =•rvlu•WnMe Nw^u -- 0 wm a wm o NO 0 wm o wm M.M. D i0.w a N. D ON w en,we.N w M�.mev] ars In.w]w ID naAmH 1 ILN Le MIMMA• I.NI WaAN1a a.M• MN/MM XIM IMMAUa pw.110•NaaYYm,•IF•I wPeY1NMWrY W]pb•: enma�f�vnleank TOblMnn nlO P.c Ma 1].ela]a el+•n Xaw- $11 ameam.w w.m -waaawaal ;me I Naa, a M,me» UW.NWw lAM W,wO,m IIO,nAm IMIMA• a.M SIMM n.1141{IM am WI.XIM Xnal•n E(yapaa Page 16 B+16I2022 Local Assistance P/oceLluses Manual EXHIBIT 10411 Cost Proposal EXHIBIT lU-Hl COST PROPOSAL pua 1 of K UEGH OfMOM OP LVWHad IPMM Pqm MILLI WNTRADS IDBIGN, aGINff RING AND LNNROHMLNTAL SIUDIE31 ❑ rrmrtanwnnr L] slaewwrpaH ❑ )ne nar wlennwlw fo Arl [ryrwllwvm Managemmr, lnc RmGmd W, LVA6 Lontta[L M.)ell OW R/1]/M)] du111u1Wr/IXN Wm• 1Wn •�� iMY •m OOeRo VWtlY 6 53.11 {]b.Y PX¢ Ilnem[ /npWM III PMYod f 5 {6.6) mm Prin[I N Ialw Ptlem II Clmiwn 36 Aa A3 6Y3A TarYMw b loM Dut 65 5 31IS 1, 13A.. 4N rvlw 5e DVwb A 3L50 S ).30 velemro w vrrararM N 31A S .32 GIs Ww N E% I, M.W )e,immal EYla hftle WelaM • .Rod )N,W wOR w al wemarea ranor corn III Annemaa 6amry mnemes lsa pae xbar grlwel IaYRoR f05)s e1 Fln6e Pane. rr l Pere 119gi1 D om"nmgeax uw) M General. Perm... lWq )1W [•IvmA ... do; I. s 6 4 TO)UpIMLTYIgA�)SII•I•lell 6 )✓6i.A aITllTuntlagFglfirt{ITa[IN s ODarinaelltl vlRl 6 M Il Deni aerinll[1•pl)1 s MNuY. 1110a41IgIR[CT mfsSlbl•W •pll 5 YITOfUvgEOEglkl•411apW W 1urp1 S r.O[35 babolfbablandayand Ovan ons gALmt IIOE. Cwq )sn R6 S.. Sladss rummad p•grW Suq E w how Slesm III== LerufN RAW IP Ot SWID pakoMtl blRarnW SYIrIrM l SM.W $Wa0 P14anb Hal I... sartll flysO ] tMOR mm Wlnan.mas 'Go•Uo mnerelrawtolo w,nn.Taaaamva XRw r wnw eaw wao Ig. m) =IS W IGIRTAMS' NS)5 6W e a W urY pp X rlausry5 ml )OTUSUSWtlYLTM15'M6M1 $4M nITOiUPIIIR OEIKiL0S5M6JdNewamXSnIT.IR IMelmll Sor. TOLY miT llel • 0 • IYI • NII 6 .. I, Hwa: L Lerwwalaolbillee mena0 wlman aumL l•Iantl empoyegwllesuplSa gwavanlgye mobeitmen conemaWa . wnn[aaaeenm formal[nnammtmamrancedItnmeieeealceswnldpuNMed nan.nnMN,mMen Nenawncmtwopovi ). IDe mn wWmal lOmaunaM m[ oua nd estal. llnedb coat qta snAb Ggoraree neon annual Eauam rt[oNm[e wIM the ¢nkmad. annual K[oumingpenod ane araena o—a [gnlaant a5enara ar[eplae Hr Carcass. 3. AMk1pMeE ulary IMreaSea al[uNtlon (page )1 moat aamnpany. Page 1 of T January 2020 Local Assistance Procedures Manual EXHIBIT 10-H Gosl Proposal E%HIBrT 10-H1 COST PROPOSAL (Pap 2 of 3) L%j7BM4 COST-PLUSiIXED FEE OR LUMP SUM IEIRM FIRED PRICE) CONTRACTS (SAMPLE CALCUTATIONS FOR ANTICIPATED SALARY INCREASES) cnas env Resource MandBlmee4 Consultant Inc Contrast No. TBD Date 8/12/3032 1. Cakutate averse. hourly rate for Can year, olccntnct )Oberst Labor Subtotal divided by total Mors) Direct Labor Total Hours Avg 5Yen $umetal Per Colt rout Proposal Hourly Convad Propoual gate Dumtkxl $ 7,907,44 / 223 = $ 35.01 Year l aeg Hourly rate 2. Caloulate hourly rate for all seen (Increase the Average Hourly rate for a Year by Pmpoaed analarthel Average hourly rate Propoeed Escalation Year 1 $ 35.01 + 3% - $ 36.LM Year 2 Avg Hourly Rate Veer 2 $ 35.06 + 3% _ $ 32.15 Year 3 Avg Hourly Rate Year $ 3715 + 3% _ $ 38.16 Year a Avg Holum, Rate Yearn $ 3626 + 3% _ $ 39.41 Year 5 Avg Hourly Rem 3. Calcrdaea exlmated hour Per year (mulaply ertlmete %each Year by tonal Mum) Estimated % Completed Total Hours Per Cost TWI Hours Per Each Yen Proposal Year Year 80'" • 223 126a Estimated Hours Year Year 20.0% 223 = 44.6 Estimated Hours Year year 0.0% 223 = 0.0 Wintered Hours Year Year 00% ' 223 = 0.0 Estimated Hours Yearn Year 5 0 0% ' 223 = 0.0 Estimated Hours Year 5 Total 101096 Total 223.0 a. Calculate Teel Coati IncIW IRA Huns ed. (muNlpry imerge hourly rite by her number hours) Avg Hourly Rate Estimated hours Cost Per (Calculated ahovel (Calculated above) Year Year S 35A1 a 128.4 $ 6,246.35 Estimated Hours Year Year $ 36.IN • 44.6 = $ 1'eca." Estimated Hours Year Year S 37.15 • DO $ - Estimated Hours Year Yearn S 38.26 • 0.0 = $ Estimated Hours Years Year E Seat . 0.0 = $ Estimated Hours Years Total DirM Labor Cast with Earatatron- $ 7,1154.29 Direct tabor Subtotal before Escalation= $ 1,802.94 Estimated Total of Dined laMr Salary Increase= $ win Transferred to D.,e1 Notes 1. This is rot the only wry to estimate minor, Increases. Other melMds will be amepted H they dear, Indicate m.% increase, the umber of years of the cons... and a breakdown of Ma labor to M performed each year. 2. M estimation that H based on direct labor muIllPlled by salary Increase %multiplied by are number of Year a not acceptable. (I.Y., 5250,000. 2%a 5 yes • $25.OW Ia not an sorepnme metMdolugy). 3. This assumes mat ate Year w19 M worked at the rate on one cod pmpoul before salary, Homes. am Printed. a. Cairuletiom for anrldpaled are, retsmtion must be provided. Page 2 of T January 2020 Local Assistance Procedures Manual EXHIBIT 10-H1 COST PROPOSAL (Page 3 of 3) Certi0cation of Direct Costs: EXHIBIT 10411 Cost Proposal I, the undersigned, certify to the best of my knowledge and belief that all direct costs Identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements. 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the Contract. 3. Title 23 United State Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained In the project files and be in Compliance with applicable Federal and State requirements. Costs that are non -compliant with the Federal and State requirements are not eligible for reimbursement Prime Consultant or Subconsuhant Cer ihina: Name: Molly V��allasik Title-: CEO/CFO Signature: 7xV-t"^• Date of Certlficatlon(mm/dd/yyyy): 8/12/2022 Email: mvalasik®caastanecom Phone Number: 714-974-8300 Address: 1518 W. Taft Avenue. Orange. CA 92865 • An Individual eaecutive or financial officer of the consultant's or subcensultam's