Loading...
HomeMy WebLinkAbout2/7/2018 - STAFF REPORTS - 1.E. FQpLMs A � G1 V N + N h ryC�RRORRtEO 9A' cQ11polt Cif Council Staff Report Date: February 7, 2018 CONSENT CALENDAR Subject: APPROVAL OF AMENDMENT NO. 3 IN THE AMOUNT OF $74,863.95 TO PROFESSIONAL SERVICES AGREEMENT NO. 6191 WITH CNS ENGINEERS, INC., FOR THE VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT THE WHITEWATER RIVER, CITY PROJECT NO. 10-10, FEDERAL-AID PROJECT NO. BR-NBIL (513) From: David H. Ready, City Manager By: Engineering Services Department Y 9 9 P SUMMARY The requested action will approve Amendment No. 3 to the Professional Services Agreement No. 6191 with CNS Engineers, Inc. in the amount of $74,863.95 for an increased total contract in the amount of $1,513,347.90 for the Vista Chino Low Water Crossing Bridge Replacement at the Whitewater River, City Project No. 10-10, Federal- Aid Project No. BR-NBIL (513), (Project). RECOMMENDATION: 1) Approve Amendment No. 3 to a Professional Services Agreement No. 6191 with CNS Engineers, Inc., to incorporate additional preliminary engineering design services in the amount of $74,863.95 for an increased total contract in the amount of $1,513,347.90 for the Vista Chino Low Water Crossing Bridge Replacement at the Whitewater River, City Project No. 10-10, Federal-Aid Project BR-NBIL (513); and 2) Authorize the City Manager to execute all necessary documents. BUSINESS PRINCIPAL DISCLOSURE: CNS Engineers Inc., is a California Corporation whose corporate officers are Jong-Jiann Lu, as Chief Executive Officer and as Secretary and Hui-Min Huang as Chief Financial Officer. All owners whose interest is greater than $2000 are listed. ffEM NO. E City Council Staff Report February 7, 2018— Page 2 Amendment No. 3 to CNS Agreement No. 6191, City Project No. 10-10 BACKGROUND: The Engineering Services Department secured federal funding administered by the State of California Department of Transportation (Caltrans) through its federal Highway Bridge Program (HBP) to design and construct a new all-weather bridge on Vista Chino across the Whitewater River. A vicinity map of the project area is included as Attachment 1. The City has three at-grade crossings of the Whitewater River located on N. Indian Canyon Dr., Gene Autry Trail, and Vista Chino. When storm events occur, the City is generally required to close one, two or all three of these critical arterials into and out of the City. These road closures severely disrupt access in the western Coachella Valley, including emergency access to Desert Regional Medical Center. The Coachella Valley Association of Governments (CVAG) adopted the 2010 Update of the Transportation Project Prioritization Study (TPPS), which identifies the estimated costs to construct all-weather bridge crossings in Palm Springs, listed as follows: N. Indian Canyon Drive: $166,270,000 Gene Autry Trail: $225,682,800 Vista Chino: $68,638,500 As the cost impacts to the City and CVAG are more than $450 million to construct the three all-weather bridge crossings at these locations, staff has focused on securing federal funds for the construction of a new bridge on Vista Chino, as it has the shortest length (1/2 mile) across the Whitewater River. The Engineering Services Department worked with Caltrans to program and authorize $1,000,000 in the HBP to begin the Project Approval and Environmental Document ("PA/ED") Phase of the Project on May 20, 2011. An additional $690,000 in HBP funds were further authorized by Caltrans on April 17, 2012. The federal HBP funds cover 88.53% of eligible project costs, requiring 11.47% local match. Total project costs and funding sources for all project phases are identified in Table 1: Table 1 Federal HBP CVAG Regional Palm Springs Cathedral City Phase Funds Measure A Local Measure A Faire Share Totals Preliminary $8 578,557 $833,582 $256,656 $21,211 $9,690,000 Engineering Right-of-Way $7,861,464 $763,902 $227,066 $27,572 $8,880,000 Construction $67,663,479 $6,574,891 $2,024,375 $167,310 $76,430,000 Totals $84,103,500 $8,172,375 $2,508,097 $216,093 $95,OOD,000 Pursuant to funding agreements with CVAG and Cathedral City, the local funding match requirements were funded by CAVG with 75% Regional Measure A funds and the 02 City Council Staff Report February 7, 2018— Page 3 Amendment No. 3 to CNS Agreement No. 6191, City Project No. 10-10 remaining 25% appropriately split between Palm Springs and Cathedral City. This reduces the City's responsibility of the $95 million total project cost to approximately $2.5 million, which is funded with the City's Local Measure A funds. On January 18, 2012, the City Council awarded a new PSA to CNS (Agreement No. 6191) in the amount of$1,438,483.95 for the PANED Phase of the Project. On March 18, 2013 and August 8, 2013, the Director of Public Works approved Amendments No. 1 & 2 for a budget adjustment among tasks in the schedule of compensation with a no cost increase or decrease to the contract. On January 13, 2016, the City Council reviewed and adopted the environmental documents for the Project. STAFF ANALYSIS: There is currently $219,284.91 remaining in the budget established by the cooperative work agreement with Caltrans for the PA/ED phase of the Project, which is set to expire on June 30, 2018. In order to keep the funding from expiring, the City must submit an invoice for the remaining balance to the State by April 1, 2018. Staff has worked with CNS to provide necessary, eligible preliminary engineering services utilizing the remaining balance, which will reduce future construction costs by providing more geotechnical sub-surface information. On January 29, 2018, CNS provided the City with a proposal for extra work to perform limited geotechnical exploratory boring to complete the professional services included as Attachment 2 of the PA/ED Phase of the Project. Staff has reviewed the proposal and recommends approval of Amendment No. 3 in the amount of $74,863.95 to the PSA with CNS (Agreement No. 6191). A copy of the proposed amendment is included as Attachment 3 and summarized as follows: Performinq Limited Geotechnical Exploratory Boring The preliminary bridge foundation design of the PANED Phase of the project was based on available published geological and geotechnical data from various sources including the as-built plans of several bridges near the project area. Field geotechnical investigation involving exploratory borings was deferred to the Final Design Phase of the Project. The existing available geotechnical data provided approximate engineering parameters to assist the design team in performing approximately 30% bridge foundation design to support the preparation of a bridge type section report for Caltrans Structures Local Assistance's approval. However, risks involving unforeseen underground site conditions exist and the final bridge design may require major modifications that could result in a change in project scope and cost. To minimize the project risks and potential delay in final design, CNS proposes conducting limited geotechnical exploratory boring to verify the viability of the assumed subsurface soil conditions. The design strategy is aimed to eliminate potential major change orders during the upcoming Final Design Phase of the project. This design 03 City Council Staff Report February 7, 2018—Page 4 Amendment No. 3 to CNS Agreement No. 6191, City Project No. 10-10 strategy has occurred on several bridge projects including the Cathedral Canyon Drive Low-Water Crossing Bridge in City of Cathedral City and various bridges in the County of Riverside. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). In accordance with the CEQA Guidelines, the City acting as "Lead Agency" pursuant to CEQA, previously completed an environmental analysis of the potential impacts resulting from construction of the Project. On January 13, 2016, the City Council adopted and ordered the filing of a Mitigated Negative Declaration for the Project. Subsequently, on January 14, 2016, staff filed a Notice of Determination with the Riverside County Clerk and State Clearinghouse. The Project is funded, in part, by federal funds, requiring local oversight by Caltrans. As a federally funded project, the Project is subject to environmental review pursuant to the National Environmental Policy Act ("NEPA"). On January 26, 2016, Caltrans, acting as the lead agency pursuant to NEPA, made an environmental determination that the Project does not individually or cumulatively have a significant impact on the environment as defined by NEPA and is excluded from the requirements to prepare an Environmental Assessment ("EA") or Environmental Impact Statement ("EIS"), and that it qualifies for a Categorical Exclusion in accordance with 23 USC 327. FISCAL IMPACT: Preliminary estimates of the total cost of the Project have been identified as follows: • PA/ED (environmental) phase: $1,690,000 • Final design phase: $4,800,000 • Right-of-way phase: $915,000 • Environmental mitigation: $6,385,000 • Utility relocation: $1,050,000 • Construction: $65,000,000 • Construction engineering/support: $7,000,000 TOTAL COST: $86,840,000 Subject to approval by Caltrans and programming of additional funding for the future phases of the Project, the total cost of the Project will be funded as follows: • FHWA/Caltrans federal funding: $76,879,000 (88.53%) • CVAG Regional Measure A funding: $7,470,000 (8.6%) • Local Measure A funding: $2,490,000 (2.87%) 04 City Council Staff Report February 7, 2018— Page 5 Amendment No. 3 to CNS Agreement No. 6191, City Project No. 10-10 Caltrans authorized a project PANED cost of$1,690,000 on April 17, 2012. Federal HBP funds cover 88.53% of the eligible project cost, equal to $1,496,257. The City has also entered into a Reimbursement Agreement (Agreement No. A6174) with CVAG to fund 75% of the $193,843 local match. Amendment No. 3 includes cost adjustment to the following tasks summarized in Table 2. Original Contract Amount: $1,438,483.95 Amendment No.1: $0.00 Amendment No.2: $0.00 Proposed Amendment No.3 $74,863.95 Amended Contract Amount: $1,513,347.90 Sufficient fundingis available to approve Amendment No. 3 in the amount of 74 863.95 pp $ , to the PSA with CNS from the following accounts: FHWA/Caltrans federal funding (Capital Project Fund, $66,277.05 88.53% Account No. 261-4491-50298): CVAG Regional Measure A funding (Regional 6,438.30 8.60% Measure A Fund, Account No. 134-4497-50298): Local Measure A Fund, Account No. 134-4498-50298: 2,148.60 2.87% Total: $74,863.95 100% Table 2 Current Proposed Task No. Task Name Task Budget Amended Cost Change in Cost Phase 1A Limited Project Approval and Environmental Document PA&ED 1.0 Project Management 1.1 Pro ect Administration and Project Controls $69,066.74 $73,576.97 $4,510.23 1.2 Meetings and Coordination $83,516.93 $95,231.22 $11,714.29 2.0 Limited Preliminary Engineering 2.3 Surveying and Aerial Topographic Mapping $50,986.00 $65,957.10 $14,971.10 2.7 Preliminary Roadway/Bridge Foundation Report $22,654.07 $233,520.16 $210,866.09 3.0 Limited Environmental Document CEQA/NEPA 3.1 Public Sco in Meeting $10,363.34 $5,179.23 $ 5,184.11 CDC $48,550.60 $17,467.52 $ 31,083.08 Phase 1 B Full Project Approval and Environmental Document PA&ED 1.0 Project Management 1.1 Project Administration and Project Controls $51,508.21 $34,892.07 $ 16,616.14 2.0 Full Preliminary Engineering 2.5 Value Analysis Study $24,325.66 $0.00 $ 24,325.66 3.0 Environmental Document CEQA/NEPA 05 City Council Staff Report February 7, 2018— Page 6 Amendment No. 3 to CNS Agreement No. 6191, City Project No. 10-10 Current Proposed Task No. Task Name Task Budget Amended Cost Change in Cost Draft Combined Environmental Documents 3.2 IS/EA $88,447.06 $66,335.30 $ 22,111.76 Bureau of Indian Affairs Consultation& NEPA 3.3 Clearance $19,769.68 $6,919.39 $ 12,850.29 Circulate Draft Environmental Document& 3.4 Respond Comments $15,946.84 $11,960.13 $ 3,986.71 Final Environmental Assessment Document 3.5 MND/FONSI $36,080.70 $14,432.28 $21,648.42 3.7 Publish Notice in Federal Register $1,044.79 $0.00 $ 1,044.79 3.8 Environmental Permits $40,197.62 $26,326.44 $ 13,871.18 ODC $23,968.00 $10,983.66 $ 12,984.34 Total Budget Adjustment $74,863.95 SUBMITTED Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Esq., Ph.D. Assi ant City M ger City Manager Thomas Garcia, P.E. City Engineer ATTACHMENTS: 1. Vicinity Map 2. CNS Proposal 3. Amendment No. 3 06 ATTACHMENT 1 07 ATTACHMENT 1 Project Site t 4548 ft CityGIS d<esotN`t Copyright O 2006 All Rights Reserved. The information contained herein is the proprietary property of the contributor supplied under license and may not be approved except as licensed by Digital Map Products. VICINITY MAP � S ATTACHMENT 1 92240 i 92241 � t ! OP 92262 L- l3w�a {ham Frowd Its 92234 x r } � u > r� k cl 4nr"- c.G.)xc4ft �Oak r Aicq air 92264. x ear;M�a 4548 ft N CityGIS •. + N cy<na�rN�� Copyright O 2006 All Rights Reserved. The information contained herein is the proprietary property of the contributor supplied under license and may not he approved except as licensed by Digital Map Products. VICINITY MAP 08 ATTACHMENT 2 i;9 rC N 51 Civil and Structural Engineers CNS Engineers,Inc. 11870 Pierce Street,Suite 265, Riverside,CA 92505 Phone:(951)687-1005/Fax:(951)667-3387/Web:www.cnseng.com January 29, 2018 Mr. Tom Garcia, P.E. Director of Engineering/City Engineer City of Palm Springs Public Works & Engineering Department 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Subject: Professional Services -Vista Chino Low-Water Crossing Bridge Replacement at Whitewater River, Federal Aid Project Number: BR-NBIL(513), City Project No. 10-10 Request for Contract Amendment No. 3 Dear Tom: The CNS Team requests budget adjustment and additional compensation to reflect extra work as follows: 1. Performing Limited Geotechnical Exploratory Boring The Project Approval and Environmental Documentation (PA&ED) Phase of the proposed project was authorized by Caltrans on May 20, 2011. CNS prepared approximately 30% preliminary engineering design to define the project scope and conducted environmental studies starting from January 23, 2012. The project team successfully obtained both NEPA and CEQA clearances on January 2016. The preliminary bridge foundation design of the PA&ED Phase of the project was based on available published geological and geotechnical data from various sources including the as-built plans of several bridges near the project area. Field geotechnical investigation involving exploratory borings was deferred to the next Final Design Phase of the project. The existing available geotechnical data provided estimated engineering parameters to assist the design team in performing approximately 30% bridge foundation design to support the preparation of a bridge type section report for Caltrans Structures Local Assistance's approval. However, risks involving unforeseen underground site conditions exist and the final bridge design may require major modifications that could result in a change in project scope and cost. To minimize the project risks and potential delay in final design, CNS proposes conducting limited geotechnical investigation by drilling approximate 50% of exploratory borings to verify the viability of the assumed subsurface soil conditions. The design strategy is aimed to eliminate potential major change orders during the upcoming Final Design Phase of the project. This design strategy has occurred on several bridge projects including the Cathedral Canyon Drive Low-Water Crossing Bridge in City of Cathedral City and various bridge projects in County of Riverside. The details of the limited geotechnical investigation are described in the attached Scope of Services. 11 Page 10 Mr.Tom Garcia,P.E. Request for Amendment No.3 January 29,2018 Page 2 of 3 The limited geotechnical investigation will be performed by Group Delta Consultants, Inc., who has been the first choice of geotechnical consultants in bridge engineering industry. Group Delta Consultants has been recently audited by Caltrans on December 13, 2017. We request an overall budget adjustment of$74,863.95 including adjustments to the amounts of the following tasks: Current Proposed Task No. Task Name Task Budget Amended Cost Change in Cost Phase 1A Limited Project Approval and Environmental Document PA&ED 1.0 Project Management 1.1 Project Administration and Project Controls $69,066.74 $73,576.97 $4,510.23 1.2 Meetings and Coordination $83,516.93 $95,231.22 $11,714.29 2.0 Limited Preliminary Engineering 2.3 Surve ing and Aerial Topographic Mapping $50,986.00 $65,957.10 $14,971.10 2.7 Preliminary Roadway/Bridge Foundation Report $22,654.07 $233,520.16 $210,866.09 3.0 Limited Environmental Document CEQA/NEPA 3.1 Public Scoping Meeting $10,363.34 $5,179.23 $ 5,184.11 ODC $48,550.60 $17,467.52 $31,083.08 Phase 113 Full Project Approval and Environmental Document PA&ED 1.0 1 Project Management 1.1 Project Administration and Project Controls $51,508.21 $34,892.07 $ 16,616.14 2.0 Full Preliminary Engineering 2.5 Value Analysis Study $24,325.66 $0.00 $24,325.66 3.0 Environmental Document CEQA/NEPA 3.1 Public Hearing $1,491.28 $0.00 $ 1,491.28 Draft Combined Environmental Documents 3.2 IS/EA $88,447.06 $66,335.30 $ 22,111.76 Bureau of Indian Affairs Consultation&NEPA 3.3 Clearance $19,769.68 $6,919.39 $ 12,850.29 Circulate Draft Environmental Document& 3.4 Respond Comments $15,946.84 $11,960.13 $ 3,986.71 Final Environmental Assessment Document 3.5 MND/FONSI $36,080.70 $14,432.28 $ 21,648.42 3.7 Publish Notice in Federal Register $1,044.79 $0.00 $ 1,044.79 3.8 Environmental Permits $40,197.62 $26,326.44 $ 13,871.18 ODC $23,968.00 $10,983.66 $ 12,984.34 Total Budget Adjustment $74,863.95 Original Contract Amount: $1 ,438,483.95 Amendment No.1: $0.00 Amendment No.2: $0.00 Proposed Amendment No.3 (this request): $74,863.95 Amended Contract Amount: $1,513,347.90 2 1 P a ,� � � Mr.Tom Garcia,P.E. Request for Amendment No.3 January 29,2018 Page 3 of 3 We look forward to approval of this cost proposal and continue to complete the PA&ED Phase of the project. Should you have any questions about this proposal, please feel free to contact me at (951) 687-1005 ext.104 or by e-mail at james.lu@cnseng.com. Sincerely, amw. 41W ftOWA James Lu, P.E., S.E. Project Manager/ Principal CNS Engineers, Inc. Attachments: 1. Scope of Work 2. Cost Proposal Work Sheets 3. Caltrans Audited ICR (Overhead Rate) for Group Delta Consultants 3 rage 12 See Scope of Services, Exhibit "A" in the Agreement (Attachment 3 to the Staff Report) 13 Accounting Summary Sheet CNS Engineers,Inc. Date:January 29,2018 Project Professional Services-Vista Chino Low-Water Crossing Bridge Replacement at Whitewater River,Federal Aid Project Number:BR- Name: NBIL(513),Palm Springs City Project No. 10-10 'TASK Current Task Total Cost To Proposed NO. TASK NAME Budget Date Amended Cost Change in Cost Phase lA Limited Project Approval and Environmental Document(PA&ED' 1 Project Management VI Project Administration and Project Controls $ 69,066.74 $ 69,066.74 $ 73,576.97 $ 4,510.23 1.2 Meetings and Coordination $ 83,516.93 $ 83.516.92 $ 95,231.22 $ 11,714.29 L3 Quality Assurance and Quality Control T 26,826.19 $ 26,826.19 $ 26,826.19 $ - 1.4 Local Assistance Funding/Programming Supports $ 21,333.20 $ 21,333.20 $ 21,333.20 $ - 2.0 Limited Preliminary Engineering 2.1 Data Collection and Research $ 15,646.00 $ 15,646.00 $ 15,646.00 $ - 2.2 Field Review and Site Assessment $ 14,138.38 14A38.38 $ 14,138.38 $ - 2.3 Surveying and Aerial Topographic Mapping $ 50,986.00 T 50,986.00 $ 65,957.10 $ 14,971.10 2.4 Right of Way Research and Base Mapping $ 28,967.79 $ 28,967.79 $ 28,967.79 $ - 2.5 Utility Research,Notification and Mapping $ 22,745.68 $ 22,745.68 $ 22,745.68 $ - 2.6 Traffic Study $ t4,778.74 $ IC778.74 $ 14,778.74 $ - 2.7 Preliminary Roadway/Bridge Foundation Repor $ 22,654.07 $ 22,,654,07 $ 233,520.16 $ 210,866.09 2.8 Roadway Alternatives Study and Geometric Approval Drawing! $ 70,817.81 $ 70,817,81 $ 70,817.81 $ - 2.9 Preliminary Stage Construction Plans $ 40,695.93 $ 40,695,93 $ 40,695.93 $ - 2.10 Preliminary Right of Way Study and Cost Estimates $ 25,18634 $ 25,186,34 $ 25,186.34 $ - 2.11 Bridge Aesthetics and Approach Landscape Modification Stud) $ 55,396.37 $ 55,396,37 $ 55,396.37 $ - 2.12 Preliminary Street Lighting Study $ 3,768.79 $ 3,768,79 $ 3,768.79 $ - 213 Roadway Drainage Study $ 10,581.69 $ 10,581,68 $ 10,581,68 $ - 214 Floodplain Study,Bridge Hydraulics and Sediment Transport Analysi $ 50,216.20 $ 50,216,20 $ 50,216.20 $ - 2.15 Preliminary Cost Estimates $ 21,518.62 $ 21,518,62 $ 21,518,62 $ - 3.0 Limited Environmental Document(CEQA/NEPA) 3.1 Public Scoping Meeting $ 10,36334 $ 5,179,23 $ 5,17923 $ (5,184.11) 3.2 Preliminary Environmental Study(PES) $ 7,821 68 $ 7,821,68 $ 7,821.68 $ - 3.3 Noise Study $ 32,563.05 $ 32,563,05 $ 32,563.05 $ - 3.4 Air Quality Study $ 10,273.82 $ 10,273.70 $ 10,273.82 $ - 3.5 Phase 1 Initial Site Assessment $ 12,129.12 $ 12,129.12 $ 12,12912 $ - 3.6 Water Quality Assessment Report and Preliminary SWPPP $ 18,693.84 $ 1&693.84 $ 18,693.84 $ - 3.7 Location Hydraulic Study&Summary Floodplain Encroachment Re $ 8,029.35 $ 8,029,35 $ 8,029.35 $ - 3.8 Biological Resources Study(NES and BA) $ 75,764.32 $ 75J64.33 S 75,764.32 $ - 3.9 Wetland and Jurisdictional Delineation and Assessment $ 23 937.00 $ 23,937.00 $ 23,937.00 $ - 310 Visual Impact Assessment $ 27,231.36 $ 27,231.36 $ 27,23136 $ - 3.11 Community Impact Assessment $ 1,644.92 $ 1,644.92 $ 1,644.92 $ - 3.12 Cultural Resources Study(ASR/HPSR/APE) $ 23,587.27 $ 23587.27 $ 23,58727 $ - ODC $ 48,550.60 $ 17,467.52 $ 17,46252 $ (31,08-0.08) Phase I B Full Project Approval and Environmental Document(PA&ED) 1.0 Project Management 1.1 Project Administration and Project Controls $ 51,508,21 $ 34.892,07 $ 34,892.07 $ (16,616.14) 1.2 Meetings and Coordination $ 42,238.23 $ 42,238.23 $ 42,238 23 $ - 1.3 Quality Assurance and Quality Control $ 5,159.76 $ 5,159.76 $ 5,159.76 $ - 2.0 Full Preliminary Engineering 2.1 Preliminary Channel Improvement Plans $ 10,936.07 $ 10,936.07 $ 10,936.07 $ - 2.2 Conditional Letter of Map Revision(CLOMR) $ 10,662.95 $ 10,662,95 $ 10,662.95 $ - 2.3 Bridge Type Selection Study $ 72,147.64 $ 72,147,64 $ 72,147,64 $ - 2A Project Report Equivalent $ 44,605.94 $ 44,605.94 $ 44.605.94 $ - 2.5 Value Analysis Study $ 24,325 66 $ $ - $ (24,325.66) 3.0 Environmental Document(CEQA/NEPA) 3.1 Public Hearing $ 1,491.28 $ - $ - $ (1,491,28) 3.2 Draft Combined Environmental Documents(IS/EA) $ 88,44706 $ 66,335,30 $ 66,335.30 $ (22,111.76) 3.3 Bureau of Indian Affairs Consultation&NEPA Clearance $ 19,769.68 $ 6,919,39 $ 6,91939 $ (12,850.29) 3.4 Circulate Draft Environmental Document&Respond Comments $ 15,946.84 $ 11.960.13 $ 1 t,960.13 $ (3,986,71) 3.5 Final Environmental Assessment Document(MND/FONSI) $ 36,080.70 $ 14,432,28 $ 14,432.28 $ (21,648,42) 3.6 File Notice of Determination(CEQA) $ 522.39 $ 522,39 $ 522,39 $ - 3.7 Publish Notice in Federal Register $ 1,044.79 $ - $ - $ (1,044.79) 3.8 Environmental Permits $ 40,197.62 $ 21,367.07 $ 26,326.44 $ (13,871.18) ODC S 23,968.00 $ 10,983.66 $ 11983.66 $ (12,984.34) Total S 1,438,483.95 $ 1,266,326.70 S 1,513,347.90 $ 74,563.95 14 City of Palm Springs Cost Proposal Consultant: CNS Eneineers_Inc Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project Name: Project No.BR-NB1L(513) Contract No. Palm Springs City Project No. 10-10 Date: 1/29/2018 DIRECT LABOR Classification/Title Name Hours Ratc Total Principal Engineer/PNI James.]. Lu 43 $ S6 s0 $ 3,719.50 Roadway Project FrigincenDe ub PNI Stove Hosford 48 $ 58.50 $ 2,808.00 CADD Design Engineer Nan Li or Equivalent Design Staf 0 S 37 00 $ - Senior Eneincer Qucet Nguven or Equivalent Senior Stall 24 S 5950 $ 1,428.00 Project I'ngincer R. Lunn Odgiiv or Equivalent Project"'tat' 0 $ 48.00 $ - Design linginecr .lustin Nguven or Equivalent Design Stall- 0 S 41.00 $ - Project Administrator ll,fls H.Huang 41 $ 57,50 $ 230.00 LABOR COSTS a)Subtotal Direct Labor Costs $ 8,185.50 b)Anticipated Salary Increases $ - c)TOTAL DIRECT LABOR COSTS[(a)+(b)] $ 8,185.50 FRINGE BENEFITS d)Fringe Benefit(Rate e)TOTAL FRINGE BENEFITS [(c)x(d)] $ INDIRECT COSTS I)Overhead(Rate: 154040. ) g)Overhead[(c)x(t)] $ 12,608.94 h)General and Administrative(Rate. ) i)Gen&Admin[(c)x(h)] $ - total OH Rate 154,04% 1Cilirans Audited OI I Ratc) it TOTAL INDIRECT COSTS[(g)+(i)] $ 12,608.94 FIXED FEE(Profit) 1) (Rate: 100/n ) k)TOTAL PROFIT[(c)+(e)+0)]x(p] $ 2,079.44 OTHER DIRECT COSTS(ODC) (CDC is actual cost to be reimbursed with supporting documentation.) m)Reproduction S n)Conference Calh o)Travel/Mileage Expense(Mileage will be IRS standard rate. S p)Mailing/Overnight/Special Deliverie S q) r)TOTAL OTHER DIRECT COSTS[(m)+(n)-(o)+(p)+(q)] $ - SUBCONSULTANT COSTS ICP $ 495937 Aguilar Consulting.Inc.