Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
7/1/2015 - STAFF REPORTS - 2.L.
?ALM SA4 iy c V N ebeniEe C4</FOIL % City Council Staff Report Date: July 1, 2015 CONSENT CALENDAR Subject: APPROVAL OF AMENDMENT NO. 3 IN THE AMOUNT OF $1,502,353.05 TO PROFESSIONAL SERVICES AGREEMENT WITH CNS ENGINEERS, INC., (A6190) FOR THE RAMON ROAD WIDENING (SAN LUIS REY DR. TO LANDAU BLVD.) INCLUDING THE WHITEWATER RIVER BRIDGE WIDENING, CITY PROJECT NO. 08-25, FEDERAL-AID PROJECT NO. BHLS-5282 (040) From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY The requested action will approve Amendment No. 3 to a Professional Services Agreement with CNS Engineers, Inc., (Agreement No. 6190) to incorporate final design phase services in the amount of $1,502,353.05 for an increased total contract amount of $2,662,343.36 for the Ramon Road Widening (San Luis Rey Dr. to Landau Blvd.) including the Whitewater River Bridge Widening, City Project No. 08-25, Federal-Aid Project No. BHLS-5282 (040). RECOMMENDATION: 1) Approve Amendment No. 3 to a Professional Services Agreement with CNS Engineers, Inc., (Agreement No. 6190) to incorporate final design phase services in the amount of $1,502,353.05 for an increased total contract amount of $2,662,343.36 for the Ramon Road Widening (San Luis Rey Dr. to Landau Blvd.) including the Whitewater River Bridge Widening, City Project No. 08-25, Federal- Aid Project No. BHLS-5282 (040); and 2) Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: On January 30, 2008, the City of Palm Springs, the City of Cathedral City, and the Agua Caliente Band of Cahuilla Indians submitted a letter to CVAG requesting funding of a Project Study Report (PSR) to identify the project details and overall scope for the widening of Ramon Road to its full 6-lane width, extending from San Luis Rey Drive to ITEM NO. h City Council Staff Report July 1, 2015 - Page 2 Amendment No. 3 to CNS Agreement No. 6190 Landau Boulevard, including widening of the existing bridge over the Whitewater River. This capital improvement project has been called the Ramon Road Widening (San Luis Rey Dr. to Landau Blvd.) including the Whitewater River Bridge Widening, City Project No. 08-25, (the 'Project'). A vicinity map of the project area is included as Attachment 1. On May 9, 2009, the City Council awarded a Professional Services Agreement ("PSA") to CNS Engineers, Inc., ("CNS"), to prepare a Project Study Report ("PSR") to identify the project details and overall scope for the Project. CNS subsequently completed the PSR resulting in a funding package requesting over $25 Million in federal Highway Bridge Program ("HBP") funds for widening the Ramon Road bridge and adjacent bridge approaches. The existing Ramon Road bridge is eligible for funding under the HBP, which is administered by the state of California Department of Transportation ("Caltrans"). The HBP federal funds cover 88.53% of eligible project costs, requiring an 11.47% local match. On April 28, 2010, Caltrans representatives advised the City that the funding request was approved, and that the project would be programmed as part of the HBP in 2011. Total project costs and initial project schedule is identified in Table 1: Table 1 Phase HBP CVAG Regional Palm Springs Cathedral City Totals Federal Funding Measure A Local Measure A Fair Share Preliminary $2.453,000 $686,250 $114,375 $114,375 $3,368,000 En ineerin Right of Wa $1,030,000 $1,302,000 $188,356 $245,644 $2,766,000 Construction $21,753,000 $6,083,250 $880,044 $1,147,706 $29,864,000 Totals $25,236,000 $8,071,500 $1,182,775 $1,507,725 $35,998,000 Pursuant to a funding agreement with CVAG and Cathedral City, the local funding amounts will be funded by CVAG with 75% Regional Measure A funds with the remaining 25% equally split between Palm Springs and Cathedral City. This reduces the City's responsibility of the $36 Million total project cost to approximately $1.2 Million to be funded with Local Measure A funds. On June 7, 2011, Caltrans authorized the City to proceed with the Project Approval and Environmental Document ("PA/ED") Phase. On January 18, 2012, the City Council awarded a new PSA to CNS (Agreement No. 6190) in the amount of $1,159,990.31 for environmental and civil engineering design services related to the Project. Subsequently, staff has coordinated with CNS on the preliminary engineering design and environmental analysis required for the Project, and has completed the PANED Phase, and is prepared to initiate the next phase of the Project — the final design and preparation of plans, specifications and estimates ("PS&E"). � 2 City Council Staff Report July 1, 2015 - Page 3 Amendment No. 3 to CNS Agreement No. 6190 Accordingly, CNS has provided the City with a proposal for the required services, and staff has reviewed and recommends approval of Amendment No. 3 to the PSA with CNS (Agreement No. 6190). A copy of the proposed amendment is included as Attachment 2. 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 May 7, 2014, the City Council adopted Resolution No. 23544, adopting and ordering the filing of a Mitigated Negative Declaration for the Project; a copy of Resolution No. 23544 is included as Attachment 3. Subsequently, on May 14, 2014, staff filed a Notice of Determination with the Riverside County Clerk and State Clearing House; a copy of the Notice of Determination is included as Attachment 4. The Project is funded, in part, by federal funds, requiring local oversight by the State of California, Department of Transportation ("Caltrans"). As a federally funded project, the Project is subject to environmental review pursuant to the National Environmental Policy Act ("NEPA"). On June 9, 2014, 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 ("EX) or Environmental Impact Statement ("EIS"), and that it qualifies for a Categorical Exclusion in accordance with 23 USC 327. Subsequently, on July 11, 2013, Caltrans completed a NEPA re-validation confirming that the prior NEPA determination for the Project remains valid and no further environmental documentation was required. A copy of the NEPA environmental documents is included as Attachment 5. FISCAL IMPACT: On November 5, 2008, City Council approved an initial Reimbursement Agreement with CVAG (Agreement No. 5748) for the Project, to facilitate Regional Measure A funding for the PSR phase at a total cost of $100,000 funded by 75% Regional Measure A funds, with 25% local match split between the cities. On November 3, 2010, the City Council adopted Amendment No. 1 to the CVAG Reimbursement Agreement to reflect the City's success in receiving over $25 Million in HBP funds programmed on the Project. The currently amended CVAG Reimbursement Agreement funds over $8 Million (75% of the $10,762,000 not funded by the HBP grant), with the 25% local share to be further divided between Palm Springs and Cathedral City based on the costs of the widening located in each City's jurisdiction as shown in Table 1. 03 City Council Staff Report July 1, 2015- Page 4 Amendment No. 3 to CNS Agreement No. 6190 Staff has previously coordinated receipt of $1,200,732 of federal HBP funds for the Project, which has been used to fund the PA/ED Phase of the Project. Recently, staff has requested and received approval from Caltrans for an additional $1,252,434 of HBP funds to proceed with the PS&E Phase of the Project. A copy of the funding obligation letter from Caltrans is included as Attachment 6. Sufficient funding is available to approve the requested action. All costs for the Project are funded from Local and Regional Measure A (Fund 134), the Federal HBP Grant, and reimbursement from Cathedral City, received in the Capital Project Fund, (Fund 261). The additional $1,502,353.05 cost associated with Amendment No. 3 to the PSA with CNS (Agreement No. 6190) will be funded from the following accounts: • Capital Project Fund, Account No. 261-4491-50245; $1,094,163.73 • Regional Measure A Fund, Account No. 134-4497-50245; $306,029.32 • Capital Project Fund, Account No. 261-4491-50304; $51,080.00 • Local Measure A Fund, Account No. 134-4498-50245; $51,080.00 SUBMITTED Prepared by: Approved by: / U V lM�1Nti' Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Assistant City Manager/City Engineer City Manager ATTACHMENTS: 1. Vicinity Map 2. Amendment No. 3 3. Resolution No. 23544 4. Notice of Determination 5. NEPA Environmental Documents 6. Caltrans Funding Letter 04 ATTACHMENT 1 05 M1 Department of Public Works and Engineering w. _ Vicinity Map C,<JipnNM1' � S MC CALLUM WAY _ �'. Gam; 0 MISSION OR yQ r Q J Act i 15 _ a ' j .a :'SA RAH ST - LL Z W Y1 2 a i _LU INDIAN SPRINGS,RD , _ 1 H MORE DR` legend _ - sae Q 500'Radus I CITY OF PALM SPRINGS 06 ATTACHMENT 2 07 AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT NO. 6190 WITH CNS ENGINEERS, INC. RAMON ROAD WIDENING —SAN LUIS REY DR. TO LANDAU BLVD. INCLUDING WHITEWATER RIVER BRIDGE WIDENING CITY PROJECT NO. 08-25 FEDERAL AID PROJECT NO. BHLS 5282 (040) The following articles of Agreement No. 6190 are hereby amended to read as follows: RECITALS. SECTION A—Section A, is amended as follows: City has determined that there is a need for professional services to complete the Project Approval/Environmental Document ("PA/ED") phase and the Plans, Specifications and Estimates (PS&E) phase, for the Ramon Road Widening (San Luis Rey Drive to Landau Boulevard, including the Whitewater River Bridge Widening), City Project No. 08-25, Federal Aid Project No. BHLS 5282 (040), (hereinafter the "Project'). RECITALS. SECTION B —Section B, is amended as follows: Consultant has submitted to City a proposal to provide professional services to City to complete the Project Approval/Environmental Document ("PA/ED") phase and the Plans, Specifications and Estimates ("PS&E") phase for the Project pursuant to the terms of this Agreement. SECTION 2.1 —Section 2.1 is hereby revised to reflect an increased maximum contract amount of Two Million Six Hundred Sixty Two Thousand Three Hundred Forty Three Dollars and