Loading...
HomeMy WebLinkAbout1/18/2012 - STAFF REPORTS - 2.H. 40�?A LM Sp4 iy c V N 4 aT �C `O°roureo P• 4<�FORN� City Council Staff Report Date: January 18, 2012 CONSENT CALENDAR Subject: APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT 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 Initiated by: Public Works and Engineering Department SUMMARY For many years, the Public Works & Engineering Department has pursued federal funding from the state of California Department of Transportation ("Caltrans") through its Highway Bridge Program ("HBP") to design and construct a new bridge on Vista Chino across the Whitewater River. Caltrans approved the City's federal grant request, and awarded the City federal funding to initiate the preliminary environmental phase for this project. The City solicited proposals from consultants for environmental and civil engineering design services for this project. After a competitive consultant selection process, the City selected CNS Engineers, Inc., and negotiated the proposed professional services agreement. RECOMMENDATION: 1) Approve Agreement No. with CNS Engineers in the amount of $1,438,483.95 for environmental and civil engineering design services related to the Vista Chino Low Water Crossing Bridge Replacement at the Whitewater River, (City Project 10-10), Federal Aid Project No. BR-NBIL (513); and 2) Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: For many years, the Public Works & Engineering Department has pursued federal funding from the state of California Department of Transportation ("Caltrans") through its Highway Bridge Program ("HBP") to design and construct a new bridge on Vista Chino across the Whitewater River. The City has three "at-grade" crossings of the Whitewater ITEM NO. JA City Council Staff Report January 18, 2012 - Page 2 Vista Chino Bridge (CP 10-10) River on Indian Canyon Dr., Gene Autry Trail, and Vista Chino. Anytime there is a storm event, the City is generally required to close one, two or all three of these critical arterials into and out of the City, severely disrupting access in the western Coachella Valley, especially emergency access to Desert Regional Medical Center. The Coachella Valley Association of Governments ("CVAG") adopted the 2010 Update to the Transportation Project Prioritization Study ("TPPS"). The TPPS identifies the estimated costs to construct all-weather bridge crossings in Palm Springs as follows: Indian Canyon Drive: $166,270,000 Gene Autry Trail: $225,682,800 Vista Chino: $68,638,500 As the cost implications to the City and CVAG are in excess of $450 Million to construct all-weather bridge crossings at these locations, staff have primarily focused on securing federal funding for construction of a new bridge on Vista Chino, which has the shortest length (1/2 mile) across the Whitewater River. After many years of effort, the Public Works & Engineering Department has been successful in having Caltrans program $1,000,000 in the HBP for the Preliminary Engineering ("PE") Phase to initiate environmental studies and preliminary design for a new Vista Chino bridge. This project requires the services of a professional firm to provide environmental and civil engineering design services. Staff prepared a Request for Proposals (RFP) for environmental and civil engineering design services to solicit consultants for this project. On July 26, 2011, the RFP was published and made available to firms through the City's Division of Procurement and Contracting, and by the August 30, 2011, deadline, proposals from the following firms were received: AECOM; Ontario, CA CNS Engineers, Inc.; Riverside, CA RBF Consulting; Irvine, CA Simon Wong Engineering; San Diego, CA Ultrasystems Environmental; Irvine, CA Vandermost Consulting Services; San Juan Capistrano, CA Following review of the proposals by a Selection Committee, a clear consensus of CNS Engineers, Inc., as the top ranked firm was made. The Selection Committee, in accordance with federal rules regarding consultant selection process, determined that final interviews were not necessary based on its clear determination of a top ranked firm. The selection was based on CNS Engineers' thorough understanding of the project area, federal processes related to environmental clearances, and their recent experience coordinating federally funded highway bridge projects through Caltrans District 8. 02 City Council Staff Report January 18, 2012 - Page 3 Vista Chino Bridge (CP 10-10) Local Business Preference Compliance Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program," requires consultants to use good faith efforts to solicit applications for employment and proposals for sub-consultants for work associated with the proposed contract from local residents and firms as opportunities occur and hire qualified local residents and firms whenever feasible. However, in accordance with the exceptions in the Code, given the federal funding associated with this project local preferences are not allowed, and the provisions of the City's Local Business Preference Program were not included in the RFP. However, CNS Engineers made a conscious effort to include local participation in this contract, and has identified the following three sub-consultants to perform work on this contract: MSA Consulting, Inc.; Rancho Mirage, CA Overland, Pacific & Cutler, Inc.; Palm Desert, CA Terra Nova Planning & Research, Inc.; Palm Desert, CA Approximately 20.3% of the total contract amount represents the total fees to be paid to these local businesses as part of this contract. Nondiscrimination provisions apply to all programs and activities of federal-aid recipients, sub-recipients, and contractors, regardless of tier (49 Code of Federal Regulations (CFR), Part 21). Pursuant to the federal regulations, Disadvantaged Business Enterprise (DBE) requirements must be satisfied with this project. A DBE goal of 2.40% was established for this contract. CNS Engineers is itself a certified DBE firm, and CNS Engineers has included another DBE firm as a subconsultant to this contract, and will be reporting the value of work performed by the two DBE firms on this contract as 27% of the contract amount. FISCAL IMPACT: The City has obtained $885,300 in federal funds for the initial environmental phase of this project. The City has also entered into a funding agreement with CVAG to fund 75% of the $114,700 local match. The proposed agreement includes contract provisions that segregate the required services into Phase 1A which is defined as "Limited Project Approval & Environmental Document (PA/ED)" with a maximum fee of $909,980.62. This is the maximum fee authorized upon Council's approval of the agreement. Once the City has completed the initial environmental phase, staff will request obligation of additional federal funding from Caltrans to allow completion of the preliminary engineering phase. A second phase, Phase 1 B, is defined as "Full Project Approval & Environmental Document (PA/ED)" with a maximum fee of $528,503.33. This is the 03 City Council Staff Report January 18, 2012 - Page 4 Vista Chino Bridge(CP 10-10) maximum fee for completion of the environmental phase of this project. Pursuant to the provisions included in the agreement, the Consultant cannot proceed with Phase 113 until such time as the City has successfully obligated the remaining federal funding from Caltrans for the preliminary engineering phase of this project. Therefore, although the Council is approving the total maximum contract fee of $1,438,483.95 at this time, compensation is limited to $909,980.62 for Phase 1A until specific authorization from the City is given to the consultant to proceed with the remaining services identified in Phase 1 B. The proposed contract fee of $909,980.62 for Phase 1A services will be funded with federal HBP funding, Regional Measure A funding, and Local Measure A funding, as follows: Account261-4491-50298: $805,605.84 Account134-4497-50298: $78,281.08 Account 134-4498-50298: $26,093.70 No local miscellaneous general funds are required for this contract. SUBMITTED: Prepared by: Recommended by: q44�U,A-v w� Marcus L. Fuller David J. Barakian Assistant Director of Public Works Director of Public Works/City Engineer Approved by: Thomas J. Wilso Asst. City Manager David H. Ready, Ci ager ATTACHMENTS: 1. Agreement 04 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT WHITEWATER RIVER CITY PROJECT NO. 10-10 FEDERAL AID PROJECT NO. BR-NBIL (513) THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement') is made and entered into, to be effective this day of 20_, by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as "City") and CNS Engineers. Inc., a California corporation, (hereinafter referred to as "Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and are hereinafter collectively referred to as the "Parties." RECITALS A. City has determined that there is a need for professional services to complete the Project Approval/Environmental Document ("PA/ED") phase for the Vista Chino Low Water Crossing Bridge Replacement at Whitewater River, City Project No. 10-10, Federal Aid Project No. BR-NBIL (513), (hereinafter the "Project"). B. Consultant has submitted to City a proposal to provide professional services to City to complete the Project Approval/Environmental Document ("PA/ED") phase for the Project pursuant to the terms of this Agreement. C. Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D. City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit "A," which is attached hereto and is incorporated herein by reference (hereinafter referred to as the "Services' or "Work'). As a material inducement to the City entering into this Agreement, Consultant represents and warrants that Consultant is a provider of first class work and professional services and that Consultant is experienced in performing the Work and Services contemplated herein and, in light of such status and experience, Consultant covenants that it shall follow the highest professional standards in performing the Work and Services required hereunder. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced professionals performing similar work under similar circumstances. Page 1 of 19 05 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement and the supplemental "Special Requirements" identified on Exhibit "B"; (2) the Scope of Services; (3) the City's Request for Proposals; and, (4) the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), which shall all be referred to collectively hereinafter as the "Contract Documents." The City's Request for Proposals and the Consultant's Proposal, which are both attached hereto as Exhibits "C" and "D," respectively, are hereby incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant's Proposal. All provisions of the Scope of Services, the City's Request for Proposals, and the Consultant's Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (1') the provisions of the Scope of Services (Exhibit "A"); (2"d) the provisions of the City's Request for Proposals (Exhibit "C"); (3`d) the terms of this Agreement and the supplemental "Special Requirements" identified on Exhibit "B"; and, (4d') the provisions of the Consultant's Proposal (Exhibit "D"). 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder. 1.4 Licenses, Permits. Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work and Services under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work and Services required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, Page 2 of 18 06 papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Consultant, incorporating therein any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement, which adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Consultant that the provisions of this section shall not apply to the services specifically set forth in the Scope of Services or reasonably contemplated therein, regardless of whether the time or materials required to complete any work or service identified in the Scope of Services exceeds any time or material amounts or estimates provided therein. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Maximum Contract Amount. For the Services rendered pursuant to this Agreement for Phase 1A, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached hereto as Exhibit "E-1" and is incorporated herein by reference, but not exceeding the Phase 1A Contract Amount of Nine Hundred Nine Thousand Nine Hundred Eighty Dollars and Sixty-Two Cents ($909 980.62) (hereinafter referred to as the "Phase 1A Contract Amount"), except as may be provided pursuant to Section 1.8 above. The Phase 1A Contract Amount is the maximum compensation authorized upon execution of this Agreement. Upon written authorization from the Contract Officer to proceed with the Services rendered pursuant to this Agreement for Phase 1B, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached hereto as Exhibit "E-2" and is incorporated herein by reference, but not exceeding the Phase 1 B Contract Amount of Five Hundred Twenty-Eight Thousand Five Hundred Three Dollars and Thirty-Three Cents Page 3 of 18 07 ($528,503.33) (hereinafter referred to as the "Phase 1B Contract Amount"), except as may be provided pursuant to Section 1.8 above. The Phase 1 B Contract Amount shall be added to the maximum compensation authorized upon receipt of the written authorization from the Contract Officer to proceed with Phase 1 B. For all Services rendered pursuant to this Agreement for Phase 1A and 1B, Consultant shall be compensated by City in accordance with the Schedule of Compensation, which is attached hereto as Exhibits "E-1" and "E-2" and is incorporated herein by reference, but not exceeding the Maximum Contract Amount of One Million Four Hundred Thirty-Eight Thousand Four Hundred Eighty-Three Dollars and Ninety-Five Cents. ($1.438.483.95) (hereinafter referred to as the "Maximum Contract Amount"), except as may be provided pursuant to Section 1.8 above. The method of compensation shall be as set forth in Exhibit "E." Compensation for necessary expenditures for reproduction costs, telephone expenses, and transportation expenses must be approved in advance by the Contract Officer designated pursuant to Section 4.2 and will only be approved if such expenses are also specified in the Schedule of Compensation. The Maximum Contract Amount shall include the attendance of Consultant at all Project meetings reasonably deemed necessary by the City. Consultant shall not be entitled to any increase in the Maximum Contract Amount for attending these meetings. Consultant hereby acknowledges that it accepts the risk that the services identified in the Scope of Services may be more costly and/or time-consuming than Consultant anticipates, that Consultant shall not be entitled to additional compensation therefore, and that the provisions of Section 1.8 shall not be applicable to the services identified in the Scope of Services. The maximum amount of city's payment obligation under this section is the amount specified herein. If the City's maximum payment obligation is reached before the Consultant's Services under this Agreement are completed, consultant shall nevertheless complete the Work without liability on the City's part for further payment beyond the Maximum Contract Amount. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit "E"), in any month in which Consultant wishes to receive payment, no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional Page 4 of 18 08 services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance (Exhibit "F"). 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance, which is attached hereto as Exhibit "F" and is incorporated herein by reference. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant (financial inability excepted), including, but not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in writing of the causes of the delay. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this section. 3.4 Term. Unless earlier terminated as provided elsewhere in this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services but not exceeding three (3) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "F") and pursuant to Section 3.2 above, unless extended by mutual written agreement of the Parties. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its Page 5 of 18 09 behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: James Lu, P.E.. S.E. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City, and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontractina or Assignments. The experience, knowledge, capability, expertise, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by operation of law, without the prior written consent of City. Consultant shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Contractor. A. The legal relationship between the Parties is that of an independent contractor, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Neither City nor any of its officers, Page 6 of 18 10 employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint venturer or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant's officers, employees, servants, representatives, subcontractors, or agents, Consultant shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. Page 7 of 18 11 (1) Consultant shall either: (a) certify in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a "claims made' basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended "tail" coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an "occurrence" basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers' Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Consultant has no employees, Consultant shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. Page 8 of 18 12 E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Consultant's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. 5.3.5 Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant's obligation to ensure Page 9 of 18 13 timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Consultant agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant's activities or the activities of any person or person for which the Consultant is otherwise responsible. Page 10 of 18 14 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No._"or "for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No._" or"for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant's obligation to provide them. Page 11 of 18 15 6. INDEMNIFICATION To the fullest extent permitted by law, Consultant shall indemnify, defend (at Consultant's sole cost and expense), protect and hold harmless City and its officers, council members, officials, employees, agents and volunteers and all other public agencies whose approval of the Project is required, (individually "Indemnified Party"; collectively "Indemnified Parties") against any and all liabilities, claims, judgments, arbitration awards, settlements, costs, demands, orders, and penalties (collectively "Claims"), including but not limited to Claims arising from injuries or death of persons (Consultant's employees included) and damage to property, which Claims arise out of, pertain to, or are related to the negligence, recklessness, or willful misconduct of Consultant, its agents, employees, or subcontractors, or arise from Consultant's negligent, reckless, or willful performance of or failure to perform any term, provision, covenant, or condition of this Agreement ("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced to the extent such Claims arise from the negligence, recklessness, or willful misconduct of the City, its officers, council members, officials, employees, or agents. Consultant shall reimburse the Indemnified Parties for any reasonable expenditures, including reasonable attorneys' fees, expert fees, litigation costs, and expenses that each Indemnified Party may incur by reason of Indemnified Claims. Upon request by an Indemnified Party, Consultant shall defend with legal counsel reasonably acceptable to the Indemnified Party all Claims against the Indemnified Party that may arise out of, pertain to, or relate to Indemnified Claims, whether or not Consultant is named as a party to the Claim proceeding. The determination whether a Claim "may arise out of, pertain to, or relate to Indemnified Claims' shall be based on the allegations made in the Claim and the facts known or subsequently discovered by the Parties. In the event a final judgment, arbitration award, order, settlement, or other final resolution expressly determines that Claims did not arise out of, pertain to, nor relate to the negligence, recklessness, or willful misconduct of Consultant to any extent, then City shall reimburse Consultant for the reasonable costs of defending the Indemnified Parties against such Claims, except City shall not reimburse Consultant for attorneys' fees, expert fees, litigation costs, and expenses that were incurred defending Consultant or any parties other than Indemnified Parties against such Claims. Consultant's indemnification obligation hereunder shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified hereunder are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. Page 12 of 18 i5 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work or Services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant's performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. Page 13 of 18 17 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. Thereafter, Consultant shall have no further claims against the City under this Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the City an invoice for work and services performed prior to the date of termination. In addition, the Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Consultant may determine. 8.4 Default of Consultant. A. Consultant's failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.3. Page 14 of 18 18 C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.B, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant's liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non-judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. Page 15 of 18 19 9.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or(2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant's consent or in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant's expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. Page 16 of 18 20 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of(i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Citv: City of Palm springs Attention: City Manager& City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Consultant: CNS Engineers, Inc. 10370 Hemet Street, Suite 230 Riverside, CA 92503 Attention: James Lu Telephone: (951) 687-1005 Facsimile: (951) 667-3387 10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party Page 17 of 18 21 beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. (SIGNATURES ON FOLLOWING PAGE) Page 18 of 18 22 IN WITNESS WHEREOF, the City and the Consultant have caused this Agreement to be executed the day and year first above written. ATTEST: CONTENTS APPROVED: CITY OF PALM SPRINGS, CA By By City Clerk City Manager Date: Date: By City Engineer Date: APPROVED AS TO FORM: APPROVED BY CITY COUNCIL: By Date: Agreement No. City Attorney Date: CONSULTANT Name: CNS Engineers, Inc. Check one:_Individual_Partnership X Corporation Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. Address: 10370 Hemet Street, Suite 230 Riverside, CA 92503 By: By: Signature(notarized) Signature (notarized) Name: Name: Title: Title: Page 19 of 18 23 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On before nte, om --true NOW Nm1i.aTftcfbaoffiw - persorailly appeared w n who proved to rre on the basis of satisfactory evidence to be the person(s)whose names)Ware abated to the within instrument and acknowiedged to me that hW4*AhW executed the same in hislhearAhm auihodaed capacity(es),and that by hi .r ' fels)on the ristruntent the parson(a), or the entity, upon behalf of which the persor(s)acted,amuled the instruntert I c artily under PENALTY OF PERJURY under the laws of the State of Californiathat tie loregoing paragraph Is true and correct. WITNESS my hand and official seal. Signature OPTIONAL TrvVft he hitiarlshm babwis ran raWAiedbylift R nWP"mkmW m pareone m4ftm ale doponem ruedco+ddpiftw*kmAdiml mnavei end mWbdwwg of in titan to afto#er dVwerst Desorl m of Attached OowrneM Tire or Typo ofDoaamentDmument Cate: ..._.�N _. . of Signers)011m Than Named Ab ve _ Capsiaft 0m)Ctalmied by ►(s) ..... . _mW Signer'sNama: C1 IndNtldttal v Individual Offirar—T s): n Corpords Officer—Tito(e): r. Partner—13 Un*9d ❑General u Partner—C Urnaled ❑Gomm ❑ Attomey in Fact :�Attorney in Fact * Tntstee '�cdr�.rn here 0Trus" hot a+nr-trr ❑ Guardian or Conservator v Guardian or C4rmrvator O other. _ Signer Is f:apresenwlw Signer Is Rmaesenling: t earn riunr �ssa:a.�..tgasmx sea srscs.wox. wee odh 24 EXHIBIT "A" SCOPE OF SERVICES 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-013-11-02. 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 PANED 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 PANED Phase; and performing environmental technical studies. Phase 1 A 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 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 Exhibit"A" Page 1 of 31 25 EXHIBIT "A" SCOPE OF SERVICES 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; 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. Exhibit"A" Page 2 of 31 26 EXHIBIT "A" SCOPE OF SERVICES 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. 