(AC[) CAS(' C IU David Fvans and Associates Group Delta Consultants S 204.216,72 KO A Corporation MSA Consu]tina S 14,971 10 Overland Pacific and Cutler s)TOTAL SUBCONSULTANT COSTS S 224,147.19 TOTAL COST [(c)+(e)+0)+(k)+(r)+(s)] 247021.08 � 15 City of Palm Springs Cost Proposal Consultant: CNS Engineers,Inc Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project Name: Project No.BR-NBIL(513) Contract No. Palm Springs City Project No. 10-10 Date: 1/29/2018 DIRECT LABOR Classiftcationl'1'itle Name Hours Rate Total Principal Engineer/PM James J.Lu 43 $ w6.50 $ 3,719.50 Roadway Project EngincerfDeputy PM Steve Hosford 48 $ 58.50 $ 2,808.00 CADD Design Engineer Nan Li or Equivalent Design Staf 0 $ 37.00 $ - Senior Engineer Quyet Nguyen or Equivalent Senior Staff 24 $ 59.50 $ 1,428.00 Project Engineer K.Lynn Odgiiv or Equivalent Project Staff 0 $ 48.00 $ Design Engineer Justin Nguyen or Equivalent Design Staff 0 $ 4 L00 $ Project Administrator Lily H.Huang 41 57.50 1 $ 230.00 LABOR COSTS a)Subtotal Direct Labor Costs $ 8,185.50 b)Anticipated Salary Increases $ - c)TOTAL DIRECT LABOR COSTS[(a)+(b)] $ 8,185.50 FRINGE BENEFITS d)Fringe Benefit(Rate: ) e)TOTAL FRINGE BENEFITS [(c)x(d)] $ - INDIRECT COSTS I)Overhead(Rate: 154.04% ) g)Overhead[(c)x(f)] $ 12,608.94 h)General and Administrative(Rate: ) i)Gen&Admin[(c)x(h)] $ - total OH Rate 154.04% (Caltrans Audited OH Rate) i)TOTAL INDIRECT COSTS[(g)+(i)] $ 12,608.94 FIXED FEE(Profit) 1) (Rate: 10% ) k)TOTAL PROFIT[(c)+(e)+O)]x(1)] $ 2,079.44 OTHER DIRECT COSTS(ODC) (ODC is actual cost to be reimbursed with supporting documentation.) m)Reproduction $ n)Conference Calls $ o)Travel/Mileage Expense(Mileage will be IRS standard rate. $ p)Mailing/Ovemight/Special Deliveric $ w $ r)TOTAL OTHER DIRECT COSTS[(m)+(n)+(o)+(p)+(q)1 $ SUBCONSULTANT COSTS ICE $ 4,959.37 Aguilar Consulting,Inc.(ACI) CASC CHJ David Evans and Associates Group Delta Consultants $ 204,216.72 KOA Corporation MSA Consulting $ 14,971.10 Overland Pacific and Cutler s)TOTAL SUBCONSULTANT COSTS $ 224,147.19 TOTAL COST [(c)+(e)+0)+(k)+(r)+(s)] 247 021.Og 15 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name:Vista Chino Low-Water Crossing Replacement(New Bridge)at the W hitewater River,Federal Aid Project No.BR-NBII,(513) Date 1/29i 18 Contract No.:Palm Springs City Project No. 10-10 Consultant: CNS Engineers,Inc Task No. Task Description v��^ u k�•,a ,. v .� C.wo ix"V" s.„,.r r - o:, N,,1 Total Labor Cost Subconsultants Subtotal Labor =vm,rr. i.e << r,e ;I" - �a ���«„i„F Hours Labor Cost Cost Loaded Rate 5241?_ 5163.47 5103 39 516627 SI3413 5114-57 S160 6s Plans,Specifications and Estimate(PS&E) Task 1 Project Management 1.1 Project Administration and Project Controls 16 4 20 $ 4,510.23 S - S 4,510.23 1.2 Meetings and Coordination 16 48 64 $ 11,714,29 S - S 11,714.29 13 Quality Assurance and Quality Control 0 $ - $ - $ - 1.4 Local Assistance Supports 0 $ - - Task 2 2.1 Data Collection and Research 0 $ - S - $ - 2.2 Field Review and Site Assessment 0 $ - $ - $ - 2.3 Surveying and Aerial Topographic Mapping 01 $ - S 14.971 11)1 $ 14,971.10 2.4 Right of Way Research and Base Mapping 0 $ - S - $ - 2 5 Utility Research,Notification and Mapping 0 $ - S - $ - 2.6 Traffic Stud 0 $ - S - $ - 2 7 Preliminary Roadway/Bridge Foundation Report 11 24 35 S 6,64937 5 204 210 71 $ 210,866.09 2 8 Roadway Alternatives Study and Geometric Approval 0 $ 4 $ Drawings 2.9 lPreliminary Stage Construction Plans 0 $ - $ - $ - 2.1 Preliminary Right of Way Study and Cost Estimates 0 $ - S - $ - 2 11 Bridge Aesthetics and Approach Landscape Modification 0 $ S $ Stud 2,12 Preliminary-Street Lighting Study 0 S - S - $ - 2.13 Roadway Drainage Study 0 $ - $ - $ - 2 14 Floodplain Study,Bridge Hydraulics and Sediment Transport 0 $ S $ Analyses 2,15 Preliminary Cost Estimates 0 $ - S - $ - Task 3 S 3.1 Public Scoping Meeting 0 $ - 3.2 Preliminary Environmental Stud (YES) 0 $ - S - $ - 33 Noise Study 0 $ S $ 34 Air Quality Study 0 $ S $ 3.5 Phase 1 Initial Site Assessment 0 36 Water Quality Assessment Report an Pre tmmary 0 $ S $ S W PPP ocatton y au rc Study&Summary f loociplam 3-7 Encroachment Report 0 $ 5 $ 3.8 Biological Resources Study(NES and BA) 0 $ - S - $ Wet an an Jurts te[tona De uteatlon an 3.9 Assessment 0 $ $ 3.10 Visual Impact Assessment 0 $ 3 11 Community Impact Assessment 0 $ - S - $ - 3.12 Cultural Resources Study(ASR/HPSR/APE) 0 $ - S - $ - ODC 0 $ - S - $ - Page 1 of 2 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whilewaler River,Federal Aid Project No.BR-NBIL(513) Date: 1/29/18 Contract No..Palm Springs City Project No. 10-10 Consultant:CNS Engineers,Inc Task No. Task Description pnl"Pnl R,.d..,P.,a CARD Dcsi8n s� RuXn Total Labor Cos[ Subconsultants Subtotal Labor E.,.n.dPM F,g vlb.,n P F.,.l , .,r adm,=t 11.1 Hours Labor Cost Cost Loaded Rate $241.72 $163A7 $103.39 $16G27 $134.13 $114,5 $160.6R Plans,S ecirrcations and Estimate(PS&E) Task I Project Management 1.1 Project Administration and Project Controls 16 4 20 $ 4,510.23 $ - S 4,510.23 1.2 Meetings and Coordination 16 48 6 $ 11,714.29 S - S 11,714,29 1.3 Quality Assurance and Quality Control 0 $ _ S IA Local Assistance Supports 0 $ _ $ _ $ Task 2 2.1 Data Collection and Research 0 $ _ S _ S _ 2.2 Field Review and Site Assessment 0 $ _ $ $ 2.3 Surveying and Aerial Topographic Mapping 0 $ - $ 14,971 I n S 14,971 10 2.4 Right of Way Research and Base Mapping 0 $ _ S 2.5 Utility Research,Notification and Mapping 0 $ S - S - 2.6 Traffic Study 0 $ - S - 5 - 2.7 Preliminary Roadwa !Bridge Foundation Report 11 '4 35 $ 6,649.37 $ 204,216.71 $ 210,866.09 18 Roadway Alternatives Study and Geometric Approval 0 $ $ S Drawings - 2.9 Preliminary Stage Construction Plans 0 $ - S S 2.1 Preliminary Right of Way Study and Cost Estimates 01 $ - S - S - 2 11 Bridge Aesthetics and Approach Landscape Modification 0 $ - S - S Stu 2.12 Preliminary Street Lighting Study 0 $ S S _ 2.13 Roadway Drainage Study 0 $ - S S - 2 14 Floodplain Study,Bridge Hydraulics and Sediment Transporl 0 $ - Analyses 2.15 Preliminury Cost Estimates 0 $ - Task 3 $ 3.1 Public Scoping Meeting 0 $ - $ - S - 32 Preliminary Environmental Study(PES) 0 $ S S 3.3 Noise Stud $ _ $ _ 5 _ 3.4 lAir Quality Stud $ $ _ S _ 3.5 Phase 1 Initial Site Assessment $ _ $ _ $ - Water Quality Assessment Report and Preliminary 0 $ $ 3.6 SWPPP $ ocatton y au tc Study&.ummary oo p am 3.7 Encroachment Report $ $ $ 3.8 Biolo ical Resources Study(NES and BA) S $ $ et an an Tunsletional Delineation an 3.9 Assessment 0 S - $ - $ - 3.10 Visual Impact Assessment 0 $ _ $ _ $ _ 3.11 Community Impact Assessment $ _ $ _ $ _ 3.12 Cultural Resources Study(ASR/HPSRIAPE) 0 $ 1� ODC 0 $ $ $ Page 1 of 2 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name.Vista Chino Low-Wafer Crossing Replacement(New Bridge)at the Whitewater River.Federal Aid Project No BR-NBIL(513) Date: 1/29/18 Contract No.: Palm Springs City Project No. 10-10 Consultant:CNS Engineers,Inc vr„ui u,a r,.�o,� c.-�uoo: r : i u,a r..,i Total Subconsultants Subtotal Labor Task No. Task Description i. „"'Alm i,,,_,_, u.v Q%w � , ,_ s=��� e. �,�� e,,:�� �r i,icnoi Labor Cost Hours Labor Cost Cost Loaded Rate 5241.72 $I(,3 J� $10337 516G?? $I3J.13 SII4.57 S160.G8 Phase 1 B Full Project Approval and Environmental Document(PA&ED) Task 1 Project Management 1.1 Project Administration and Project Controls 0 $ - S - $ - 1.2 Meetings and Coordination 0 S - I S - $ - 1.3 lQuality Assurance and Quality Control S - S - $ - Task 2 Full Preliminary Engineering 2.1 Preliminary Channel Improvement Plans ]VOOO - S - $22 Conditional Letter of Ma Revision(CLOMR) $2.3 Bridge Type Selection Study $2.4 Project Report Equivalent $ - S - $2.5 Value Anal sis Stud $ - Task 3 Environmental Document 3.1 Public Hearing 0 $ - S - $ - 3.2 Draft Combined Environmental Documents(IS/EA) 0 $ - - 3.3 Clearance 0 $ - S 3 4 Circulate Draft Environmental Document&Respond 0 $ S $ Comments Final nvironmentaAssessment Document 3.5 (MND/FONSI) 0 S 3.6 File Notice of Determination(CEQA) 0 $ - S - $ - 3.7 Publish Notice in Federal Register 0 $ S $ - 3.8 Environmental Permits 0 $ - S 4.9;q 37 $ 4,959.37 Total Hours 43 48 0 24 0 0 4 119 Total Labor Cost $ 247 021.08 Subtotal ODC Total Cost w/ODC $ 247,021 AS Page 2 of 2 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name. Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project No.BR-NBIL(513) Date: 1/29/18 Contract No.:Palm Springs City Project No. 10-10 Consultant CNS Engineers,Inc Task No. Task Description pni .ni R�M,,,�Nolc I CADD Design scnmr Engiocr '. ' Ibtal Labor Cos[ Subconsullants Subtotal Labor FngmarN F�.e,/ �wna engln«r - ^� Hours Labor Cost Cost Loaded Rate $241.72 $163.47 $103.39 5166.27 5134.13 S114.57 Struts Phase la Full Project Approval and Environmental Document(PA&ED) Task 1 Project Management 1.1 Project Administration and Project Controls p $ _ $ g _ 1.2 Meetin s and Coordination 0 $ $ $ _ 1.3 lQuality Assurance and Quality Control 1p $ Task 2 Full Preliminary Engineering 21 Preliminary Channel Improvement Plans 2.2 Conditional Letter of Map Revision(CLOMR) 0 $ _ $ 2.3 Bridge Type Selection Study 0 $ _ $ $ _ 2.4 Project Report Equivalent 0 $ _ $ 2.5 Value Analysis Stud 0 $ $ $ Task 3 Environmental Document 3.1 Public Hearing 0 $ 3.2 Draft Combined Environmental Documents(IS/EA) 0 $ 3.3 Clearance 0 $3.4 - Circulate Draft Environmental Document&Respond 0 $ $ $ Comments - inal EnvironmentalAssessment Document 3.5 ,\',\D/FONSI) 0 $ - 3.6 file Notice of Determination(CEQA) 0 $ _ $ _ $ _ 3.7 Publish Notice in Federal Register 0 $ g $ 3.8 Environmental Permits 0 S 17 S 4,959.37 Total Huurs 43 481 0 24 0 0 4 119 Total Labor Cost $ 247 021.08 Subtotal(lUC 0 Total('os1 w/ODC $ 247,02L08 F"+ Page 2 of 2 City of Palm Springs Cost Proposal Consultant, Group Delta Consultants_Inc. Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project Name project No.BR-NBIL(513)(Drilling method assumed to be Hollow Stem Auger) Contract No. Palm Springs City Project No. 10-10 Date. 1/29/2018 DIRECT LABOR Actually our y Classification/Title Name Hours Rate Total Project Manager Curl ScheNhing-G.E. 52 $ 63-76 $ 3,315.52 Senior Principal Lnginccr Dr. Kul Bhushun.G_F. 0 $ 119.87 $ - Associate Engineer Dr Anthom Augelle 0 $ 61.21 $ - Senior Engineer Suthis KumarG.P_ 0 S 45.68 $ - Proicct 111ginccr Dr M mmne/aho,PI 52 $ 39.63 S 2,060.76 Staff Lnginccr Dr. Mohsen Mandavi 416 $ 4o 80 S 16,972.80 Sail Lab/Field Technician P:ric Ycov 88 $ 25.(,2 $ 2,254.56 CARD/Illustration Brett Anderson 44 $ 31.93 $ 1,404.92 Administration Bridecu Ilamershock 28 $ 31 93 $ 894.04 0 S 0 $ LABOR COSTS a)Subtotal Direct Labor Costs $ 26.902.60 b)Anticipated Salary Increases $ - 0.000% c)TOTAL DIRECT LABOR COSTS [(a)+(b)] $ 26,902.60 FRINGE BENEFITS d)Fringe Benefit(Rate' 64$17° e) TOTAL FRINGE BENEFITS [(c)x(d)] $ 17,432.88 INDIRECT COSTS f)Overhead(Rate: 98 5W',b ) g)Overhead[(c)x(f)] $ 26,499.06 h)General and Administrative(Rate: ) i)Gen&Admin[(c)x(h)] $ - total OH Rate 163.30% iCaltrans Audited Rate) j)TOTAL INDIRECT COSTS [(g)+(i)] $ 26,499,06 FIXED FEE(Profit) 1) (Rate: 10% ) k)TOTAL PROFIT[(c)+(e)—(j)]x(I)] $ 7,08345 OTHER DIRECT COSTS(ODC) (CDC is actual cost to be reimbursed with supporting documentation.) m)Reproduction $ - a)Conference Calls S - o)Travel/Mileage Expense(Mileage will be IRS standard rate.) $In Mailing/Overnight/Special Deliveries $ - q) r)TOTAL OTHER DIRECT COSTS [(m)+(n)+(o)+(p)+(q)] $ _ SIIBCONSULTANT COSTS Utility Clearance-Geophysical Survey $ 2.000 00 Drilling Rig $ 83 00(100 Cone Penetration Testing(CPTs) $ 16(100.00 Traffic Control $ 14,000.00 Drum Disposal $ 11298.72 s)TOTAL St BCONSULTANT COSTS S 126,298.72 TOTAL COST [(c)+(e)+0)+(k)+(r)+(s)] 20421C,'72 • 1a City of Palm Springs Cost Proposal Consultant: Group Delta Consultants,Inc. Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project Name: Project No.BR-NBIL(513)(Drilling method assumed to be Hollow Stem Auger) Contract No. Palm Springs City Project No. 10.10 Date: 1/29/2018 DIRECT LABOR Actually Hourly Classification/Title Name Hours Rate Total Project Manager Curt Scheyhing,G E 52 $ 63.76 $ 3,315.51_ Senior Principal Engineer Dr.Kul Bhushan,G.P.. 0 $ 119.87 $ - Associate Engineer Dr.Anthony Au ello 0 $ 61.21 $ - Senior Engineer Sathis Kumar,G.E. 0 $ 45.68 $ - Project Engineer Dr. Minxing Raho,PE 52 $ 39.63 $ 2,060,76 Staff Engineer Dr.Mohsen Mandavi 416 $ 40.80 1 $ 16,972.80 Soil Lab/Field Technician Eric Ycoy 88 S 25.62 $ 2,254.56 CADD/Illustration Brett Anderson 44 31.93 $ 1,404.92 Administration Bridgett Hamershock 28 S 31.93 $ 894.04 0 S 0 $ LABOR COSTS a)Subtotal Direct Labor Costs $ 26,902.60 b)Anticipated Salary Increases $ - 0.000% c)TOTAL DIRECT LABOR COSTS [(aY0)] $ 26,902.60 FRINGE BENEFITS d)Fringe Benefit(Rate: 64.80% ) e) TOTAL FRINGE BENEFITS[(c)x(d)] $ 17,432.88 INDIRECT COSTS t)Overhead(Rate: 98,50% ) g)Overhead[(c)x(t)] $ 26,499.06 h)General and Administrative(Rate: ) i)Gen&Admin[(c)x(h)] $ - total OH Rate 163.30% (Caltrans Audited Rate) I)TOTAL INDIRECT COSTS [(g)+(i)] $ 26,499.06 FIXED FEE(Profit) 1) (Rate: 100/n ) k)TOTAL PROFIT[(c)+(e)+0)]x(p] $ 7,083.45 OTHER DIRECT COSTS(ODC) (ODC is actual cost to be reimbursed with supporting documentation.) in)Reproduction $ - n)Conference Calls $ - o)Travel/Mileage Expense(Mileage will be IRS standard rate.) $ - p)Mailing/Ovemight/Special Deliveries $ - v $ r)TOTAL OTHER DIRECT COSTS [(m)+(n)+(o)+(p)+(q) $ - SUBCONSULTANT COSTS Utility Clearance-Geophysical Survey $ 2,000,00 Drilling Rig $ 83.000.00 Cone Penetration Testing(CPTs) $ 16,000.00 Traffic Control $ 14,000.00 Drum Disposal $ 11.298.72 s)TOTAL SUBCONSULTANT COSTS S 126,29&72 TOTAL COST [(c)+(e)+0)+(k)+(r)+(s)] 2 421 72 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name:Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project N. BR-NBIL(513)(Drilling method avaumed to he Hollew Stem Auger) Date'. 1/29/18 Contract No.. Palm Springs City Project No. 10-10 Consultant.Group Delta Consultants,Inc. Task No. Task Description " °"" "" -'°' ' "' ' Total Subconsultants Subtotal Labor p -•'_� Labor Cost r . r:r - r, Hours Labor Coal Cost Loaded Rate $Is4 S347 P S 7736 5172.3n $1117s $'IIN 7 S742U 5024s 54_45' Phase lA Limited Project Approval and Environmental Document(PA&ED) Task I Project Management I Project Administration and Project Controls 0 $ S $ 1.2 Meetings and Coordination I oil $ - I S - $ - 13 Quality.Assurance and Quality Control 1 011 $ S $ L4 Local Assistance Funding/Programming Supports I oll $ - I - Task 2 Limited Preliminary Engineering 2.1 Data Collection and Research 0 $ S $ _ 2.2 Field Review and Site Assessment 0 $ - S $ - 2.3 Surveying and Aerial Topographic Mapping 0 $ S $ 2.4 Ri h[of Wav Research and Base Mapping 0 $ S $ 2.5 Utility Research,Notification and Mapping 0 $ S $ 2.6 Traffic Study 0 $ g $ 2.7 Preliminary Roadway/Bridge Foundation Report 52 52 416 88 44 28 680 S 77,91800 5 1'6.2 us 72 $ 204,216 72 Ciecimetric Approval 2.8 Drawings 0 $ - S - $ - 2.9 Preliminary Stage Construction Plans 0 $ - S - $ - 2.10 Preliminary Right of Way Study and Cost Estimates 0 $ - S - $ - 2.11 Bridge Aesthetics and Approach Landscape Modification Study 0 $ - S - $ - 2.12 Preliminary Street ighting Sludv 0 $ S - $ 2,11 Roadway Drainage Study 0 $ $ $ _ 0o pain Study,Bfidge Hydraulics and Sediment I ransporl 2.14 Analyses 0 $ S 2AS Preliminary Cost Estimates Task3 Limited Environmental Document(CEQA/NEPA) 3.1 Public Seeping Meeting 0 $ $ _ 3.2 Preliminary Environmental Study(PES; 0 $ - S - $ - 3.3 Noise Study 0 $ IS $ - 3A Air Quality Study 0 $ _ S _ $ _ 3.5 Phase 1 Initial Site Assessment 0 $ S $ 3.6 Water Quality Assessment Report and Preliminary-SWPPF 0 $ - 5 - $ - ocaLon y rau Ic Study&Summary Floodplain 3.7 Encroachment Report 0 $ - S - $ 3.8 Biological Resources Study(NES and BA) I 011 $ - 3.9 Wetland and Jurisdictional Delineation and Assessment 1.10 Visual Impact Assessment 0 $ - 3.11 Community Impact Assessmen 0 $ - 5 - $ - 3.12 Cultural Resources Study(ASRMPSIUAPE) 0 $ - S - $ - CDC 0 $ - ti - $ - Phase I6 Full Project Approval and Environmental Document(PA&ED) Task 1 Pro-ect Mana ement L I Proect Administration and Project Controls 0 $ - S - $ - 1.2 Meetings and Coordination I oil $ - I S - $ 1 -1 IQuality Assurance and Quality Control 1 011 $ S 11 $ _ Task 2 Full Prelimina ,Engineering 2.1 Preliminary Channel Improvement Plan< 1 011 $ S - $ - F. 2.2 lConditional Letter of Map Revision(CLOMR) 1 0 $ - 5 - $ CO Page 1 of 2 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name Vista Chino Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project No.BR-NBIL(513)(Drilling method assumed to be Hallow Stem Auger) Dale. 1.29.18 Contract No.:Palm Springs City Projecl No.10-10 Consultant:Group Delta Consultants,Inc. Task No. Task Description Adm�l,.L,1to� Total Labor Cost Subconsultants Subtotal Labor Hours Labor Cost Cost Loaded Rate 1177'_N $13230 $II: :, =I? 57116 $9248 Y9248 Phase IA Limited Project Approval and Environmental Document(PA&ED) Task 1 Project Management 1.1 Project Administration and Project Controls 0 $ - $ - $ 1.2 Meetings and Coordination 1 p $ $ $ 1.3 Quality Assurance and Quality Control 1011 $ - I $ - 11 $ 1.4 Local Assistance Funding/Programming Supports Ioll $ $ _ $ Task 2 Limited Preliminary Engineering 2.1 Data Collection and Research 0 2.2 Field Review and Site Assessment 0 $ $ $ 23 Surveying and Aerial Topographic Mapping 0 $ $ $ _ 24 Right of Way Research and Base Mapping 0 $ $ $ _ 2.5 Utility Research,Notification and Mapping p $ $ $ _ 2.6 Traffic Study 0 $ $ $ 2.7 Prelimina Roadwa /Bridge Foundation Re on 52 52 416 88 44 28 690 $ 77,918.00 S 126,298 72 S 204216.72 2.8 Drawings 0 S - - 2.9 Preliminary Stage Construction Plans 0 $ $ $ 2.10 Preliminary Right of Way Study and Cost Estimates 0 $ - $ - $ - 2.11 Bridge Aesthetics and Approach Landscape Modification Study 0 $ - $ - S - 2.12 Preliminary Street Lighting Study 0 $ $ $ 2.13 Roadway Drains a Stud o $ $ - $ 0c p am u y, n geHydraulics and Sediment Transport 114 Analyses 0 $ _ $ - $ 2.15 Preliminary Cost Estimates oil $ $ _ $ Task 3 Limited Environmental Document(CEQA/NEPA) 3.1 Public Sco ing Meeting p $ $ 3.2 Preliminary Environmental Stud (PES) p $ % $ 3.3 Noise Stud 0 $ $ _ $ 3.4 Air Quality Stud 0 $ $ $ 3.5 Phase 1 Initial Site Assessment 0 $ $ $ 3.6 Water Quality Assessment Re o" and Preliminary SWPPF 0 $ $ _ $ LocationHydraulic ru y ummaryPlootiplain 3.7 Encroachment Report 0 $ - $ $ 3.8 Biological Resources Stud (NES and BA) p $ $ $ 3.9 Wetland and Jurisdictional Delineation and Assessment I 0 $ $ $ 3.10 Visual Impact Assessment 0 $ $ - $ 3A I Community Impact Assessment p $ _ g $ 3.12 Cultural Resources Study(ASR/I-IPSR/APE) I0 $ $ $ ODc 1011 $ $ $ Phase 1B Full Project Approval and Environmental Document(PA&ED) Task 1 Project Mana ement 1.1 Pro ect Administration and Project Controls p $ $ $ 1.2 Meetings and Coordination p $ $ 1.3 lQuality Assurance and Quality Control I 10 $ - I $ $ Task 2 ]ryrll PreliminaryEngineering 2.1 Prelimi Channel Improvement Plan: p $ $ _ 0 $ Pa+ 1 2.2 lConclitional Letterof Map Revision(CLOMR) Ioll $ $ I $ CO Page 1 of 2 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name:Vista Chino Law-Water Crossing Replacement(New Bridge)at the Whoewater River,Federal Aid Project No.BR-NBIL(513)(Drilling method assumed to be Hollow Stem Auger) Date. 1/29/18 Contract No. Palm Springs City Project No 10-10 Consultant:Group Delta Consultants,Inc. Task No. Task Description' s ' " " s� Total Labor Cost Subconsultants Subtotal Labor �i.,. � .�,.:. - ., ����� Hours Labor Cost Cost Loaded Rate SIS4,7 S1471s 5177?8 SI323o $II17S $11817 $7-12G S9248 5`I'_4R 2.3 Bridge Type Selection Study 0 $ - S S 2.4 Project Report Equivalent 0 $ - S - $ - 2.5 Value Analysis Study 0 $ - S $ Task3 Environmental Document 3A Public Hear irg 0 $ - S - $ - 3.2 Draft Combined Environmental Documents(IS/EA) 0 $ - S - $ - 3.3 Bureau of Indian Affairs Consultation&NEPA Clearance 0 $ - S - $ - 3 4 Circulate Draft Environmental Document&Respond 0 $ - S - $ - Comments 3.5 Final Environmental Assessment Document(MND,/FONSi) 0 $ 3.6 File Notice of Determination(CEQA) 0 $ - S - $ - 3.7 Publish Notice in Federal Register 0 $ - S - $ - 3.8 Environmental Permits 0 $ - S - $ - 0 $ $ $ - Total Hours 521 01 01 0 -521 4161 RNI 44 2AJ Total Labor Cost $ 204 216.72 Subtotal ODC Total Cast w/ODC $ 204,216.72 Page 2 of 2 City of Palm Springs Cost Proposal-Man Hour Worksheet Project Name:Vista Chim Low-Water Crossing Replacement(New Bridge)at the Whitewater River,Federal Aid Project No.BR-NBIL(513)(Drilling method assumed to be Hollow Stem Auger) Date: 1/29/I9 Contract No..Palm Springs City Project No.10.10 Consultant Group Delta Consultants,Inc. Task No. Task Description .� Total Labor Cost Subconsultants Subtotal Labor Hours Labor Cost Cost Loaded Rate $194.67 $14719 SI7728 SI3'_.III SI147S SIIS17 47-1 2.3 Bridge Type Selection Study 0 $ S S 2.4 Project Report Equivalent 0 S _ S _ S 2.5 Value Analysis Study 0 S S $ Task 3 Environmental Document 3.1 Public Hearing 0 S _ S _ S _ 3.2 Draft Combined Environmental Documents(IS/EA) 0 S _ $ _ S _ 3.3 Bureau of Indian Affairs Consultation&NEPA Clearance 0 S - S - S - 3.4 Circulate Draft Environmental Document&Respond Comments 0 S S - S - 3.5 Final Environmental Assessment Document(MND/FONSI) 0 S - S - S - 3.6 File Notice of Determination(CEQA) 0 S _ $ 3.7 Publish Notice in Federal Register 3.8 Environmental Permits 0 - 0 5 Total Hours 521 01 01 of 521 4161 881 44 28 6501 Total Labor Cost S 204,216.72 Subtotal ODC S- Total Cost w/ODC I 2 N O Page 2 of 2 CITY OF PALM SPRINGS COST PROPOSAL Federal Project No.BR-NBIL(513) Project Name:Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Date: 1/29/2018 Consultant N1SA Consulting,Inc. DIRECT LABOR Classification Name Range Hours Hourly Rate Total Project Engineer Julian De La Fon-e 0 g $ $ Project NJanager Paul Sepulveda 0 (01 $ $ Senior Dcsigncr lainic San Agustin 0 gT 'S $ CADDI cchnician Sk) Smith 0 rd $ $ Director of Sun c}and Mapping Chuck Harris 6 (7(�i $ 77.88 $ 467.28 Senior Sunccor Doug Redlin 20 ❑ $ 52.50 $ 1,050.00 Senior Surveying Technician lid Hernandez 0 rt) $ $ CADD Designer Arturo Pspino 0 Ca $ S - Assistant Fm ronmental Planner Jesus Ilerera-Cortes 0 rgi $ - $ - I wo-Man Survey Crew SWNCV Staff 34 cr $ 111.74 $ 3,799.16 Subtotal Direct Labor Costs $ 5,316.44 Anticipated Salary Increases(0%)$ - Total Direct Labor Costs(DLC) $ 5,316.44 FRINGE BENEFITS Rate Total 20 % $ 1,063.29 Total Fringe Benefits(FB) $ 1,063.29 INDIRECT COSTS Total Overhead(OH) 114 % S 6,060.74 General and Administrative((j&A) 22 % $ 1,169.62 Total(*Combined FB,OH and G&A) 156 % $ 8,293.65 Total Indirect Costs(IC) $ 7,230.36 FEE(PROFIT) Rate Total 10 % $ 1,361.01 Fee(DLC+FB+IC) S 1,361.01 OTHER DIRECT COSTS(ODC) (ODC is actual cost to be reimbursed with supporting documentation.) I.Reproduction/Utility Plats 2.Conference Calls S 3.Transportation/Travel(Mileage will be IRS standard rate.) 5 4.Mailing,Overnight/Special Deliveries S Total Other Direct Costs $ SUBCONTRACTOR COSTS S - Total Subcontractor Costs $ TOTAL COST $ 14,971.10 LI ! tI .i. CITY OF PALM SPRINGS COST PROPOSAL Federal Project No.BR-NBIL(513) Project Name:Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Date: 1/29/2018 Consultant: MSA Consulting,Inc. DIRECT LABOR Classification Name Range Hours Hourly Rate Total Project Engineer Julian De La Torre 0 @ $ $ Project Manager Paul Sepulveda 0 @ $ $ Senior Designer Jaime San Agustin 0 @ $ - $ CADD Technician Sky Smith 0 @ $ $ Director of Survey and Mapping Chuck Harris 6 @ $ 77.88 $ 467.28 Senior Surveyor Doug Redlin 20 @ $ 52.50 $ 1,050.00 Senior Surveying Technician Ed Hernandez 0 @ $ - $ - CADD Designer Arturo Espino 0 @ $ $ Assistant Environmental Planner Jesus Herrera-Cortes 0 @ $ $ Two-Man Survey Crew Survey Staff 34 @ $ 111.74 $ 3,799.16 Subtotal Direct Labor Costs $ 5,316.44 Anticipated Salary Increases(0%)$ Total Direct Labor Costs(DLC) S 5,316.44 FRINGE BENEFITS Rate Total 20 % $ 1,063.29 Total Fringe Benefits(FB) $ 1,063.29 INDIRECT COSTS Total Overhead(OH) 114 % $ 6,060.74 General and Administrative(G&A) 22 % $ 1,169.62 Total('Combined FB,OH and G&A) 156 % $ 8,293.65 Total Indirect Costs(IC) S 7,230.36 FEE(PROFIT) Rate Total 10 % $ 1,361.01 Fee(DLC+FB+IC) $ 1,361.01 OTHER DIRECT COSTS(ODC) (ODC is actual cost to be reimbursed with supporting documentation.) 