Thirty-Six Cents ($2,662,343.36). SCOPE OF SERVICES (Exhibit "A") — Exhibit "A" is hereby revised to incorporate Phase II — Plans, Specifications and Estimates (PS&E) Phase; see the attached Exhibit "A". SCHEDULE OF COMPENSATION (Exhibit "C") — Exhibit "C" is hereby revised to incorporate Phase II —Plans, Specifications and Estimates (PS&E) Phase; see the attached Exhibit"C". SCHEDULE OF PERFORMANCE (Exhibit "D") — Exhibit "D" is hereby revised to incorporate Phase II — Plans, Specifications and Estimates (PS&E) Phase; see the attached Exhibit "D". Purchase Order Number(s): 12-0176 Agreement Number: 6190 Original City Council Approval: January 18, 2012 Original Contract Amount: $ 1,159,990.31 Amount of Previous Increase(s) $ 0.00 Amount of This Increase $ 1,502,353.05 Total: $ 2,662,343.36 SIGNATURES ON NEXT PAGE 08 IN WITNESS WHEREOF, the City and the Consultant have caused this Amendment No. 3 to be executed on this _ day of 2015. Except as specifically amended by this Amendment No. 3, all terms and provisions of Agreement No. 6190 shall remain in full force and effect. CITY OF PALM SPRINGS, CALIFORNIA CONSULTANT CNS Engineers, Inc., a California corporation By By: David H. Ready Signature (notarized) City Manager Name: ATTEST: Title: By James Thompson City Clerk APPROVED AS TO FORM: By By: Douglas Holland Signature (notarized) City Attorney RECOMMENDED: Name: By Title: Marcus L. Fuller, Assistant City Manager/City Engineer 09 EXHIBIT "A" SCOPE OF WORK General Scope of Work — Consultant shall provide the City with final design services related to the Ramon Road Widening (San Luis Rey Drive to Landau Boulevard, including the Whitewater River Bridge Widening), (City Project #08-25), Federal Aid Project No. BHLS 5282(040) (hereinafter the "Project"). The intent of this project is to widen Ramon Road to its 6- lane divided arterial roadway cross-section, including widening of the existing Ramon Road Bridge (Bridge No. 56C-0287) and additional turning lanes at two key intersections. The preparation of the contract documents shall comply with applicable local, state and federal regulations, policies, procedures, manuals and standards necessary to obtain project approvals from various regulatory agencies. Technical Scope of Work Phase II — Plans, Specifications and Estimates (PS&E) Task 1: Proiect Management Task 1.1 Project Administration and Project Controls Consultant' 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. Schedule Control: During the project development, Consultant shall ensure that the schedule adheres to all contractual requirements. The schedule will 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 will be documented. Deliverables: monthly invoices, progress reports, schedule updates and document logs Task 1.2 Meetings and Coordination This task shall include general management and coordination among the City, Consultant Team, Caltrans, 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. EXHIBIT "A" SCOPE OF WORK 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. Project Manager and appropriate key task leaders or engineers shall attend the 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 cost-efficient. Deliverables: Quality Control and Quality Assurance Plan Task 1.4 Local Assistance Support Consultant shall assist the City in preparing Requests for Authorization (RFA) to proceed with Right-of-Way Acquisition, Utility Relocation, and Construction in accordance with Caltrans Local Assistance Procedure manual. Consultant shall provide technical supports and attend up to two (2) meetings with the City and Caltrans District 8 Local Assistance as required to discuss the funding authorization matters. Deliverables: requests for authorization to proceed with right-of-way acquisition, utility relocation and construction Task 2: Final Design Reports and Studies Task 2.1 Utility Potholing Consultant shall coordinate potholing for up to 25 potholes for the existing utilities at critical locations. Consultant shall coordinate with the respective utility owners for the potholing work. Consultant shall coordinate the use of Feld survey crews to locate potholed utilities by coordinates and elevations based on the project's survey controls. Deliverable: a report upon completion including elevations for use by the project surveyor Exhibit"A' 1 1 Page 4 of 15 EXHIBIT "A" SCOPE OF WORK Task 2.2 Geotechnical Investigations and Design Reports (Existing Document Review) Consultant shall review available geologic and geotechnical literature pertaining to the project site. Review published soil and geologic data in existing files and as available from appropriate public agencies. This shall include a review of literature prepared by the California Geological Survey, the U.S. Geological Survey, County of Riverside, Caltrans, City of Palm Springs and City of Cathedral City, and other government agencies. An aerial photograph analysis shall be performed to evaluate the site geomorphology, history of development, and presence of potential geologic hazards (i.e., fault lineaments, slope instability). (Project Set-up) As part of the project set-up, Consultant shall conduct the following: • Perform a field reconnaissance to evaluate site conditions and mark the boring locations. • Obtain no-fee permits from the City of Palm Springs and City of Cathedral City. • Notify Underground Service Alert(USA)at least 48 hours prior to drilling. • Arrange for a hollow stem auger drill rig. (Field Investigation) Consultant understands Ramon Road is a busy street, so drilling within the street during normal hours may not be possible. Consultant has included provisions within their scope and cost to conduct their field investigation over the weekend. Consultant's field investigation shall consist of coring the bridge deck and drilling exploratory borings. (Bridge Deck Core Samples) Three (1 to 2 inches) core samples will be collected from the bridge deck to determine the bonding condition between the precast and cast-in-place layers of the concrete. Traffic control shall be required during the coring operation. (Borings) The purpose of the borings shall be to: • Obtain subsurface information within the channel bottom and on the streets. • Obtain undisturbed and bulk samples of the various soil types for geotechnical laboratory testing. Their field exploration plan is presented in the table below: Location Number of Borings/ Depth Bridge Abutments 4/70' (each) Channel Bottom 4/50' (each) Ramon Road 4110' (each) Landau Boulevard 2/10' (each) Wet Well 1/50' Total 15/590' Exhibit"A" Page 5 of 15 1 2 EXHIBIT "A" SCOPE OF WORK Borings shall be drilled with a truck mounted rig (CME 75 or equivalent) equipped with 8-inch diameter hollow stem auger for soils sampling. Soils shall be continuously logged and classified by a geologist/engineer in the field by visual examination in accordance with the Unified Soil Classification System. Undisturbed ring samples of the subsurface materials shall be obtained using a Modified California Sampler (2.4 inches inside diameter and 3.0-inch outside diameter) lined with thin- walled sample rings. The sampler shall be driven into the bottom of the borehole with successive drops of a 140-pound hammer falling thirty (30) inches. The number of successive drops of the driving weight ("blows") required for each 6.0 inches of penetration shall be shown on the boring log. The soil shall be retained in brass rings (2.4 inches in diameter and 1.0 inch in height). The central portion of the sample shall be retained and carefully sealed in waterproof plastic containers for shipment to the laboratory. Representative bulk samples shall be collected from the borings. The borings shall be backfilled loose with soil cutting. As a result, the surface may settle over time. If construction is delayed, Consultant recommends the owner monitor the boring site and backfill any settlement or depression that might occur, or provide protection around the area of the boring locations to prevent trip and fall injuries from occurring near the area of any potential settlement. (Laboratory Testing) Soil samples obtained in the subsurface exploration shall be transported to Consultant's geotechnical laboratory. Geotechnical testing may include the following: (Seismic Hazard Assessment) A geologic/seismic hazard evaluation shall be conducted for this project. This will include evaluations of the potential for surface fault rupture, seismic-induced ground deformation or settlement related to liquefaction, seismic compaction, lurching or lateral spreading. (Reports) Data obtained from the documents review, field investigation, and laboratory testing will be evaluated and draft reports including Geotechnical / Material Report and Bridge Foundation Report prepared in accordance with Caltrans Standards will be issued for review and comments. Deliverables: a Geotechnical/Material Report, a Bridge Foundation Report Task 2.3 Update Storm Water Pollution Prevention Plan (SWPPP) Consultant shall prepare an update to the project's single Storm Water Pollution Prevention Plan (SWPPP) that meets the requirements of both the United States Environmental Protection Agency's (USEPA's) February 16, 2012 Construction General Permit (USEPA- CGP) and the California State Water Resources Control Board's (SWRCB's) 2009 Construction General Permit as amended in 2010 and 2012 (SWRCB-CGP). The combined SWPPP is proposed because the project is located partially on lands designated as Allotted and Leased, and Allotted and Not Leased, by the Agua Caliente Band of Cahuilla Indians: the locations necessitates compliance with both EPA (for areas over Tribal land) and SWRCB (for Exhibit"A" Page 6 of 15 1 3 EXHIBIT "A" SCOPE OF WORK areas not over Tribal land) requirements. The update will continue to utilize the EPA SWPPP Template, with revisions and additions needed to comply with SWRCB-CGP requirements. The update shall include revisions to incorporate the final design drawings onto which Consultant shall incorporate