organlsrtlon at a level no lower Nan a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utill,ed to establish the cost proposal for the contract. List of services the consultant Is providing under the proposed contract: Cultural and paleontologicel resources services. Pop 3 of 7 January 2020 Coachella Valley Association of Governments (CVAG) Westem Coachella Valley Flood and Blowsand Road Improvement Project, Phase One Fee Proposal - August 16, 2022 m®®ay�a®ay�ayyama�a��r�II====MM I®t/="L�^��� IIIIIIIIIIIIMI ��0o01olsaaoolIIIIIIIIIIII[MCM IIIIIIIIIIIIMI 0000aaaoo® Page 17 BIIGUM Coachella Valley Association of Governments (CVAG) Western Coachella Valley Flood and Blowsand Road Improvement Project, Phase One Fee Proposal - August 16, 2022 Contech Engineered Solutions Name Not Applicable Total Conlech Total Contech Engineered Engineered Salutions Classificatlan solutions Hours Fee Task No. Task Descreption $0.00 Subtotal Hours for both Phases: 0 0 $0.00 _ _-- Other Dlrect Costs / Design Fee: $200,000.00 Escalation (From 10411): $0.00 Total Hours and Fa: $0.00 0 $2001000.00 Page 12 5 16 2022 Local Assistance Procedures Manual (anwNm vrolmi Na. EXHIBIT 10-Ht Cost Proposal EXHIBIT 2"1 COST PROPOSAL asset as) MIW[i[ml-Flu>.FIVG HE M LUMPS ) IF$. FIXED MIon DOWMCTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUOIES) ❑ ''.canumm, I�l ub[mwluM ❑ lmlbsnxmrWu t Mmumem N.x GNMN4100 0.Y V1VaTII lfeMllua.MR1e Nw NNn Assawlsmal, Pat Mass PIC RaI, MpWms• x S M17 $ s lS.tl FM cams 1N s411 .fi .4. Y s0{ N.a{ 11 N Asa,TMMYYW EM .. !1 W y On1Y{lysl Us $ mn S 3 x unComm.., WM WoHWIryaIO ME W71 10 .N Am I Tiffin, M[Oma Sol Mn 11.411,170 WaR OXEN .I $uMWlartRubelush b) M4tlp.uE W., Iwwses I.. puts l ID, D el INDWIEIMOOSM D) ,In. h... (XXX x.lfY I n O.enma (Al zlxx 1 M Geneul.nE ANnINfb.[MIMu 1 .m.A[ugn.r. m: tIFOLOxF FIXED FEE TpmINgV{ ],qs S "l $ m.30 4TmLLpFR$WBW$}$Ir.MNu a A16EM e1MOTLLnmla�a[n IIU•MI $ xFmAi tl INWAatlIIUa mI $ uwuo IIam BAamN IlUalbll $ p toTLLIM6Tm{MtIW W011 $ LL4Lvm q TOTLL10DFx lk1•W •IWIM1•. LOYA $ ID.Usu e1p� Unk Unk GRA rmu sal emu SIW MRN, SaRs ISMDI pnntln iN W x w TrM ., illA Or Fac w PDOXOss,$ AR,l Amse. pmGW 51 00 ml $U{EOX W LTMIrs' (il$T$ IA{a sYd.ml yAn N I. W e[L V PI IIVTALOIMA YmLRCO$13 ssis.]56W m1 TarAl$IIKOIIFIaTYns'Cpils $a.00 p IOTLLa1NER PEERCOfls N6U0u4 wF01611LiAX151111•Imll $sR,]sN00 TOTLL [oSTIWnl•ryl•Inll s xl.x4% NIXe[: 1. fey penomel MIIHbe meM1atl.nstNtxewOxRbryavaNn{yeraauNa muast m[NeE wifli two gDersh (••).Allcosts must comply With the Famalcolndple[.Sub[mpn.Will tlmrawna. 0Th—cst mmsmalsoll mIX md. Inar ounst a,.F all b. uptlaetl ona...nmlb.s4hIuotlsmaaftbilmI c .l.'san..tlIaccouimlaclIsnibW. m tisaI¢ymaarteE by Cam 3MttiptestlsryImeecalculatlI4a17mnmccmMnV. Pape 1 of 3 January 2020 Local Assislsnce PrOceOurrw Manual EXHIBIT 10-H1 COST PROPOSAL IPe w 2 of 3) ACTUALCOST-RUS-FIMFD FEE OR LUMP WAR (FIRM FIXED PRICE) COMRAUS (SAMPLE CALCULATIONS FOR ANTICIPATED SALARY INCREASES) EXHIBIT 10-H Coal Proposal Consultant Monument Contact No, T90 Date 8/16/2022 1. 