1.Reproduction/Utility Plats $ 2.Conference Calls $ 3.Transportation(fravel(Mileage will be IRS standard rate.) $ 4.Mailing,Ovemight/Special Deliveries $ Total Other Direct Costs $ SUBCONTRACTOR COSTS Total Subcontractor Costs $ TOTAL COST $ 14 971.10 CITY OF PALM SPRINGS Cost Proposal-Man Hour Worksheet Project Name: Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Dale: 1f29/18 Consultant: MSA Consulting,Inc. DirertoreI IAw-M.m _ Pn,ject }I,jcc S nior C•ADD Senior CADD Subconsultants Subtotal Labor Task No. fask Description Sun ec and Survcoiul H nir.F Suer- Total Hours Labor Cosl L namcer Mmiaecr Designer Technician Suneyor I)csign�r Labor Cost Cost Mappiue l'edwician Comes Crete Billing Rate S S S S I S 219.31 S 14'841 S 5 I $ I S 311.66 Plans,Specifications and Estimate(PS&E) Task 1 Project Management 1.1 Project Administration and Project Controls 0 $ S $ 1.2 Meetings and Coordination 0 $ S $ 1.3 Oriality Assurance and Quality Control 41$ S - $ 1.4 Local Assistance Supports I Oil IS $ Task 2 2.1 Data Collection and Research 22 Field Review and Site Assessment 0 $ S $ 2.3 Surveying and Aerial Topographic Mapping b -'0 34 60 $ 14 971.10 S $ 14,971 10 24 Right of Way Research and Base Mapping 0 $ S $ 2.5 Utility Research,Notification and Mapping 0 $ S $ 2.6 Traffic Stud 0 S S - $ 2.7 Preliminary Roadway/Bridge Foundation Report 0 $ 5 $ 28 Roadway Alternatives Study and Geometric Approval 0 $ S - $Drawings 2.9 Preliminary Stage Construction Plans 0 $ 5 $ 2.1 Preliminary Ri fit of Way Study and Cost Estimates 0 $ $ $ 2,11 Bridge Aesthetics and Approach Landscape 0 $ 5 $ - Modifica0on Stud 2.12 Preliminary Street Li6firip Study 0 $ S $ 2.13 Roadway Drainage Stud 0 $ S S 2 14 Floodplain Study,Bridge Hydraulics and Sediment 0 $ C $ Transport Analyses 2.15 Preliminary Cost Estimates 0 $ S $ Task 3 IA Public Scoping Meeting 01 $ S $ 3 2 Preliminary Environmental Study(PES) 0 $ S - $ 3.3 Noise Study 0 $ - S - $34 Air Quality Study 0 $ S $ 3_5 Phase I Initial Site Assessment 0 $ - S - $ ater Qua tty ssessment Report an 3.6 Preliminary SWPPP 0 $ - S 3 7 ucatton y rau tc lu y Summary oo p am 0 $ - S - $ - Encroachment Report 18 Biological Resources Study(NES and BA) 0 $ S - $ W—e1Ta—nU`a—nJTu—r`rsT—chonaI Delineation an 3.9 Assessment 0 $ S $ 3.10 Visual Im act Assessment 0 $ - S - $ - 3.11 lCommunity Impact Assessment 0 $ - 3.12 1Cultural Resources Study(ASR/HPSR/APFi) 0 - oDC 0 $ s N tU Pagel of 2 CITY OF PALM SPRINGS Cost Proposal- Man Hour Worksheet Project Name: Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Wlritewater River Dale. 1129i IS Consultant: MSA Consulting,Inc. Unrclm of ieniei lesu -,Vw< 1'r . I°�uI�J 1'iulvcl Scnun ('.�1)I) Srnmr t'A[7D Subconsuhants Subtotal Labor Task No. Task Description - Sunrr and ]ur.c�wu Ilenaa- tim�r� Total Hours Labor Cos[ Ineinrci '.ton'a ci Deauuc, lxhnia',ni Sun c�nr C)tsipner Labor Cost Cost Mapping lL'rhrnu:m �uiies �ie', Billing Rate S S S S 'Ivtl S14'31 S y 5 SDI-Iwo Plans,Specifications and Estimate(PS&E) I ask 1 Project Management I I Project Administration and Mill ConWls 6 $ - S - $ 1.2 Meetings and Coordination 0 $ $ $ 1.3 Ourifity Assurance and Quality Control 01$ 5 $ 1 4 Local Assistance Supports 1 0 $ 1 $ - Task 2 2 1 Data Collection and Research 2.2 Field Review and Site Assessment 0 $ - 2.3 Surveying Surrveying and Acrial to o ra hic Mapping 1 60 S 14,971.10 $ 14 971 10 2.4 Right of Way Research and Base Mapping 0 $ ) $ 2.5 Utility Research,Notification and Mal 0 $ - S $ 2.6 Traffic Sludv 0 $ S $ 2.7 Preliminary Roadway!Bridge Foundation Report 0 $ S $28 Roadwav Alternatives Study and Geometric.Approval 0 $ - - $ Drawings 2.9 Preliminary Stage Construction Plans 0 S S IS - 2 1 Prelimoraw Right of Way Study and Cost Estimates 01 $ S $ 11 Bridge Aesthetics arrd Approach Landscape $ - S $ - Moditication Stud 2.12 Preliminary Street Lighting Stud 0 $ - 5 - IS 2.13 Roadwav Drainage Stud 0 $ S - $ 2.14 Floodplain Study,Bridge Hydraulics and Sediment 0 $ - ti - $ - Trans ort Anal uses 2.15 Preliminary Cost Estimates 0 Task 3 3 1 Public Seeping Meeting 0 $ - 5 - $ 32 Preliminary Environmental Study(PESJ 0 $ - S - $ - 3 3 Noise Study 0 S - S _ 3.4 Air Qualit) Study 0 $ - 5 - $ - 35 Phase I Initial Site Assessment 0 $ - ater Qua lty Assessment Report an 3.6 Preliminary SWPPP 0 $ - - $ - Localmn y rau Ic toy&Summary Floodplain 3.7 Encroachment Report 0 S $ is Biological Resources Stud_v INES and BA) 0 S - 3 - $ - et an an uns lcouna e mcatron an 31 Assessment S - S - - 3.10 Visual Impact Assessment 0 S - 3.11 Community Impact Assessment112 Cultural Resources Studv(ASRAIPSR/APF) 0 S OUC 0 S CJ Pagel of 2 CITY OF PALM SPRINGS Cost Proposal-Man Hour Worksheet Project Name:Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Date: 1/29/18 Consultant: MSA Consulting Inc. UircctoI.o1 Scuior Jesus Ilco-b}en Project I rolcet Scow] CADD Scnurc CAIID $ubconwl[atds Subtotal Labor TaskNo. Task Description - . Snn eland SLuv"In� Ilerrera- So, TotalHours LaborCost Cngmecr Mcn2eer Dev- technician Survc�or Dcsipner Labo[Cos[ Cost - Mapping Technician Cones Cre�c Phase ID Full Project Approval and Environmental Document(PA&ED) Task 1 Project Maria emerit 1.1 Project Administration and Project Controls 0 $ - $ - $ - 1 2 IMeetings and Coordination 0 $ - S - $ - 1.3 lQuality Assurance and Quality Control 0 $ - S - $ - Task 2 Full Preliminary Engineering 0 $ S $ 2.1 lPreliminary Channel Improvement Plans 0 $ - S - $ - 22 Conditional Letter of Map Revision(CLOMR) 0 $ - S - $23 Bridge Typc Selection Study 0 $ - S - $ - 2.4 Project Report Fquivalent 0 $ - 2.5 Value Analysis Study 0 S - S - $ - Task 3 Environmental Document 3.1 Public Ilearing 32 Draft Combined Environmental Documents 0 $ - S - $ - (IS/EA) 3.3 Bureau of Indian Affairs Consultation&NEPA 0 $ - Clearance 4 Circulate Draft Environmental Document& 0 $ - S - $ - Respond Comments 3,5 Final Environmental Assessment Document 0 $ S $ (MND/FONSI) 3.6 File Notice of Determination(CEQA) 1 01 S - 5 - $ - 3.7 Publish Notice in Federal Register 0 $ - S - $ - iR 1?nvironmental Permits 0 S - $ - $ - 0 0 0 0 6 20 0 0 0 34 6011— Total Labor Cost $ 14 971.10 Subtotal ODC $ Total Cost w/ODC $ 14,971.10 Iv Paget of 2 W CITY OF PALM SPRINGS Cost Proposal-Man Hour Worksheet Project Name:Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Date: 1/29/I8 Consultant:MSA Consulting,Inc. Direcirn'ot �cnen Jesus Too-}lmr Protect Project Senior C'Ahi) Senior ('AItU Suboonsulfants Subtotal Labor Task No Task Description Sun c� nm1 ti�.u,.�ing Herrera- tiro c� Total Hours Labor Cost Engineer Manager Designer Tedrr_ - Oin r.ni nco cncr Labor Cost Cost M;prpinp - IrilI.i,cien Comes ll2o Phase I Full Project Approval and Environmental Document(PA&ED) Task I Pra'cct Mana cment 1.1 Project Administration and Project Controls 0 $ - S - S - 1.2 JMmlings and Coordination 0 $ _ $ 1.3 lQuality Assurance and Quality Control 0 S - $ - $ Task 2 Full Preliminarlo Engineering 0 $ $ S 2.1 Preliminary Channel Improvement Plans 0 $ - $ - S - 2.2 Conditional Letter of Map Revision(CLOMR) 0 $ _ $ _ $ 2.3 Bridge Type Selection Study 0 $ - $ - S - 2.4 Project Report Equivalent o $ - $ - $ - 2.5 Value Analysis Study U $ - $ - $ - Task3 Environmental Document 3.1 Public Hearin Draft Combined Environmental Documents 3.2 (IS/EA) flio 3 3 Bureau of Indian Affairs Consultation&NEPA $ - $Clearance 3 4 Circulate Draft Environmental Document& $ SRespond CommentsFinal Environmental Assessment Document 3.5 (MND/FONSI)3.6 File Notice of Determination(CEQA)3] Publish Notice in Federal Register S _ S3.8 Environmental PermitsI$ u u ll a t 2IF 0 n it II 34 60 Total labor Cost S 1J,9'I.I11 Subtotal OD(' 0 Total Cost wlODC $ Id,971.1U N Page2 of 2 W CITY OF PALM SPRINGS COST PROPOSAL Federal Project No.BR-NBIL(513) Environmental Services for Vista Chino Low Water Project Name: Crossing Bridge Replacement at Whitewater River Date: 1/29/2018 Consultant: 1 C F DIRECT LABOR Classification Name Range Hours Hourly Rate Total Project Director Brian Cahert 4 87.12 $ 348.48 Biologist and Jurisdictional RCSDUrCeS Circe Iloistington 12 $ 53.50 $ 642.00 13iologist Marisa Flores 16 $ ;5.77 $ 572.32 0 ,fit $ $ 0 rt; S $ 0 @ $ - $ 0 ri $ $ Subtotal Direct Labor Costs $ 1,562.80 Anticipated Salary Increases(0%) $ Total Direct Labor Costs(DLC) $ 1,562.80 FRINCE BENEFITS Rate Total $ Total Fringe Benefits(FB) S - INDIRECT COSTS Total Overhead(OH) % $ General and Administrative(G&A) % $ Total(*Combined FB,OH and G&A) 188.49 % $ 2,945.72 Total Indirect Costs(IC) $ 2,945.72 FEE(PROFIT) Rate Total 10 % $ 450.85 Fee(DLC+FB+IC) S 450.85 OTHER DIRECT COSTS(ODC) (ODC is actual cost to be reimbursed with supporting documentation.) 1.Reproduction/Utility Plats 2.Conference Calls S 3.Transportation/Travel(Mileage will be IRS standard rate.) 4.Mailing,Overnight/Special Deliveries Total Other Direct Costs $ SUBCONTRACTOR COSTS Total Subcontractor Costs $ - TOTAL COST S 4,959.37 24 CITY OF PALM SPRINGS COST PROPOSAL Federal Project No.BR-NBIL(513) Project Name:Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Date: 1/29/2018 Consultant: ICF DIRECT LABOR Classification Name Range Hours Hourly Rate Total Project Director Brian Calvert 4 @ $ 87.12 $ 348.48 Biologist and Jurisdictional Resources Greg Hoistington 12 @ $ 53.50 $ 642.00 Biologist Marisa Flores 16 @ $ 35.77 $ 572.32 0 @ $ $ 0 @ $ $ 0 @ $ $ 0 @ $ $ Subtotal Direct Labor Costs $ 1,562.80 Anticipated Salary Increases(0%) $ - Total Direct Labor Costs(DLC) S 1,562.80 FRINGE BENEFITS Rate Total Total Fringe Benefits(FB) $ - INDIRECT COSTS Total Overhead(OH) % $ General and Administrative(G&A) % $ - Total('Combined FB,OH and G&A) 188.49 % $ 2,945.72 Total Indirect Costs(IC) $ 2,945.72 FEE(PROFIT) Rate Total 10 % $ 450.85 Fee(DLC+FB+IC) $ 450.85 OTHER DIRECT COSTS(ODC) (ODC is actual cost to be reimbursed with supporting documentation.) 1.Reproduction/Utility Plats $ 2.Conference Calls $ 3.TransportationfI ravel(Mileage will be IRS standard rate.) $ 4.Mailing,Ovemight/Special Deliveries $ Total Other Direct Costs $ SUBCONTRACTOR COSTS Total Subcontractor Costs $ - TOTAL COST $ 4,959.37 CITY OF PALM SPRINGS Cost Proposal- Man Hour Worksheet Project Name. Environmentut Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewatcr River Date. 1/29/18 Consultant ICF Biologist and 1'roiect SubcborC ants Subtotal Labor Task No. Task Description Ili `rrc Jurisdictional Biologist Total Hours Labor Cost Labor Cost Cost Resources Billing Rate S °76.47 S 16278 Plans,Specifications and Estimate(PS&F,) Task 1 Project Management 1.1 Project Administration and Project Controls i oil$ - 1 S - 11 $ - 1.2 Meetings and Coordination I Oil $ - I S - 11 $ - 1.3 Quali Assurance and Quality Control I 0 $ - I S - 11 $ - 1.4 Local Assistance Supports I 0 $ - I S - 11 $ - Task 2 2.1 Data Collection and Research 2.2 Field Review and Site Assessment 0 $ - 5 - $ - 2.3 Surveying and Aerial Topographic Mapping 54 $ - S - $ - 2.4 Right of Way Research and Base Mapping 0 $ - S - $ - 2.5 Utility Research,Notification and Mapping 0 $ - $ - $ - 2.6 Traffic Stud 0 $ - S - $ - 2.7 Preliminary Roadway/Bridge Foundation Re on 0 $ - S - $ - n 8 Roadway Alternatives Study and Geometric Approval 0 $ - S $ Drawings 2.9 Preliminary Stage Construction flans 0 $ - S - $ - 2.1 Preliminary Right of Way Study and Cost Estimates 0 $ - S - $ - 2,11 Bridge Aesthetics and Approach Landscape 0 $ - Modification Stud 2.12 Preliminary Street Lighting Study 0 $ - 2.13 Roadway Drainage Study 0 $ - 2 14 Floodplain Study,Bridge Hydraulics and Sediment 0 $ 5 S Transport Analyses 2.15 Preliminary Cost Estimates 0 $ - S - S - Task 3 3.1 Public Scoping Meeting 0 $ - S - S - 32 Preliminary Environmental Stud (PE,S; 0 $ - S - $ - 3.3 Noise Study 0 $ - S - S - 3A Air Quality Study o $ - S - $ - 3.5 Phase 1 Initial Site Assessment 0 $ - S - S - Water Quality Assessment Report an 3.6 Preliminary SWPPP 0 $ - S - $ - Location Hydraulic Study&Summary 3.7 Floodplain Encroachment Report 0 $ v $ 3.8 Biolo ical Resources Stud (NES and BA) 0 Welland an Jurrs tctiona Delineation an 3 9 .Assessment 0 $ S $ 1,10 Visual Impact Assessment 0 $ - N G.TI Pagel of 2 CITY OF PALM SPRINGS Cost Proposal-Man Hour Worksheet Project Name: Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at W hitewater River Date: 1l29l18 Consultant: ICF Biologist and Project Subconsullants Subtotal Labor Task No Task Description Director Jurisdictional Biologist Total Hours Labor Cost Labor Cost Cost Resources Billing Rate $ 276.47 $ 169781 113.51 1 $ $ Plans,Specifications and Estimate(PS&E) "I'ask I Project Management 1.1 Project Administration and Project Controls i U $ L2 Meetings and Coordination 1 0 $ I $ - $ - 1.3 Quality Assurance and QualityControl I I U $ 1 $ _ $ _ 1.4 Local Assistance Supports 011 S - $ - $ - Task 2 2.1 Data Collection and Research 2.2 Field Review and Site Assessment 2.3 Surveying and Aerial Topographic Mapping 54 S _ $ _ $ _ 2.4 Right of Way Research and Base Mapping 0 S - S - $ - 2.5 Utility Research,Notification and Mapping 0 $ $ - $ - 2.6 Traffic Stud 0 $ $ $ - 2.7 Preliminary Roadway/Bridge Foundation Re orl 0 $ $ - S 2.8 Roadway Alternatives Study and Geometric Approval 0 $ S $ Drawings 2.9 Prelimintuy Stage Construction Plans 0 S - 2.1 Preliminary Right of Way Study and Cost Estimates 0 S Bridge Aesthetics and Approach Landscape 2.11 Modification Stud - 2.12 Preliminary Street Lighting Study S - 2.13 Roadway Drainage Stud 0 S - - $ - Floodplain Study,Bridge Hydraulics and Sediment 2.14 Frans port Analyses 0 S S $ - 2.15 Preliminary Cost Estimates Task - Task 3 3.1 Public Scoping Meeting 0 S S $ 3.2 Preliminary Environmental Stud PES) 0 S 3.3 Noise Stud o S $ $ 3.4 Air Quality Stud U $ $ $ 3.5 Phase I Initial Site Assessmenl 0 S Water Quality Assessment Report an 3.6 Preliminary SWPPIP 0 S $ $ LocationHydraulic toy Summary 3.7 Floodplain Encroachment Report 0 $ 3.8 Bioio ici l Resources Stud (NES and BA) 0 $ $ S Welland an Jurls icuona a meation an 3.9 Assessment 0 S - $ - S - 110 JVisual Impact Assessment p $ _ $ N c.n Pagel of 2 CITY OF PALM SPRINGS Cost Proposal-Man Hour Worksheet Project Name: Environmental Services for Vista Chino I.ow Water Crossing Bridge Replacement at Whitewater River Date: 1/29/18 Consultant: ICF Budogist and Task No. Task Description Dircator I iol"t lurisdicuonal Biologist Total Hours Labor Cost Su Labor or Cost Subtotal Labor Cost Resources 3.11 Community Impact Assessment 0 $ 3.12 Cultural Resources Study(ASR/IIPSR/APE) 0 $ S $ ODC 0 $ $ $ Phase IB Full Project Approval and Environmental Document(PA&ED) Task I Project Management I lProject Administration and Project Controls 0 $ - $ - $ - 1.2 1 Meetings and Coordination 0 $ - 1.3 lQuality Assurance and Quality_ Control 0 $ - Task 2 Full Preliminary Engineering 0 $ 2.1 Preliminary Channel Improvement Plans 0 $ - S - $ 2.2 Conditional Letter of Map Revision(CLOMR) 0 $ - S - $ - 2.3 Bridge Type Selection Study 0 $ S $ _ 2.4 Project Report Equivalent o $ - S - $ - 2.5 Value Analysis Study o $ _ S _ $ _ Task3 Environmental Document 3.1 Public Hearing Draft Combined Environmental Documents 3.2 (IS/EA) 0 $ - 5 - $ - Bureau of Indian Affairs Consultation&NEPA 3.3 Clearance 0 $ S $ Circulate Draft Environmental Document& 3.4 Respond Comments 0 $ - s - $3.5 - Final Environmental Assessment Document 0 _ _ _ (MND/FONSI) $ S $ 3.6 File Notice of Determination(CEQA) o $ - S - $ 3.7 Publish Notice in Federal Register 0 $ - I S - $ - 3.8 Environmental Permits 4 1' 16 32 $ 4,959.37 1 $ - $ 4,95937 4 12 16 0 0 —861F Total Labor Cost $ 4 959.37 5ubtotalODC Total Cost w/ODC $ 4,959.37 IV V) Page2 of 2 CITY OF PALM SPRINGS Cost Proposal-Man Hour Worksheet Project Name: Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Date: 1/29/18 Consultant: ICF Project Biologist and Subconsultants Subtotal Labor Task No. Task Description Director •jurisdictional Biologist Total Hours Labor Cost Labor Cost Cost Resources 3.11 Community Impact Assessment 0 S - $ - $ - 3.12 Cultural Resources Stud (ASR/HPSR/APE) 0 S $ $ ODC o S $ $ Phase I Full Project Approval and Environmental Document(PA&ED) Task I Project Management 1.1 JProjcct Administration and Project Controls S - $ - $ - 1.2 IMectings and Coordination I $ - $ - 13 lQuality Assurance and Quality Control 1 0 S - $ - $ - Task 2 Full Preliminary Engineering (i S $ $ - 2.1 Preliminary Channel Improvement Plans o S $ - 2.2 Conditional Letter of Map Revision(CLOMR) 0 S $ - S 2.3 Bridge Type Selection Study 0 S - S - $ - 2.4 Project Report Equivalent 0 - 2.5 Value Analysis Study o - Task 3 Environmental Document 3.1 Public Hearin 3 2 Draft Combined Environmental Documents 11 S $ S (IS/EA) 3.3 Bureau of Indian Affairs Consultation&NEPA Il $ _ $ S Clearance Circulate Draft Environmental Document& 0 3.4 Respond Comments 3.5 Final Environmental Assessment Document S $ $ (MNDIFONSI) 3.6 File Notice of Determination(CEQA) - 3.7 Publish Notice in Federal Register 0 $ - S - $ - 3.8 Environmental Permits 4 12 16 32 $ 4.959.37 4 1 12 16 o 1 Il 1 816 Total Labor Cost $ 4,959.37 Subtotal OUC Total Cost w/ODC IFT 4,959.37 N Paget of 2 STATE OF CALIFORNIA—CALIFORNIA STATE TRANSPORTATION AGENCY EDMI M G.BROWN Jr..Governor DEPARTMENT OF TRANSPORTATION INDEPENDENT OFFICE OF AUDITS AND INVESTIGATIONS P.O.BOX 942874,MS-2 SACRAMENTO,CA 9427"001 PHONE (916)323-7111 FAX (916)323-7123 Making Conservation TTY 711 a California Way of Life. www.dot.ca.gov December 13, 2017 Mr. Shah Ghanbari President Group Delta Consultants, Inc. 32 Mauchly, Suite B Irvine, CA 92618 Dear Mr. Ghanbari: The California Department of Transportation(Caltrans), Independent Office of Audits and Investigations (A&I) conducted a review of Group Delta Consultants, Inc.'s indirect cost rate (ICR) as certified in Exhibit 10-K, Consultant Certification of Contract Costs and Financial Management System, for the period of 1/l/2016-12/31/2016. The review was conducted in accordance with Title 23 United States Code(USC)I 12(b)(2)and Title 23 Code of Federal Regulation (CFR) 172.11 to evaluate if the costs used in the ICR calculation were reasonable and met requirements of 48 CFR, Chapter 1, Part 31. A&I did not audit, examine,or test the Consultant's financial management system, and we do not express an opinion on its adequacy, or express an opinion on any costs or credits arising from the Agreement. The review resulted in the accepted ICR as follows: Certified ICR 163.30% Review Adjustment 0% Accepted ICR for 1/1/2016-12/31/2016 163.30% We assigned a Caltrans acceptance identification number(ID)of L2017-0085 that indicates the ICR is accepted for a one-year applicable accounting period. This rate is also posted to A&I's website, http://www.dot.ca.gov/audits/, under External Audits,Architectural&Engineering Contracts, Caltrans Indirect Cost Rate(ICR)Acceptance ID Log(PDF). Acceptance of the Consultant's ICR does not constitute establishment of a cognizant approved ICR in accordance with 23 CFR Part 172. A&I retains the right to audit the above rate, or recommend adjustment upon discovery of additional information. "Provide a safe,sustainable,integrated and eFIcient(ranspormtian sysrenr 1 to enhance California's economy economy and livability" Mr. Shah Ghanbari December 13, 2017 Page 2 This letter is also intended for the use of Caltrans and its sub-recipients and may be provided to other governmental entities upon request, in accordance with 23 USC 112(b)(2)(F). Please retain a copy of this letter for your files. If you have questions, please contact Nicholas Plaza, Auditor at(916) 327-3587 or Alice Lee, External Audit Chief at(916) 323-7953. Sincerely, ALICE M. LEE External Audits —Contracts Independent Office of Audits& Investigations c: Meena Katakia, Manager—Capital Projects, Orange County"Transportation Authority Rodney Whitfield, Director of Financial Services, Federal Highway Administration Veneshia Smith, Financial Manager, Federal Highway Administration Mark Samuelson, Chief, Office of Policy Development& Quality Assurance, Division of Local Assistance, Caltrans Felicia Haslem,A&E Oversight Program Manager,Division of Local Assistance,Caltrans Mohammad Maljai,Policy Liaison Engineer, Division of Local Assistance, Caltrans Tifini Tran, District Local Assistance Engineer, Division of Local Assistance, District 12, Caltrans Chantha Da, Acting Audit Manager, Independent Office of Audits and Investigations, Caltrans Annabel Alvarez,Auditor-Specialist, Independent Office of Audits and Investigations, Caltrans Nicholas Plaza,Auditor, Independent Office of Audits and Investigations, Caltrans Audit File: P1391-0242 Caltrans Acceptance ID L2017-0085 'Prrrvide a safe,sustainable, integrated and efficient transportation system to enhance California's economy and livability" 28 ATTACHMENT 3 29 EXHIBIT "A" SCOPE OF WORK General Scope of Work — Consultant shall provide the City with environmental phase services related to the Vista Chino Low Water Crossing Bridge Replacement at Whitewater River (City Project #10-10), Federal Aid Project No. BR-NBIL (513) (hereinafter the "Project"). The scope of work generally includes all professional services associated with completion of the Project Approval / Environmental Document ("PA/ED") Phase. Additionally, the scope of work will include coordinating preparation and approval of a High Cost Project Agreement with Caltrans in accordance with DLA-OB-11-02. The scope of work will consist of the preparation of Environmental Documents and Technical Studies and all other related documents and/or reports to comply with applicable local, state and federal regulations, policies, procedures, manuals and standards necessary to obtain CEQA/NEPA environmental approvals. Preliminary engineering (civil and structural engineering design services) shall be provided as necessary to support the PA/ED Phase, generally limited to preparation of plans representing a 30% level design. The general scope of services shall consist of the following two sub-phases: Phase 1A (based on current authorized HBP funds as of November, 2011): conducting preliminary engineering studies to determine build alternatives; based on the preferred alternative preparing and submitting a HBP scoping document to Caltrans Local Assistance to request allocation of HBP funds for additional cost to complete the PA/ED Phase; and performing environmental technical studies. Phase 1A is authorized concurrently with execution of this Agreement. Phase 1 B (after Caltrans' authorization to complete the PA&ED Phase): performing bridge type section study; preparing project report equivalent; conducting value analysis study; preparing NEPA and CEQA documents to secure environmental clearance; and obtaining environmental permits. Phase 1 B shall be authorized subsequent to Caltrans' authorization to complete the PA&ED Phase and its obligation of additional HBP funds. Technical Scope of Work Phase 1A—Limited Project Approval and Environmental Document(PA&ED) Task 1.0 - Project Management Task 1.1 Project Administration and Project Controls (Original Contract Scope) Consultant's project administration procedures are generally outlined as follows: Upon receipt of a formal Notice-To-Proceed (NTP) for the project, a project-specific work plan shall be developed to strategize the team resources and detailed assignments. A cost proposal with a Work Breakdown Structure (WBS) shall be finalized for cost negotiation for the contract. Consultant's work plan shall typically consist of the following items - detailed scope of services; deliverables; schedule; task budget; agency contacts; team member contacts and responsibility of team design disciplines; and project-specific requirements. Consultant's general project administration task shall include management and coordination between the City, the Exhibit"A" Page 1 of 31 301 J EXHIBIT "A" SCOPE OF SERVICES Consultant Team, and other stakeholders. Project administration shall be conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Internal project coordination meetings shall be conducted monthly through office meetings, conference calls and exchange of emails, to maintain good project communication. The Project Development Team (PDT) meetings shall be kept purposeful and concise. Schedule Control: During the project development, Consultant shall ensure that the schedule adheres to all contractual requirements. The schedule shall be constantly updated. Consultant shall work closely with the City for the delivery requirements. Document Control: All in-coming and out-going design and correspondence materials shall be logged, and filed according to a project-specific document control system. Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked. Cost Control: Project costs shall be verified on a monthly basis. Cost-to-date, estimated actual percent completed, and estimated budget to complete by individual task at each invoicing period shall be documented. (Extra Work for Amendment No. 3) Consultant shall provide project administration related to limited geotechnical exploratory boring to occur expeditiously. The consultant's effort shall include setting contractual supports and scheduling with sub-consultants who will be involved in the described extra work. Deliverables: monthly invoices and progress reports, schedules updates and document logs Task 1.2 Meetings and Coordination (Original Contract Scope) This task shall include general management and coordination among the City, CNS Team, jurisdictional agencies, and other key stakeholders. Project meetings shall be conducted to maintain good project communication in purposeful and concise meetings. Project coordination shall be established by frequent progress review meetings or conference calls. Project Development Team (PDT) meetings in the City Hall or by conference calls shall be conducted. A meeting agenda shall be prepared in advance. All action items listed in the meeting minutes shall be reviewed in every meeting. Other typical procedures including preparing monthly progress reports; establishing design criteria; posting project issues to all individuals; conducting biweekly progress review for all engineering plans and reports; mitigating all independent check and review comments; clearing communication lines to maintain the project schedule. The fee for Phase 1A has been established based on fourteen (14) progress review meetings. Project Manager and appropriate key task managers shall attend the meetings as follows: CNS— 14 meetings; ICF— 14 meetings; AEI-CASC— 14 meetings; MSA— 14 meetings; DEA— 5 meetings; Terra Nova—6 meetings; KOA—2 meetings; OPC—6 meetings. Exhibit"A" Page 2 of 31 31 EXHIBIT "A" SCOPE OF SERVICES Consultant Team, and other stakeholders. Project administration shall be conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Internal project coordination meetings shall be conducted monthly through office meetings, conference calls and exchange of emails, to maintain good project communication. The Project Development Team (PDT) meetings shall be kept purposeful and concise. Schedule Control: During the project development, Consultant shall ensure that the schedule adheres to all contractual requirements. The schedule shall be constantly updated. Consultant shall work closely with the City for the delivery requirements. Document Control: All in-coming and out-going design and correspondence materials shall be logged, and filed according to a project-specific document control system. Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked. Cost Control: Project costs shall be verified on a monthly basis. Cost-to-date, estimated actual percent completed, and estimated budget to complete by individual task at each invoicing period shall be documented. (Extra Work for Amendment No. 3) Consultant shall provide project administration related to limited geotechnical exploratory boring to occur expeditiously. The consultant's effort shall include setting contractual supports and scheduling with sub-consultants who will be involved in the described extra work. Deliverables: monthly invoices and progress reports, schedules updates and document logs Task 1.2 Meetings and Coordination (Original Contract Scope) This task shall include general management and coordination among the City, CNS Team, jurisdictional agencies, and other key stakeholders. Project meetings shall be conducted to maintain good project communication in purposeful and concise meetings. Project coordination shall be established by frequent progress review meetings or conference calls. Project Development Team (PDT) meetings in the City Hall or by conference calls shall be conducted. A meeting agenda shall be prepared in advance. All action items listed in the meeting minutes shall be reviewed in every meeting. Other typical procedures including preparing monthly progress reports; establishing design criteria; posting project issues to all individuals; conducting biweekly progress review for all engineering plans and reports; mitigating all independent check and review comments; clearing communication lines to maintain the project schedule. The fee for Phase 1A has been established based on fourteen (14) progress review meetings. Project Manager and appropriate key task managers shall attend the meetings as follows: CNS— 14 meetings; ICF — 14 meetings; AEI-CASC— 14 meetings; MSA— 14 meetings; DEA— 5 meetings; Terra Nova—6 meetings; KOA —2 meetings; OPC —6 meetings. Exhibit"A" Page 2 of 31 31 EXHIBIT "A" SCOPE OF SERVICES (Extra Work for Amendment No. 3) Consultant shall provide coordination support needed in order for the limited geotechnical exploratory boring to occur expeditiously. Coordination includes communication and meetings as needed with permitting agencies and project team members. Deliverables: meeting agendas, meeting minutes, and coordination memorandums Task 1.3 Quality Assurance and Quality Control Consultant shall provide Quality Control and Quality Assurance (QC/QA) for all project documents and plans to ensure that the project moves forward to delivery as quickly as possible. Upon notice to proceed, the QC/QA procedures shall be clearly outlined for the project team. These procedures shall include checklists for plan preparation, a-file sharing procedures and document controls, and independent reviews by senior staff. Consultant shall review the design documents to make sure that the design is consistent with the funding requirements so that the review and approval process is expedited. Consultant shall make sure all right-of-way acquisitions; easements; and utility relocation for the project are reasonable and efficient. Deliverables: Quality Control and Quality Assurance Plan Task 1.4 Local Assistance Funding/Programming Supports Consultant shall assist the City in preparing a funding document to request change of the project scope, cost and schedule in accordance with Caltrans Local Assistance Program Guidelines manual when changes of the project elements are deemed necessary during the project development. In addition, a request for authorization to proceed with preliminary engineering (final design) in accordance with Caltrans Local Assistance Procedures Manual shall be also prepared. Consultant shall provide technical supports and attend up to two (2) meetings with the City and Caltrans Local Assistance as required to discuss the funding authorization matters. The proposed project is considered a High COstl7 project because its estimated construction cost exceeds $20 million. As such the City is responsible for committing non-federal fund sources to fund Advance Construction (AC) to cash flow the high cost phase of the project. Consultant shall work closely with the City, RCTC and CVAG to explore the opportunities of using non-federal funds and develop a financial management plan to financially support the required Advance Construction. Deliverables: a HBP funding document to request change of project scope, cost and schedule; a request for authorization to proceed with preliminary engineering (final design); financial management plan Task 2— Limited Preliminary Engineering Task 2.1 Data Collection and Research Exhibit"A° Page 3 of 31 32 EXHIBIT "A" SCOPE OF SERVICES (Extra Work for Amendment No. 3) Consultant shall provide coordination support needed in order for the limited geotechnical exploratory boring to occur expeditiously. Coordination includes communication and meetings as needed with permitting agencies and project team members. Deliverables: meeting agendas, meeting minutes, and coordination memorandums Task 1.3 Quality Assurance and Quality Control Consultant shall provide Quality Control and Quality Assurance (QC/QA) for all project documents and plans to ensure that the project moves forward to delivery as quickly as possible. Upon notice to proceed, the QC/QA procedures shall be clearly outlined for the project team. These procedures shall include checklists for plan preparation, a-file sharing procedures and document controls, and independent reviews by senior staff. Consultant shall review the design documents to make sure that the design is consistent with the funding requirements so that the review and approval process is expedited. Consultant shall make sure all right-of-way acquisitions; easements; and utility relocation for the project are reasonable and efficient. Deliverables: Quality Control and Quality Assurance Plan Task 1.4 Local Assistance Funding/Programming Supports Consultant shall assist the City in preparing a funding document to request change of the project scope, cost and schedule in accordance with Caltrans Local Assistance Program Guidelines manual when changes of the project elements are deemed necessary during the project development. In addition, a request for authorization to proceed with preliminary engineering (final design) in accordance with Caltrans Local Assistance Procedures Manual shall be also prepared. Consultant shall provide technical supports and attend up to two (2) meetings with the City and Caltrans Local Assistance as required to discuss the funding authorization matters. The proposed project is considered a ;High Cost project because its estimated construction cost exceeds $20 million. As such the City is responsible for committing non-federal fund sources to fund Advance Construction (AC) to cash flow the high cost phase of the project. Consultant shall work closely with the City, RCTC and CVAG to explore the opportunities of using non-federal funds and develop a financial management plan to financially support the required Advance Construction. Deliverables: a HBP funding document to request change of project scope, cost and schedule; a request for authorization to proceed with preliminary engineering (final design); financial management plan Task 2 — Limited Preliminary Engineering Task 2.1 Data Collection and Research Exhibit"A" Page 3 of 31 32 EXHIBIT"A" SCOPE OF SERVICES Consultant shall collect available existing reports, data, as-built plans, and information relevant to the project from the Cities of Palm Springs and Cathedral City, Coachella Valley Water District (CVWD), Riverside County Flood Control & Water Conservation District (RCFC&WCD), and other stakeholders and agencies. Drainage Research and Data Inventory: Consultant's team member, AEI-CASC shall perform data research and coordination in support of the hydrology, drainage, and floodplain study. AEI-CASC shall gather and perform a thorough review of available drainage and street plans, drainage studies, master drainage plans, design topographic maps, aerial photographs, and other plans and reports relevant to the drainage design of the project. This task also provides for performing and documenting the findings obtained from interviews with CVWD, Cities of Palm Springs and Cathedral City, and RCFC&WCD staff about drainage deficiencies and flooding history in the study areas. Right-of-Way Research and Data Collection: Consultant's team member, MSA shall collect any available record drawings, survey control maps, benchmarks, tract maps, parcel APN maps, and records of surveys, and title reports from the appropriate agencies. Consultant's team member, OPC shall provide the project team with title reports. Eighteen (18) preliminary title reports are budgeted. Deliverables: a document log showing all data obtained from the agencies Task 2.2 Field Review and Site Assessment Consultant shall conduct a field review meeting and a thorough site investigation with the City. The field review meeting shall assist the Consultant in verifying information obtained in data collection and research; documenting existing traffic signalization, underground and overhead utilities, signing and striping, drainage conditions, flow patterns, existing site constraints and improvements in the project area; clarifying the project scope; and identifying potential unforeseen issues that may cause delay to the project. Deliverables: field review notes and a photo log Task 2.3 Surveying and Aerial Topographic Mapping (Original Contract Scope) Consultant's team member, MSA shall conduct field survey of Vista Chino and cross street monuments; set aerial targets for mapping; fly and map both Vista Chino and the floodplain limits at 40 scale, 1 foot contours; and perform field survey cross sections of Vista Chino within the project limits. Deliverables: aerial mapping of Vista Chino and the Floodplain area within the Whitewater channel, a color orthophoto image of Vista Chino, and surveyed points along Vista Chino for use in alternative studies, GADs and Preliminary Stage Construction Plans design and hydrology analysis (Extra Work for Amendment No. 3) Exhibit"A" Page 4 of 31 33 EXHIBIT "A" SCOPE OF SERVICES Consultant shall collect available existing reports, data, as-built plans, and information relevant to the project from the Cities of Palm Springs and Cathedral City, Coachella Valley Water District (CVWD), Riverside County Flood Control & Water Conservation District (RCFC&WCD), and other stakeholders and agencies. Drainage Research and Data Inventory: Consultant's team member, AEI-CASC shall perform data research and coordination in support of the hydrology, drainage, and floodplain study. AEI-CASC shall gather and perform a thorough review of available drainage and street plans, drainage studies, master drainage plans, design topographic maps, aerial photographs, and other plans and reports relevant to the drainage design of the project. This task also provides for performing and documenting the findings obtained from interviews with CVWD, Cities of Palm Springs and Cathedral City, and RCFC&WCD staff about drainage deficiencies and flooding history in the study areas. Right-of-Way Research and Data Collection: Consultant's team member, MSA shall collect any available record drawings, survey control maps, benchmarks, tract maps, parcel APN maps, and records of surveys, and title reports from the appropriate agencies. Consultant's team member, OPC shall provide the project team with title reports. Eighteen (18) preliminary title reports are budgeted. Deliverables: a document log showing all data obtained from the agencies Task 2.2 Field Review and Site Assessment Consultant shall conduct a field review meeting and a thorough site investigation with the City. The field review meeting shall assist the Consultant in verifying information obtained in data collection and research; documenting existing traffic signalization, underground and overhead utilities, signing and striping, drainage conditions, flow patterns, existing site constraints and improvements in the project area; clarifying the project scope; and identifying potential unforeseen issues that may cause delay to the project. Deliverables: field review notes and a photo log Task 2.3 Surveying and Aerial Topographic Mapping (Original Contract Scope) Consultant's team member, MSA shall conduct field survey of Vista Chino and cross street monuments; set aerial targets for mapping; fly and map both Vista Chino and the floodplain limits at 40 scale, 1 foot contours; and perform field survey cross sections of Vista Chino within the project limits. Deliverables: aerial mapping of Vista Chino and the Floodplain area within the Whitewater channel, a color orthophoto image of Vista Chino, and surveyed points along Vista Chino for use in alternative studies, GADs and Preliminary Stage Construction Plans design and hydrology analysis (Extra Work for Amendment No. 3) Exhibit"A" Page 4of31 33 EXHIBIT"A" SCOPE OF SERVICES Consultant's team member, MSA shall stake the pier and abutment locations as described in Task 2.7 prior to the geotechnical exploratory boring and shall take survey locations and elevations of the bored holes after the completion of the limited geotechnical field work. Deliverables: AutoCAD file with surveyed locations of bored holes Task 2.4 Right-of-Way Research and Base Mapping Consultant's team member, MSA shall research right-of-way (R/W) documents at both Cities of Palm Springs and Cathedral City; research R/W documents at the BIA; prepare base map of centerlines, RIK descriptions of found monuments, topographic mapping, all overlaid on screened color orthophoto image. The task includes text describing APN's and ownership. Deliverables: a R/W constraints map containing all infonmation obtained above in both PDF and AutoCAD file format Task 2.6 Utility Research, Notification and Mapping Consultant's team member, MSA shall research existing utility base plan, conduct field verification and update base plan, schedule utility agency meetings, and perform relocation coordination. Consultant's team member, Overland, Pacific & Cutler (OPC) shall review existing six (6) utility agreements, contact utility to confirm data, determine prior rights/cost liability and prepare matrix of liability with confirmed data. Deliverables: utility agency plats and maps (MSA); an existing utility base plan in AutoCAD format (MSA); utility agency meeting minutes and communications log (MSA); utility prior rights/cost liability matrix (OPC) Task 2.6 Traffic Study Consultant's team member, KOA shall conduct the traffic study including staging and traffic management plans during construction. KOA shall define the study area. The study area is defined to include analysis of up to six (6) arterial intersections and four (4) roadway segments. The study area must be large enough to analyze the potential construction impact or partial closure of Vista Chino during bridge construction. Peak period intersection turning movement counts shall be collected for up to six (6) intersections during the AM and PM peak hours and average daily traffic counts (ADT) will be collected for up to four (4) roadway segments. The City completed a city-wide traffic study in 2005 for the General Plan updates. However, new counts are needed for this project. The counts shall be taken by personnel of KOA or by a traffic count specialist, depending upon scheduling and availability. KOA shall also review the location and intersections in the field to observe and inventory roadway geometrics, existing traffic operation, and relevant information during peak hours. KOA shall prepare a traffic study suitable for a complete environmental analysis that summarizes the evaluation of each final alternative that is included for complete analysis in the environmental document. The study shall identify traffic impacts, mitigation measures, and potentially unmitigated impacts. The traffic study shall include a full analysis of construction related impacts for any alternative that Exhibit"A" Page 5 of 31 34 EXHIBIT "A" SCOPE OF SERVICES Consultant's team member, MSA shall stake the pier and abutment locations as described in Task 2.7 prior to the geotechnical exploratory boring and shall take survey locations and elevations of the bored holes after the completion of the limited geotechnical field work. Deliverables:AutoCAD file with surveyed locations of bored holes Task 2.4 Right-of-Way Research and Base Mapping Consultant's team member, MSA shall research right-of-way (RiW) documents at both Cities of Palm Springs and Cathedral City; research R/W documents at the BIA; prepare base map of centerlines, RAN, descriptions of found monuments, topographic mapping, all overlaid on screened color orthophoto image. The task includes text describing APN's and ownership. Deliverables: a R/W constraints map containing all information obtained above in both PDF and AutoCAD file format Task 2.5 Utility Research, Notification and Mapping Consultant's team member, MSA shall research existing utility base plan, conduct field verification and update base plan, schedule utility agency meetings, and perform relocation coordination. Consultant's team member, Overland, Pacific & Cutler (OPC) shall review existing six (6) utility agreements, contact utility to confirm data, determine prior rightsicost liability and prepare matrix of liability with confirmed data. Deliverables: utility agency plats and maps (MSA); an existing utility base plan in AutoCAD format (MSA); utility agency meeting minutes and communications log (MSA); utility prior rights/cost liability matrix (OPC) Task 2.6 Traffic Study Consultant's team member, KOA shall conduct the traffic study including staging and traffic management plans during construction. KOA shall define the study area. The study area is defined to include analysis of up to six (6) arterial intersections and four (4) roadway segments. The study area must be large enough to analyze the potential construction impact or partial closure of Vista Chino during bridge construction. Peak period intersection turning movement counts shall be collected for up to six (6) intersections during the AM and PM peak hours and average daily traffic counts (ADT) will be collected for up to four (4) roadway segments. The City completed a city-wide traffic study in 2005 for the General Plan updates. However, new counts are needed for this project. The counts shall be taken by personnel of KOA or by a traffic count specialist, depending upon scheduling and availability. KOA shall also review the location and intersections in the field to observe and inventory roadway geometrics, existing traffic operation, and relevant information during peak hours. KOA shall prepare a traffic study suitable for a complete environmental analysis that summarizes the evaluation of each final alternative that is included for complete analysis in the environmental document. The study shall identify traffic impacts, mitigation measures, and potentially unmitigated impacts. The traffic study shall include a full analysis of construction related impacts for any alternative that Exhibit"A" Page 5 of 31 34 EXHIBIT "A" SCOPE OF SERVICES proposes to partially or fully close Vista Chino or temporary detour during construction. This shall include evaluation of traffic conditions along detour routes and potential mitigation measures where appropriate. KOA shall develop drawings showing conceptual mitigation measures through restriping, signal modifications, or turning lanes along detour routes. The traffic study shall present all information prepared by KOA, including: Existing (2011) Traffic Conditions, Opening Year, Long Range Year (2035), Traffic Impacts, Mitigations / Recommendations, Consideration of Other Mode of Transportation, Traffic Management and Traffic Controls Plans for Construction Alternatives, Construction Traffic Impacts and Mitigation Measures, Air Quality and Greenhouse Gas Traffic Information, Unavoidable Adverse Impacts to Traffic and Circulation, and Conclusion. Traffic signal modification analysis and concept design shall be conducted to identify locations with potential for new or revised signalized intersections. A Traffic Study Report shall be prepared in conformance with Caltrans standards. KOA shall respond and resolve City and Caltrans' review comments on the draft report, and a final Traffic Study Report shall be prepared to support environmental documentation. Deliverables: draft and final Traffic Study Reports Task 2.7 Preliminary Roadway/Bridge Foundation Reports (Original Contract Scope) Consultant's team member, Earth Mechanics, Inc. (EMI) shall prepare three geotechnical deliverables including Preliminary Materials Report, Preliminary Geotechnical Design Report (PGDR) and Structure Preliminary Geotechnical Report (SPGR) for Bridge Type Selection Study per Caltrans standards. In addition to the above reports, EMI shall also perform Grain- Size Analysis for hydraulic Sediment Transport Evaluation. EMI shall collect surficial grab samples (no more than 3 feet below the ground surface) for grain-size analysis. EMI shall collect these samples from 3 different locations within Whitewater River; samples will be recovered at the ground surface and between 2.5 and 3 feet below the ground surface. Laboratory grain-size distribution tests will be performed on all recovered samples and the results will be transmitted in grain-size distribution curves. Deliverables: Preliminary Materials Report, Preliminary Geotechnical Design Report (PGDR) and Structure Preliminary Geotechnical Report (SPGR), a memo documenting grain-size analysis (Extra Work for Amendment No. 3) Consultant's team member, Group Delta Consultants (GDC) shall conduct limited geotechnical exploratory boring in the channel to provide subsurface data collection necessary to augment and validate the findings provided in the Structure Preliminary Geotechnical Report (SPGR). It is estimated that about '/2 (up to 8 bored holes) of the subsurface investigation work can be completed within this PA&ED Phase. Consultant shall notify the City if drilling conditions are significantly different than assumed, and adjust the program accordingly. To meet the requirements