appropriate Best Management Practices (BMPs) to reduce or control the discharge of pollutants associated with construction. In addition, construction related water pollution control BMPs identified in the Environmental Documents shall be included. The update shall include project ownership details. The update shall describe post- construction pollution control BMPs incorporated by the Engineer into the project design. A draft updated SWPPP shall be provided for review and comment. Upon receipt of comments, comments within the scope of services shall be incorporated into the final updated SWPPP. The final updated SWPPP shall be certified by a Qualified SWPPP Developer (QSD). Consultant shall file Notices of Intent (NOI) to obtain coverage under the USEPA-CGP and the SWRCB-CGP: for EPA, the NOI will be filed via the electronic Notice of Intent (eNOI) system, and for the SWRCB, the NOI will be filed via the Stormwater Multi-Application Reporting and Tracking System (SMARTS). In both cases, Consultant's role shall be as a Data Submitter or equal role: it shall be the responsibility of the City to designate Consultant has a Data Submitted, to certify the NOls as the Legally Responsible Person (LRP), and to pay required fees. Consultant shall provide support to assist the LRP in designating Consultant as a Data Submitter, certifying the NOls, and submitting required fees. Deliverables: One draft SWPPP in electronic format (Adobe PDF format), one final SWPPP in electronic format (Adobe PDF format). Task 2.4 Utility Relocation Coordination Consultant's goal of Right-of-Way Utility Coordination is to determine who has prior rights and identify potential moves and time frames. Critical during this early phase is the conducting of utility identification and the coordination, communication and continued involvement with design engineers, utility companies and utility relocation contractors. Consultant's Utility Relocation Manager shall prepare a Utility Matrix identifying utility owners, descriptions of facilities, dispositions (i.e. protect, relocate, abandon) and verification of facilities by researching utility records and as-built plans; prepare utility conflict matrix to identify all potential conflicts and develop a plan of action and tentative schedule; perform joint field reviews, review permit records and license agreements; verify facilities from each owner which has facilities in the project alignment area. It is assumed that no more than seven utilities may be affected by the project. Consultant's Utility Relocation Coordination includes: • Obtain as-built plans, data from the design consultant, and other resources. • Review the project and utility plans. • Conduct interviews with design team. • Determine utility relocation and easement requirements. • Identify and interview all utility owners, and confirm their facilities within the project area. • Coordinate with project engineer, local agency and utility owners. • Review utility owner's designs, prepare utility agreements and notices to owners. Exhibit"A" Page 7 of 15 14 EXHIBIT "A" SCOPE OF WORK • Determine advance utility alternatives, perform site verifications. Deliverables: Utility As-Built Plans, Utility Relocation Plans and Utility Conflict Matrix Task 2.5 Update Drainage Report Consultant shall provide revisions to the Drainage Report prepared during the project study report phase and provide assistance as required for the purpose of obtaining final approval. Deliverables: Drainage Report revisions and final drainage report Task 2.6 Update Topographic Field Survey Consultant shall update and enhance the initially topographic survey by performing the following: • Survey elevations and locations as a result of the utility potholing (25 potholes) and geotechnical boring (15 bored holes). • Update utility plans based on the finding of the utility potholing. • Perform topographic survey in the channel to confirm the existing OG elevation beneath the bridge. • Provide topo and cross-section survey of Landau Boulevard 600' north and 800' south of Ramon Road. Survey shall include the existing Bowling Alley parking lot. • Perform field cross sections of Ramon Road from San Luis Rey to the west end of bridge behind curb only, and from the east end of bridge to the east End of Curb Return of Avenida La Paloma. • Provide topo survey of the existing detention basin and the Overflow Structure on the west side of Landau Boulevard north of Ramon Road. • Dip the Storm Drain manholes in locations near where Junction Structures are to be constructed. • Provide survey of the area at the Villa Bakery Restaurant where the transparent sound wall will be installed. • File Corner Records and/or Record of Survey as required. Deliverables: Updated topographic survey with supplemental survey observations in AutoCAD and PDF format Task 3: Plans. Specifications and Estimates (PS&E) Civil Roadway PS&E Task 3.1 65% Roadway Plans Consultant shall prepare the 65% Complete Plans based on the preliminary geometric layout. Drawings consist of a Title Sheet, three Typical Section and Detail Sheets, four 40-scale demolition plans west of the bridge and two demolition plans east of the bridge, and eight 20- Scale Street Improvement Plan and Profile sheets west of the bridge and four sheets east of the bridge. All elements of the work are included in the 65% Roadway Plans, however, some details may be remaining for the 95% Submittal. The title sheet shall be prepared in accordance with City of Palm Springs standards and includes the project title, vicinity map, Exhibit"A" 15 Page 8 of 15 EXHIBIT "A" SCOPE OF WORK sheet index, general notes and other information in accordance with the City's format and City of Cathedral City signature block. The Typical Section and Detail Sheets shall include the typical street sections, non-standard details as well as a full listing of roadway construction and removal notes. The Demolition Plans and the Street Improvement plan and profile sheets shall show the existing topography, limits of work, construction notes, right-of-way, utilities, and other general design elements. Centerline, top of curb, and/or edge of pavement design shall be provided on the Street Improvement profile. Retaining wall layouts, top of wall, bottom of footing, and finished surface elevations are shown on the Street improvement sheet plan view. Cross Sections at intervals of no greater than 50 feet shall be drawn at 11:1" = 20' and V:1" = 2' and prepared to establish the limits of grading and confirm the project footprint. Earthwork quantities are established based on these cross sections. Consultant shall prepare one detail sheet showing the striping modification of the Palm Springs Lanes/Ramon Tower parking lot including the relocation of one existing parking lot light. Electrical connection is provided on the Landscaping plans. Deliverables: 65% roadway plans Task 3.2 65% Storm Drain Plans and Erosion Control Plans Consultant shall prepare all Storm Drain Improvement plans on both east and west side of the bridge to include: • Relocate six (6) existing catch basins west of the bridge. The new catch basins will be the same size as the existing catch basin being replaced. • Relocate three (3) existing catch basins east of the bridge to include: • Dry Well east of Landau near street station 51+20 • Overflow structure in the Detention Basin and associated hydrology/hydraulic analysis • New catch basin near street station 48+50 • Provide details of Rip Rap Erosion Control Blanket at the south end of extended Landau Boulevard • Provide updates to calculations and approvals. • Prepare quantities and cost estimate using the 65% Complete Plans. Deliverables: 65% Storm Drain Plans, Quantities and Cost Estimate Task 3.3 65% Channel Improvement Plans Consultant shall prepare final channel improvements plans at a scale of V=40' based on the agency approved preliminary channel improvements plan. The plan set shall consist of a title sheet, a layout/grading plan sheet, a channel profile sheet, a channel cross section sheet, and three (3) detail sheets for a total of seven (7) sheets. The City of Palm Springs, CVWD, RCFC&WCD, and APWA standards and structures will be used in the design. This scope shall include preparation of quantity and cost estimates in support of the channel design. Consultant shall update the final bridge hydraulics and flood plain/scour report based on the final channel and bridge design for CVWD and RCFC&WCD review and approval. Deliverables: Channel Improvements Plans, Updated Final Bridge Hydraulics and Floodplain/Scour Report, and Quantify/Cost Estimates. Exhibit"A" 1 s Page 9 of 15 EXHIBIT "A" SCOPE OF WORK Task 3.4 65% Landscape Plans Consultant shall provide the landscape architecture services. As shown on the Ramon Road Bridge construction 30% Geometric Approval Drawings, the limits of planting and irrigation improvements consist of the following locations: • Modify the planting and irrigation of the reconfigured median between Agua Caliente Trail and Crossley Road. • Create planting and irrigation within new median on Ramon Road between Crossley road and the west side of the bridge. • Modify existing planting and irrigation within the reconstructed median between Landau Blvd and Candlewood Drive, plus modify the planting and irrigation of the reconfigured median immediately west of Candlewood Avenue. • Create Planting and Irrigation Plan for the north parkway between street stations 11+25+/- and 14+60+/- and between stations 21+90+/- and 22+55+/- and between stations 23+10+/- and 33+10+/-. Drawings include the relocation of the illuminated "U-Store It" sign. • Modify the existing parkway landscaping in the south side of Ramon Road between stations 17+50+/- and 22+50+/-. • Modify the existing parkway landscaping on the west side of Landau Boulevard between stations 10+70+/- to 13+30+/-. • Modify existing parkway landscaping on private property at three locations: north side east of Landau Boulevard between street