41oulsu whimal hooly.fir, tat Is, of ..ad IDMW labor$ub l dlalde!by tatel houn) Direct saber Total lours 5ublaal Per Cost cost Pfopoal Proposal $ 94, 140.34 / 2,033 AYa lithe, Hourly Other a Rate ptlratlon $ 45.19 Year I aY$ Hourly Me 2. Olcalate hourly rule for all pan (Inveass Me Aprap Hourly ate for s Ypr by Proposed as4ataao1l%t AYaaRe houly .to Proposed Escalation Year $ 46.19 ♦ 5% = S 47A5 Year 2 A, Hourly We Year $ 47,45 ♦ 6% _ $ 49.63 Year 3 AY$ Hoely, Rafe Year $ 4003 ♦ 5% $ 52.32 Year 4 AYE Hotaly We Year $ 52.32 ♦ 5% . $ 54.93 Year 5 Aft treat, Rate 3, boubte sstimated hour Per par (mulapi, ndnsate %each par, by total hours Estimated %Completed Total Hours Per Cost Total Hours per Each year Proposal Year Year 1 25.0% • 2083 520.8 Estimated Horn Year 1 Year 2 65.0% • 2093 13".0 Estimated Hoes Year 2 Year i0m • 2063 = 20$.3 Estimated Hours Year year am 2083 = 0.0 Estimated H. Year Year 0.0% • 2083 • O.0 Estimated Hrws Year Total to 016 Taal 20930 4. Calculate TotalCann IncluEla$ Ewbtlon journal aYersp hourly au by the numbas ha l AYP Hourly Rate Estlmatetl hours I(Eeimlined aboae) (Gkulated allow) Year 1 $ 45.10 • 520.R = Yew 2 $ 47.45 • 1354.0 = Yew 3 $ 49.8$ • Year $ 52.32 • Year 5 $ 5193 • 0.0 = Total Direct labor Chit with Escalation - Direct tabor $uMotal before Escalation - Eshmated Total of DirM Libor Salary Increase - Coat Per Year $ 23,535.09 Estimated Hoes Years $ a4,25D.76 Estlmatetl Hoes Year 2 $ 10,370.97 Estimated Hoes Year $ - Estimated Hours Year $ Estimated Hoes Year 5 $ wj"." $ 94,1eam $ 4,024.50 Transferred to Page 1 Scan: 1. This Is not the only way to nOmau salary Increase. Other methods will be e¢epted If Me, dearl, Indicate the %Increase, Me number of pen of the conmect, and a breakdown of the wberto he pedormet verb Year 2, M Estimation Mat Is based on direct oho muRlpllad by salary Increase %m idp11M by the number of Year 4 not acceptable. (I.e., S250000a 2%a 5 yea - $25.XO4 not an acceptable memcdclorb). 3. This nmmn Mas one Year will the worked al the ale on tM cost proponl before uury hoots. are Eremed. 4. Calculatiom for asnldpeetl salary ncatalbn most be prodded. Page 2 of 3 January 2020 Local Assistance Procedures Manual EXHIBIT 10-H1 COST PROPOSAL (Page 3 of 3) Certification of Direct Costs: EXHIBIT 10-Hl Coat Proposal I, the undersigned, certify to the best of my knowledge and belief that all direct costs Identified on the cost proposal(s) In this contract are actual, reasonable, allowable, and allocable to the contract In accordance with the contract terms and the following requirements. 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract. 3. Title 23 United State Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures S. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904- Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable Federal and State requirements. Costs that are noncompliant with the Federal and State requirements are not eligible for reimbursement Prime Consultant or Subconsultant Certifying: Name: JooeeV "Mendoza Title-: Vice President Signature: Date of Certification (mm/dd/yyyy): 8/26/2022 Email: Imandoi9@monumen"Wgam Phone Number: 949-378-(1687 Address: M Individual executive or financial officer of me cunwhant's or subconwitant's organbadon at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authumy to represent the financial Information utilized to establish the con proposal for the contract. List of services the Consultant is providing under the proposed contract Assumes 62 parcels, 24 ownerships, Assumes 10 rights of entries will be obtained, Assumes 45 appraisals/reviews will be required, Assumes BLM and Coachella Valley Conservation Commission will require yellowbook appraisals, Assumes eminent domain coordination for 3 private property owners, Assumes 18 potholes at $1,500 each, Assumes 16 utility owners are in the project area, Assumes 7 utility facilities will be In conflict, Assumes 1 Utitity Agreement will be needed. Page 3 of 3 January 2020 Coachella Valley Association of Governments (CVAG) Western Coachella Valley Flood and 9lowsand Road Improvement Project, Phasa One Fee Proposal - August 16, 2022 Manemwl JSTeIe✓•ef 4W MTxew� TYe4ye MY IeYI �� Tiry� �n T � sr.Y.e Me •a4aA� ee4��,�� .tiY TW�Msw TSYeY�ee� Teilb. OYB eML A ry¢� as pile M ryYM f lelfi >♦ Fee >0 'An •eerpSlt v n>..d.w.<a rx.rwarer e x a 1] Y+mrs u xm u o rym •° d�� a oal�oa ee wew�.e a sv a so mmu v rm rmvr.i ee M 1ev eeewu u rrr� u M n rr.ex.r, e e r ¢e,�ee u • • e • as a x r sa1Y.e rm a s uYl ry 14 4We1M•YOirfe� t! W W >8 fY M Un ¢xleRte M�deC�e P4eYYR/.wnNik Teelleoeexfee Sr1,wa w,eeSw mx•a •oma YSxsY Yu1la •gnus yo YlSleeM fd,Yes. Page 19 8.16202P Local Assistance Procedures Manuel EXHIBIT 10-H1 Coat Proposal EXHIBEE 1"I CM PROPOSAL (else 1 of sl > y(1{ alNEE, sum (FIRM Fear, PRICK ttNs"C"I (DESIGN. ENGINEERING MC ENVIRONMENTAI STUDIES) ❑ Nne (onWRnt [1) Mxo'su urs I7 ]MIIn SubtmruReM fMp14m Ease Mesums, his, it.) im)ertrf> NK COIInRRa zaD Dmi Vss/xOzz a+arJEr Xmr xe•. Mutlhours, Tool emmost, MiblehnIrde.n in 5 9000 5 ss ew SWwf 0 ]50 um Esloroos U.oahmxchmuosl 0 If0 %.Is lAnator Frishistfine-11(shoke,0 130 W10 I "al Server Tromhunn 0 in $ 4730 IS 1HIm S,!51sffEn,Jsmr 0 ]i0 ,Llo f W 60 m Diseases 0 0 M]0 IT L, f 0 0 59M SMRE . 