of AASHTO LRFD Bridge Design Specifications 61' Edition, geotechnical explorations will include at least one exploration point per support to a depth of at Exhibit"A" Page 6 of 31 35 EXHIBIT "A" SCOPE OF SERVICES proposes to partially or fully close Vista Chino or temporary detour during construction. This shall include evaluation of traffic conditions along detour routes and potential mitigation measures where appropriate. KOA shall develop drawings showing conceptual mitigation measures through restriping, signal modifications, or turning lanes along detour routes. The traffic study shall present all information prepared by KOA, including: Existing (2011) Traffic Conditions, Opening Year, Long Range Year (2035), Traffic Impacts, Mitigations / Recommendations, Consideration of Other Mode of Transportation, Traffic Management and Traffic Controls Plans for Construction Alternatives, Construction Traffic Impacts and Mitigation Measures, Air Quality and Greenhouse Gas Traffic Information, Unavoidable Adverse Impacts to Traffic and Circulation, and Conclusion. Traffic signal modification analysis and concept design shall be conducted to identify locations with potential for new or revised signalized intersections. A Traffic Study Report shall be prepared in conformance with Caltrans standards. KOA shall respond and resolve City and Caltrans' review comments on the draft report, and a final Traffic Study Report shall be prepared to support environmental documentation. Deliverables: draft and final Traffic Study Reports Task 2.7 Preliminary Roadway/Bridge Foundation Reports (Original Contract Scope) Consultant's team member, Earth Mechanics, Inc. (EMI) shall prepare three geotechnical deliverables including Preliminary Materials Report, Preliminary Geotechnical Design Report (PGDR) and Structure Preliminary Geotechnical Report (SPGR) for Bridge Type Selection Study per Caltrans standards. In addition to the above reports, EMI shall also perform Grain- Size Analysis for hydraulic Sediment Transport Evaluation. EMI shall collect surficial grab samples (no more than 3 feet below the ground surface) for grain-size analysis. EMI shall collect these samples from 3 different locations within Whitewater River; samples will be recovered at the ground surface and between 2.5 and 3 feet below the ground surface. Laboratory grain-size distribution tests will be performed on all recovered samples and the results will be transmitted in grain-size distribution curves. Deliverables: Preliminary Materials Report, Preliminary Geotechnical Design Report (PGDR) and Structure Preliminary Geotechnical Report (SPGR), a memo documenting grain-size analysis (Extra Work for Amendment No. 3) Consultant's team member, Group Delta Consultants (GDC) shall conduct limited geotechnical exploratory boring in the channel to provide subsurface data collection necessary to augment and validate the findings provided in the Structure Preliminary Geotechnical Report (SPGR). It is estimated that about '/2 (up to 8 bored holes) of the subsurface investigation work can be completed within this PA&ED Phase. Consultant shall notify the City if drilling conditions are significantly different than assumed, and adjust the program accordingly. To meet the requirements of AASHTO LRFD Bridge Design Specifications 6th Edition, geotechnical explorations will include at least one exploration point per support to a depth of at Exhibit"A" Page 6 of 31 35 EXHIBIT"A" SCOPE OF SERVICES least 20 feet below anticipated pile tip elevation. To meet these requirements, Consultant anticipates boring depth will be 190 feet at piers and 80 feet at abutments. The limited geotechnical exploratory boring task shall include the following: • Plan the field program, prepare work plan, and coordinate with subcontractors • Obtain the necessary permits with Coachella Valley Water District (CVWD), Riverside County Flood Control and Water Conservation District (RCFC&WCD), Cities of Palm Springs and Cathedral City, and Riverside County - Well Permit Application (EPO-90) • Coordinate with Agua Caliente Band of Cahuilla Indians (ACBCI) cultural monitors as needed • Mark and clear utilities through DigAlert and geophysical screening • Mobilize, implement, and maintain traffic control for the duration of the work • Mobilize and perform Cone Penetration Tests (CPTs) and soil borings • Perform laboratory testing • Prepare boring logs and provide field and lab data in a data report (no design reports in this phase) GDC shall review available utility plans, visit the site, mark the exploration locations, and contact DigAlert to clear the utilities at each exploration location at least two days prior to start of field work. As an additional precaution to avoid utility conflicts, geophysical screening shall performed by a subconsultant at each exploration site prior to drilling. Due to required clearance to overhead power lines, and for safety, 2 lanes are required for the exploratory work. It is proposed to perform closure of 2 lanes of Vista Chino for the duration of the work (including weekends) in accordance with Caltrans Standard Plan T12 using a licensed traffic control subcontractor. One travel lane in each direction will remain open at all times. Changeable message signs shall be placed ahead of each end of the closure for the duration of the work if required by the Cities. The work hours of the exploratory work shall follow Palm Springs and Cathedral City's Noise Ordinances. The bored holes will involve Cone Penetration Test (CPT) or Hollow-Stem Auger (HSA). CPTs will be pushed to target depths or to practical refusal using a piezocone penetrometer in accordance with ASTM D 5778. CPTs will be used to reduce drilling costs to the extent possible. If full depth can be achieved with CPT, no boring will be required at that location. However, it is likely that refusal will be reached before reaching target depth. In that case, a boring will be advanced to the target depth at the same location, but to save time the boring will only be sampled from the depth of CPT refusal to the target depth. At two locations, a boring will be sampled for full depth adjacent to CPTs to allow for calibration of the CPT data and boring data. Seismic CPT (SCPT) testing will be performed at 2 locations to measure the site shear wave velocity for seismic analysis. A water truck will be used to supply the necessary water for drilling operations. Consultant has assumed that a nearby potable water source such as the City Corporate/Maintenance Yard will be provided by the City at no cost to fill the water truck. Large bulk samples shall be collected for the near-surface soil. Alternating Modified California and Standard Penetration Test (SPT) samples shall be collected at typical 5-foot intervals. The Exhibit"A" Page 7 of 31 36 EXHIBIT "A" SCOPE OF SERVICES least 20 feet below anticipated pile tip elevation. To meet these requirements, Consultant anticipates boring depth will be 190 feet at piers and 80 feet at abutments. The limited geotechnical exploratory boring task shall include the following: • Plan the field program, prepare work plan, and coordinate with subcontractors • Obtain the necessary permits with Coachella Valley Water District (CVWD), Riverside County Flood Control and Water Conservation District (RCFC&WCD), Cities of Palm Springs and Cathedral City, and Riverside County -Well Permit Application (EPO-90) • Coordinate with Agua Caliente Band of Cahuilla Indians (ACBCI) cultural monitors as needed • Mark and clear utilities through DigAlert and geophysical screening • Mobilize, implement, and maintain traffic control for the duration of the work • Mobilize and perform Cone Penetration Tests (CPTs) and soil borings • Perform laboratory testing • Prepare boring logs and provide field and lab data in a data report (no design reports in this phase) GDC shall review available utility plans, visit the site, mark the exploration locations, and contact DigAlert to clear the utilities at each exploration location at least two days prior to start of field work. As an additional precaution to avoid utility conflicts, geophysical screening shall performed by a subconsultant at each exploration site prior to drilling. Due to required clearance to overhead power lines, and for safety, 2 lanes are required for the exploratory work. It is proposed to perform closure of 2 lanes of Vista Chino for the duration of the work (including weekends) in accordance with Caltrans Standard Plan T12 using a licensed traffic control subcontractor. One travel lane in each direction will remain open at all times. Changeable message signs shall be placed ahead of each end of the closure for the duration of the work if required by the Cities. The work hours of the exploratory work shall follow Palm Springs and Cathedral City's Noise Ordinances. The bored holes will involve Cone Penetration Test (CPT) or Hollow-Stem Auger (HSA). CPTs will be pushed to target depths or to practical refusal using a piezocone penetrometer in accordance with ASTM D 5778. CPTs will be used to reduce drilling costs to the extent possible. If full depth can be achieved with CPT, no boring will be required at that location. However, it is likely that refusal will be reached before reaching target depth. In that case, a boring will be advanced to the target depth at the same location, but to save time the boring will only be sampled from the depth of CPT refusal to the target depth. At two locations, a boring will be sampled for full depth adjacent to CPTs to allow for calibration of the CPT data and boring data. Seismic CPT (SCPT) testing will be performed at 2 locations to measure the site shear wave velocity for seismic analysis. A water truck will be used to supply the necessary water for drilling operations. Consultant has assumed that a nearby potable water source such as the City Corporate/Maintenance Yard will be provided by the City at no cost to fill the water truck. Large bulk samples shall be collected for the near-surface soil. Alternating Modified California and Standard Penetration Test (SPT) samples shall be collected at typical 5-foot intervals. The Exhibit"A" Page 7 of 31 EXHIBIT "A" SCOPE OF SERVICES sampling interval may be increased at depth to meet drilling schedule or where soils are judged to be relatively consistent with depth. The SPT and Modified California samples shall be collected by driving a split barrel sampler into the soil at the bottom of the borehole with a 140-lb automatic-trip hammer falling 30 inches. Samples will be examined in the field, packaged, labeled, and transported to GDC's geotechnical laboratory for further investigation and testing. The soil and groundwater conditions encountered in borings will be logged in the field by a field engineer or geologist in accordance with Caltrans Soil and Rock Logging, Classification, and Presentation Manual (2010). Upon completion, the drill and CPT sites shall be cleaned up and left in their original condition. CPT holes and boreholes shall be backfilled from the bottom up by tremie method with cement or bentonite grout in accordance with Riverside County requirements and pavements shall be patched with cold patch or rapid set concrete, as required by the City. Excess soil cuttings and/or drilling mud will be stored in properly labeled and sealed 55-gallon drums, tested, and stored on the project site (or an alternative nearby site provided by the City if on-site storage is not allowed). Drums will be removed regularly as soon as test results for contamination are available, typically 1 or 2 days after the drums are filled. Cold patch asphalt or rapid-set cement will be used to patch the boreholes within existing pavement areas. The laboratory-testing program shall be aimed at evaluating the corrosion, index, and engineering properties of the site soils. The exact scope of the laboratory program shall depend on the soil conditions encountered during the field exploration. For planning purposes, Consultant has considered the following types of tests: • Moisture Content/ Dry Density • Grain Size Analyses (sieve and % passing #200 sieve) • Atterberg Limits • Corrosion (pH, Sulfate, Chloride, and Minimum Resistivity) • Direct shear • Pocket penetrometer Deliverables: Work Plan, Permit Applications, Traffic Control Plans, Boring Logs, Laboratory Test Results, a brief Letter-Report describing the field and laboratory work performed [Log of Test Borings (LOTB) and geotechnical design reports will be prepared in the PS&E Phase of the project upon completion of the remaining explorations.] Task 2.8 Roadway Alternatives Study and Geometric Approval Drawings Consultant's team member, MSA shall develop roadway geometric study for three separate alternatives and prepare Geometric Approval Drawings (GADS) at 30% design level for the preferred alternative. MSA shall prepare existing base plan for Roadway Alternatives Study and GADs; identify constraints that will affect the alternative designs and selections; based on the identified constraints and existing roadway bridge approaches prepare three (3) Alternatives Study sketches for bridge alignments over channel (sketches will be prepared at 1"=40' H & 1"=4' V); evaluate and comment on each Roadway Alternatives Study horizontal and vertical alignments; attend PDT, Commission, City Council, CVWD, RCFC&WCD and local community meetings; prepare Geometric Approval Drawings (based on the selected Exhibit"A" Page 8 of 31 37 EXHIBIT "A" SCOPE OF SERVICES sampling interval may be increased at depth to meet drilling schedule or where soils are judged to be relatively consistent with depth. The SPT and Modified California samples shall be collected by driving a split barrel sampler into the soil at the bottom of the borehole with a 140-lb automatic-trip hammer falling 30 inches. Samples will be examined in the field, packaged, labeled, and transported to GDC's geotechnical laboratory for further investigation and testing. The soil and groundwater conditions encountered in borings will be logged in the field by a field engineer or geologist in accordance with Caltrans Soil and Rock Logging, Classification, and Presentation Manual (2010). Upon completion, the drill and CPT sites shall be cleaned up and left in their original condition. CPT holes and boreholes shall be backfilled from the bottom up by tremie method with cement or bentonite grout in accordance with Riverside County requirements and pavements shall be patched with cold patch or rapid set concrete, as required by the City. Excess soil cuttings and/or drilling mud will be stored in properly labeled and sealed 55-gallon drums, tested, and stored on the project site (or an alternative nearby site provided by the City if on-site storage is not allowed). Drums will be removed regularly as soon as test results for contamination are available, typically 1 or 2 days after the drums are filled. Cold patch asphalt or rapid-set cement will be used to patch the boreholes within existing pavement areas. The laboratory-testing program shall be aimed at evaluating the corrosion, index, and engineering properties of the site soils. The exact scope of the laboratory program shall depend on the soil conditions encountered during the field exploration. For planning purposes, Consultant has considered the following types of tests: • Moisture Content/ Dry Density • Grain Size Analyses (sieve and % passing #200 sieve) • Atterberg Limits • Corrosion (pH, Sulfate, Chloride, and Minimum Resistivity) • Direct shear • Pocket penetrometer Deliverables: Work Plan, Permit Applications, Traffic Control Plans, Boring Logs, Laboratory Test Results, a brief Letter-Report describing the field and laboratory work performed [Log of Test Borings (LOTB) and geotechnical design reports will be prepared in the PS&E Phase of the project upon completion of the remaining explorations.] Task 2.8 Roadway Alternatives Study and Geometric Approval Drawings Consultant's team member, MSA shall develop roadway geometric study for three separate alternatives and prepare Geometric Approval Drawings (GADs) at 30% design level for the preferred alternative. MSA shall prepare existing base plan for Roadway Alternatives Study and GADs; identify constraints that will affect the alternative designs and selections; based on the identified constraints and existing roadway bridge approaches prepare three (3) Alternatives Study sketches for bridge alignments over channel (sketches will be prepared at 1"=40' H & 1"=4' V); evaluate and comment on each Roadway Alternatives Study horizontal and vertical alignments; attend PDT, Commission, City Council, CVWD, RCFC&WCD and local community meetings; prepare Geometric Approval Drawings (based on the selected Exhibit"A" Page 8 of 31 0 EXHIBIT"A" SCOPE OF SERVICES alternative). GADs will consist of one (1) cover sheet; 5 plan/profile Sheets (1"=20' H & 1"=2' V); 4 detail sheets. The GADs shall set the basis for the future final design of the project. It shall include establishing the curb/gutter flow line profiles for future final design purposes. The design will include checking the pavement saw-cut locations and cross falls for compliance with the Cities' standards. The proposed storm drain relocations and flow lines shall be established for future final design purposes. Potential conflicts with utilities and existing improvements shall be determined and proposed resolutions provided. Deliverables: three (3)Alternatives Study Exhibits and one (1) Geometric Approval Drawings Task 2.9 Preliminary Stage Construction Plans Based on the approved GADs, Consultant's team member, MSA shall prepare Preliminary Stage Construction Plans including geometrics of a detour road south of Vista Chino to 30% design level, which shall consist of 1 Cover Sheet; 5 Plan/Profile Sheets (1"=20' H & 1"=2' V) and attend a meeting with Transportation Commission. The geometric design of the stage construction plans shall be used by KOA to prepare traffic staging and management plans per Task 2.6, Traffic Study. Deliverables: Preliminary Stage Construction Plans Task 2.10 Preliminary Right-of-Way Study and Cost Estimates Consultant's team member, Overland Pacific & Cutler, Inc. (OPC) shall perform design review and project team coordination; conduct field research; and perform property analysis. Field agent and OPC property analysts shall meet to discuss data and draw impact conclusions and property remediation strategies. OPC shall report to the design team of initial property impact conclusions. Opportunities shall be provided to the project team for creative problem-solving either in design or property remediation strategies. OPC shall secure up to nine (9) right-of- entries from property owners for various surveying, trenching and other environmental survey activities; coordinate preliminary title reports; perform subsequent research to provide up to (18) title reports for impacted parcels; properly identify any relevant vesting and ownership interests relevant to the cost estimating process; and provide the project team with relevant title research findings to assist in project development. MSA shall prepare up to three Right-of- Way Exhibits showing proposed parcel takes. Deliverables: preliminary right-of-way exhibits (MSA); 9 right-of-entries, 18 title reports, and preliminary right-of-way analysis with cost estimates (OPC) Task 2.11 Bridge Aesthetics and Approach Landscape Modification Study Consultant's team member, David Evans and Associates, Inc. (DEA) landscape architects shall prepare two (each) conceptual sketches to assist the project team in the development of bridge aesthetic elements which will include the following: barrier recess enhancements, railings, pilasters, fencing, and abutment walls. DEA shall conduct appropriate research during the design process. Detailed sketches shall highlight the two varying designs for each of the Exhibit"A" Page 9 of 31 38 EXHIBIT "A" SCOPE OF SERVICES bridge components. These details shall be considered conceptual design details capable of indicating size, layout, design intent, color, texture and treatment of materials. Sketches shall be prepared in color and shall be suitable for presentation to the City staff, Arts Commission and City Council for review and approval of the selected bridge aesthetic elements. DEA shall necessitate a close and coordinated effort between team members. This task includes coordination with the project team, City staff, and Caltrans District 8 landscape architects. Preliminary cost estimates shall be provided for each of the two (2) proposed alternatives in each category. Deliverables: two concepts for each of the bridge aesthetic components summarized in a bridge aesthetics booklet, supporting cost estimates Task 2.12 Preliminary Street Lighting Study Consultant's team member, KOA shall prepare a street lighting study for the proposed Vista Chino Bridge. The study shall review various methods and lighting fixture types employed on other river crossing bridges in the area. Only minimal highway lighting exists within the project area and is found on utility poles. Recommended street lighting shall meet or exceed levels for major highways. Existing lighting on Vista Chino shall be identified for the purpose of maintaining consistent lumen output and color. The study shall review pole and lamp fixture options based on the bridge architecture. Options shall include conventional cobra overhead fixtures mounted at roughly 30' above pavement, antique or modern fixtures based on the bridge architectural theme; low level light fixture to reduce lighting pollution within the river bed impacting nocturnal wildlife; or combinations for pedestrian and roadway lighting. Also, a list of lamp types shall be listed. Lamps such as high pressure sodium vapor, mercury vapor, metal halide, light emitting diode (LED), and induction are possible choices. Nighttime light level samples shall be observed on local bridges which have lighting. Viable lighting fixture selection shall require input and approvals from project involved agencies. The study shall include exhibits describing various poles and fixtures. Deliverables:preliminary Street Lighting Study Report and cost estimates Task 2.13 Roadway Drainage Study Consultant's team member, AEI-CASC shall review the local drainage issues associated with the proposed project and street design. A local hydrology study shall be prepared based upon the existing (pre-project) and proposed (post-project) conditions. Preliminary pipe sizes, inlet (catch basin) sizes and pipe horizontal alignments shall be preliminarily determined. This scope shall include preparation of a roadway drainage study report and hydrology maps. Deliverables: Roadway Drainage Study Report and Plans Task 2.14 Floodplain, Bridge Hydraulics and Sediment Transport Analyses Consultant's team member, AEI-CASC shall perform a floodplain and bridge hydraulic analyses based upon the existing and with-project conditions. The analyses shall be performed considering two channel states: (1) the broad wash condition available at the site as defined by the existing topography; and (2) the self-forming channel condition likely to exist during Exhibit"A" Page 10 of 31 39 EXHIBIT "A" SCOPE OF SERVICES flood event occurrence. Condition (1) shall define flood limits and areas of inundation with and without project, and shall follow the typical approach applied by FEMA for floodplain impacts assessment. Condition (2) shall define more realistic (and likely more extreme) hydraulics (depths and velocities) that the channel and proposed structures could experience, and shall be used for local and general scour assessment, sediment transport and capacity evaluation. The results of the existing condition study shall be the basis for determining the required mitigation measures in conjunction with the proposed or with-project study. Hydraulic and sediment transport studies under the existing condition shall first be examined to establish the baseline condition. Alternative with-project conditions shall then be assessed, and the potential impacts to channel stability and sediment transport shall be determined. In order to quantify the impacts of the proposed bridge to the existing hydraulic, sediment transport and stability characteristics of the Whitewater River through the project reach, AEI- CASC shall utilize the current steady-state hydraulic model (HEC-RAS computer model) but modified to integrate the proposed bridge footprint. The HEC-RAS model shall determine the preliminary channel capacities, floodplain elevations, backwater effects, total scour potential, and identify any deficiencies with the existing channel. The hydraulic