stations 51+05+/- and 54+30+/-; south side east of Landau Blvd between stations 49+80+/- and 52+00+/-; and south side east of Landau Blvd between street stations 52+40+/- and 55+60+/-. Landscaping drawings include the relocation of illuminated business signage at the Chevron Gas Station and Palm Springs Bowling lanes, and the relocation of on parking lot light. (Schematic Design) The initial phase consists of the following subtasks: • Site Visit and Project kick-off meeting with the design team and City members • Review Goals and Objectives and Project Schedule. • Prepare Project Base Plans. • Site Analysis and Inventory of Existing Plant Material and Irrigation Systems • Prepare Schematic Landscape Design Concept and Renderings for Selected Areas. • Conceptual Landscape Lighting Plan • Color Presentation Plans for City Review • Meet and Review with City Planning and Engineering and Presentations [Design Development (65% Submittal)] Upon acceptance of the schematic design, development of the 65% Complete Design consists of the following: • Develop Preliminary Project Master Plan. • Prepare Final Landscape Concept and Renderings for Selected Areas. • Master Plant Palette and Color Board • Review with Planning, Engineering and Tribal Committees. • Develop Water Calculations. • Develop Preliminary Construction Cost Estimate. Exhibit"A" 1 Page 10 of 15 EXHIBIT "A" SCOPE OF WORK • Develop Implementation and Phasing Program. • Color Presentation Plan and Plant Palette for City Review • Final Presentation to City and Review Committees • Submittal to DWA and City Consultant's artist shall provide a review of the 95% Complete Bridge Aesthetic Plans to ensure that the bridge architectural design is consistent with the conceptual aesthetic plan that was approved by the Public Art Commissions. Deliverables: Presentations of conceptual landscaping concepts including colored plans and plant palette, 65% landscape plans Task 3.5 65% Traffic Control Plans Consultant shall provide construction traffic handling, including traffic control plans needed to establish work area and associated lane closures and placement of temporary traffic control devices. The basic approach will follow the stages described in the Project Report (equivalent) and consist of three construction stages: Stage One, building the north side of Ramon Road; Stage Two, building the south side of Ramon Road; and Stage Three, constructing the raised medians and other final construction work. Base plans shall be prepared at V=40' and shall normally show a minimum of 2,000 feet of roadway with relevant medians, striping, and work area. The design, legend, and location of all work area signs, barricades, applicable notes and legend, and necessary additional traffic controls are designated and placed on the plan sheets. The plans shall be prepared to conform to the general requirements of the City of Palm Springs and Cathedral City, with consideration for the needs of the Contractor's construction operations. The project is expected to require six sheets. Prior to the 65% submittal, Consultant shall perform QAQC and independent peer review for the traffic control plans. Review comments will be redlined and forwarded to designer for correction. Deliverables: 65% Traffic Control Plans Task 3.6 65% Signing and Striping Plans Consultant shall provide the signing and striping plans. 40-Scale signing and striping plans shall be prepared on double tiered sheets showing the location of all proposed traffic signs, traffic stripes, markings, and the proper disposition of all affected existing signs and markings. Any work required to transition the proposed stripes to join with existing stripes shall be provided and the plans shall identify existing markings, signage, curb markings, and fire hydrants. Existing signage requiring relocation shall be shown. Existing signage to be relocated that does not meet MUTCD standards shall be shown to be replaced. The project is expected to require five sheets. Prior to the 65% submittal, Consultant shall perform QAQC and independent peer review for the signing and striping plans. Review comments will be redlined and send to designer for correction. Deliverables: 65% Complete Signing and Striping Plans Task 3.7 65% Traffic Signal Improvement Plans Consultant shall prepare plans for installation of traffic signal communication conduits along the Ramon Road widening limits. The new conduits will run between the three existing traffic signals connecting each controller combined. Conduit size would be determined by the Exhibit'K Page 11 of 15 18 EXHIBIT "A" SCOPE OF WORK agencies involved during the design phase. Pull boxes are expected to be located in 200 feet intervals and conduit termination at end points would stub out to a pull box. A trace wire will be installed in each conduit. Actual communications cable shall be added at this time only as requested by the agencies. Consultant shall prepare traffic signal modification Design at the following three locations: • Ramon Road and Landau Boulevard: Full intersection widening improvements are proposed which include a new south leg on Landau Boulevard. It is expected that new signal poles and hardware shall be required for all corners along with revised detection areas and updated lighting and pedestrian control to comply with current agency guidelines. • Ramon Road and Crossley Road: Full intersection widening improvements are proposed which involve all four curb return areas. It is expected that existing signal poles would be replaced or relocated depending on the pole type and condition. Detection areas will be revised. Pedestrian control and lighting would be updated to current agency guidelines. • Ramon Road and San Luis Rey Drive: Ramon Road widening mostly impacts the northeast corner to add a westbound to northbound combination through/right turn lane. As is typical with signal plans, a full intersection layout would be prepared with a focus on the northeast corner improvement. Existing signal poles conflicting with the proposed curb ramp would be replaced. The signal controller cabinet is presently set back and would be examined closely to avoid relocation and possible intersection rewiring. Deliverables: 65% submittal for a total of 4 to 5 plan sheets for 1"=20'scale Task 3.8 65% Bridge Mounted Lighting Plans Local agencies such as Palm Springs do not use overhead street lighting on Ramon Road in the project area. Proposed roadway lighting is low level with fixtures mounted in the new bridge barrier walls. This type of bridge lighting is similar to that found on the Dinah Shore Drive Bridge rails and is not invasive to nocturnal fauna. Consultant shall review various wall mount or step type light fixtures and focus on those suitable for LED type lamps. The plan would provide details for fixture installation, wiring, service locations and conduit installation. Street lighting plan for the roadway segment is not part of the plans as it is not needed per existing condition. Deliverables: 65% submittal for 2 plan sheets on 1'=40" for one sheet and 1'=20" for the detail sheet Task 3.9 95% Civil Roadway Plans, Specifications, and Estimate (Civil Roadway Plans in All Disciplines) Comments from various agencies for the 65% Civil design submittal shall be reviewed and resolved. If needed, a meeting with the Cities or the review agencies shall be held to seek clarification on comments. Consultant shall incorporate resolution of comments in the 95% PS&E. Unresolved details are finalized and all drawings receive a general progress update. Landscape Plans include; Project Master Planting Plan, Construction Phasing Plan, Plant Removal/ Relocation Plan, Hardscape Plan and Finish Schedule, Master Planting Plan, Detailed Planting Plan at Selected Areas, Lighting Plan and Specifications, Irrigation Plan, Planting Details, and Irrigation Details. Exhibit"A" Page 12 of 15 1 9 EXHIBIT "A" SCOPE OF WORK (Technical Specifications) Consultant shall prepare special provisions for items of work and conditions that are not covered by the Standard Specifications for Public Work Construction (Green Book). Construction Technical Specifications for the roadway improvements shall be prepared using the City's format and the provided boilerplate materials. Each item of work shall include a method of measurement and payment. Quantity calculation and construction cost estimates in Microsoft Excel format with a contingency directed by the City shall be prepared. Consultant shall conduct an internal QA/QC review of the project deliverables prior to submittal. (Cost Estimate) Quantity calculation updates and construction cost estimates in Microsoft Excel format with a contingency directed by the City shall be prepared. Deliverables: 95% Street Improvement Plans, Drainage Plans, Channel Improvement Plans, Landscaping Plans, Traffic Control plans, Signing and Striping Plans, Traffic Signal Modification Plans, Bridge Lighting Plans„ 95% Complete Specifications, and Updated Construction Cost Estimate. Structure PS&E Task 3.10 65% Unchecked Structure Plans Engineering conclusions for the preferred alternative identified in the final bridge type selection report shall be carried into the final design phase. The final bridge design shall be based on Caltrans-amended AASHTO LRFD Bridge Design Specifications, various Caltrans Bridge Design and Detail Manuals, and the Seismic Design Criteria (SDC). The structure plans shall include a plexiglass soundwall around the outdoor sitting patio area associated with the Villa Bakery Mexican Food Restaurant located at the northwest corner of the intersection of Ramon Road and Crossley Road for sound mitigation. Deliverables: 65% unchecked structure plans Task 3.11 Bridge Design Independent Check The 65% unchecked bridge plans shall be independently checked by a separate licensed bridge engineer, who has not been involved in the design of the project. A separate set of design check calculations including quantity calculations shall be prepared in