0 0 .lm TeMnRln 0 0 lx.10 LUOIICO]R .I suaM.lodWfnus MR n) tlpNN $N.,Ime.an Dies mile ] b..mp'e) wshish. cesn all ld a n.11, (All. 1AmR l 0 w,vlWsd le.le ton.I nl Guw.l ere sus ''hellish. mLYX I w.w AmOMm. w wlupmR NmD as, mI SYLILIYGlTN115•COSRIW eMIX�1I.LR.XmrT1 s e.ss000 s svn q roivaRecTleER]XwEIf PMnII $ AWUI elTmRlrvwEXErosill(O el $ uAwn Il-imm.anq.ml 5 ",,I u GenLRammnq.ln)I s U rorulrpRECT COsi9(LLW•nu s IE0.mis 91TOru EtlIED iEF I01.OII.Reeke: Ia00L $ m]xs.s9 mITOTusIR1[ONEGLTRMS•C0513 $sop a is wRcomolu(fs[0) 111 $!AAEp00 ..WR III .III.IMI $ inines Nome. 1. Nry lxmm�l EEII� 0e maMeewnn an l') empbyeos ibUre eo re0ukemmH Oe m.M1eE wnnNro,mansesAll con llcmUeomph,oM1Innthe lntlLpeleusp.aS,ulekd oouolmto annins u"al Inpuw4Mlne secmekrevmum[e toil nnpMroepmust oeas. x, Thwelval,monselformAlluillrottaurn-ded. corm.N,msannual .uwnnn pmodand emvelNn.e by a oognwe slvnry pr.rsPme M anrvn5. 3. Mtltlp[etl unary Ircrevses cticubam (pye z) mum,ccnmpany. Page 1 of 3 January 2020 Local Asaiatance Prlxeclures Manual EXHIBIT 10-H Cost Proposal EXHIBIT 10-H1 COST PROPOSAL (Pees 2 of 3) iT-PLIElefL D FEE OR LUMP SUM IRRMFIMEDMIC31[ MCT3 LE CALCULATIONS FOR ANTICIPATED SALARY INCREASES) Consultant Earth Mechanics, Inc. (EMI) Contract Her TRD Date 8/25/2022 1. Calculate.., bouts rate for 10 Year W eenfeact (WHO. Up. Subtotal dleMed by tote hwra( Direct Ubor Total Hours An SYur Subtotal Par C. You P.opose Hourly Contract Proposal Rare 0uraeon $ 69,530Or / 1}W 5 57 44 Year l aye HgNll rate 1. Calculate hourly male Mall.... hnvem.In. Alnraae Hovty race mr a Yaar by propmad.1.0ar %) Average hourly rate Pmuesed Coplation Year ) S 57.94 1 5% _ $ 60.84 Year 2 Ave Hourly Rate Year $ ones ' 6% $ On Year 3 Avg Hourly Rate Year $ 63.11e . 6% _ $ 67.02 Year 4 An Hourly Rate Year a $ 6) 0T r 5% $ M.43 Year 5 Ara Hourly Rau 3. Calculate dolmated hour NO year ImoltkdY coherent % each per by acted Rapers) Eulmoted%Completed Total Hours Per Cost Thal He.. qr lath Year Proposal Y. Year 2uCrxl • im • 240.0 Estimated Hours Year Year GO • 1200 22MO Estimated Hours Year Year 20.M • 32W 240.0 Estimated Hours Year Years 0.0% • 12M = 0.0 Estimated Hours Year Y...S 0.094 ' R00 • 0.0 Estimated Hours Years Total 100.0% Treat = 1200A a. Calculate T. 1 Costs model, Eralatbn (mWllply amel hPlply roe by the pumMr hare) An Hourh Rate E%Imated hours (Calculated above) (cakedated alwve) Year 1 S 57,94 • 24Dq = Year S 60 cue • TLo.0 Year 3 S 63 Be a 240.0 Year a $ 6) 0T a 0.0 = Year S 7043 DO = Total Direct Labor Cest with Escalation - Drea labor SUMotal belle Espel • Estimated Total at Direct labor see, Increase • COsl Par Year $ 13.906.00 hxmeed House Year $ 43,=M lateral" Hours Year $ 15,312.37 Ertlmetad Hours Year $ E4lmated Hours Year $ Estimated Hours Year $ T3,Oa122 $ 69,53040 $ l,11131 Tramferred to page Net..: 1. Ibis Isnottheonlywaytomu .teal Ylmreams. Oaca metnoaf MIIbermlded utheydearN mdlrAce NexIncrou,the number W yeera of the aonb.ct, and s brcandawn of INe labarta he perlormed Neck Year, 2. M estimation that Is hoed an direct labs multiplied b2 alary Iraceae as muftished by the amber of War 4 nor