model shall also be utilized to determine the impacts to the surrounding improvements such as the channel concrete cutoff walls due to the proposed bridge improvements including changes to the natural geomorphic stream pattern (long term channel stability). The bridge scour routines in the HEC-RAS computational model, developed by the U.S. Army Corps of Engineers, shall be applied to preliminarily estimate the magnitude of the local pier scour, local contraction scour and abutment scour components expected under design flow conditions for both the existing and with-project conditions. Recommendations shall be provided for soffit elevation depth of fixity allowance for the proposed bridge structure. Computations shall be made for a wide range of flow conditions, including peak 2-year through 100-year and Standard Project Flow (SPF) flood conditions. Steady-state modeling of the hydraulic and sediment transport capacities shall be conducted, and transport volumes shall be determined for local reaches by integrating rating curves over individual flood hydrographs. Hydrologic quantities (peak flows and flood hydrographs) shall be obtained from previous Corps' studies and available local streamgage information. In order to assess the existing sediment transport capacity of the river through the project reach, average annual sediment transport quantities shall be determined using probability-weighting of the results developed for the individual flood events examined. The amount of sediment required to be passed through is nearly always associated with the average annual sediment conditions -- not a specific event or design level, but maintenance of the average annual conditions. For the most part, the total sediment volume associated with the average annual sediment condition is roughly equivalent to the 100-year flood event. AEI-CASC shall evaluate the general sediment transport characteristics of the Whitewater River in the vicinity of the proposed bridge. The task shall include evaluation of historical channel trends, contrast of local channel slopes to regional slope variation, evaluation of anticipated changes to sediment loading to the project reach due to upstream activities, hydraulic capacity calculations of using normal depth procedures, and sediment transport potential evaluation using qualitative hydraulic indicators. Steady-state methodologies shall be used to contrast the sediment transport capacity of the channel reach local to the proposed bridge with anticipated supply rates, over a range of discharge conditions. Local sediment size Exhibit"A" Page 11 of 31 40 EXHIBIT"A" SCOPE OF SERVICES information shall be used with the hydraulic information and sediment transport relations to estimate bed material sediment transport volumes passing through the upstream, local and downstream channel reach. Sediment continuity shall be applied to estimate potential erosion/sedimentation depths to be expected along the proposed channel under design event and average annual conditions. Local scour components, due to drop structures or other features incorporated into the proposed plan shall be computed, if applicable. The potential hydraulic and/or channel deformation effects of bed form development shall be assessed as well. A floodplain, bridge hydraulic and sediment transport report shall be prepared to document the study assumptions, procedures and results. The bridge hydraulics and potential local scour and general degradation values shall be determined using the published SPF and 100-year storm flows of 88,000 CFS and 39,000 CFS, respectively. Minimum bridge and channel freeboard of 1 foot and 3 feet shall be provided under the SPF and 100-year flood conditions, respectively, as required by CVWD and RCFC&WCD. For the bridge, a minimum of 4 feet of freeboard shall be required by RCFC&WCD due to the"levee" nature of the adjacent channel bank improvements. During the course of this study, AEI-CASC shall provide hydraulic and sediment transport studies in support of the following 3 bridge alternatives: 1. A 2,600-foot long bridge measured along the current roadway alignment (approximately 2,100 feet long measured perpendicular to the general flow path). This alternative shall have the least impact to the existing hydraulic, sediment transport, and environmental conditions in the area. 2. A 1,200-foot long bridge measured along the current roadway alignment (approximately 933 feet long measured perpendicular to the general flow path). For comparative purposes, the existing Ramon Road Bridge located downstream of Vista Chino is roughly 1,100 feet long measured along the roadway alignment. In order for this alternative to work, training levees shall be constructed upstream of the crossing, which may require significant environmental mitigation. 3. A 1,900-foot long bridge measured along the current roadway alignment (approximately 1,600 feet long measured perpendicular to the general flow path). In order for this alternative to work, a series of culverts may be required to minimize flow impingement against the proposed roadway embankment and allow sediment to pass through as required by the Agua Caliente Tribal HCP. General scour depths under SPF and 100-year conditions for the existing and with-project conditions shall be computed using the Blench Regime Equation, as recommended by CVWD. The Los Angeles County Sedimentation Manual shall be used for determining cutoff wall depths as required by RCFC&WCD. Based upon the results of the HEC-RAS model, AEI-CASC shall review and identify the required channel improvements and scour protection through the bridge and immediately upstream and downstream of the bridge, as needed. Preliminary grades and elevations shall be determined and limits of improvements shall be identified. This task shall include recommendation for channel improvements as mitigation against potential scour affecting the proposed bridge and the existing concrete slope protection along the east and west sides of the channel. Additionally, this task shall include providing technical input to support environmental 401, 404 and 1602 permitting process. Exhibit"A" Page 12 of 31 EXHIBIT"A" SCOPE OF SERVICES Deliverables: Floodplain, Bridge Hydraulic and Sediment Transport Study Report Task 2.15 Preliminary Cost Estimates Consultant shall prepare preliminary quantities takeoff and cost estimates for each "build" alternative. Estimates of probable construction costs for the proposed improvements shall be prepared. Deliverables:preliminary quantities and construction cost estimates Task 3— Limited Environmental Document (CEQAINEPA) Task 3.1 Public Scoping Meeting For Phase 1A, it is assumed that attendance at one public scoping meeting shall be required. Consultant and Consultant's team member ICF's PM shall attend this meeting and shall provide project information, if needed. Consultant shall provide required boards for the meetings. Deliverables: attendance and coordination at one public scoping meeting and implementing comments in the environmental studies Task 3.2 Preliminary Environmental Study (PES) A Preliminary Environmental Study (PES) shall be prepared using existing, available information and no new analyses or detailed evaluations are assumed or included. As directed in the PES, cultural information shall be provided entirely by Caltrans. Deliverables: draft and final PES Task 3.3 Noise Study Consultant's team member, Terra Nova shall manage the preparation of noise analyses that evaluate noise associated with project construction and related activities, as well as long-term operation traffic based upon future traffic volumes cited in the project traffic study. Noise analysis shall satisfy CEQA and Caltrans NEPA requirements. In addition to field monitoring and site assessment, other resources, including the City General Plan Noise Study and project-specific noise impact analyses and associated environmental documents, shall also be used. Analysis of existing noise barriers adjacent to sensitive receptors within the project area shall also be conducted and mitigation plan (noise abatement) developed, as necessary. Therefore, a Noise Abatement Decision Report (NADR) in accordance with Section 5 of the Traffic Noise Analysis Protocol (May 2011) shall also be incorporated into the noise analysis. Deliverables: Noise Impact Study Report, including NADR and impact mitigation plans, as required Task 3.4 Air Quality Study Exhibit"A" Page 13 of 31 42 EXHIBIT"A" SCOPE OF SERVICES Consultant's team member, Terra Nova shall conduct an air quality and greenhouse gas (GHG) analysis, which covers requirements of the City and South Coast Air Quality Management District (AQMD) and conforms to CEQA guidelines. The subject project is designated as exempt from conducting an air quality conformity analysis pursuant to the Federal Clean Air Act (93.126). Therefore, the air quality and GHG analysis shall be prepared pursuant to CEQA and South Coast AQMD requirements. Deliverables:Air Quality and GHG Analysis and Study Report Task 3.5 Phase I Initial Site Assessment and ADL Surveys Consultant's team member, Terra Nova shall conduct environmental site assessments, including a Phase I hazardous materials assessment of the project site and area of potential effect (APE), based on APE to be prepared by ICF. The Phase I assessment shall be prepared in conformance with the American Society for Testing and Materials (ASTM) Standard E1527- 05 "Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process". The ADL study shall also assess the concentrations of aerially deposited lead in soil and on- pavement paint along Vista Chino within the planned bridge construction area. This soil study shall be conducted in accordance with EPA SW-846 and Caltrans protocols. The soil sampling locations shall be spaced at approximately 10 meter (30 feet) intervals. Each boring shall be placed approximately 1 meter (3.3 feet) from the roadway's paved surface. A hand auger shall be used to drill down and collect samples at each boring location. Soil shall be collected from each boring at the following three depths: - Between 0 and 0.15 meter(0 and 6 inches), - Between 0.15 and 0.31 meter(6 and 12 inches), and - Between 0.46 and 0.61 meter(18 and 24 inches). The collected soil sample shall be delivered to a State-accredited laboratory for chemical analyses. Each collected soil sample shall be analyzed for lead using EPA Method 6010B. Ten percent of the samples shall be analyzed for soluble lead (synthetic precipitation leaching procedure; leached with deionized water) using EPA Method 6000/7000 series. Five of the samples shall be analyzed for pH using EPA Method 9045. In addition to lead in soil, the yellow striping paint on Vista Chino shall also be tested for the presence of lead. The collected paint chip samples shall be analyzed for lead using EPA Method 6010B. Deliverables: An integrated environmental site assessment and ADL report description of methodologies, including literature search, interviews, survey and sampling approaches, data collection and analysis, and full documentation Task 3.6 Water Quality Assessment Report and Preliminary SWPPP Consultant's team member, AEI-CASC shall prepare a site-specific Water Quality Assessment Report (WQAR) and Preliminary Storm Water Pollution Prevention Plan (SWPPP) in support of the preferred bridge design alternative. The WQAR shall be prepared in accordance with the Exhibit"A" Page 14 of 31 43 EXHIBIT"A" SCOPE OF SERVICES requirements set for in the document, "Whitewater River Region Storm Water Management Plan, Appendix H, dated June 2009". AEI-CASC shall review the proposed project design and shall identify options for addressing the WQAR Requirements for site design, source control, and treatment control best management practices (BMPs). One draft of the WQAR (three copies) shall be submitted to CNS, City of Palm Springs, and Caltrans for review and comment. Upon receipt of written comments on the WQAR, AEI-CASC shall address comments within the scope of services. One final WQAR document (one original, 3 copies) shall be submitted. AEI-CASC shall prepare a site-specific SWPPP in support of the project. The SWPPP shall be prepared in accordance with the requirements set forth in 2008 EPA Construction General Permit. One draft of the SWPPP (three copies) shall be submitted to CNS, City of Palm Springs and Caltrans for review and comment. Upon receipt of written comments on the SWPPP, AEI-CASC shall address comments within the scope of services. One final SWPPP document (one original, 3 copies) shall be provided to CNS. Additionally, AEI-CASC shall prepare and provide the City of Palm Springs (Owner) with a paper Notice of Intent (NOI) form to aid in electronic filing by the Owner for coverage under the General Permit. Deliverables: Water Quality Assessment Report and SWPPP Task 3.7 Location Hydraulic Study and Summary Floodplain Encroachment Report Consultant's team member, AEI-CASC shall prepare Location Hydraulic Study (LHS) and Summary Floodplain Encroachment Report (SFER) based upon the preferred alternative and in conformance with Caltrans District 8 requirements. Deliverables: LHS and SFER Task 3.8 Biological Resources Study (Natural Environmental Study and Biological Assessment) Consultant's team member, ICF shall conduct a literature search, perform field surveys, and prepare a Natural Environmental Study (NES) report analyzing potential impacts to biological resources. The report shall be prepared in accordance with Caltrans SER guidance and shall conform to the Caltrans NES annotated outline that is available at the time that the NES is initiated. The following tasks shall be performed during the preparation of the reports: (Review of Project Information and Applicable Literature) A literature review shall be conducted to identify special-status species known or reported from the project area. The literature review shall include: 1) Special status species lists from the California Department of Fish and Game (CDFG) and U.S. Fish and Wildlife Service (USFWS); 2) Database searches of current versions of the California Natural Diversity Database (CNDDB) and the Online Inventory of the California Native Plant Society (CNPS); Exhibit"A" Page 15 of 31 44 EXHIBIT "A" SCOPE OF SERVICES 3) The most recent applicable Federal Register listing package and critical habitat determination for each federally listed Endangered or Threatened species potentially occurring within the project site; 4) The most recent CDFG Annual Report on the status of California's listed Threatened and Endangered plants and animals; 5) Other available biological studies conducted in the vicinity of the project site; and 6) Biological documentation included in the Coachella Valley Multiple Species Conservation Plan (CVMSHCP) and Agua Caliente Tribal Habitat Conservation Plan (ACTHCP). (Field Evaluation for Biological Resource Constraints) After reviewing relevant information, the project area shall be evaluated, with a thorough walkover covering all portions relevant to potential biological resource constraints. Detailed field notes shall be compiled including conditions, visible disturbance factors, species, habitats, and more general biological resource issues observed or detected. The site shall be evaluated regarding the presence, absence, or likelihood of occurrence for all special status species, habitats, or more general biological resource issues potentially posing a constraint to the project through applicable laws and regulations. Adjacent areas shall also be briefly examined to provide context. The access and right of entry shall be provided by OPC for the field surveys. ICF have attempted to include in this scope any specialized studies that may be required, however, if focused habitat evaluations or focused surveys for any species other than those included in this scope of work are required then this will be communicated to the City immediately and a separate scope and cost for this work will be provided. The study area is assumed to be the proposed project footprint plus 300 feet (where access is permissible); though as noted below some evaluations will cover a smaller area. This task includes evaluations/determinations for the following potential resource issues: Habitat Evaluation and focused survey for Burrowing Owl —A qualified biologist shall perform an evaluation of the potential for Burrowing Owl (Athene cunicularia) to occur. All areas to be evaluated shall be examined carefully for habitat characteristics and disturbance factors. The study area for this work is assumed to be the proposed project footprint and a 250-foot buffer (with an additional 500-foot buffer to be evaluated visually), as accessible to ICF. It is assumed that access for the survey will be granted by the property owners based on the right of entries secured by OPC. Potentially suitable habitat shall be mapped. No permits are required to perform a habitat evaluation, but the biologist must be experienced with the species' biology, identification of direct and indirect sign, and physical characteristics of potentially suitable habitat. Habitat evaluations for this species can be performed any time of year. The results will be directly incorporated into the NES. This scope of work assumes that a focused survey for burrowing owl shall be required. The survey window for this work is limited to March 1 and August 31 and the survey consists of four visits made to all potential habitat on four separate days. The visits need to occur during one hour before sunrise to two hours after and/or two hours before sunset to one hour after. The results of the focused survey for Burrowing Owl shall be directly incorporated into the NES. Habitat evaluation and focused survey for special status plants — Several rare plants are known to occur within the vicinity of the project site. A review of the site for potential for rare Exhibit"A" Page 16 of 31 45 EXHIBIT"A" SCOPE OF SERVICES plants shall be performed by a botanist. This review shall include Coachella Valley milk- vetch (Astragalus lentiginosus var. coachellae), a federally listed species that is likely have potential along Vista Chino. Any potential habitat found for rare plants shall be mapped. If no potential for special status plants is found, results of this evaluation shall be provided in the NES. If potential habitat for special status plants is present, a focused survey shall be performed, and this is assumed in this scope of work based on a review of the project site. The focused survey shall consist of up to five visits (occurring in early spring through summer, depending on the species) with each visit covering all potential habitat for a given species. Because it will be important to determine whether any given species with potential for occurrence can be definitively surveyed, reference populations shall be visited prior to survey visits. It should be understood that depending on annual weather and local conditions, negative results for focused plant surveys shall not always be reliable as a basis to conclude that there is no reasonable potential for the target species to occur. ICF will not be responsible if such conditions, beyond reasonable control of ICF, prevent a conclusion that one or more of the species has no reasonable potential to occur. Results of the plant survey shall be incorporated into the NES. Habitat evaluation and focused survey for desert tortoise — Desert tortoise (Gopherus agassizn), a federally listed species, is known to occur within the vicinity of the project site. A review of the site for potential desert tortoise habitat shall be performed by a qualified biologist. Any potential habitat found for desert tortoise shall be mapped. If no potential for desert tortoise is found, results of this evaluation shall be provided in the NES. If potential habitat for desert tortoise is present, focused surveys shall be conducted during the time that desert tortoises are most active (April through May or September through October) when air temperatures measured at approximately five centimeters above the soil surface in full sun are under 104 degrees Fahrenheit. This scope assumes that focused surveys shall be required. Surveys of the project site, along with a 300-ft buffer, deemed as the Action Area, shall consist of 10-meter belt transects, yielding 100% coverage. If no desert tortoises are found during the 100% coverage survey, three additional 10-meter belt transects would be conducted at 200, 400, and 600-meter intervals, from the perimeter of the project site. All desert tortoise sign (scat, burrows, carcasses) observed shall be recorded using USFWS 2010 Desert Tortoise Pre-Project Survey Data Sheets. The additional 200, 400, and 600-meter transects are assumed for this scope of work. Results of the desert tortoise survey shall be incorporated into the NES. • Habitat evaluation and focused survey for Coachella Valley fringe-toed lizard — Coachella Valley fringe-toed lizard (Uma inomata), a federally listed species, is known to occur within the vicinity of the project site. A review of the site for potential Coachella Valley fringe-toed lizard habitat shall be performed by a qualified biologist. Any potential habitat found for Coachella Valley fringe-toed lizard shall be mapped. If no potential for Coachella Valley fringe-toed lizard is found, results of this evaluation shall be provided in the NES. If potential habitat for Coachella Valley fringe-toed lizard is present, qualified biologists shall conduct six surveys over the project area on separate days, per CDFG guidelines. This scope assumes that focused surveys shall be required. The entire project area shall be surveyed using Exhibit"A" Page 17 of 31 46 EXHIBIT "A" SCOPE OF SERVICES transects spaced five meters apart. The surveys must occur between April and October (inclusive of both months) between 7:30-11:00 a.m. when the temperature one centimeter above the unshaded sand surface is greater than 95 degrees Fahrenheit and less than 110 degrees Fahrenheit. Surveyors shall tap vegetation (without damaging it) to attempt to get the lizards to flush. One surveyor shall focus on the substratelhabitat 30-40 meters in front while the other one focuses in the area 2-10 meters in front. Surveys shall be conducted only when winds are 10 mph or less and it is not raining. The survey route shall be recorded using a sub- meter accuracy GPS unit. Subsequent surveys shall not be required if a Coachella Valley fringe- toed lizard is found, as presence shall be established. Six surveys are assumed for this scope of work. Results of the Coachella Valley fringe-toed lizard survey shall be incorporated into the NES. Habitat evaluation and focused survey for Palm Springs round-tailed ground squirrel — Palm Springs round-tailed ground squirrel (Xerospermophilus tereticaudus chlorus), a federal Candidate species, is known to occur within the vicinity of the project site. A review of the site for potential Palm Springs round-tailed ground squirrel habitat shall be performed by a qualified biologist. Any potential habitat found for Palm Springs round-tailed ground squirrel shall be mapped. If no potential for Palm Springs round-tailed ground squirrel is found, results of this evaluation shall be provided in the NES. If potential habitat for Palm Springs round-tailed ground squirrel is present, qualified biologists shall conduct three survey visits from May 1 through July 31, per USFWS guidelines. This scope assumes that focused surveys shall be required. These surveys shall consist of walking 10-meter transects over the entire project area, along with a 300-foot buffer. Surveys must be conducted from one to four hours after sunrise during times of low wind speeds, with temperatures in the shade ranging from 80-91 degrees Fahrenheit. Visual and auditory observation methods shall be used. Any Palm Springs round-tailed ground squirrels or active burrow locations shall be mapped using a sub-meter accuracy GPS unit. Results of the Palm Springs round-tailed ground squirrel survey will be incorporated into the NES. (Technical Report Preparation) A draft NES shall be developed based on results of the biological surveys and analysis and shall conform to the current Caltrans NES annotated outline, as previously described. The report shall describe: (a) The study methods used in identifying and assessing the biological resources at the project site, the personnel who conducted the studies, contacts made with agencies, and any limitations associated with the study; (b) The environmental setting including both the biological and physical setting at the project site; (c) The results, including