accordance with Caltrans bridge design practice. The checker shall review the plans for completeness, consistency, correctness of references. The bridge designer shall revise the design and plans to mitigate checker's review comments. The checker shall perform back check to concur that the comments have been adequately addressed. All comments and responses shall be documented in the project files. Deliverables: independent check review comments and check calculations, comment and response matrix Exhibit"A" O Page 13 of 15 4 EXHIBIT "A" SCOPE OF WORK Task 3.12 95% Structure PS&E Response to all agencies' review comments for the 65% submittal shall be prepared and included in this submittal. Consultant shall use Microsoft Word to prepare and edit Caltrans 2010 Standard Special Provisions (SSP) for structural work at 95% PS&E. Consultant shall prepare a list of Caltrans standard structure pay items for bridge construction. Design quantity calculations shall be performed using standard Caltrans and City forms and marginal cost estimate summary sheets. Item unit prices shall be adjusted using Contract Cost Data Book published by Caltrans. The structure plans and quantities shall be updated per checker's comments. Deliverables: 95% bridge plans, specifications and cost estimate Task 3.13 Final 100% Design PS&E and Contract Bid Documents Consultant shall incorporate Cities' review comments on 95% Roadway and Structure PS&E, and compile and submit final bridge, channel and roadway PS&E packages per City's requirements. It is expected that the plans shall be prepared in AutoCAD 2010 or higher format and in PDF. The final plans are to be plotted on "Arch D" size Mylar. Specification documents, including technical specifications, shall be provided on compact disc in Microsoft Word format with all hidden text shown as well as in PDF. The Engineer's estimate shall be provided in Microsoft Excel format as well as in PDF. Consultant shall prepare encroachment permit applications for submittal to Riverside County Flood Control and Water Conservation District (RCFC&WCD) and Coachella Valley Water District (CVWD). The permit application documents shall be prepared per RCFC&WCD and CVWD's submittal requirements. The permit filing fees will be paid by the City. The Final PS&E shall include organized Resident Engineer (RE) Pending Files which contain construction related documents and information through the various project development phases for structure, channel and roadway work. The RE Pending Files shall include bridge 4- scale deck grade plots, as-built plans, geotechnical reports, and special instructions for the field Resident Engineer, Structure Representatives and City Inspectors. Deliverables: final contract bid documents, encroachment permit applications and RE Pending Files Task 4: Environmental Permitting Task 4.1 Habitat Mitigation and Monitoring Plan Consultant shall prepare a Habitat Mitigation and Monitoring Plan (HMMP) for submittal to and approval by the CDFW. In conformance with this HMMP, Consultant shall provide services that ensure that mitigation measures to protect habitat and/or sensitive species are carried out and that these activities as sufficiently monitored and reported upon. These activities are associated with the requirements of the CDFW 1602 Streambed Alteration Agreement and associated HMMP, including annual reports (for a period of five years) and following project completion. Consultant shall coordinate with AMEC Earth and Infrastructure on the performance of required pre-construction surveys. Exhibit"A" Page 14 of 15 EXHIBIT "A" SCOPE OF WORK Deliverables: Draft & Final Habitat Mitigation and Monitoring Plan, and Annual HMMP reporting to the CDFW for a period of Five-Year Task 4.2 CEQA Exemption & Revalidation of NEPA Document (Geotechnical CEQA Clearance) Consultant shall prepare, process through the City and file a CEQA Exemption, to the extent practicable and necessary, in support of geotechnical boring in the channel of the Whitewater River in proximity to the subject bridge widening. Deliverables: Draft CEQA Categorical Exemption Form Provide revalidation of NEPA document to support request for authorization for right-of-way acquisition and construction. It is assumed that one separate validation report will be required for each request for authorization. Validation shall be prepared in conformance with Exhibit 6- G of the Caltrans Local Assistance Procedures Manual. Deliverables: LAPM Exhibit 6-G NEPA/CEQA Validation Form END OF EXHIBIT "A" (PS&E Phase) Exhibit"A" Page 15 of 15 22 EXHIBIT "C" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor 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 Contractor 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 1 —Project Approval and Environmental Document (PA&ED) Task 1 —Project Management Task 1.1, Project Administration and Project Controls $ 114,434.93 Task 1.2, Meetings and Coordination $ 94,801.88 Task 1.3, Quality Assurance and Quality Control $ 34,754.94 Task 1.4, Local Assistance Funding/Programming Supports $ 21,333.20 Task 2 —Preliminary Engineering Task 2.1, Data Collection and Research $ 18,913.72 Task 2.2, Field Review and Site Assessment $ 9,354.20 Task 2.3, Surveying and Aerial Topographic Mapping $ 34,617.46 Task 2.4, Right of Way Research and Base Mapping $ 25,513.06 Task 2.5, Utility Research, Notification and Mapping $ 13,776.37 Task 2.6, Traffic Study $ 44,080.75 Task 2.7, Preliminary Roadway/Bridge Foundation Report $ 29,612.51 Task 2.8, Roadway Alternatives Study and Geometric Approval Drawings $ 88,094.54 Task 2.9, Preliminary Right of Way Study and Cost Estimates $ 30,585.21 Task 2.10, Bridge Aesthetics and Approach Landscape Modification Study $ 50,425.18 Task 2.11, Preliminary Street Lighting Study $ 4,695.82 Task 2.12, Roadway Drainage Study $ 7,548.71 Task 2.13, Floodplain Study, Bridge Hydraulics and Sediment Transport Analyses $ 45,355.12 Task 2.14, Preliminary Channel Improvement Plans $ 10,936.07 Task 2.15, Conditional Letter of Map Revision (CLOMR) $ 10,592.08 Task 2.16, Bridge Type Selection Study $ 88,959.68 Task 2.17, Preliminary Cost Estimates $ 17,279.81 Task 2.18, Project Report (Equivalent) $ 41,191.36 Task 2.19, Value Analysis Study $ 19,861.67 Exhibit "C" Continues on Next Page Exhibit"C" 23 Page 1 of 3 EXHIBIT "C" SCHEDULE OF COMPENSATION Task Total Lump Sum Task 3 —Environmental Document (CEQA/NEPA) Task 3.1, Public Scope, Commission & Council Meetings $ 4,639.62 Task 3.2, Preliminary Environmental Study (PES) $ 6,721.70 Task 3.3, Noise Study $ 32,437.36 Task 3.4, Air Quality Study $ 17,121.22 Task 3.5, Phase 1 Initial Site Assessment and ADL Surveys $ 15,129.12 Task 3.6, Water Quality Assessment Report and Preliminary SWPPP $ 18,693.84 Task 3.7, Location Hydraulic Study&Summary Floodplain Encroachment Report $ 8,029.35 Task 3.8, Biological Resources Study (NES and BA) $ 23,377.36 Task 3.9, Wetland and Jurisdictional Delineation and Assessment $ 5,762.43 Task 3.10, Visual Impact Assessment $ 25,772.25 Task 3.11, Community Impact Assessment $ 6,563.22 Task 3.12, Cultural Resources Study (APE/HPSR/ASR) $ 14,262.43 Task 3.13, Draft NEPA Environmental Assessment $ 25,930.48 Task 3.14, Draft CEQA Initial Study/Mitigated Negative Declaration $ 10,191.85 Task 3.15, Bureau of Indian Affairs Consultation & NEPA/Section 106 Clearance $ 4,907.39 Task 3.16 Circulate Draft Environmental Document & Respond Comments $ 2,295.22 Task 3.17 Final Environmental Document (MND/FONSI) $ 3,388.18 Task 3.18, File Notice of Determination (CEQA) $ 655.78 Task 3.19, Publish Notice in Federal Register $ 1,136.68 Task 3.20, USACE Section 404 Permit and NEPA Clearance/ USEPA & SWRCB Section 401 Water Quality Certification $ 33,141.31 Task 3.21, CDFG 1602 Streambed Alteration Agreement $ 7,257.25 Reimbursable Expenses $ 35,858.00 Phase I Sub-Total $1,159,990.31 Exhibit "C" Continues on Next Page Exhibit"C" Page 2 of 3 24 EXHIBIT "C" SCHEDULE OF COMPENSATION Task Total Lump Sum Phase II —Plans, Specifications and Estimate (PS&E) Phase Task 1 —Project Management Task 1.1, Project Administration and Project Controls $ 99,327.25 Task 1.2, Meetings and Coordination $ 97,097.29 Task 1.3, Quality Assurance and Quality Control $ 37,087.81 Task 1.4, Local Assistance Supports $ 16,149.63 Task 2— Final Design Reports and Studies Task 2.1, Utility Potholing $ 29,470.26 Task 2.2, Geotechnical Investigations and Design Reports $ 38,270.08 Task 2.3, Update SWPPP $ 6,080.52 Task 2.4, Utility Relocation Coordination $ 26,230.85 Task 2.5, Update Drainage Report $ 6,564.10 Task 2.6, Update Topographic Field Survey $ 66,192.23 Task 3— Plans, Specifications and Estimate (PS&E) Civil Roadway PS&E Task 3.1, 65% Roadway Plans $ 101,905.67 Task 3.2, 65% Storm Drain Plans and Erosion Control Plans $ 39,475.47 Task 3.3, 65% Channel Improvements Plans $ 30,166.76 Task 3.4, 65% Landscaping Plans $ 21,777.72 Task 3.5, 65%Traffic Control Plans $ 25,388.06 Task 3.6, 65% Signing and Striping Plans $ 17,758.96 Task 3.7, 65%Traffic Signal Improvement Plans $ 16,211.41 Task 3.8, 65% Bridge Mounted Lighting Plans $ 6,583.34 Task 3.9, 95% Civil Roadway PS&E $ 133,374.04 Structure PS&E Task 3.10, 65% Unchecked Structure Plans $ 274,311.87 Task 3.11, Bridge Design Independent Check $ 89,345.23 Task 3.12, 95% Structure PS&E $ 94,295.16 Task 3.13, Final 100% Design PS&E & Contract Bid Documents $ 168,722.07 Task 4Environmental Permitting Task 4.1, Habitat Mitigation and Monitoring Plan $ 12,977.47 Task 4.2, CEQA Exemption & NEPA Caltrans Revalidation $ 9,679.80 Reimbursable Expenses $ 37,910.00 Phase II Sub-Total $1,502,353.05 Grand Total $2,662,343.36 END OF EXHIBIT "C" Exhibit"C Page 3 of 3 25 EXHIBIT "D" SCHEDULE OF PERFORMANCE City and Consultant hereby mutually agree that the nature of the scope of services associated with this Contract, and the requirement to coordinate and obtain approvals by other agencies, including but not limited to, Caltrans and FHWA, may cause the term of this contract to exceed initial project