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 Exhibit"A" Page 3 of 31 27 EXHIBIT "A" SCOPE OF SERVICES Task 2— Limited Preliminary Engineering Task 2.1 Data Collection and Research 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 dada 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 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. Exhibit"A" Page 4 of 31 28 EXHIBIT "A" SCOPE OF SERVICES 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 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, R/W, descriptions of found monuments, topographic mapping, all overlaid on screened color orthophoto image. The task includes text describing APN's and ownership. Deliverables: a RAN 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 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 Exhibit"A" Page 5 of 31 29 EXHIBIT "A" SCOPE OF SERVICES 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 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 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 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 Exhibit"A" Page 6 of 31 30 EXHIBIT "A" SCOPE OF SERVICES 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 V=40' H & V=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 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 & V=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. Exhibit"A" Page 7 of 31 31 EXHIBIT "A" SCOPE OF SERVICES 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 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 Exhibit"A" Page 8 of 31 32 EXHIBIT "A" SCOPE OF SERVICES 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 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. Exhibit"A" Page 9 of 31 33 EXHIBIT "A" SCOPE OF SERVICES 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 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 Exhibit"A" Page 10 of 31 34 EXHIBIT "A" SCOPE OF SERVICES 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. 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 (CEOA NEPA) 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 Exhibit"A" Page 11 of 31 35 EXHIBIT "A" SCOPE OF SERVICES 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 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 Exhibit"A" Page 12 of 31 36 EXHIBIT "A" SCOPE OF SERVICES Task 3.5 Phase 1 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 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). Exhibit"A" Page 13 of 31 37 EXHIBIT "A" SCOPE OF SERVICES 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); 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; Exhibit"A" Page 14 of 31 38 EXHIBIT "A" SCOPE OF SERVICES 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. Exhibit"A" Page 15 of 31 39 EXHIBIT "A" SCOPE OF SERVICES 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 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 agassizii), 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 inornata), 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 Exhibit"A" Page 16 of 31 40 EXHIBIT "A" SCOPE OF SERVICES 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 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 substrate/habitat 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: Exhibit"A" Page 17 of 31 41 EXHIBIT "A" SCOPE OF SERVICES (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) 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 Caltrans 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). Exhibit"A" Page 18 of 31 42 EXHIBIT "A" SCOPE OF SERVICES 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 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 Exhibit"A" Page 19 of 31 43 EXHIBIT "A" SCOPE OF SERVICES 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 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 Exhibit"A" Page 20 of 31 44 EXHIBIT "A" SCOPE OF SERVICES 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 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 PA/ED PHASE SERVICES Exhibit"A" Page 21 of 31 45 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. Exhibit"A" Page 22 of 31 46 EXHIBIT "A" SCOPE OF SERVICES 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 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; DEA— 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 Exhibit"A" Page 23 of 31 47 EXHIBIT "A" SCOPE OF SERVICES 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 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) Exhibit"A" Page 24 of 31 48 EXHIBIT "A" SCOPE OF SERVICES 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. 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, External QC Form, Environmental Document Review Checklist, Administrative Draft IS/EA/MND, Comment/Response Matrix, External QC Form, Environmental Document Review Checklist, Draft IS/EA/MND, Comment/Response Matrix, External QC Form, Environmental Document Review Checklist, Draft IS/EA/MND (2), Comment/Response Matrix, External QC Exhibit"A" Page 25 of 31 49 EXHIBIT "A" SCOPE OF SERVICES Form, Environmental Document Review Checklist, Final Draft IS/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 IS/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 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 Exhibit"A" Page 26 of 31 50 EXHIBIT "A" SCOPE OF SERVICES 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 IS/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 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 Exhibit"A" Page 27 of 31 51 EXHIBIT "A" SCOPE OF SERVICES 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 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 made to conduct the pre-application consultation at a project site meeting. However, Exhibit"A" Page 28 of 31 52 EXHIBIT "A" SCOPE OF SERVICES 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. (USACE 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 Exhibit"A" Page 29 of 31 53 EXHIBIT "A" SCOPE OF SERVICES 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)) 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 Exhibit"A" Page 30 of 31 54 EXHIBIT "A" SCOPE OF SERVICES 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 END OF EXHIBIT "A" Exhibit"A" Page 31 of 31 55 EXHIBIT "B" SPECIAL REQUIREMENTS Add the following to Section 2.0, Compensation: Section 2.5, Cost Principles. Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the allowability of cost individual items. Consultant also agrees to comply with federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. Any costs for which payment has been made to Consultant that are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to the City. Add the following to Section 2.0, Compensation: Section 2.6, General Compliance with Laws and Wage Rates. Consultant warrants that its cost proposal, approved by City and identified on the Schedule of Compensation as set forth in Exhibit "E", complies with all federal, state and local laws and ordinances applicable to the work, including compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. Add the following to Section 4.0, Coordination of Work: Section 4.5, Subcontracting. Any subcontracts or contractual arrangements ("subcontracts") between the Consultants and other parties ("subcontractors") entered into in the performance of this Agreement to which the City is not named shall include all applicable provisions of this Agreement and the Consultant shall require that its subcontractors thereby comply with all such applicable provisions. Add the following two paragraphs to Section 7.5, Audit and Inspection of Records: For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Federal Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; the Consultant, subcontractors, and the City shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, the State Auditor, City, FHWA, or any duly authorized representative of the federal government shall have access to any books, records, and documents of the Consultant that are pertinent to the contract for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. Exhibit"B" Page 1 of 11 56 EXHIBIT "B" SPECIAL REQUIREMENTS Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by the City's Chief Financial Officer. Not later than 30 days after issuance of the final audit report, the Consultant may request a review by the City's Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. Neither the pendency of a dispute nor its consideration by the City will excuse the Consultant from full and timely performance, in accordance with the terms of this contract. Add the following to Section 10.0, Miscellaneous Provisions: Section 10.9, Covenant Against Contingent Fees. The Consultant warrants, by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, except bona fide employees, or bona fide established commercial or selling agencies maintained by the Consultant for the purpose of securing business. For breach or violation of this warranty, the City has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. Add the following to Section 10.0, Miscellaneous Provisions: Section 10.10, Patent Rights. This agreement includes herein by reference applicable patent rights provisions described in 41 CFR 1-91 regarding rights to inventions. Add the following to Section 10.0, Miscellaneous Provisions: Section 10.11, Endorsement. The responsible consultant/engineer shall sign all plans, specifications, estimates (PS&E) and engineering data furnished by him/her, and where appropriate, indicate his/her California registration number. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.12, Disadvantaged Business Enterprise (DBE) Requirements. The City has established an Underutilized DBE goal for this Agreement of 2.40%. 1. TERMS AS USED IN THIS DOCUMENT • The term "Disadvantaged Business Enterprise" or "DBE" means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Part 26.5, Code of Federal Regulations (CFR). • The term "Underutilized Disadvantaged Business Enterprise" or "UDBE." DBE classes that have been determined in the 2007 Caltrans Disparity Study to have a statistically significant Exhibit"B" Page 2 of 11 57 EXHIBIT "B" SPECIAL REQUIREMENTS disparity in their utilization in previously awarded transportation contracts. UDBEs include: African Americans, Native Americans, Asian-Pacific Americans, and Women. • The term "Agreement" also means "Contract." • Agency also means the local entity entering into this contract with the Contractor or Consultant. • The term "Small Business" or "SB" is as defined in 49 CFR 26.65. • The term "Department" means the"California Department of Transportation" or"Caltrans" 2. AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Agreements financed in whole or in part with federal funds (See 49 CFR 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs"). The Contractor should ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF UDBE AND DBE INFORMATION A "Local Agency Proposer UDBE Commitment (Consultant Contract)" (Exhibit 10-01) form is incorporated herein by reference. The Consultant warrants that it has either met the UDBE goal, or has demonstrated good faith efforts to meet the goal established for the contract. Only UDBE participation will be counted towards the contract goal; however, all DBE participation shall be collected and reported. Consultant shall submit a completed Exhibit 10-01 form to City prior to commencing work. A "Local Agency Proposer DBE Information (Consultant Contract)" (Exhibit 10-02) form is incorporated herein by reference. The purpose of the form is to collect data required under 49 CFR 26. For contracts with UDBE goals, this form collects DBE participation by DBEs owned by Hispanic American and Subcontinent Asian Americans males (persons whose origin are from India, Pakistan, Bangladesh, Bhutan, Maldives Islands, Nepal or Sri Lanka). 4. DBE PARTICIPATION GENERAL INFORMATION It is the Consultant's responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Department's DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). Exhibit"B" Page 3 of 11 58 EXHIBIT "B" SPECIAL REQUIREMENTS B. A certified DBE may participate as a prime contractor, subcontractor, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A UDBE firm not proposing as a joint venture with a non-DBE, will be required to document one or a combination of the following: 1. The firm is a UDBE and will meet the goal by performing work with its own forces. 2. The firm will meet the goal through work performed by UDBE subcontractors, suppliers or trucking companies. 3. The firm, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The firm shall list only one subcontractor for each portion of work as defined in their proposal and all DBE subcontractors should be listed in the bid/cost proposal list of subcontractors. G. A firm acting as the prime consultant who is a certified DBE is eligible to claim all of the work in the Agreement toward the DBE participation except that portion of the work to be performed by non-DBE subcontractors. 5. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number 1-866-810-6346 for assistance. Firms may call (916) 440-0539 for web or download assistance. B. Access the CUCP database from the Department of Transportation, Civil Rights, Business Enterprise Program web site at: hftp://www.dot.ca.gov/hq/bep/. • Click on the link in the left menu titled Disadvantaged Business Enterprise • Click on Search for a DBE Firm link • Click on Access to the DBE Query Form located on the first line in the center of the page • Searches can be performed by one or more criteria • Follow instructions on the screen C. How to Obtain a List of Certified DBEs without Internet Access Exhibit"B" Page 4 of 11 59 EXHIBIT "B" SPECIAL REQUIREMENTS D. DBE Directory: If you do not have Internet access, Caltrans also publishes a directory of certified DBE firms extracted from the online database. A copy of the directory of certified DBEs may be ordered at: http://caltrans-opac.Ga.gov/publicat.htm 6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS DBE CREDIT, AND IF A DBE IS ALSO A UDBE, PURCHASES WILL COUNT TOWARDS THE UDBE GOAL UNDER THE FOLLOWING CONDITIONS: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Agreement are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. 7. STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION 1. Subcontractors A. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the City and any subcontractors, and no subcontract shall relieve the Consultant of his/her responsibilities and obligations hereunder. The Consultant agrees to be as fully responsible to the City for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Consultant. The Consultant's obligation to pay its subcontractors is an independent obligation from the Agency's obligation to make payments to the Consultant. B. Any subcontract in excess of $25,000, entered into as a result of this Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to subcontractors. C. Consultant shall pay its subcontractors within ten (10) calendar days from receipt of each payment made to the Consultant by the Agency. D. Any substitution of subcontractors must be approved in writing by the Agency's Contract Manager in advance of assigning work to a substitute subcontractor. 2. Disadvantaged Business Enterprise (DBE) Participation Exhibit"B" Page 5 of 11 60 EXHIBIT "B" SPECIAL REQUIREMENTS A. This Agreement is subject to 49 CFR, Part 26 entitled `Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." Firms who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. If the contract has an underutilized DBE (UDBE) goal, the Consultant must meet the UDBE goal by committing UDBE participation or document a good faith effort to meet the goal. If a UDBE subconsultant is unable to perform, the Consultant must make a good faith effort to replace him/her with another UDBE subconsultant, if the goal is not otherwise met. A UDBE is a firm meeting the definition of a DBE as specified in 49 CFR and is one of the following groups: African Americans, Native Americans, Asian-Pacific Americans, or Women. C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with federal funds. The Consultant, sub-recipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT- assisted agreements. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. D. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. 3. Performance of DBE Consultant and other DBE Subconsultants/Suppliers A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materials and supplies used on the Agreement, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, evaluate the amount of work subcontracted, industry practices; whether the amount the firm is to be paid under the Agreement is commensurate with the work it is actually performing; and other relevant factors. B. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Agreement, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. C. If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Agreement than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a commercially useful function. Exhibit"B" Page 6 of 11 61 EXHIBIT "B" SPECIAL REQUIREMENTS 4. Prompt Payment of Funds Withheld to Subcontractors A. No retainage will be held by the City from progress payments due the prime Consultant. Any retainage held by the prime Consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultant's work is satisfactorily completed. Federal law (49 CFR26.29) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the City's prior written approval. Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant, deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non-DBE prime consultant and subconsultants. B. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. 5. DBE Records A. The Consultant shall maintain records of materials purchased and/or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the form entitled, "Final Report-Utilization of Disadvantaged Business Enterprise (DBE), First-Tier Subcontractors," CEM-2402F (Exhibit 17-F, Chapter 17, of the LAPM), certified correct by the Consultant or the Consultant's authorized representative and shall be furnished to the Contract Manager with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in 25% of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to the Consultant when a satisfactory "Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors' is submitted to the Contract Manager. C. Prior to the fifteenth of each month, the Consultant shall submit documentation to the Agency's Contract Manager showing the amount paid to DBE trucking companies. The Consultant shall also obtain and submit documentation to the Agency's Contract Manager showing the amount paid by DBE trucking companies to all firms, including owner- operators, for the leasing of trucks. If the DBE leases trucks from a non-DBE, the Consultant may count only the fee or commission the DBE receives as a result of the lease arrangement. Exhibit"B" Page 7 of 11 62 EXHIBIT "B" SPECIAL REQUIREMENTS 6. DBE Certification and Decertification Status If a DBE subconsultant is decertified during the life of the Agreement, the decertified subconsultant shall notify the Consultant in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Agreement, the subconsultant shall notify the Consultant in writing with the date of certification. Any changes should be reported to the City's Contract Manager within 30 days Materials or supplies purchased from DBEs will count towards DBE credit, and if a DBE is also a UDBE, purchases will count towards the UDBE goal under the following conditions: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. A DBE manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. A regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Agreement, are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. Exhibit"B" Page 8 of 11 63 EXHIBIT "B" SPECIAL REQUIREMENTS Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.13, National Labor Relations Board Certification. In accordance with Public Contract Code Section 10296, the Consultant hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Consultant within the immediately preceding two- year period, because of the Consultant's failure to comply with an order of a federal court that orders the Consultant to comply with an order of the National Labor Relations Board. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.14, Statement of Compliance. The Consultant's signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that the Consultant has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.15, Debarment and Suspension Certificate. The Consultant's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California that the Consultant has complied with Title 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to the City. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.16, Conflict of Interest. The Consultant shall disclose any financial, business, or other relationship with City that may have an impact upon the outcome of this contract, or any ensuring City construction project. The Consultant shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing City construction project, which will follow. Exhibit"B" Page 9 of 11 64 EXHIBIT "B" SPECIAL REQUIREMENTS The Consultant hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this agreement. Any subcontract in excess of $25,000 entered into as a result of this contract shall contain all of the provisions of this Article. The Consultant hereby certifies that neither Consultant, nor any firm affiliated with the Consultant will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. An affiliated firm is one which is subject to the control of the same persons through joint-ownership, or otherwise. Except for subcontractors whose services are limited to providing surveying or materials testing information, no subcontractor who has provided design services in connection with this contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.17, Rebates. Kickbacks or Other Unlawful Consideration. The Consultant warrants that this contract was not obtained or secured through rebates, kickbacks, or other unlawful consideration, either promised or paid to any City employee. For breach or violation of this warranty, City shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.18, Prohibition of Exoending Local Agency State or Federal Funds for Lobbying. The Consultant certifies to the best of its knowledge and belief that: 1. No state, federal or local agency appropriated funds have been paid, or will be paid by or on behalf of the Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. Exhibit"B" Page 10 of 11 65 EXHIBIT "B" SPECIAL REQUIREMENTS 2. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer of employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement; the Consultant shall complete and submit Standard Form-LLL "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, US Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Consultant also agrees by signing this document that it shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly. Add the Following to Section 10.0, Miscellaneous Provisions: Section 10.19, Eguioment Purchase Provisions. Prior authorization in writing by the City shall be required before the Consultant enters into any unbudgeted purchase order or subcontract exceeding $5,000 for supplies, equipment, or Consultant services. The Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. For purchase of any item, service or consulting work not covered in the Consultant's Cost Proposal and exceeding $5,000 three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. Any equipment purchased as a result of this contract is subject to the following: "The Consultant shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, the City shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, the Consultant may either keep the equipment and credit the City in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established City procedures; and credit the City in an amount equal to the sales price. If the Consultant elects to keep the equipment, fair market value shall be determined at the Consultant's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by the City and the Consultant, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the City." All subcontracts in excess $25,000 shall contain the above provisions. END OF EXHIBIT "B" Exhibit"B" Page 11 of 11 66 EXHIBIT "C" CITY'S REQUEST FOR PROPOSALS CITY'S REQUEST FOR PROPOSALS FOLLOWS THIS PAGE 67 CITY OF PALM SPRINGS, CA NOTICE FOR REQUEST FOR PROPOSALS (RFP)#01-12 ENVIRONMENTAL SERVICES FOR VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT WHITEWATER RIVER CITY PROJECT NO. 10-10 FEDERAL AID PROJECT NO. BR-NBIL(513) NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified professional firms to provide the City with environmental services related to the Vista Chino Low Water Crossing Bridge Replacement at Whitewater River (City Project #10-10), (hereinafter the "Project'). The selected firm will be expected to provide required professional services to complete the Project Approval/Environmental Document ("PA/ED") phase of the Project. PROJECT LOCATION: Vista Chino across the Whitewater River in Palm Springs, California. SCOPE OF SERVICES: The scope of work generally includes all professional services associated with completion of the Project Approval / Environmental Document("PA/ED") Phase. OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via the internet at www.paimspringsca.gov (go to Departments, Procurement, Open Bids & Proposals), or by calling the Division of Procurement and Contracting, (760) 322-8373. Upon downloading the RFP via the internet, contact Cheryl Martin, Procurement Specialist I, via email at Cheryl.Martin@palmspringsca.gov to register as a firm interested in this project. Failure to register may result in not receiving addenda to the RFP. EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been developed in the Request for Proposals (RFP) format. Accordingly, firms should take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee to determine which proposal best meets the requirements set forth in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. DEADLINE: All proposals must be received in the Division of Procurement and Contracting, 3200 E. Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, AUGUST 30, 2011. The receiving time in the Procurement Office will be the governing time for acceptability of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP document for additional dates and deadlines. Late proposals will not be accepted and shall be returned unopened. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. Marcus L. Fuller, P.E., P.L.S. Assistant Director of Public Works/ Assistant City Engineer RFP#01-12 Page 1 of 12 68 q F.t iq fr yK�y CITY OF PALM SPRINGS, CA REQUEST FOR PROPOSALS(RFP) #01-12 ENVIRONMENTAL SERVICES FOR VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT WHITEWATER RIVER CITY PROJECT NO. 10-10 FEDERAL AID PROJECT NO. BR-NBIL(513) Requests for Proposals (RFP#XX-XX), for professional services related to the Vista Chino Low Water Crossing Bridge Replacement at Whitewater River (City Project #10-10) for the City of Palm Springs, CA, (hereinafter the 'RFP") will be received at the Division of Procurement & Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. LOCAL TIME, TUESDAY, AUGUST 30, 2011. It is the responsibility of the respondent to see that any proposal sent through the mail, or any other delivery method, shall have sufficient time to be received by this specified date and time. The receiving time in the Procurement Office will be the governing time for acceptability of RFP proposals. Telegraphic, telephonic, faxed or emailed RFP proposals will not be accepted. Late RFP proposals will be returned unopened. Failure to register as a Respondent to this RFP process per the instructions in the Notice Inviting Requests for Proposals (under"Obtaining RFP Documents") may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a proposal as being non-responsive. We strongly advise that interested firms officially register per the instructions. 1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from qualified professional firms to 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 selected firm will be expected to provide required professional services to complete the Project Approval/Environmental Document("PA/ED") phase of the Project. The Project is made possible by funding through the Highway Bridge Program ("HBP") federal aid program provided through the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users ("SAFETEA-LU"). All federal aid funds programmed on local agency projects are coordinated through the California Department of Transportation ("Caltrans"), and the selected firm will be expected to provide all necessary coordination with Caltrans required to successfully implement the Project through the PA/ED phase. The selected firm will be required to demonstrate adequate experience coordinating federally funded projects through Caltrans — District 8 (San Bernardino/Riverside counties), including the time and personnel commitments required to pursue federal environmental approvals with Caltrans District 8 staff. Staff from the selected firm assigned to work on this Project must have relevant experience with Caltrans District 8, including knowledge of and experience with the Caltrans Local Assistance Procedures Manual and other related guidelines. RFP#01-12 Page 2 of 12 69 SCHEDULE: Notice requesting Proposals posted and issued .................................Wednesday, July 27, 2011 Deadline for receipt of Questions................................................ Tuesday, August 23, 3:00 P.M. Deadline for receipt of Proposals..................................Tuesday, August 30,2011, 3:00 P.M. Short List/Interviews/Technical &Cost Proposals ...........................................to be determined Contract awarded by City Council..................................................................... to be determined 2. BACKGROUND: In May 2005, the City completed the preparation of a preliminary bridge Advance Planning Study ("APS") which identified a 2,600 feet long, 22-span Precast/Prestressed I-Girder Bridge extending across the width of the Vista Chino crossing at the Whitewater River. The estimated cost of the bridge (in 2005) was $42,500,000. Given the high cost of the bridge, the City has been pursuing various sources of funding for its construction. For the last several years, the City has been coordinating with Caltrans to program funding for construction of a new bridge on Vista Chino across the Whitewater River. In December 2008 the City submitted a formal request to Caltrans for federal funding under the Highway Bridge Program ("HBP"). A copy of the City's HBP application is included as Attachment 1. On February 24, 2011, Caltrans issued Division of Local Assistance — Office Bulletin 11-02 (DLA-013-11-02), establishing a new Local Assistance Highway Bridge Program, High Cost Projects Programming Policy and Procedures. A copy of DLA-OB-11-02 is included as Attachment 2. In consultation with Caltrans, the City's proposed new Vista Chino bridge has been identified as a candidate High Cost Project, and Caltrans has agreed to allow the City to proceed with the PA/ED phase only. The final design (PS&E) phase has not been authorized, pending coordination of a High Cost Project Agreement between the City and Caltrans. The City will expect the selected Consultant to coordinate approval of a High Cost Project Agreement for the City, including necessary discussions with the Coachella Valley Association of Governments ("CVAG") and/or the Riverside County Transportation Commission ("RCTC") to help secure local funding for Advance-Construction funds that may be required. This project is officially listed in the 2011 FTIP as Project ID RIV090405. The project description is listed as: In the City of Palm Springs, replace existing 4-lane water crossing on Vista Chino at Whitewater River with a new 4-lane bridge (Bridge No. OO1-0052). In the current 2010/2011 fiscal year, a total of$1,000,000 is programmed for the PA/ED phase, funded with $885,000 of federal HBP funds. The budget established by Caltrans for the PANED phase is $1,000,000 which includes budget for City oversight and administration costs. In the event the negotiated fee with the selected Consultant exceeds the established budget, award of a contract will be deferred until Caltrans approves programming additional budget authority for the PANED phase. As a federally funded project, the Project requires environmental clearance pursuant to both the California Environmental Quality Act ("CEQA") and the National Environmental Policy Act ("NEPA"). The City is the Lead Agency with regard to CEQA, and the Federal Highway Administration ("FHWA") has delegated its authority for NEPA to Caltrans. The selected firm will be required to provide professional services necessary to obtain CEQA and NEPA approvals. The selected consultant will be required to determine what type of environmental documents will be necessary to obtain environmental approvals pursuant to CEQA and NEPA regulations. RFP#01-12 Page 3 of 12 70 3. SCOPE OF WORK: 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-013-11-02. 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. 4. PROPOSAL REQUIREMENTS: Disadvantaged Business Enterprise (DBE) Requirements: As this project is funded in part by federal funds, the selected firm's final contract is subject to applicable provisions of the Caltrans Disadvantaged Business Enterprise (DBE) Program Plan as it relates to local agencies. The DBE Program Plan is prepared in accordance with U.S. Department of Transportation (DOT), 49 CFR, Part 26 regulations. Firms replying to this RFP shall review the Notice to Proposers — Disadvantaged Business Enterprise Information (Exhibit 10-1), included as Attachment 3 to this RFP. Additionally, firms should review the Caltrans Local Assistance Procedures Manual ("LAPM"), Chapter 10 "Consultant Selection", to be aware of the Caltrans regulations and requirements if being selected for the Project. The City will be utilizing the "One Step RFP" process as identified in the Chapter 10 of the LAPM, which is available on the Caltrans website at: http://www.dot.ca.gov/hq/LocalPrograms/lam/prog_p/p10consult.pdf. It is the policy of the City of Palm Springs to ensure that DBE's, as defined in 49 CFR, Part 26, have an equal opportunity to receive and participate in federal-aid contracts. It is also the City's policy: • To ensure nondiscrimination in the award and administration of DOT-assisted contracts. • To create a level playing field on which DBE's can compete fairly for DOT-assisted contracts. • To ensure that the City's annual overall DBE participation percentage is narrowly tailored, in accordance with applicable law. • To ensure that only firms that fully meet 49 CFR, Part 26 eligibility standards are permitted to participate as DBEs. • To help remove barriers to the participation of DBE's in DOT-assisted contracts. • To assist the development of firms that can compete successfully in the market place outside the DBE Program. DBE's and other small businesses are strongly encouraged to participate in the performance of Agreements financed in whole or in part with federal funds (See 49 CFR, Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs'). Firms submitting a proposal in reply to this RFP should ensure that DBE's and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this RFP#01-12 Page 4 of 12 71 assurance. Firms shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of its subcontracts. Firms are encouraged to use services offered by financial institutions owned and controlled by DBE's. The City of Palm Springs has established an Annual Anticipated DBE Participation Level (AADPL), which is the level of participation that the City would expect DBEs to achieve in the absence of discrimination and the effects of past discrimination on federal-aid contracts awarded by the City in a given Federal Fiscal Year(FFY). The City of Palm Springs operates under a state-wide DBE Program administered by Caltrans. Effective February 27, 2009, Caltrans implemented the race-conscious component of its DBE program. Federal-aid contracts will contain varying percentages of Underutilized Disadvantaged Business Enterprises (UDBE) participation goals that selected firms will be required to meet or, alternatively, perform a good-faith effort to meet as a condition of award of a contract. Under the race-neutral component of the program, Caltrans will continue to encourage the use of DBEs. Only UDBEs will count toward the contract participation goal. For Fiscal Year 2010/2011, the City's total DBE participation level is 6.18%. The race neutral portion is 3.78% and the race conscious portion (UDBE) is 2.40%. Therefore, if the prime consultant is not a DBE or UDBE firm, and/or if portions of the work required by the Project are not assigned by sub-contract to DBE or UDBE firms equal to or exceeding the participation levels, the selected firm will be required to demonstrate that appropriate good faith efforts were made. A "Local Agency Proposer UDBE Commitment (Consultant Contracts)" Exhibit 10-01 form and a "Local Agency Proposer DBE Information (Consultant Contracts)" Exhibit 10-02 form will be included in the Agreement documents to be executed by the successful firm. A copy of these forms is included as part of the City's standard Professional Services Agreement (see Attachment 4). The purpose of these forms is to collect data required under 49 CFR, Part 26. Even if no DBE participation will be reported, the successful firm must execute and return the forms. Firms replying to this RFP are advised to read more about the Caltrans race-conscious DBE Program by visiting the Caltrans DBE website at: www.dot.ca._qov/hq/LocalPrograms/DBE CRLC.html. General Requirements: The firm's proposal should describe the methodology to be used to accomplish each of the project tasks. The proposal should also describe the work which shall be necessary in order to satisfactorily complete the task requirements. Please note: this RFP cannot identify each specific, individual task required to successfully and completely implement this project. The City of Palm Springs relies on the professionalism and competence of the selected firm to be knowledgeable of the general areas identified in the scope of work and to include in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to the selected firm's agreement which do not involve a substantial change from the general scope of work identified in this RFP. RFP#01-12 Page 5 of 12 72 Important Note: Firms replying to this RFP must be knowledgeable of the processes and procedures to obtain CEQA/NEPA environmental approvals through Caltrans District 8. In submitting a Proposal, firms must recognize that project delays are expected to occur, and the selected firm will be expected to remain committed to the successful completion of the Project, despite potential delays related to obtaining NEPA environmental approval of the Project through Caltrans District 8. 