special-status species present on the site, if any, and a discussion of impacts (including wildlife corridors) and mitigation, as necessary; and (d) The appropriate regulatory requirements and necessary permits, if any. (Biological Assessment) Exhibit"A" Page 18 of 31 47 EXHIBIT "A" SCOPE OF SERVICES The proposed project is located in area with potential for several federally listed species to occur. If federally listed species are found to be present at the project site based on focused surveys, a Biological Assessment (BA) shall be developed for the proposed project. The BA shall conform to the Caltrans SER and the current BA template and shall be used for initiation of formal consultation with USFWS by Caltrans under Section 7 of the federal Endangered Species Act. The BA shall identify what the probable impact will be on federally listed species from constructing the proposed project. Formal consultation shall be initiated when the BA is completed. Consultation, led by Caltrans is anticipated to conclude within 90 days, at which time USFWS have 45 days to complete the Biological Opinion. It is assumed that the BA shall cover up to four federally listed species, and the finding of the BO will not result in a jeopardy determination. It is assumed that attendance at up to four (4) meetings by the ICF Project Manager and project biologist will be attended related to the BA. Deliverables: Screencheck NES (5 copies), Draft NES (5 copies), Final NES for concurrence (5 copies), Final approved NES (5 copies), Screencheck BA (5 copies), Draft BA (5 copies), Final BA for concurrence (5 copies for Caltrans and 3 for USFWS), Final approved BA (5 copies for Ca/trans and 3 for USFWS) Task 3.9 Wetland and Jurisdictional Delineation and Assessment Qualified ICF regulatory specialists shall perform a jurisdictional delineation for areas under the following types of aquatic resource jurisdiction: Sections 404 and 401 of the Clean Water Act ("waters of the U.S." including wetlands), Sections 1600 — 1624 of the California Fish and Game Code ("Lake or Streambed Alteration Program"), and the Porter-Cologne Water Quality Control Act ("waters of the state"). The Whitewater River channel and surrounding areas shall be examined to characterize and quantify jurisdictional features. Clean Water Act jurisdiction shall be documented assuming that a preliminary jurisdictional determination will be submitted, requiring approval from the USACE. As relevant, work shall include data sampling for indicators of an Ordinary High Water Mark (OHWM) and completion of OHWM data forms, and data sampling for wetlands and completion of Arid West Region Wetland Determination forms. Work shall not include functional or condition assessment (e.g., California Rapid Assessment Method). ICF shall prepare a Jurisdictional Delineation (JD) Report documenting the results of the field work and analysis conducted as part of the jurisdictional delineation (Task 1a) shall be presented in a letter report documenting methods and results, with accompanying exhibits (including, vicinity, location, project limits, and jurisdictional features). This report shall be used to determine permitting required for Sections 404 and 401 of the CWA and Sections 1600- 1624 of the California Fish and Game Code. Deliverables: Screencheck JD Report (5 copies), Draft JD Report (5 copies), Final JD Report for concurrence (5 copies), Final approved JD Report (5 copies) Task 3.10 Visual Impact Assessment Consultant's team member, Terra Nova shall proceed with a stepped approach to visual impact assessment, first preparing a Scenic Resources Evaluation as permitted in the Caltrans Exhibit"A" Page 19 of 31 48 EXHIBIT "A" SCOPE OF SERVICES SER. If the assessment is required to go to the next level, this work shall be rolled into the preparation of Visual Impact Assessment and shall include visual simulations of the new bridge. For step two, Terra Nova shall contract for and manage preparation of four (4) computer-generated high-resolution visual simulation studies of the proposed bride design, establishing viewshed analyses and locations with City and Caltrans staff. Two rounds of revisions are anticipated. Simulations shall use elevation data flown topography of the wash, existing bridge and surrounding lands, and the new bridge addition shall be modeled based on design data provided by project engineers. The Visual Impact Assessment Report shall be prepared in conformance with the FHWA VIA Guidelines and shall incorporate visual simulations and other exhibits. The computer-generated visual simulations shall also be suitable for and shall enhance public presentations and public hearings Deliverables: Scenic Resources Evaluation, Visual Impact Assessment (FHWA/Caltrans compliant), Four(4) visual simulations and Visual Impact Assessment Report Task 3.11 Community Impact Assessment Consultant's team member, Terra Nova shall prepare a Community Impact Assessment (CIA) for the proposed bridge project in accordance with the Caltrans Environmental Handbook, Volume 4. The CIA shall address potential social and economic impacts to the community from the proposed Project and shall describe the existing social and economic environment within the specified study area and the projects as a result of its implementation "to provide documentation of the current and anticipated social environment of a geographic area with and without action." The potential impacts to be addressed those that are raised by the community or those that may be reasonably anticipated by the project development team, including mobility, safety, employment effects, relocation, and noise. Section 1 of the CIA shall include the background and project description and define the study area. Section 2, Setting, shall describe the existing social, economic and demographic setting within the study area, including land use, development trends, applicable land use plans, as well as adopted goals and policies; regional and local population and housing characteristics and attitudes toward the project; regional and local economic conditions, including employment and income, business activity, and fiscal conditions; and community facilities and services. Section 3 shall discuss impacts to the regional and local economy, including the immediate neighborhood and households in the project area and vicinity, as well as local businesses, housing values, community services and other elements of the community. Section 4 sets forth avoidance and minimization measures to offset the potential impacts described in Section 3. Deliverables: Community Impact Assessment Report Task 3.12 Cultural Resources Study (ASR/HPSR/APE) The proposed project improvements shall be subject to compliance with Section 106 of the National Historic Preservation Act. This requires consideration of potential project effects to historic properties including archaeological and historical resources listed in or eligible for listing in the National Register of Historic Places according to criteria listed in 36 CFR800. Caltrans administers Section 106 compliance on behalf of FHWA and requires that documentation conform to specifications contained in Caltrans Standard Environmental Reference. As of January 1, 2004, cultural resource studies must be prepared and processed Exhibit"A" Page 20 of 31 49 EXHIBIT"A" SCOPE OF SERVICES in accordance with the Programmatic Agreement among the Federal Highway Administration, the Advisory Council on Historic Preservation, the California State Historic Preservation Officer, and the California Department of Transportation Regarding Compliance with Section 106 of the National Historic Preservation Act, as it Pertains to the Administration of the Federal-Aid Highway Program In California. Consultant's team member, ICF shall conduct a records search at the Information Center of the California Historical Resources Information System and through the Sacred Lands File at the Native American Heritage Commission. This records search shall consult California's database of previous studies and previously recorded sites within the proposed project area and within a 1.0-mile radius, per Caltrans guidelines. Historic maps and photographs shall also be reviewed, if available. ICF shall establish an Area of Potential Effect (APE) map in consultation with the City and Caltrans for obtaining Caltrans approval. The map shall provide the survey boundaries for cultural resources to be evaluated during project studies. The APE map shall be based on the total anticipated disturbance footprint associated with project activities (e.g., road improvement construction, staging areas, detours, drainage facilities, and parcels containing impacted structures, if any). ICF shall also contact the Native American Heritage Commission and consult with Native American groups and other interested parties to request information regarding the types of potential cultural resources in the study area. Consultation shall be conducted in accordance with appropriate and current state and federal regulations. Following completion of the record search/review, ICF shall conduct a field survey of the APE for archaeological resources. It is assumed that the access for conducting the surveys will be granted by the property owners based on the right of entries secured by OPC. This scope of work assumes that any archaeological sites identified in the APE will be exempt under the Section 106 PA and that no DPR forms, testing, and/or evaluation shall be required. It is anticipated that an Archaeological Survey Report (Finding of No Archaeological Resources Present) shall be prepared. In addition, an ICF qualified architectural historian shall conduct a field survey of the proposed project area to record buildings, structures, and historic features through photography and written descriptions. If buildings are substantially altered or are less than 50 years old, a qualified architectural historian can exempt them from further evaluation in accordance with the Section 106 PA. It is assumed that no historic resources will be identified that require evaluation. Furthermore, it is assumed that no resources (archaeological or historic) will be identified that are eligible for listing on the National Register of Historic Places or the California Register of Historical Resources. Because the project is located partially on Tribal lands, coordination with the Tribal Historic Preservation Officer (THPO) will be required. This coordination is lead by Caltrans as the federal lead agency; as required by current regulations. However, as ICF have done in the past, ICF shall provide all information necessary to assist Caltrans in this coordination and for obtaining concurrence from the THPO regarding the cultural documentation that is prepared. Following completion and approval of the APE and detailed reports discussed above, a summary document (the HPSR) shall be generated in accordance with Caltrans/FHWA standards for Section 106 compliance with the National Historic Preservation Act (NHPA). No Exhibit"A" Page 21 of 31 50 EXHIBIT"A" SCOPE OF SERVICES additional effort or documentation (physical testing, Finding of Effect, Memorandum of Agreement, etc.) are assumed under this scope of work. Deliverables: Screencheck HPSR (including APE map and ASR) (5 copies), Draft HPSR (including APE map and ASR) (5 copies), Final HPSR (including APE map and ASR) for concurrence (5 copies), Final approved HPSR (including APE map and ASR) (5 copies) (Paleontological Requirements) Paleontological requirements are primarily related to CEQA. As the CEQA lead agency it is assumed that the City will not request a paleontological report. For the project a paleontological records search will be conducted. If paleontological sensitivity is present then the need for a monitor during construction will be addressed and incorporated into the Environmental Commitments Record for the project. No separate report or additional effort related to paleontological resources is anticipated. END OF PHASE 1A LIMITED PAIED PHASE SERVICES Exhibit"A" Page 22 of 31 51 EXHIBIT"A" SCOPE OF SERVICES Phase 1 B— Full Project Approval and Environmental Document (PA&ED) Task 1.0 - Project Management Task 1.1 Project Administration and Project Controls Consultant's project administration procedures are generally outlined as follows: Upon receipt of a formal Notice-To-Proceed (NTP) for the project, a project-specific work plan shall be developed to strategize the team resources and detailed assignments. A cost proposal with a Work Breakdown Structure (WBS) shall be finalized for cost negotiation for the contract. Consultant's work plan shall typically consist of the following items - detailed scope of services; deliverables; schedule; task budget; agency contacts; team member contacts and responsibility of team design disciplines; and project-specific requirements. Consultant's general project administration task shall include management and coordination between the City, the Consultant Team, and other stakeholders. Project administration shall be conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Internal project coordination meetings shall be conducted monthly through office meetings, conference calls and exchange of emails, to maintain good project communication. The Project Development Team (PDT) meetings shall be kept purposeful and concise. Schedule Control: During the project development, Consultant shall ensure that the schedule adheres to all contractual requirements. The schedule shall be constantly updated. Consultant shall work closely with the City for the delivery requirements. Document Control: All in-coming and out-going design and correspondence materials shall be logged, and filed according to a project-specific document control system. Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked. Cost Control: Project costs shall be verified on a monthly basis. Cost-to-date, estimated actual percent completed, and estimated budget to complete by individual task at each invoicing period shall be documented. Deliverables: monthly invoices and progress reports, schedules updates and document logs Task 1.2 Meetings and Coordination This task shall include general management and coordination among the City, CNS Team, jurisdictional agencies, and other key stakeholders. Project meetings shall be conducted to maintain good project communication in purposeful and concise meetings. Project coordination shall be established by frequent progress review meetings or conference calls. Project Development Team (PDT) meetings in the City Hall or by conference calls shall be conducted. A meeting agenda shall be prepared in advance. All action items listed in the meeting minutes shall be reviewed in every meeting. Other typical procedures including preparing monthly progress reports; establishing design criteria; posting project issues to all individuals; Exhibit"A" Page 23 of 31 52 conducting biweekly progress review for all engineering plans and reports; mitigating all independent check and review comments; clearing communication lines to maintain the project schedule. The fee for Phase 1B has been established based on an additional ten (10) progress review meetings to complete the PANED Phase. Project Manager and appropriate key task managers shall attend the meetings as follows: CNS — 10 meetings; ICF — 10 meetings; AEI-CASC — 3 meetings; MSA — 6 meetings; IDEA — 0 meetings; Terra Nova — 0 meetings; KOA — 0 meetings; OPC—0 meetings. Deliverables: meeting agendas, meeting minutes, and coordination memorandums Task 1.3 Quality Assurance and Quality Control Consultant shall provide Quality Control and Quality Assurance (QC/QA) for all project documents and plans to ensure that the project moves forward to delivery as quickly as possible. Upon notice to proceed, the QC/QA procedures shall be clearly outlined for the project team. These procedures shall include checklists for plan preparation, a-file sharing procedures and document controls, and independent reviews by senior staff. Consultant shall review the design documents to make sure that the design is consistent with the funding requirements so that the review and approval process is expedited. Consultant shall make sure all right-of-way acquisitions; easements; and utility relocation for the project are reasonable and efficient. Deliverables: Quality Control and Quality Assurance Plan Task 2—Full Preliminary Engineering Task 2.1 Preliminary Channel Improvements Plans Consultant's team member, AEI-CASC shall review and identify the extent of channel improvements and scour protection measures required for the project. AEI-CASC shall perform preliminary channel design showing proposed grades, modifications to the existing channel walls near and through the bridge abutments, access ramps and scour protection (if necessary). Deliverables: Preliminary Channel Improvement Plans Task 2.2 Conditional Letter of Map Revision (CLOMR) Upon approval of the Floodplain, Bridge Hydraulics and Sediment Transport Analyses (Task 2.14) and Preliminary Channel Improvement Plans (Task 2.15), Consultant's team member, AEI-CASC shall prepare a Conditional Letter of Map Revision (CLOMR) report for submittal to the City of Palm Springs, RCFC&WCD and FEMA. Deliverables: CLOMR Task 2.3 Bridge Type Selection Study Based on the final approved roadway geometric approval drawings for the preferred alternative, Consultant shall prepare preliminary bridge design at 30% design level, conduct Exhibit"A" Page 24 of 31 53 seismic analyses and develop a bridge type selection report in accordance with Caltrans standards. This step shall be completed before extensive bridge design work for future final PS&E is performed. The most two feasible and cost-effective structure options shall be evaluated. Consultant shall evaluate seismic performance of the preferred structure option to satisfy State's Seismic Design Criteria. The bridge type selection report shall include a vicinity map, bridge general plans, foundation plans, a design memorandum, bridge aesthetic requirements, staging plans, cost estimates and other pertinent project information needed to determine the proper structure type. A draft bridge type selection report shall be prepared for City and Caltrans Structures Local Assistance's (SLA's) review and comments. A type selection meeting, if required by Caltrans, shall be conducted to discuss the preferred structure option. A final bridge type selection report shall be issued for Value Analysis Study (Task 2.3) and final design (future phase). Deliverables: draft and final Bridge Type Selection Reports Task 2.4 Project Report(Equivalent) Based on the results of engineering and environmental studies, Consultant shall prepare a Project Report (equivalent) to summarize the engineering findings and recommendations, and the required environmental mitigations to secure federal funds for the future phases of the project. Contents of the PR (equivalent) shall follow applicable Caltrans standards, and shall generally include executive summary, project background, need and purpose, reference of design standards, transportation and/or safety problems, traffic data, proposed improvements, roadway geometrics and alternatives, channel hydraulics, utilities, right of way acquisitions and easements, structure information, environmental studies, cost estimate breakdown, scheduling, agencies involved, proposed funding, list of applicable attachments, project development team etc. Deliverables: draft and final Project Report(equivalent) Task 2.5 Value Analysis Study Consultant's team member, Value Management Strategies, Inc. (VMS) shall conduct Value Analysis (VA) study following the Caltrans VA methodology as outlined in the Chapter 19, "Value Analysis" of the Project Development Procedures Manual (PDPM) and detailed in the latest Caltrans VA Team Guide and Report Guide. VA studies shall identify and evaluate alternative project solutions and provide recommendations to the City. Key engineering team members shall attend the VA meetings for briefing and shall respond to the comments and revise the engineering drawings, if necessary, to finalize the study. Deliverables: draft and final Value Analysis Study reports Task 3—Full Environmental Document(CEQA/NEPA) Task 3.1 Public Hearing For Phase 1 B, it is assumed that attendance at one Public Hearing with the City Council shall be required. Consultant and Consultant's team member ICF's PM shall attend the Public Hearing and shall provide project information, if needed. Consultant shall provide required boards for the meetings. Exhibit"A" Page 25 of 31 54 Deliverables: attendance at Public Hearing and implementing comments in the environmental studies Task 3.2 Draft Combined Environmental Document(IS/EA) For this scope, it is assumed that the appropriate document for the proposed project would be an Initial Study/Environmental Assessment/Mitigated Negative Declaration/Fining of No Significant Impact (IS/EA/MND/FONSI). It is assumed that the EA will not be a Complex EA. The IS/EA format to be used shall follow the annotated outline for combined IS/EAs included on Caltrans SER at the time that the IS/EA document is initiated. It is assumed that only minor comments will be received on the second Draft IS/EA/MND and that those revisions would be made and the Final Draft IS/EA/MND would be approved by the City and Caltrans for public availability with no further comment. To reduce iterations of the document, ICF shall conduct a revision workshop with the City and Caltrans to facilitate completion of the document following the review of the second Administrative Draft and the second NEPA QC review, if comments still remain after either of these reviews. Deliverables: (8 copies to Caltrans and 2 copies to the City): Screencheck Draft IS/EA/MND, Extemal QC Form, Environmental Document Review Checklist, Administrative Draft IS/EA/MND, Comment/Response Matrix, Extema/ QC Form, Environmental Document Review Checklist, Draft IS/EA/MND, CommenUResponse Matrix, External QC Form, Environmental Document Review Checklist, Draft IS/EA/MND (2), Comment/Response Matrix, External QC Form, Environmental Document Review Checklist, Final Draft /S/EA/MND, Comment/Response Matrix, External QC Form, Environmental Document Review Checklist Task 3.3 Bureau of Indian Affairs Consultation & NEPA Clearance The proposed project is partially located on Native American lands. At the outset of the project a meeting shall be conducted with the Tribe, in coordination with the City and Caltrans, to determine the level of involvement the Tribe would like to have in the environmental document review and approval process. It is assumed that the Tribe will be minimally involved in the review and approval process and will be a signatory on the environmental document. It is assumed that the Draft IS/EA/MND shall be submitted to the Tribe twice (once for review and once for concurrence); these shall coincide with the Final Draft IS/EA/MND, and Final Draft submittals. For the Final IS/EA/MND it is assumed that the Tribe will have one review and a concurrence review. This task also includes attending two (2) meetings total with the Tribe to be attended by the ICF Project Manager. If the Tribe requests more detailed involvement with the project or if additional meetings are required (or attendance by technical specialists is required) then this would be considered out of scope effort. Deliverables: Final Draft /S/EA/MND (two copies to the Tribe), Final Draft IS/EA/MND/FONSI, Comment/Response Matrix, (two copies to the Tribe) Task 3.4 Circulate Draft Environmental Document and Respond Comments Prior to public availability, Consultant's team member, ICF shall prepare a public distribution list in consultation with and for approval by the City and Caltrans. The teams' right-of-way consultant (OPC) shall provide the names and addresses of all property owners and residences within 500 feet of the proposed project. In addition, ICF shall prepare a combined Notice of Availability and Notice of Opportunity for Public Hearing (NOA/NOPH) in accordance with Caltrans requirements; along with a Notice of Completion (NOC) for filing with the State Exhibit"A" Page 26 of 31 � 5 Clearinghouse. It is assumed that the NOA/NOPH shall be developed in English and Spanish. The NOA/NOPH must be published in a local newspaper of public circulation (both English and Spanish) and filed with the Riverside County Clerk. ICF shall coordinate publishing the notice in both newspapers but it is assumed that the cost of publication will be the responsibility of the City and will be paid by the City directly to the newspapers. The Draft