schedule estimates. The term of this contract shall automatically extend until such time as required approvals are obtained and all services identified in Exhibit "A" are completed. For Phase I Services, the Consultant's schedule of performance included in its proposal shall be incorporated herein. The schedule shall be adjusted accordingly to revise the project notice to proceed (NTP) date of October 3, 2011, as indicated in the originally submitted proposal, to the actual NTP date indicated in the City's letter to Consultant following approval of this agreement by the City Council. For Phase II Services, the Consultant's schedule of performance shall comply with the schedule shown on the following page. a Raeran Roes Widening-San Luis Rey Drive to Lwmbu Boiaeverd Plrse 2-Engineering Design(Pkm,5pecifirmore 6 Estimate F%AQ A we5 Task Xeme draem Styr fnhA 3rd 1n 3rd _ M Did 1w JdI od I Mn Li 1 Begin Phase II-PS&E 0 days Moll 824115 Mon 824/15 2 Task/Project Management 480 days Mon 8124115 Tue 7111/17 3 Team Mobilization 10 days Mon 824115 Fri 914/15 4 1-0 project Management 480 days Mon 824115 Tue 7111117 s Mask 2111nal Design Reports and Studies 400 days Mon 977115 Fri 341M7 6 i 2-1 Utility Potholing 65 days Man 9/7/15 Fri 1214/15 7 22 Geotechnicai Investigations and Design Reports 65 days Man W7115 Fri 1214115 e 23 Update SWPPP 15 days Fri 718/16 Thu 728/16 9 2A Utility Relocation Coordination 335 days Mon 12/7115 Fri 3731/17 10 2-5 Update Drainage Report 65 days Man 917/15 Fri 1214/15 IPA$ 111 2.6 Update Topographic field Survey 65 days Mon 917/15 Fri 1214115 u k 3PS&E 335 days Mon 1277115 Fri 3131117 u Civil Roadway PS&E 266 days Mon 12R715 Tue 12MWIS 14 3A 65%Roadway Plans 80 days Mon 12f7/15 Tue 3/29/16 _ &WAS _ u 32 65%Storm Drain Plans and Erosion Control Plans 50 days Man 12f7115 Tue 2116/16 16 3-3a 65%Channel Improvement Plans 50 days Man 12/7115 Tue 2116116 1271713 17 330 CVWD it RCFCD Reviews of Channel Plans 120 days Wed 2117116 Thu IV4116 ED— a 3A 65%Landscape Plans 25 days Thu 301116 Wed 5/4116 19 35 65%Traffic Control Plans 25 days Thu 3/31116 Wed 514116 M 3.6 65%Signing and Striping Plans 25 days Thu 3131116 Wed 5/4A 6 3a M 21 3.7 65%Tramc Signal Improvement Plans 40 days Thu 3/31116 Wed 6/25116 22 3.8 65%Bridge Mounted Lighting Plan 25 days Thu 3/31/16 Wed 5/4116 23 65%Coy and Agency Reviews 30 days Thu 5126/16 Thu 717116 24 3.9a 95%Cell Roadway PS&E 85 days Fn 7l&16 Fri 1 V4/16 26 - 3.9b Cry and Agency Reviews 30 days Man IV7/16 Tue 1220/16 26 Str11ett" PS&E 336 days Mon I W115 Fri 3/31/17 27 3.10a 65%Unchecked Structure Plans 110 days Mon 121"7/15 Wed 5/11116 28 3.10b QC Review and Revision 10 days Thu 5/12116 Wed 5/25116 29 3AOc City and Agency Reviews 30 days Thu 5126116 Thu 777/16 36 3.11 Bridge Design Independent Check 60 days Thu 5126/16 Thu 8/18116 M 31 3.12a 95%Structure PS&E 45 days Fri 8119116 Fri 10121/16 V NOW 32 3.121) QC Review and Revision 10 days Man l(24/16 Fri 1114/16 33 -3-12C City and Agency Reviews 30 days Man 1 t17116 Tue 1220116 /16 WaN6 34 3.13 F91a1 100%Design PS&E&Contract Bid Document 70 days Wed 12/2l/16 Fri 3131/17 12722726 e 3S rAsk 4Environmental Permitting 0 days Fri 914116 Fri 914115 3s 41 Habitat MOigation and Monitoring Plan 0 days Fri 9/4115 Fri 9/4115 _ _ 37 42 CEOA Exeniptlon and Revalidation 0 drys Fri 914/15 Fri 914115 __--♦ _ 38 Task 51tight-Of-Way Services 260 days Fri 71816 Tue 71113117 M 5.1 Legal Descriptions and Plats 40 days Fri 7/8/16 Thu 911/16 40 52 Right-of-Way Appraisals.Acquisition and Certification 220 days Fri 9016 Tue 7118117 41 Complete Phase II O days Tue 7/18117 Tue 7118117 __ 771e717 -42 Caltrans Authorization for Construction 0 days Tue 7118/17 Tue 7118117 /1aA7 43 Bidding and Construction Supports O days T1fe 7118117 Tue 7/18(17 N ATTACHMENT 3 28 RESOLUTION NO. 23544 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, ADOPTING AND ORDERING THE FILING OF A MITIGATED NEGATIVE DECLARATION FOR THE RAMON ROAD WIDENING PROJECT (CP 08-25). WHEREAS, On January 30, 2008, the City of Palm Springs ("City"), the City of Cathedral City and the Agua Caliente Band of Cahuilla Indians submitted a request for funding from the Coachella Valley Association of Governments (CVAG) to prepare a Project Study Report (PSR) for the Ramon Road Widening Project Between San Luis Rey Drive and Landau Boulevard, City Project No. 08-25; and WHEREAS, the Project is listed on the 2010 Transportation Project Prioritization Study (TPPS) and is therein listed as a backbone project; and WHEREAS, the Project will result in the widening of Ramon Road from a 4-lane arterial to a 6-lane arterial (3 lanes in each direction) between San Luis Rey Dr. and Landau Blvd., including the widening and seismic retrofitting of the Ramon Road Bridge over the Whitewater River (Bridge No. 56CO287). The project will also include new guardrails, bridge supports within the Whitewater River Channel, installation of a -median, reconstruction of gutters, curbs, and driveways, restriping of travel lanes and crosswalks, roadway rehabilitation, new and relocated bus stops, sidewalks and multi- purpose trail, utilities relocation, drainage improvements, landscaping, and all appurtenant work. The project also includes sidewalks across the bridge, including a 10- foot wide mufti-purpose trail; and WHEREAS, the Project is consistent with the Circulation Element of the 2007 Palm Springs General Plan Update, which identifies Ramon Road as a "Major Thoroughfare" and the 2009 Cathedral City General Plan, which identifies Ramon Road as an "Arterial Highway"; and WHEREAS, the Project is listed on the Southern California Association of Governments ("SCAG") 2013 Federal Transportation Improvement Program ("FTIP") as Project ID# RIV110124, approved by the Federal Highway Administration and Federal Transit Administration on December 14, 2012; and WHEREAS, the Project implements the goals and policies of the General Plans of the Cities of Palm Springs and Cathedral City; and WHEREAS, an Initial Study was prepared pursuant to the provisions of the California Environmental Quality Act ("CEQA"), Division 13 of the Public Resources Code of the State of California, beginning with §21000 (hereinafter "Act'); and 29 Resolution No.23544 Page 2 WHEREAS, pursuant to Section 21152 of the Act, a public notice announcing circulation and availability of the document and intent to Adopt a Mitigated Negative Declaration was published in the Desert Sun on March 19, 2014, and Notice of Opportunity for Public Hearing, was filed with the Riverside County Clerk; and WHEREAS, the Initial Study/Mitigated Negative Declaration ("IS/MND") was circulated for public comment from March 19 through April 19, 2014; and WHEREAS, pursuant to Section 15202 of the CEQA Guidelines, Title 14, Division 6, -Chapter 3, Article 13 "Review and Evaluation of EIRs and Negative Declarations", of the California Code of Regulations, CEQA does not require formal hearings at any stage of the environmental review process, and public comments may be restricted to written communications; and WHEREAS, the IS/MND prepared for this project has concluded, and following public review, it has been determined that the Project will not have a significant effect on the environment with the adoption of avoidance and mitigation measures identified in the MND; and WHEREAS, the City Council has carefully reviewed and considered all of the evidence presented in connection with the Project, including, but not limited to, the staff report, the IS/MND, and all written and oral testimony presented. THE CITY COUNCIL OF THE CITY OF PALM SPRINGS DOES HEREBY RESOLVE AS FOLLOWS: .SECTION 1: The above recitals are all true and correct. SECTION 2: The City Clerk of the City of Palm Springs, is hereby designated the custodian of the documents and other materials which constitute the record of proceedings upon which the City Council has based its decision. The custodian of the documents is located at 3200 E. Tahquitz Canyon Way, Palm Springs, California. SECTION 3: Pursuant to Section 15063 of the CEQA Guidelines, a Mitigated Negative Declaration ("MND") of environmental impact was prepared and circulated for a 30-day public review period ending on April 19, 2014. The Mitigated Negative Declaration adequately analyzes the general environmental setting of the Project, its potentially significant environmental impacts, and mitigation measures related to each potentially significant environmental impact on the Project, and has determined that there are no potentially significant impacts associated with the Project. SECTION 4: The Project implements the following goals and policies of the City of Palm Springs General Plan: 30 Resolution No. 23544 Page 3 Goal CR9: Establish and maintain an efficient, interconnected circulation system that accommodates vehicular travel, walking, bicycling, public transit, and other forms of transportation. Goal CR2: Establish improved levels of service for efficient traffic flow and provide a safe circulation system. As stated in the Project's Statement of Purpose of Need, the Project will accomplish the following: • Provide a gap-closure and improved regional roadway access between the Cities of Palm Springs and Cathedral City; • Provide expanded all-weather access across the Whitewater River Stormwater Channel between the Cities of Palm Springs and Cathedral City. Policy CR2.2: Make street improvements at problem intersections and bottleneck locations to improve specific traffic operations and safety, with all such improvements to be considered selectively on the basis of speck studies of the affected intersection and streets, and the impacts on the surrounding area and on pedestrian activity. As stated in the Project's Statement of Need, the Project will resolve the following: • 'Design Inadequacies: Majority of the Ramon Road between Gene Autry Trail in the City of Palm Springs and Da Vall Drive in the City of Cathedral City consists of 6 traffic lanes (3 lanes in each direction). However, the arterial within