5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based Selection process to select a firm to provide the services requested by this RFP. The City shall review the proposals submitted in reply to this RFP, and a limited number of firms may be invited to make a formal presentation at a future date. The format, selection criteria and date of the presentation will be established at the time of short listing. Preparation of proposals in reply to this RFP, and participation in any future presentation is at the sole expense of the firms responding to this RFP. 6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the "Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will consider multiple criteria in selecting the most qualified firm. Consistent with Federal, State and Local laws for the acquisition of professional services, price is NOT an evaluation criteria. Cost proposals submitted in separate sealed envelopes are not opened, nor considered during proposal evaluations. Upon selection of the most qualified firm, the associated cost proposal will be used as a basis for contract negotiations. A contract shall be negotiated on the basis of the submitted Cost Proposal, and in consideration of reasonable and mutually agreed project costs and time requirements. Should successful negotiations not occur with the highest ranked firm, the City may, at its sole discretion, choose to enter into negotiations with the second highest ranked firm, and so on. PRIOR CITY WORK: If your firm has prior experience working with the City DO NOT assume this prior work is known to the evaluation committee. All firms are evaluated solely on the information contained in their proposal, information obtained from references, and presentations if requested. All proposals must be prepared as if the evaluation committee has no knowledge of the firm, their qualifications or past projects. An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all responsive proposals to this RFP. The Evaluation Committee may request, if desired by City, formal presentations/interviews from short listed firms at a future date of which the format and presentation evaluation criteria shall be provided at the time of short listing. Participation in any phase of this RFP process, including the interview phase if conducted, is at the sole expense of the firms replying to this RFP. The City shall NOT be responsible for any costs incurred by any firm in response to, or participation in, this RFP. Firms are requested to submit their proposals so that they correspond to and are identified with the following specific evaluation criteria: A. Project Understanding (25 POINTS): The firm's proposal adequately demonstrates an understanding of the Project and familiarity with the project area; familiarity with federally funded projects, related requirements, and coordinating environmental approvals of federally funded projects through Caltrans District 8. RFP#01-12 Page 6 of 12 73 Note: Firms should not simply restate the information contained in this RFP; this evaluation criteria requires that the proposal identify "critical issues' to the Project, identify an approach to resolving any critical issues, and otherwise provide additional information regarding the Project which supports the firm's ability to perform if selected. B. Scope of Work(25 POINTS): Proposed approach to the Project including the expected time commitment of key personnel, technical approach to the Project, and the emphasis placed individual elements of the PA/ED phase. Note: As this RFP has identified a General Scope of Work, evaluation criteria requires that the proposal identify a detailed scope of work to successfully implement the Project. The detailed scope of work must be identical to the format in which the Cost Proposal has been submitted — each sub-task must be identified in the firm's separately sealed Cost Proposal with a corresponding fee. C. Staff Qualifications(25 POINTS►: Qualifications of the staff assigned to manage and provide services related to the Project; experience with federally funded projects, related requirements, and coordinating environmental approvals of federally funded projects through Caltrans District 8. Note: This evaluation criteria requires that the proposal identify specific experience with federally funded projects coordinated through Caltrans District 8. Relevant experience must be demonstrated. D. Firm Qualifications (15 POINTS): Past experience with projects related to the outlined Scope of Work; experience with federally funded projects, related requirements, and coordinating environmental approvals of federally funded projects through Caltrans District 8. E. Project Schedule (10 POINTS): Thoroughness and reasonableness of the project schedule with emphasis on processing requirements through Caltrans District 8; ability to maintain the project within the selected time frame. 7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 above. The proposals must be in an 8 '/2 X 11 format, may be no more than a total of forty (40) pages (sheets of paper, double sided is OK), including an organization chart, staff resumes and appendices, and cover letter. NOTE: Dividers, Attachments included in this RFP to be submitted with the proposal, and Addenda acknowledgments do NOT count toward the 40 page limit. Interested firms shall submit SIX (6) copies (one marked "Original" plus five copies) of its proposal by the deadline. All proposals shall be sealed within one package and be clearly marked, "RFP #01-12, REQUESTS FOR PROPOSALS FOR ENVIRONMENTAL SERVICES FOR VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT WHITEWATER RIVER". Within the sealed proposal package, the Cost Proposal shall be separately sealed from the Work Proposal. Proposals not meeting the above criteria may be found to be non-responsive. Each proposal package must include two separately sealed envelopes. RFP#01-12 Page 7 of 12 74 Envelope#1, clearly marked "Work Proposal", shall include the following items: • Completed Signature authorization and Addenda Acknowledgment(see Attachment A) • Completed Debarment and Suspension Certificate (see Attachment B) • Technical proposal — describe in detail your approach and understanding of all necessary tasks and steps involved in the project; include a list of deliverables • Related Experience; include relevant experience date, name of agency, and reference name/contact information Envelope#2, clearly marked "Cost Proposal", shall include the following item: • Cost proposal — provide a Cost Proposal that includes all costs associated with the PA/ED Phase of this project only. The City is only soliciting proposals from firms for the PANED Phase; the Cost Proposal should not include any costs related to future phases, as the is only soliciting services related to the PANED Phase at this time. • The City will use a "Cost Per Unit of Work" method (lump sum cost per task item or element of work)to pay for professional services related to this project; therefore, Consultants should list a lump sum cost per each sub-task or item of work. The general Scope of Services outlined herein is only provided as a guide in this Request for Proposals; Consultants should provide a detailed Scope of Services in their submitted Work Proposal as necessary to reflect the method and procedure in which they intend to provide the required professional services, consistent with the general Scope of Services. The Cost Proposal must be identical to the detailed Scope of Services included as part of the Consultant's Work Proposal submitted in Envelope#1. • Do NOT include Attachment "A" or "B" in the Cost Proposal envelope. Attachments "A"and "B" are to be included in Envelope#1, "Work Proposal". At a minimum, firms must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here. SECTION A: PROJECT UNDERSTANDING A.1 Without reciting the information regarding the Project verbatim as contained in this RFP, convey an understanding of the intent of the Project and an understanding of the City's expectations upon implementation of the Project. A.2 Identify "key" or "critical" issues that may be encountered on the Project based on the firm's prior experiences; provide steps to be taken to ensure the issues do not affect the successful delivery of the Project. A.3 Discuss processing federally funded projects coordinated by Caltrans District 8 and generally convey an understanding of why Caltrans District 8 is involved and the partnering role the City and Caltrans have with the Project. AA To the extent possible, complete a rough draft of a Preliminary Environmental Study (PES) Form and include with the Proposal. Include a general discussion of the potential impacts resulting from the Project which subsequently determines the scope of the overall PA/ED phase. A.5 Discuss how the Coachella Valley Multi-Species Habitat Conservation Plan ("CVMSHCP") may or may not affect the environmental review process for the Project. RFP#01-12 Page 8 of 12 75 SECTION B: SCOPE OF WORK B.1 Taking the information from the rough draft PES Form completed as part of Section A, identify the type of environmental documents that will be required for the Project. Identify each of the technical environmental studies that will be required and included in the scope of work. Identify those technical environmental studies that have been excluded from the scope of work, and why. B.2 Identify any environmental permits that may be required to construct the Project, which are included in the overall scope of work. Include a discussion of the environmental process necessary to obtain required permits, and its potential impact on the Project schedule. B.2 Provide a detailed technical scope of work identifying all tasks and sub-tasks required to successfully implement the PA/ED phase of the project. The outline of tasks and sub-tasks must be thorough and complete, and will be used as the scope of work included in the selected firm's contract. Special Note: The detailed technical scope of work outline must be identical to the outline of tasks and sub-tasks on the Cost Proposal (submitted in a separately sealed envelope). This is to ensure that the final agreed contract has a scope of work and payment schedule which correlate to one another. SECTION C: STAFF QUALIFICATIONS CA List the name and qualifications of the Project Manager that will be assigned to the Project. C.2 Identify the total number of projects the Project Manager (assigned as a "Project Manager") has successfully completed which involved Caltrans District 8 approval of a NEPA document. Provide date completed, a description of the project, location, lead agency (include contact information), and the Caltrans Local Assistance Engineer who was assigned to the project. If no Caltrans District 8 experience can be listed, identify experience with other Caltrans Districts. C.3 Identify the total number of projects the Project Manager is currently engaged in which involve Caltrans District 8 approval of NEPA documents. Identify the role or assignment the Project Manager has in each project (if not assigned as a "Project Manager"). Provide date initiated, a description of the project, location, lead agency(include contact information), and the Caltrans Local Assistance Engineer who is assigned to the project. If no projects are currently engaged with Caltrans District 8, identify any projects on-going with other Caltrans Districts. CA Identify how many years the Project Manager has been currently employed with the Consultant's firm. Identify how many years the Project Manager has been previously employed with other firms, and identify the number and name of the other firms. C.5 Identify how the Project Manager can or will have sufficient time to devote to the Project, given current and future time commitments, if the Consultant is selected. C.6 List specific and relevant experience with federally funded projects coordinated by Caltrans District 8 for other key staff/team members assigned to the Project. Detailed project RFP#01-12 Page 9 of 12 76 information, including dates project started and completed, federal aid project number, local agency contact information, Caltrans Local Assistance staff contact information, and other appropriate supporting information shall be provided. SECTION D: FIRM QUALIFICATIONS D.1 List the firm's complete name, type of firm (individual, partnership, corporation or other), telephone number, FAX number, contact person and E-mail address. If a corporation, indicate the state the corporation was organized under. D.2 List the name and title of the firm's principal officers with the authority to bind your company in a contractual agreement. D.3 List the firm's specific and relevant experience with the PA/ED phase of federally funded projects coordinated by Caltrans District 8. Detailed project information, including dates project started and completed, federal aid project number, local agency contact information, Caltrans Local Assistance staff contact information, and other appropriate supporting information shall be provided. DA Indicate the name of any sub-consultant firms that will be utilized to make up your team. Describe each sub-consultant's background and specific expertise that they bring to the Project. SECTION E: PROJECT SCHEDULE E.1 Identify the time frame for previous projects the Consultant's firm has successfully completed which involved Caltrans District 8 approval of NEPA documents. List the total months required, including the date the Notice to Proceed was issued and the date the NEPA document was approved by Caltrans. If no Caltrans District 8 project can be listed, identify experience with other Caltrans Districts. E.2 Provide a thorough project schedule identifying all tasks and sub-tasks identified in the detailed scope of work submitted with the Proposal, showing a schedule to deliver the Project in consideration of all reasonable and expected time frames necessary to coordinate the Project through Caltrans District 8. The schedule should include all elements of the PA/ED phase of the Project. For purposes of consistency between schedules, firms shall assume that a Notice to Proceed is issued to the firm on October 3, 2011. DEADLINE FOR SUBMISSION OF PROPOSALS: All proposals must be received in the City of Palm Springs, Division of Procurement and Contracting by 3:00 P.M., LOCAL TIME, TUESDAY, AUGUST 30, 2011. Proof of receipt before the deadline is a City of Palm Springs, Division of Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this RFP to see that any proposal sent through the mail, or via any other delivery method, shall have sufficient time to be received by the Procurement Office prior to the proposal due date and time. Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and identified and must be submitted to: City of Palm Springs Division of Procurement and Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Attn: Craig Gladders, C.P.M., Procurement &Contracting Manager RFP#01-12 Page 10 of 12 77 QUESTIONS: Firms, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFP other than as directed below. Contact with anyone other than as directed below WILL be cause for rejection of a proposal. An questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING and directed ONLY to: Craig Gladders, C.P.M. Procurement& Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Craig.Gladders@palmspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00 P.M., Local Time, Tuesday, August 23, 2011. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. FORM OF AGREEMENT: The selected firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Attachment 4). Please note that Exhibits A, C, D E, and F are intentionally not complete in the attached document; (Exhibit B is completed and includes all appropriate federal regulations to be included in the Agreement). These exhibits will be negotiated with the selected firm, and will appear in the final Professional Services Agreement executed between the parties. Requested changes to the Professional Services Agreement may not be approved, and the selected firm must ensure that the attached document will be executed. Failure or refusal to enter into an Agreement or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. AWARD OF CONTRACT: It is the City's intent to award a contract to the firm that can provide all of the services identified in the RFP document. However, the City reserves the right to award a contract to multiple Respondents or to a single Respondent, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final RESPONSIBILITY OF PROPOSER: All firms responding to this RFP shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified any information in the proposal package, etc.), the proposal shall be rejected. RFP#01-12 Page 11 of 12 78 PUBLIC RECORD: All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 6250 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, may be made public after the review process has been completed, negotiations have concluded and a recommendation for award has been officially agendized for City Council consideration, and/or following award of contract to a specific firm, if any, by the City Council. COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the preparation of their proposal or participation in any presentation if requested, development of any technical proposal if requested, or any other aspects of the entire RFP process. BUSINESS LICENSE: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". PROPOSAL INFORMALITIES OR DEFECTS: The City of Palm Springs reserves the right to waive any informality or technical defect in a proposal and to accept or reject, in whole or in part, any or all proposals and to seek new RFP's, as best serves the interests of the City. INVESTIGATIONS: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any proposal if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their proposal shall be valid for a period of 120 calendar days from the due date of proposals. SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Proposals, and any attached sample agreement. Exceptions to any of the language in either the RFP documents or attached sample agreement, including the insurance requirements, must be included in the proposal and clearly defined. Exceptions to the City's RFP document or standard boilerplate language, insurance requirements, terms or conditions may be considered in the evaluation process; however, the City makes no guarantee that any exceptions will be approved. RFP#01-12 Page 12 of 12 79 EXHIBIT "D" CONSULTANT'S PROPOSAL CONSULTANT'S PROPOSAL FOLLOWS THIS PAGE 80 r. or to de Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River City Project No. io-io 46, J; ....... ....... A M r I M 0, M Rim man M�vl � . .... .... 'd Sa Submitted by NI.,iTK4 August 30, 2011 Mr-17, Eric Civil and Structural Engineers CNS Engineers, Inc. 10370 Hemet Street,Suite 230,Riverside,CA 92503 Phone:(951)687-1005/Fax:(951)667-3387 Web:www.cnseng.com August 30, 2011 Mr. Craig Gladders, C.P.M., Procurement&Contracting Manager City of Palm Springs Division of Procurement and Contracting 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Subject: RFP#01-12, Request for Proposals for Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River, Federal Aid Project No. BR-NBIL(513) Dear Mr. Gladders and Members of the Consultant Selection Panel: "Safety" is the first priority for all transportation projects. The proposed Vista Chino Bridge at Whitewater River Project will essentially enhance the public's safety and improve the traffic circulation in the Cities of Palm Springs and Cathedral City. CNS Engineers, Inc. (CNS) is pleased to submit six(6) copies of work proposals to demonstrate our capability of undertaking the project and to provide professional engineering and environmental services to the City for the scope of work identified in the RFP. We recognize and fully understand the importance, and the need and purpose of the project. We are delighted to offer the City a thoughtfully composed team of firms and a commitment of our key personnel to assist the City in "delivering the project" efficiently, cost effectively, expeditiously and to the full satisfaction of the City. CNS has completed many local river crossing projects which were funded by the federal Highway Bridge Program (HBP) in Southern California. Several of our projects are located in the Coachella Valley. Our Project Manager, Mr. James Lu, brings his strong Local Program funding experience to the team, not only from his extensive project experience but also from his past employment tenure with Caltrans District 7 Local Assistance as a HBP project coordinator. Our exceptional technical expertise makes the CNS Team a perfect fit to assist the City in developing the Preliminary Engineering and securing Environmental Clearance, which address technical mitigation issues, bring stakeholders together, and yield implementable results. This work proposal demonstrates our technical capability,qualifications and experiences to perform the required services. Serving as the Project Manager for this project, Mr. James Lu, will be the designated contact person for the City and will provide management, administration, funding assistance and technical bridge design efforts in coordination with various stakeholders and within the CNS Team. With over 20 years of highly successful bridge engineering experience on major transportation projects, James will be a hands-on person in working with our team members.We are confident in our capability to successfully undertake assignment of this contract. We guarantee that all contents of this work proposal and the separate cost proposal will be valid for a period of 120 calendar days from the due date of the proposals. We are proud of presenting this team to the City, and we look forward to the City's favorable review of our proposal and our participation in the next step of the selection process. Should you have any questions, please feel free to contact me at 951-687-1005 ext. 104 or by e-mail at iames.lu0cnseng.com. I can also be reached at my cell phone number at 949-690-0089. Sincerely, James J. Lu, P.E., S.E. Project Manager/Principal CNS Engineers, Inc. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page I 1 82 w i*-- m 77 '- 7 Erfu is"- Work Proposal SECTION A: PROJECT UNDERSTANDING Al —Understanding of Intent of the Project and the City's Expectations: The proposed project is to replace the existing Vista Chino low water crossing with an all-weather access bridge that prevents potential "safety" problems for vehicles and pedestrians from crossing a flooded roadway in wet seasons. The proposed improvements will enhance traffic circulation within the areas at the Whitewater River in Cities of Palm Springs and Cathedral City. After implementation of the proposed project along with the widening of the parallel Ramon Road Bridge downstream of Vista Chino, the City of Palm Springs will expect uninterrupted traffic flow from Instate 10 (1-10) and between the Cities of Palm Spring and Cathedral City, elimination of the financial burden to frequently clean the flooding debris on the Vista Chino low water crossing, and the most importantly maintaining the emergency response time for the public's health and safety. A2 — Key Issues and Technical Approach: (Roadway and Utilities) The first order of preliminary engineering work is to conduct surveying and mapping and obtain the right of way information including title Status Reports from the local Bureau of Indian Affairs (BIA) office and the Tribal GIS Division of Administration, both in Palm Springs as the entire northerly area and the southeasterly area of the Vista Chino low water crossing lie on allotted Agua Caliente Indian Reservation lands. The topographic mapping shall extend from Gene Autry Trail to Carmela Drive to cover any striping needs for stage construction and traffic controls. It shall include the most probable staging areas (contractor's lay down areas) such as the parcel APN 677040030 across the entrance of Clubhouse View, which shall be identified on the cultural Area of Potential Effect (APE) map. The survey shall also cover floodway mapping of the Whitewater River for floodplain study and sediment transport analysis. Vista Chino is fully improved with 4 through lanes and a raised median from Gene Autry Trail to Clubhouse View. Further to the east, the Whitewater River west 3f�I j�Yr�y1 j bank has existing concrete slope protection. There's f if 61 also an existing RCFC&WCD storm drain that outlets (' on the south side of Vista Chino into the Whitewater River west bank via a secondary channel.Vista Chino continues east across the Whitewater River Channel {{V with 4 lanes, no median, no curbs. There are existing overhead power lines on both north and south side of Vista Chino as it crosses the channel. Also three separate billboard structures are evenly spaced along the north side of Vista Chino within the channel. Vista Chino exits the channel and transitions quickly to fully improved 4 lanes and a striped median to Right of Way Ownership Exhibit Carmela Drive in Cathedral City. Desert Princess Golf Resort and a CVWD well site exists on the south side and existing residential homes are on the north side of Vista Chino. Both parkways are fully landscaped. The Whitewater River Channel east bank does not have concrete slope protection. CVWD currently has approved slope protection improvement plans for this reach of the channel. The proposed bridge and roadway improvements will require mitigation of the existing conflicted utilities. Based on preliminary utility research and MSA's previous work within the immediate area, both the north and south sides of Vista Chino have extensive existing overhead and underground utilities. Within the RNV on the south side of Vista Chino is an existing 115kv SCE overhead transmission F � line, typically expensive to relocate requiring long lead time and possible seasonal construction restrictions. SCE also has a bank of conduits on the south side. Sprint also has underground fiber optics along the south side of Vista Chino. On the north side, SCE has an overhead system with multiple lines including a 33kv and 12.5kv 4 circuit within the R/W. Sharing the pole system on the north side, Time Warner Billboards and the overhead Cable has a fiber optic overhead line. Outside of the Whitewater River RAN are poles may require relocation. additional utilities including water, sewer, storm drain, and gas. All of the existing utilities will be identified as part of the utility research. Meetings will be held with each utility agency to determine how to best mitigate any constraints and identify the cost implications. Utility potholing is recommended as part of the final design phase. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 12 83 7 ra � E n g,nee e rs I Work Proposal Consideration should be given to the presence of three outdoor advertising billboards along the north side of Vista Chino. These signs may need to be raised or relocated, and its cost may become part of the project RIW mitigation cost. In addition, depending on how the new bridge transitions the traffic signal at the Clubhouse View may require relocation. (Drainage) Within the project reach, the Coachella Valley Water District (CVWD) operates and maintains the Whitewater River while Riverside County Flood Control &Water Conservation District(RCFC&WCD) controls and maintains the existing levee along the westerly side of the channel. The width of the channel through the project site, measured perpendicular to the general flow path, is approximately 2,200 feet. The gradient of the river near the low water crossing is relatively mild, approximately 0.0072. The peak Standard Project Flood (SPF) and 100-year flow rates for Whitewater River at the project site are 88,000 CFS and 39,000 CFS, respectively. The flow rates were obtained from the 2008 FEMA FIS, the 1980 Corps Feasibility Report, the 1995 CVWD Bank Protection Hydraulic Design report and from USGS flow information obtained for stream gauge number 10258500 (Palm Canyon Creek near Palm Springs). Review of the flood plain map published by FEMA reveals that the existing channel has the capacity to convey the 100-year flow rate. The 100-year flood depth on the FEMA map is approximately 6 feet. 