IS/EA/MND shall require a 30-day public review period. For the proposed level of environmental documentation (IS/EA/MND/FONSI) there is no legal requirement for holding a public meeting or hearing, however, the notice that is prepared and published for the proposed project shall offer the opportunity to request a public hearing. This scope and cost assumes that no public hearing will be requested or conducted; however, it is assumed that a public information meeting would be conducted during the availability period. ICF shall work closely with the City to facilitate one public information meeting during the public availability period. ICF shall discuss the details of the approach to the meeting with the City to ensure that ICF operates according to the City's desires and within an approved format; in addition to coordinating with Caltrans. ICF's project manager, environmental lead, and one additional staff shall attend the public information meeting. Materials provided by ICF shall include sign-in sheets and comment cards. Consultant shall prepare and provide graphic boards depicting the proposed project layout and features. It is assumed that the City will secure a meeting location. The comments received at the meeting shall be addressed in the Final environmental document. The Draft environmental document and NOC will be submitted to the State Clearinghouse. It is assumed that the technical studies will not be included in the availability but copies will be available if requested by anyone during the public availability period. Hardcopies of the document and NOA/NOPH shall be provided to the availability locations (Caltrans, City, libraries), CDs containing the document and a hard copy of the NOA/NOPH will be provided to other agencies and officials included on the distribution list (and anyone else who specifically requests a copy of the document), and a copy of the NOA/NOPH shall be provided to property owners and residences within a 500-foot radius of the proposed project. At the close of the public availability period for the Draft IS/EA/MND, ICF shall review and respond to all comments received. In addition, ICF shall attend a meeting with City and Caltrans staff to review any written comments on the Draft IS/EA/MND that were received and to discuss potential responses to these comments, if the comments received warrant such a meeting. The responses to comments shall be forwarded to the City and Caltrans for review and approval prior to making any changes to the IS/EA/MND, if the comments received are substantial enough to warrant this process. It is assumed that no comments requiring new analyses or substantial revisions to existing analyses, or requiring input from legal counsel, will be received. Deliverables: Scoping meeting materials (fact sheet, sign-in sheets, comment cards, meeting notice), Draft and Final NOA/NOPH (assumed to be transmitted electronically with no hard copies), 200 copies of the NOA/NOPH, 25 hard copies and one electronic (pdf) Draft IS/MND for availability (including the 15 copies for submittal to the State Clearinghouse), 50 cds containing the Draft 1S/MND for distribution, Response to Comments (to be included in each submittal of the Final environmental document) Task 3.5 Final Environmental Document (MND/FONSI) Upon approval of the responses to comments by the City and Caltrans, if warranted, Consultant's team member, ICF shall revise the IS/EA/MND to respond to the comments, to Exhibit"A" Page 27 of 31 56 document the circulation period and coordination, and if any changes to the project have occurred. Also, included shall be a Draft Finding of No Significant Impact (FONSI), if requested by Caltrans (based on recent experience in District 8 the District has been preparing the FONSI). ICF shall submit the Screencheck Final IS/EA/MND/FONSI to the City and Caltrans for review. Along with the Screencheck Final IS/EA/MND/FONSI, the external QA/QC form and environmental document checklist shall be prepared and submitted. The QA/QC form and checklist are assumed to be included with each submittal. Following the incorporation of one set of comments from the City and Caltrans a Draft Final IS/EA/MND/FONSI shall be prepared and submitted to the City and Caltrans along with a response to comments document for concurrence and for conducting the NEPA QC review. Following the Caltrans NEPA QC review the Final IS/EA/MND/FONSI shall be prepared and submitted to the City and Caltrans for review and approval. It is assumed that no additional comments will be received. Deliverables: Screencheck Final IS/EA/MND/FONSI, Draft Final IS/EA/MND/FONSI (1), Draft Final IS/EA/MND/FONSI(2) for approval/concurrence, Final IS/EA/MND/FONSI Task 3.6 File Notice of Determination (CEQA) Consultant's team member, ICF shall prepare the Notice of Determination (NOD) in compliance with CEQA for review by the City. ICF shall file the NOD with the Office of Planning and Research (OPR). The NOD shall also be posted with the Riverside County Clerk. This notice starts a statute of limitation period under CEQA. ICF shall utilize the NOD format, as available from OPR. Along with the NOD a California Department of Fish and Game (CDFG) filing fee would also be filed along with a Notice of FONSI Availability. Deliverables: Draft and Final NOD and Notice of FONSI availability, Fish and Game filing fee (paid by the City) Task 3.7 Publish Notice in Federal Register Consultant's team member, ICF shall prepare a notice for publication in the Federal Register by FHWA to start the NEPA statute of limitations. This notice shall be prepared in compliance with the SER and it is assumed that a Draft and Final version of the notice will be prepared and that coordination and publication of the notice will be the responsibility of Caltrans and FHWA. Deliverables: Draft and Final Federal Register Notice Task 3.8 ACOE Section 404 Permit and NEPA Clearance / EPA & SWRCB Section 401 Water Quality Certifications/ CDFG 1602 Streambed Alteration Agreement (Original Contract Scope) It is assumed that the proposed project will require a Section 404 Nationwide permit, a Section 1602 Streambed Alteration Agreement, and a Section 401 Water Quality Certification. The tasks associated with obtaining these permits are outlined below. It is further assumed that a Habitat Mitigation and Monitoring Plan (HMMP) will not be required. (Pre-Application Consultation with Agencies) ICF shall initiate contact with the concerned agencies (USACE, CDFG, and the Regional Water Quality Control Board) to provide preliminary project information, solicit concerns, and discuss the requirements and timing associated with the regulatory permits. All effort shall be Exhibit"A" Page 28 of 31 57 made to conduct the pre-application consultation at a project site meeting. However, depending upon resource agency staff workload and availability, such contact may consist of a project team conference call or written communication. It is assumed that two meetings and additional teleconferencing will be required. (USAGE Section 404 Nationwide Permit Notification) It is assumed that impacts to federal jurisdictional waters will be less than 0.50 acre and that a USACE Nationwide Permit Program (NWP) shall be the appropriate permit. This approach is expected to involve authorization under NWP 14. It should be noted that if areas meeting the federal three-parameter definition of a wetland are concluded to present at the project site, these areas would be designated as a Special Aquatic Site, under U.S. Army Corps of Engineers (USACE) 2007 Los Angeles District Regional Condition 2. This is not assumed in this scope of work. If project impacts to jurisdictional waters exceed the USACE NWP thresholds, were to impact a Special Aquatic Site, or if the District Engineer determines that the project would result in a significant adverse impact to the aquatic environment, then an Individual Permit (IP) would be required. If an individual permit is required then a separate scope for this permit will be submitted to the City for review and approval prior to initiating this work. Based on a preliminary review of the project site this is not anticipated or assumed in this scope of work. The request for Nationwide Permit (NWP) generally includes: 1. Detailed description of the proposed project, including grading plans provided by the Applicant. 2. Detailed description of the jurisdictional areas to be impacted by the proposed project. (This is generally accomplished by submittal of the delineation report.) 3. Discussion of approvals and certifications being obtained from other federal, state, or local agencies. 4. Conceptual Restoration plan, if appropriate. 5. The Streambed Alteration Notification package submitted to the California Department of Fish and Game (CDFG). 6. The request to the Regional Water Quality Control Board (RWQCB) for water quality certification (or a waiver thereof). 7. The request to the State Historical Preservation Office (SHPO) for information regarding the potential presence of historical properties and the cultural resource report submitted to the Applicant in response, if appropriate. 8. The request to the USFWS for a list of all sensitive species potentially present in the project site and the special-status species survey report submitted to the Applicant in response. Consultant's team member, AEI-CASC shall provide the necessary technical services for the various drainage alternatives in support of the USACE Section 404 Permit and NEPA Clearance. AEI-CASC shall provide preliminary exhibits (11" X 17" sheets), calculations of impact areas, and drainage technical review of the description of the various alternatives. It is assumed that a maximum of 5 alternatives will be required. (Habitat Mitigation Monitoring Plan (HMMP)) Exhibit"A" Page 29 of 31 58 A Habitat Mitigation Monitoring Plan (HMMP) is not assumed to be required or prepared as part of the permitting process. (U.S. EPA and SWRCB Section 401 Water Quality Certification Notification) As the proposed project involves lands owned by the Agua Caliente Band of Cahuilla Indians, impacts subject to Section 401 of the federal Clean Water Act(CWA)taking place on Tribal land would be regulated by the U.S. Environmental Protection Agency (EPA). Impacts within the City of Palm Springs portion of the project site would be regulated by the State Water Resources Control Board (SWRCB). A written request for 401 notification water quality certification shall be prepared and submitted to the EPA and SWRCB for review. Upon formal notification, an agreement should be forthcoming within 60-90 days of completion of the CEQA process or application submission, whichever occurs latest. The request shall include a detailed project description, a description of proposed impacts, identification of project-specific BMPs, the CEQA Notice of Determination, and a completed notification form. (CDFG 1602 Streambed Alteration Agreement) A §1602 Streambed Alteration Notification shall be prepared and submitted to CDFG for review. The request shall include a detailed project description, a description of proposed impacts, the CEQA Notice of Determination, and completed notification forms. (Coordination of Processing) The resource agency notifications shall be coordinated with USACE, RWQCB, and CDFG throughout processing to ensure that any potential issues are made known to the project team and resolved at the earliest possible opportunity. If additional coordination efforts beyond what can be reasonably expected are required due to unforeseen complications related to permitting activities or difficulties in locating appropriate mitigation sites, if required, then this will be communicated to the City and a scope will be provided for approval for this additional effort. (Mitigation Requirements) At this time it cannot be known what on- or off-site mitigation will be required for the project. If mitigation requirements involve additional effort such as additional reports, planting activity, maintenance, monitoring, and/or any other activities, then it is assumed that a separate scope will be submitted to the City for approval prior to conducting this work. It is assumed that any cost associated with these activities would be paid by the City directly to whoever performs this work. (Permit Application Fees) Any permit application fees would be submitted by the City and are not included in this scope and cost. Deliverables: 401 Water Quality Certification application, 404 Permit application; 1602 Streambed Alteration Agreement application (Extra Work for Amendment No. 3) Exhibit"A" Page 30 of 31 59 A Habitat Mitigation Monitoring Plan (HMMP) is not assumed to be required or prepared as part of the permitting process. (U.S. EPA and SWRCB Section 401 Water Quality Certification Notification) As the proposed project involves lands owned by the Agua Caliente Band of Cahuilla Indians, impacts subject to Section 401 of the federal Clean Water Act (CWA) taking place on Tribal land would be regulated by the U.S. Environmental Protection Agency (EPA). Impacts within the City of Palm Springs portion of the project site would be regulated by the State Water Resources Control Board (SWRCB). A written request for 401 notification water quality certification shall be prepared and submitted to the EPA and SWRCB for review. Upon formal notification, an agreement should be forthcoming within 60-90 days of completion of the CEQA process or application submission, whichever occurs latest. The request shall include a detailed project description, a description of proposed impacts, identification of project-specific BMPs, the CEQA Notice of Determination, and a completed notification form. (CDFG 1602 Streambed Alteration Agreement) A §1602 Streambed Alteration Notification shall be prepared and submitted to CDFG for review. The request shall include a detailed project description, a description of proposed impacts, the CEQA Notice of Determination, and completed notification forms. (Coordination of Processing) The resource agency notifications shall be coordinated with USACE, RWQCB, and CDFG throughout processing to ensure that any potential issues are made known to the project team and resolved at the earliest possible opportunity. If additional coordination efforts beyond what can be reasonably expected are required due to unforeseen complications related to permitting activities or difficulties in locating appropriate mitigation sites, if required, then this will be communicated to the City and a scope will be provided for approval for this additional effort. (Mitigation Requirements) At this time it cannot be known what on- or off-site mitigation will be required for the project. If mitigation requirements involve additional effort such as additional reports, planting activity, maintenance, monitoring, and/or any other activities, then it is assumed that a separate scope will be submitted to the City for approval prior to conducting this work. It is assumed that any cost associated with these activities would be paid by the City directly to whoever performs this work. (Permit Application Fees) Any permit application fees would be submitted by the City and are not included in this scope and cost. Deliverables: 401 Water Quality Certification application, 404 Permit application; 1602 Streambed Alteration Agreement application (Extra Work for Amendment No. 3) Exhibit"A" Page 30of31 59 Consultant's team member, ICF shall prepare the Notice of Intent (NOI) associated with the SWRCB General Order granting certification to Nationwide Permit 6 (Survey Activities) authorized by the USACE for the limited boring of 9 holes located within the center of currently used, paved lanes on Vista Chino. ICF has assumed one round of review from the City and one call with the SWRCB to discuss the project. It is assumed that the project qualifies for non-notifying under the USACE Nationwide Permit Program (NWP 6 Survey Activities); all fees will be provided directly by the City to the agencies; and a Streambed Alteration Agreement will not be required by CDFW for the geotechnical boring work. END OF EXHIBIT "A" Exhibit"A" Page 31 of 31 60 Consultant's team member, ICF shall prepare the Notice of Intent (NOI) associated with the SWRCB General Order granting certification to Nationwide Permit 6 (Survey Activities) authorized by the USACE for the limited boring of 9 holes located within the center of currently used, paved lanes on Vista Chino. ICF has assumed one round of review from the City and one call with the SWRCB to discuss the project. It is assumed that the project qualifies for non-notifying under the USACE Nationwide Permit Program (NWP 6 Survey Activities); all fees will be provided directly by the City to the agencies; and a Streambed Alteration Agreement will not be required by CDFW for the geotechnical boring work. END OF EXHIBIT "A" Exhibit"A" Page 31 of 31 60 EXHIBIT "B" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Consultant shall be made no more frequently than monthly, and shall be based on lump sum costs per task item of work as indicated herein. Lump sum payments shall be made to Consultant based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item as determined by the Contract Officer. Each request for payment shall contain Contractor's statement of the work or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgment of the Contract Officer. Task Total Lump Sum Phase 1A - Limited Project Approval and Environmental Document(PA&ED) Task 1 - Project Management Task 1.1, Project Administration and Project Controls $69,066.74 $ 73,576.97 Task 1.2, Meetings and Coordination $83;516.93 $ 95,231.22 Task 1.3, Quality Assurance and Quality Control $ 26,826.19 Task 1.4, Local Assistance Funding/Programming Supports $ 21,333.20 Task 2 - Limited Preliminary Engineering Task 2.1, Data Collection and Research $ 15,646.00 Task 2.2, Field Review and Site Assessment $ 14,138.38 Task 2.3, Surveying and Aerial Topographic Mapping $59,986..00 $ 66,967.10 Task 2.4, Right of Way Research and Base Mapping $ 28,967.79 Task 2.5, Utility Research, Notification and Mapping $ 22,745.68 Task 2.6, Traffic Study $ 14,778.74 Task 2.7, Preliminary Roadway/ Bridge Foundation Report $22,654.97 $233,620.16 Task 2.8, Roadway Alternatives Study and Geometric Approval $ 70,817.81 Drawings Task 2.9, Preliminary Stage Construction Plans $ 40,695.93 Task 2.10, Preliminary Right of Way Study and Cost Estimates $ 25,186.34 Task 2.11, Bridge Aesthetics and Approach Landscape $ 55,396.37 Modification Study Task 2.12, Preliminary Street Lighting Study $ 3,768.79 Task 2.13, Roadway Drainage Study $ 10,581.68 Task 2.14, Floodplain Study, Bridge Hydraulics and Sediment $ 50,216.20 Transport Analyses Task 2.15, Preliminary Cost Estimates $ 21,518.62 Task 3.0, Limited Environmental Document (CEQA/NEPA) Task 3.1, Public Scoping Meeting $19,363.34 $ 5,179.23 Task 3.2, Preliminary Environmental Study (PES) $ 7,821.68 Task 3.3, Noise Study $ 32,563.05 Task 3.4, Air Quality Study $ 10,273.82 Task 3.5, Phase 1 Initial Site Assessment $ 12,129.12 Task 3.6, Water Quality Assessment Report and Preliminary $ 18,693.84 SWPPP Task 3.7, Location Hydraulic Study & Summary Floodplain $ 8,029.35 Encroachment Report Exhibit "B" Continues on Next Page Exhibit B 61 Page 1 of 2 EXHIBIT "B" SCHEDULE OF COMPENSATION Task 3.8, Biological Resources Study (NES and BA) $ 75,764.32 Task 3.9, Wetland and Jurisdictional Delineation and $ 23,937.00 Assessment Task 3.10, Visual Impact Assessment $ 27,231.36 Task 3.11, Community Impact Assessment $ 1,644.92 Task 3.12, Cultural Resources Study (ASR/HPSR/APE) $ 23,587.27 Reimbursable Expenses $48550.6G $ 17,467.62 Phase 1A Subtotal $949,434 a3 $1,155,225.64 Phase 1 B -Full Project Approval and Environmental Document(PA&ED) Task 1.0 Project Management Task 1.1, Project Administration and Project Controls $51,508.21 $ 34,892.07 Task 1.2, Meetings and Coordination $ 42,238.23 Task 1.3, Quality Assurance and Quality Control $ 5,159.76 Task 2.0 Full Preliminary Engineering Task 2.1, Preliminary Channel Improvement Plans $ 10,936.07 Task 2.2, Conditional Letter of Map Revision (CLOMR) $ 10,662.95 Task 2.3, Bridge Type Selection Study $ 72,147.64 Task 2.4, Project Report Equivalent $ 44,605.94 Task 2.5, Value Analysis Study $24,325.66 $ 0.00 Task 3.0 Environmental Document(CEQA/NEPA) Task 3.1, Public Hearing $1,401.28 $ 0.00 Task 3.2, Draft Combined Environmental Documents $88,447.06 $ 66,335.30 (IS/EA) Task 3.3, Bureau of Indian Affairs Consultation $49�69.68 $ 6,919.39 & NEPA Clearance Task 3.4, Circulate Draft Environmental Document& $15,946.84 $ 11,960.13 Respond Comments Task 3.5, Final Environmental Assessment $36,080.70 $ 14,432.28 Document(MNDIFONSI) Task 3.6, File Notice of Determination (CEQA) $ 522.39 Task 3.7, Publish Notice in Federal Register $1,G44-;z8 $ 0.00 Task 3.8, Environmental Permits $49,197.62 $ 26,326.44 Reimbursable Expenses $23 968.00 $ 10,983.66 Phase 1B Subtotal $480,952.92 $ 358,122.25 Grand Total of Contract $ 1,613,347.90 END OF EXHIBIT"B" Exhibit B 62 Page 2 of 2 EXHIBIT "C" SCHEDULE OF PERFORMANCE City and Consultant hereby mutually agree that the nature of the scope of services associated with this Contract, and the requirement to coordinate and obtain approvals by other agencies, including but not limited to, Caltrans and FHWA, may cause the term of this contract to exceed initial project schedule estimates. The term of this contract shall automatically extend until such time as required approvals are obtained and all services identified in Exhibit "A" are completed. For conducting limited exploratory geotechnical borings as described as Extra Work in Exhibit "A", the Consultant's schedule of performance shall comply with the schedule shown on the following page. 63 EXHIBIT 99C11 SCHEDULE OF PERFORMANCE City of Palm Springs-Vista Chino Low Water Crossing Bridge Replacement at Whitewater River LIMITED GEOTECMNICAL Phase I-Project Approval and Environmental Document)PALED) EXPLORATORY BORINGS ID Task Name Duration I Star[ Finish IFebruary March + Apn. May _ June _ ... _._.._ 1gri _ - _ 1f2g;,;r/412l11(2!1§T2l259M i3/11311�32¢I4/_1_i.4R, 151d2T_A/29_5/65M't'5f�852T 1 Notice to Proceed _o d..,.., Thu 2)8118 Thu 218/181 aalvi I , 2 1600Permit 45d Thu2re/18 Wed4n111 tt11s 11111s i 3 'Utility Clearance 5d Thu 4112/10 Wed4118118. 4112118 1W 4118118 i I 4 iStake Piers and Abutments 6d Thu4112118 Wed4118118i 4r1vte nanB i 5 ~;Limited Geotechnical Exploratory Borings with 26d Thu4119118 Wed51161181 alglls 511filis ;Traffic Control I I 6 ;Survey Bored Locations 5d Thu Sit 7118 --wed 5123/191 ':, 5117118 I I ..-7 __;Laboratory Testing 15d Thu&17118 Wed 6BH8; - - _ 5117118 _ - 616118 i I I I 6 'Geotechnical Data Report -- -od Thu W7118 Wed 6WI8 an118 s/ztuts I Task Rolled Up Progress Manual Task Task Progress Split 1 I Duration-only Critical Task " '> External Tasks % Manual Summary Rollup ..,.. .�. Project:Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Critical Task Progress Project Summary Manual Summary Date:Jan 29,2018 Milestone ♦ Group By Summary WUMIRMIMMMUMMW Start-only [ CNS Engineers,Inc. Summary qP ...........as Inactive Task Finish-only ] Rolled Up Task Inactrve Task „_ _ _ Deadline v Rolled Up critical Task .,, Inactive Milestone _ Rolled Up Milestone 0 Inactive Summary v v (n EXHIBIT "C" SCHEDULE OF PERFORMANCE City of Palm Springs-Vista Chino Low Water Crossing Bridge Replacement at Whitewater River LIMITED GLOTECHNICAL Phase I-Project Approval and Environmental Document(PAIED) [EXPLORATORY BORINGS ID Task Name Duration Start Finish I February June I 214 IQ 314 3111RM &1 14la d May Notice to Proceed. 0 d Thu 2MMS Th—u VMS 2 1600 Permit 45 d Thu 2W 8 Wed 4/11/16 412 P11111118 3 Utility Clearance 5 d Thu 4112/18 Wed 4118M 8 4�11211 81 Will It 4 Stake Piers and Abutments 6 d Thu 4112fl 0 Wed 4118M 8 JW411811111 5 Limited Geotechnical Exploratory Borings Wth god Thu 4/19118 Weo I.,I 411WI8 wa Traffic Control Survey Bored Locations 5 d Thu 5/17118 Wed 6mil 81 7 Laboratory Testing 16d Thu 5/17118 Wed M1181 5117113 118 0 Geotechnical Data Report 10d Thu 6,7/10 Wed 6/20/18 i Task Rolled Up Progress Manual Task Task Progress Split I Durabon­cinly Cribcal Task Erternol Tasks Manual Summary Rollup Project:Vista Chino Lcriv Water Crossing Bridge Replacement atvillifteivater River Critical Task Progress Project Summary Manual Summary UMMMOOMMEMW Data:Jon 29,201B Milestone ♦ Grmp By Summary r11aaaaaaaaaaaaaaV Shilt-onty, C GNS Engineers,Inc. Summary --————-mg Inactive Task • Finisl-cry 3 Rolled Up Task 111NIMINERM Inactive Task Deadine jL Rolled Up Critical Task Inactive Milestone Rolled Up Milestone Q Inactive Summary