the project area between San Luis Rey Drive and Landau Boulevard consists of only 4 to 5 lanes including the Ramon Road Bridge, which consists of only 4 lanes; • Safety Deficiencies: Proposed project will improve traffic safety and traffic flow on the existing river crossing by widening the narrow bridge and improving its roadway approaches. It will improve access to the Palm Springs International Airport, which is located approximately 2 miles west of the proposed roadway and bridge widening. The widening of the bridge will also enhance public health by improving access through the bridge to reduce response time of the Emergency Response Centers • Capacity Deficiencies: Four-lane roadway and bridge currently creates a traffic bottleneck situation as Ramon Road narrows from a 64ane roadway to a 4-lane roadway over the Whitewater River and bridge approaches. As a result, the project area experiences undesirable traffic congestion during peak hours and intermittently throughout the day especially from San Luis Rey Drive to Landau Boulevard. SECTION 5: The City Council has carefully reviewed and considered all of the evidence presented in connection with the Project, including, but not limited to, the staff report, the Initial Study and public comments received, the proposed Mitigated Negative Declaration, the proposed Mitigation Monitoring and Reporting Program, and all written and oral testimony presented. The City Council further finds that on the basis of the entire Project record, there is no substantial evidence that the Project will have a 31 Resolution No. 23544 Page 4 significant effect on the environment and that the Mitigated Negative Declaration reflects the City's independent judgment and analysis. NOW, THEREFORE, BE IT RESOLVED, that based upon the foregoing, and pursuant to Section 15074 of the CEQA Guidelines, Title 14, Division 6, Chapter 3, Article 6 "Negative Declaration Process", of the California Code of Regulations, the City Council adopts and orders the filing of a Mitigated Negative Declaration, and approves the Mitigation Monitoring and Reporting Program, for the Ramon Road Widening Project Between San Luis Rey Drive and Landau Boulevard, City Project No. 08-25. ADOPTED THIS 7T" DAY OF MAY, 2014. DAVID H. READY, ANAGER ATTEST: ES THOMPSON, CITY CLERK CERTIFICATION STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS ) I, JAMES THOMPSON, City Clerk of the City of Palm Springs, hereby certify that Resolution No. 23544 is a full, true and correct copy, and was duly adopted at a regular meeting of the City Council of the City of Palm Springs on the 7t' day of May, 2014, by the following vote: AYES: Councilmember Lewin, Councilmember Mills, Mayor Pro Tern Hutcheson, and Mayor Pougnet. NOES: None. ABSENT: Councilmember Foat. ABSTAIN: None. ES THOMPSON, CITY CLERK City of Palm Springs, California 051131 z or4 32 ATTACHMENT 4 33 Notice of Determination Appendix D To: From: ® Office of Planning and Research Public Agency: City of Palm Springs, Ping Services U.S.Mail: StreetAddress: Address: 3200 E.Tahquitz Canyon Way Palm Springs,CA 92262 P.O. Box Tenth St., Rm 113 Contact:Edward Robertson,Principal Planner Sacramento,to. Sacramento, CA 95812.3044 Sacramento, CA 95814 Phone: 760-323-8269 ® County Clerk County of: Riverside Lead Agency(if different from above): Address: 2720 Gateway Drive Riverside,CA 92507 Address: Contact: Phone: SUBJECT:Filing of Notice of Determination in compliance with Section 21108 or 21152 of the Public Resources Code. State Clearinghouse Number(if submitted to State Clearinghouse): 2014031055 Project Title: Ramon Road Widening Project Between San Luis Rey&Landau Blvd Project Applicant: City of Palm Springs Project Location(include county):Ramon Road in the Cities of Palm Springs and Cathedral City, Riverside Co. Project Description: The City is the lead agency for the widening of Ramon Road between San Luis Rey on the west and Landau Blvd on the east,and including the Ramon Road bridge over the Whitewater River. The project occurs in both Palm Springs and Cathedral City.The project involves the buildout of a segment of Ramon Road from four travel lanes to six, and connecting this segment to other six-lane segments of Ramon Road,with intersection, bridge and ancillary improvements. This is to advise that the City of Palm Springs has approved the above (®Lead Agency or ❑ Responsible Agency) described project on May 7,2014 and has made the following determinations regarding the above (date) described project. 1. The project[[I will ®will not] have a significant effect on the environment. 2. ❑An Environmental Impact Report was prepared for this project pursuant to the provisions of CEQA. ©A Negative Declaration was prepared for this project pursuant to the provisions of CEQA. 3. Mitigation measures [®were [I were not] made a condition of the approval of the project. 4. A mitigation reporting or monitoring plan [®was ❑was not)adopted for this project. S. A statement of Overriding Considerations (❑was ®was not)adopted for this project. 6. Findings[i]were [I were not] made pursuant to the provisions of CEQA. This is to certify that the final EIR with comments and responses and record of project approval, or the negative Declaration, is available to the General Public at: Palm Springs City Hall,3200 East Tahquitz Canyon Way, Palm Springs,CA 92262 Signature (Public Agency): Tide: Principal Planner E and Robertson Date: .-74 Date Received for filing at OPR: V 11 MAY 14 2D14 Authority cited: Sections 21083, Public Resources Code. Reference Section 21000-21174, Public Resources Code. STATE Cl tf�� E 34 ATTACHMENT 5 05 CATEGORICAL EXEMPTION/CATEGORICAL EXCLUSION DETERMINATION FORM 08/RIV/Palm Springs BHLS 5282(040) Dist.-Co.-Rte. or Local Agency) P.M./P.M. EA/Proo ect No. Federal-Aid Project No. Local ProjectyProject No. PROJECT DESCRIPTION: (Briefly describe project including need,purpose,location,limits,right-of-way requirements,and activities involved in this box.Use Continuatton Sheetr if necessa The proposed improvements consist of widening Ramon Road between San Luis Rey Drive and landau Boulevard. The widening of Ramon Road will be from a four-lane arterial to a six-lane arterial(three lanes in each direction), including widening/replacement of the Whitewater River Bridge(BR No. 56CO287),seismic retrofit and scour countermeasures as necessary. In addition,installation of new guard rails,bridge supports within the Whitewater River Channel,curb and gutter improvements,installation of a median and sidewalks across the bridge,restriping of travel lanes and crosswalks,and the reconstruction of a median east of Landau Boulevard. The project will require the acquisition of partial parcels to accommodate for improvements and relocation of utilities as needed. CEQA COMPLIANCE (for State Projects only) Based on an examination of this proposal and supporting information,the following statements are true and exceptions do not apply (See 14 CCR 15300 at seq.): • R this project falls within exempt class 3,4,5,6 or 11.it does not impact an environmental resource of hazardous or critical concern where designated,precisely mapped and officially adopted pursuant to law. • There will not be a significant cumulative effect by this project and successive projects of the same type in the same place,over time. • There is not a reasonable possibility that the project will have a significant effect on the environment due to unusual circumstances. • This project does not damage a scenic resource within an officially designated state scenic highway. • This project is not located on a site included on any list compiled pursuant to Govt Code 3 65962.5("Cortese List'). • This project does not cause a substantial adverse change in the significance of a historical resource. CALTRANS CEQA DETERMINATION (Check one) ❑ Exempt by Statute.(PRC 2108%b);14 CCR 15260 at seq.) Based on an examination of this proposal,supporting information,and the above statements,the project is: ❑ Categorically Exempt Class . (PRC 21084;14 CCR 15300 et seq.) ❑ Categorically Exempt General Rule exemption.[This project does not fall within an exempt class,but it can be seen with certainty that there is no possibility that the activity may have a significant effect on the environment(CCR 15061 @][3).) WA NIA Print Name:Environmental Branch Chief Print Name:Project Manager/DLA Engineer NIA NIA Signature Date Signature Date NEPA COMPLIANCE In accordance with 23 CFR 771.117,and based on an examination of this proposal and supporting information,the State has determined that this 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 • has considered unusual circumstances pursuant to 23 CFR 771.117(b). CALTRANS NEPA DETERMINATION (Check one) ❑ 23 USC 326: The State has determined that this project has no significant impacts on the environment as defined by NEPA,and that there are no unusual circumstances as described in 23 CFR 771.117(b).As such,the project is categorically excluded from the requirements to prepare an environmental assessment or environmental impact statement under the National Environmental Policy Act.The State has been assigned,and hereby certifies that it has carried out the responsibility to make this determination pursuant to Chapter 3 of Title 23,United States Code,Section 326 and a Memorandum of Understanding dated June 07,2013, executed between One FHWA and the State.The State has determined that the project is a Categorical Exclusion under. 0 23 CFR T71.117(c):activity(cl( ) ❑23 CFR 771.117(d):activity(d)L_) ❑Activity_ listed In Appendix A of the MOU between FHWA and the State ® 23 USC 327: Based on an examination of this proposal and supporting information,the State has determined that the project is a CE under 23 USC 327. Aaron Burton I Sean Yeung Print Name:Enviro nta, Print Name:Pr ject Manager/DLA Engineer Sgnalure Date Signature Date Date of Categorical Exclusion Checidist completion:5/19114 Date of ECR or equivalent:5/19/14 Briefly list environmental commianents on continuation sheet. Reference additional information,as appropriate(e.g.,CE checklist, additional studies and design conditions). February 12,2014 Page I oft 36 CATEGORICAL EXEMPTION/CATEGORICAL EXCLUSION DETERMINATION FORM Continuation Sheet 08/RIV/Palm Springs BHLS 5232(040) Dist.