aaeptahN. V., $M.000.2%• 5y11 • S15,000 I. net an aueplaede memodalognt 3. This ... me. That, one Year IN be wmYad at Ned rate m the rot pmpo.al theme mi.I ImemHre apmed. a. CalculatiomM aMulpet" salary exW.I. must Im p.Ided. Page 2 of 3 January 2020 Local Assistance Procedures Manual EXHIBIT 10-H1 COST PROPOSAL (Page 3 of 3) Certification of Direct Costs: EXHIBIT 10-Hl Cost Proposal 1, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) In this contract are actual, reasonable, allowable, and allocable to the Contract in accordance with the contract terms and the following requirements. 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract. 3. Title 23 United State Code Section 112 - Letting of Contracts C 48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904- Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained In the project files and be In compliance with applicable Federal and State requirements. Costs that are non -compliant with the Federal and State requirements are not eligible for reimbursement Prime Consultant or Subconsultant Certifying: Name: Alaheswaran Thumirajah, PE, GE Title-: President Signature: lt�� Date of Certification (mm/dd/yyyy): 8/15/2022 Email: A. ThuraealahAearthmech.win Phone Number: 714-751-3826 Address: 17800 Newhope Street, Suite B, Fountain Valley, CA 92708 • An individual eaecutive or financial of ver of the consultant's or wbcunsulbnPs organization at a kvel no lower than a Vice President or a Chief financial Officer, or equNalemc who has authority to represent the financial information utilized to establish the cost Proposal for she contract. List of services the consultant is providing under the proposed contract: 541330 - Geotechnical Engineering 541380 - Laboratory Testing Page 3 of 3 January 2020 Coachella Valley Association of Governments (CVAG) Western Coachella Valley Flood and Blowsand Road Improvement Project, Phase One Fee Proposal -August 16, 2022 Earth Mechanics •.m. u h Thenlnfan CIe1YbS0Plr PM[Ip31 SeW. EnpI.,1 Op wt SF. P.J.. g 91.t Prpj"` wtl pwft%l 9an10r TaaM�311 Y.aYll EnpinNt PA,cIgI FIgMSv Fm SWENp TScMn TWI EW MCMenlra Houn TWl EaM MaOhanln Faa T.Qk N. TUH OFWIPYN 33GS.36 $110.30 $169.03 /tOM H6.71 $141.40 62".37 $13181 S125.e1 Niu 10.0 OEOTECHNIC. I 220 1W 220 1M 200 1 0 0 1 1.1W p13,3Y.a3 10.1 PNMInery FaunGalwn Report 30 SO 30 30 1B0 33p S101B 10.2 Omlm .lnwNlpWm 20 20 30 30 ta0 3W 342,06>60 10.3 lenoml TminO 20 a x 1ap 20 ON $12,066 e0 10.4 Owla<A lEnOlrc gM "3 60 120 60 120 TO 470 S87,021.29 11.0 P00T OEelON 061NICES 1• 21 0 10 0 0 0 0 0 0 SO "Imew 11 sWices oum9 EMing o fo D] 11.2 Cpu .yrNas 20 20 fO yp 311.W6.92 MiYYN31n YFYQIk PIIaaw: IA 230 1M 230 IW am 0 0 0 0 1.2M WS,SNM Inter dCa3LL w,1o0.a1 6Qa1611eIt Oknn tlxlk p0,n3.m Tall Neon Qad iaa: S"193N1.002.44 1 321,092A2 I SSS,,7QM 623.321.NI maa03 50.00 SS.Op YAO I 1}Y W1.1SIJ1 Page 20 811612022