-Co.-Rte. or Local en P.M./P.M. EA/Project No. Federal-Aid Project No. Local ProjectyProject No. Continued from page 1: Project Description: The proposed improvements consist of widening Ramon Road between San Luis Rey Drive and Landau Boulevard. The widening of Ramon Road will be from a four-lane arterial to a six-lane arterial(three lanes in each direction), including widening/replacement of the Whitewater River Bridge(BR No.56CO287),seismic retrofit and scour countermeasures as necessary. In addition,installation of new guard rails,bridge supports within the Whitewater River Channel,curb and gutter improvements,installation of a median and sidewalks across the bridge,restriping of travel lanes and crosswalks,and the reconstruction of a median east of Landau Boulevard. The project will require the acquisition of partial parcels to accommodate for improvements and relocation of utilities as needed. Air Quality: A-1—A dust control plan shall be prepared and implemented during all construction activities,include ground disturbance,grubbing,gradding,and soil export. A-2—The project shall adhere to all requirements set forth in Caltrans Standard Specifications Sections 14 and 18. A-3--During all bridge expansion work including any necessary demolition and all renovation,SCAQMD rule 1403 shall be adhere to. A-4—The disturbance of asbestos containing material will be conducted in accordance to Title B CCR Section 1529. Writent notification to the nearest Cal/OSHA district office is required at least 24 hours prior to certain asbestos-related work. A-5—The project shall adhere to the nuisance odor requirement by not discharging air quality contaminants that could affect a substantial number of people,businesses or properties. SCAQMD Rule 402. Noise: N-1—A proposed barrier falls under the Caltrans reasonable and feasible criteria as presented in the NSR,as such,all affected property owners must support the proposed noise abatement measure,location,and materials to be used for construction. A survey must be completed to determined if all affecled property owners support such measure. Please coordinate with Caltrans staff. Biology B-1-30 days or less prior to ground disturbing activities,a one-day pre-contruction survey for burrowing owl is recommended. In the event owls are found to next within the project area or its area of influence,owl avoidance, minimization,and mitigation of impacts shall be in accordance to CDFW guidance. B-2—Any vegetation or tree removal,grading,or bridge disturbance and/or retrofittng occurring between February 15 (February 1 for burrowing owl)and August 31 shall require a qualified biologist to conduct at least one nesting bird survey and more if deemed necessary. Hazardous Waste: H-1—During removal and handling of yellow stripping paint,the construction contractor must implement a Lead Compliance Plan prepared by a Certified Industrial Hygienist. February 12,2014 Page 2 of 2 J ATTACHMENT 6 38 STALE O�CALIF(1RNIA�Uc_INf;$$.7RANSPOR7ATION AND IIOU$SIQ.AGENCYIMMUND G.BROWN Jr.,Go�mat DEPARTMENT OF TRANSPORTATION DIVISION OF PLANNING AND LOCAL ASSISTANCE 464 W.41-STREET,6"Floor,MS-760 SAN BERNARDINO,CA 92401-1400 PHONE (909)383-4030 Flesyowpower! FAX (909)383-5936 Be enerV ej/ictent! TIN 711 www.dot.mgov1dist8/ June 2, 2015 08-RIV-0-PSP BHLS-5282(040) Marcus Fuller, P.E Ramon Rd. from San Luis Rey Dr.to City Engineer Landau Blvd., Br. no. 56C-0287 City of Palm Springs Rehabilitate, Widen 3200 E. Tahquitz Canyon Way Bridge and Roadway Palm Springs,CA 92262 Dear Mr. Fuller: We have reviewed and processed your obligation submittal for the above-referenced project through Caltrans Headquarters and the Federal Highway Administration(FHWA). You are hereby authorized to begin the PS&E in the Preliminary Engineering phase of your project. Enclosed is a copy of the authorizing document (E-76) for your records. If you plan to utilize private/outside consultant services, please be reminded of the Consultant Selection and Audit Process as outlined in Chapter 10 of our Local Assistance Procedures Manual (LAPM). If you have any questions,please call me or Alberto Vergel de Dios of my staff at(909) 383- 3944. Sincerely, Sean Yeung,P.E. District Local Assistance Engineer Attachment: E-76 c: Grace Alvarez, RCTC Savat Khamphou, Palm Springs "Caltrans improves mobility across California" 39 AMENDMENT MODIFICATION SUMMARY-(E-76) FEDERAL AID PROGRAM CALIFORNIA DEPARTMENT OF TRANSPORTATION GLA LOCATOR: 08-RIV-0-PSP PROJECT LOCATION: PREFIX: BHLS RAMON ROAD FROM SAN LUIS REY DRIVE TO LANDAU BOULEVARD,BR.NO.56C-0287 PROJECT NO: 5282(040) TYPE OF WORK: SEO NO: 2 REHABILITATE AND WIDEN BRIDGE AND ROADWAY PREV AUTH/AGREE DATES: STATE PROJ NO:0800020453L-N FED RR NO'S: PE: 06/01/2011 AGENCY: PALM SPRINGS PUC CODES: R/W: ROUTE: PROJ OVERSIGHT:DELEGATED/LOCAL ADMIN CON: TIP DATA ENV STATUS 1 DT: DELEG TO STATE SEC 6005 06109M14 SPR: MPO: SCAG RW STATUS/DT: MCS: FSTIP YR: 14/15 INV FITE: OTH: STOP REF: 209A000-3905 BEG MP: 0 DISASTER NO: END MP: 0 BRIDGE NO'S: 660287 56CO287 PROG CODE LINE NO IMPV TYPE FUNC SYS URBAN AREA URB/RURAL DEMO ID LICE 10 15 P INDIO-COACHELLA URBAN MOE1 11 15 P MAP211NDIO-CATHEDRAL CITY URBAN FUNDING SUMMARY PHASE PROJECT COST FEDERAL COST AC COST PREY.OBLIGATION $1,650.000.00 $1.200.732.00 $0.00 PE THIS REQUEST $1.718.000.00 $1,252,434.00 $0.D0 SUBTOTAL $3,3681000.00 $2,453.166.00 $0.00 PREY.OBLIGATION $0.00 $0.0D $0.00 R/W THIS REQUEST $0.00 $0-00 $0.00 SUBTOTAL $O.00 $O.DO 50.00 PREV.OBLIGATION $0.00 $0.00 $0.00 CON THIS REQUEST $0.00 $0.00 $0.00 SUBTOTAL $0.00 $0.00 $0.00 TOTAL: $3,368,000.00 $2,453,166.DO $0.00 STATE REMARKS 0511712011 This Is a request for PE funds.at 05M712011 O5/17111 SEQ 1 for PAED only. TOTAL COST FED P/C FED FUNDS(LICE) LOCAL PAED $1,650.000 $1,356,300 $1,200.732 $449,268 AU 05123/2011 05123111:Sect 1-authorized$1,200,732 of L10E funds for PE(Environmental Process). 'the widening is from exist 4 to proposed 6lanes. P-federally participating.N-P-federally non-participating, The federal participating project limits are from 200'west of the west bridge abutment to Landau Blvd. The non-participating project limits on the west side are from San Luis Rey Or to 200'west of the west bridge abutment. The ran-participating project limits on the east side is from Landau Blvd to 680'east. The City shall not bill for non-participating PE work. The City has indicated that it will complete the PE(Env Process)Phase by June 2015,is It will obtain NEPA environmental clearanoe/approval by this data. Note that NEPA ClearencelApproval has to cover the entire project Omits,including the non-partldpating Project limits. The non. participating work Is 100%locally funded. The City is responsible for segregating the participating and non-participating PE costs accurately. Note that PE(final deslgrvPS&E)Phase is NOT authorized. Addltionaliy,subsequent to NEPA Clearance and at the time of requesting authorizafion for PE(final design/PS&E)the City will need to ensure that this phase is programmed in the current FSTIP/FTIP. Supplemental documentation provided to FHWA"part of this E-76 are:agency FL dated 4/R1land the FTIP/FSTIP Sheet(RIV110124). Note that the FTIP Sheet shows a PTC of$35,998,000 for the entire project,Ind the federally non-participating portion. Fah 6A shows a HBP Participating Construction Cost of$22,169,000. The City needs to explain to the DLAE why this project is double-programmed in the FTIP/FSTIP-see FTIP Id RIV090406. HO DLA assumes the programming under RIV090406 to be incorrect. AS 0 5101/2 01 5 SEQ 2.This is a request for Preliminary Engineering funding in PS&E using Highway Bridge Replacement and Rehabilitation(HBRR)funds.National Environmental Pdky Ad(NEPA)was cleared on 0 6/0 912 01 4. The Project ID RIV110124 in SCAG's 2015 FTIP amendment no.4 was approved on 0410812015.PE unobllgated funds are programmed in 15116 FFY and EPSP'd to 14/15 FFY.Use appropriation code M001 with rF O maximum reimbursement rate of 88.53%. 05/04/2015 SEQ 2.Agreement End Date on June 30,2021 based on Finance letter dated D51062015. 05/1712015 Sequence#2 is a request for additional preliminary engineering funding for plans,specl8cadons,and estimates(PS&E)to rehabilitate and widen from four to six lanes the Ramon Road bridge and approaches over Me Whltevvater River from San Luis Rey On"to Landau Boulevard using National Highway Performance Program(NHPP)funds programmed for FY 15-16 In Amendment 94 approved on 4108/15 to SCAG's 2015 FTIP and EPSP'd to FY 14-15 on 5118/15. Funding for preliminary engineering for project approval and environmental document(PA&ED)was previously obigated. Federal funding is now capped at an Increased $2,453.166 for preliminary engineering with a maximum reimbursement ratio of 88,53%. Reimburse with MOE1 NHPP funds at 88.53%on a pro rate rembursement basis up to the additional federal amount shown for preliminary engineering for PS&E. Br.No.56C-0287. FEDERAL REMARKS AUTHORIZATION AUTHORIZATION TO PROCEED WITH REQUEST:PRE PREPARED IN FADS BY:VERGEL DE DIOS,ALBERTO ON 05M72015 806-39" FOR:PLANS,SPECS,&EST. REVIEWED IN FADS BY:LOUIE,PATRICK ON OW312015 653-7349 DOCUMENT TYPE:AMOD SUBMITTED IN FADS BY:LOUIE,PATRICK ON 05232015 FOR CALTRANS PROCESSED IN FADS BY:FOGLE,JERILYNN ON 0527/2015 FOR FHWA APPROVED IN FMIS BY: MARY CUNNINGHAM ON 0 6101/2 01 5 SIGNATURE HISTORY FOR PROJECT NUMBER 5282(040)AS OF 06/02/2015 FHWA FMIS 4.0 SIGNATURE HISTORY MOD# SIGNED BY SIGNED ON 1 JERILYNN FOGLE 05127/2015 ZYLKIA MARTIN-MAMBO 06/01/20I5 MARY CUNNINGHAM 0610MO15 0 JERILYNN FOGLE 05/252011 GARY J.SWEETEN 05262011 RODNEY WHITFIELD 06/01/2011 FHWA FMIS 3.0 SIGNATURE HISTORY CALTRANS SIGNATURE HISTORY DOCUMENT TYPE SIGNED BY SIGNED ON AMEND/MOD LOUIE,PATRICK 05232015 1