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 will be required by RCFC&WCD due to the"levee" nature of the adjacent channel bank improvements. The proposed approach for the hydraulic and sediment transport analysis will be to assess the functioning of the project reach under existing and with-project conditions considering two channel states including the broad wash condition available at the site as defined by the existing topography, and the self-forming channel condition likely to exist during flood event occurrence. 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, we will utilize the current steady-state hydraulic model (HEC-RAS computer model) but modified to integrate the proposed bridge footprint. The HEC-RAS model will determine the preliminary channel capacities, floodplain elevations, backwater effects, total scour potential, and identify any deficiencies with the existing channel structures. The hydraulic model will 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). Computations will be made for a wide range of flow conditions, including peak 2-year through 100-year and SPF flood conditions. In order to assess the existing sediment transport capacity of the river through the project reach, average annual sediment transport quantities will 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 10-year flood event. During the course of the floodplain study, we will 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. This alternative will 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. 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 will need to be constructed upstream of the crossing, which will require significant environmental mitigation. 3. A 1,900-foot long bridge measured along the current roadway alignment. In order for this alternative to work, a series of culverts will be required to minimize flow impingement against the proposed roadway embankment and allow sediment to pass through as required by the Ague Caliente Tribal Habitat Conservation Plan. (Structures)A long bridge up to 2,600 feet in length is expected. The bridge length will be determined by various factors including channel hydraulic characteristics, water surface elevations and freeboards, and environmental mitigation. Conventional construction with cast-in-place pre-stressed concrete box girders or pre-cast pre- stressed concrete IT, or Bulb "T" girders are considered the most cost-effective options. Cast-in-place girder requires low maintenance cost, is aesthetically pleasing, and has proven seismic performance although it requires extensive falsework in the channel. Pre-cast girder can be constructed fast while it generally costs about 15% Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 13 84 .M77Encii n eers, Work Proposal higher than the cast-in-place option. Considering that this is a long y bridge involving encroachment in the environmentally sensitive wc'� IT channel, the pre-cast girder option tends to gain additional value c a a IT IT ; t from the advantage of shorter construction duration than the cast- r IT tt in-place option,which compensates its higher cost. ate. The HBP funding application proposed a curb-to-curb road width of 76 feet including two 9-foot shoulders, four 12-foot lanes and a 10- . foot median. The 76-foot road width can be restriped with six 12- foot lanes and a minimal 4-foot median in the future. We recommend reconfiguring the 76-foot road width with two 8-foot , shoulders, four 12-foot lanes and a 12-foot median as the 8-foot shoulder is AASHTO standard which can be justified without doessaaan-Precastco off_ triggering non HBP-participating cost for an oversized bridge deck. The 12-foot median is also justifiable as the west end of bridge is in NF=V*_ close proximity to the Clubhouse View intersection, which requires ,ram'F.w.aoe a left-tum lane in the median. I. e$i' a i r 1 .1Y j Y 1, q , sw IW Vista Chino is a major thoroughfare (an urban arterial). According """ e c t I t to the Circulation Element of the City's General Plan, the design , speed shall be 55 mph which exceeds the 45 mph limit for using the conventional Caltrans Type 26 Barrier(a raised sidewalk with a concrete parapet railing). As such, an extra traffic barrier shall be placed along the edge of the sidewalk. We recommend eliminating the raised sidewalk on one side of the bridge so that one inside traffic barrier can be removed and the bridge deck can be re- stripped with wider outside lanes to enhance traffic safety for the Cx SOCMM-C&861n4-"C4dw won future six-lane condition. The types of the substructure and its foundation highly depend on the channel hydraulic characteristics, environmental sensitivity, and the geotechnical conditions. Since the Whitewater River at the project reach exhibits unpredictable flow paths and the water-borne sediment/sand is required to transport across the ACBCI r eservation parcels in the channel, piers with multiple columns supported by large-diameter cast-in-drilled-hole (CIDH) concrete piles would be the preferred option as they provide great open space below the bridge and between columns. Well-planned staging to keep the traffic moving during construction is also one of the critical elements of the .r "igNo .r• project. The existing ADT on Vista Chino at the project site is approximately 25,000, and the roadway is also defined as a truck route. Partial closure of Vista Chino for N fig.: ; I t � s temporary 2-lane traffic will not be able to provide enough capacity to accommodate the current traffic volumes. In addition, the parallel Ramon Road is more - IT IT than 10,000 feet downstream from Vista Chino, which is too far to be used effectively as a detour road. Therefore, constructing the bridge in stages and also providing a 2 lane one-way detour road beside Vista Chino to maintain 4 lanes at all times during construction are expected. saaceca ewcttoo (Environmental) After the preliminary engineering layouts have been developed, the Caltrans Preliminary Environmental Study (PES) form that has been prepared in support of this proposal will be updated/refined and submitted to Caltrans for review and approval. The purpose of the PIES is required for Local Assistance projects and the purpose of the PIES is to identify and receive concurrence from Caltrans regarding the technical studies that will need to be prepared for the proposed project and to receive concurrence regarding the NEPA document to be prepared. Required environmental technical studies are discussed in Paragraphs A4 and 131 below. It will be critical to have early coordination with the federal resource agencies and the Ague Caliente Band of Cahuilla Indians(Tribe)to ensure the project stays on schedule and so that the avoidance/minimization/mitigation Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 14 85 7773TE,rgirieers Work Proposal measures that are developed meet the requirements of all of the agencies involved. As part of the early Tribal coordination mentioned previously, the role of the Tribe and compliance with the Ague Caliente Tribal Habitat Conservation Plan (ACTHCP)will be discussed at the initial coordination meeting that will be held with the Tribe. In addition, early coordination with U.S. Fish and Wildlife Service (USFWS)will be conducted regarding potential project impacts on Tribal lands so that everyone is in agreement moving forward and that all relevant and appropriate topic areas are addressed. Although the preparation of technical studies and analyses will be important, a key issue for the project will be the processing of the environmental documentation through the various agencies. This will be addressed through three specific approaches: 1) meet with Caltrans prior to the initiation of the technical studies to ensure that all issues and areas are clearly outlined at the outset of the project to help streamline the agency review process and minimize any schedule impacts (this will also include preparation of a detailed schedule); 2) work with the City and Caltrans to develop an agreement whereby concurrent reviews will be conducted by the reviewing agencies (following the initial review), assuming this is how the City would like to proceed, to help eliminate the normal linear review cycle; and 3) work to forge an agreement early with Caltrans, with the approval of the City, to address document revisions in a document revisions workshop, where document revisions are addressed in real time with the Caltrans reviewer to ensure that the document is ready for approval in the subsequent submittal. This approach has been used successfully used by ICF on several projects in Caltrans District 8. A3 — Caltrans District 8's Involvements and the Partnering Role of the City and Caltrans: The project is funded with federal Highway Bridge Program (HBP) funds which are administrated by Caltrans Division of Local Assistance. As such, the project development shall be based on Caltrans Local Assistance Program Guidelines (LAPG) and Local Assistance Procedures Manual (LAPM) in order to ensure that 88.53%of the HBP participating cost can be reimbursed by FHWA through Caltrans. The construction cost of the project exceeds $20 million which brings the project into the category of"High Cost Project". The construction schedule and the expending rate of the construction cost are critical information for Caltrans to program the needed federal funds for the first fiscal year to initiate the construction and Advance Construction (AC) conversion for the remaining years to complete the project. It is crucial for the delivery of the project to provide accurate cost estimates and construction schedule to Caltrans to program AC conversion when the project alternative is well defined. City's financial burdens include the entire 11.47% local match of the construction cost and the estimated expenditure that cannot be met by the AC conversion funds of$20 million per year as those costs will be forced to make available at the beginning of the construction. Those early financial burdens for cash flow will rely on supports of non-federal funds from RCTC or CVAG, or City's bond sale with its interest reimbursable from the HBP. Those High Cost issues will need to be coordinated with Caltrans prior to the final approval of the NEPA document as the City will be liable to pay back the 11.47% of the PA&ED cost if the City decides not to construct the project after approval of the NEPA document. For the technical engineering design, the City is responsible for oversight and approval of the design based on the general design guidelines identified in the LAPM, Chapter 11 Design Standards. Application and update of the design standards are also periodically distributed to local agencies and listed on the Caltrans Division of Local Assistance Office Bulletins website. Since the bridge design in California requires special attention such as the seismic design criteria which is published and constantly updated by Caltrans HQ Structures, Caltrans HQ Structures Local Assistance (SLA) is available to provide courtesy review of the bridge type selection documents and the final bridge design Plans, Specifications and Estimates(PS&E). We recommend the City to engage SLA's service as the review will ensure that the bridge scope meets the funding guidelines. For environmental documentation, based on the requirements of the NEPA Pilot Program MOU and SAFETEA- LU codified at 23 USC 327(a)(2)(A) that became effective July 1, 2007, FHWA has assigned and Caltrans has assumed all the USDOT Secretary's responsibilities under NEPA. Caltrans will be the lead agency to review and approve the NEPA documents and all environmental technical studies for all Local Assistance projects within the State of California. To facilitate NEPA approval by Caltrans, it is critical that the City/the selected consultant performs formal QC of environmental documents and technical reports paralleling Caltrans standards. A4 — Draft Preliminary Environmental Study (PES): A draft PES has been prepared for this proposal. In general, District 8 Local Assistance requires submittal of the draft PES with an updated Filed Review Form(LAPM Exhibit 7-8). A formal field review meeting will then be scheduled to review the project site and discuss the required environmental technical studies and the appropriate type of the Environmental Document. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 15 86 Local Assistance Procedures Manual Exhibit 6-A Preliminary Environmental Study(PES) Form Exhibit 6-A Preliminary Environmental Study(PES)Form Federal Project No.: BR-NBIL(513) Final Design: June 2014 (Federal Program Prefix-Project No..Agreement No.) (Expected Start Date) To: Savat Khamphou,P.E. From: City of Palm Springs (District Local Assistance Engineer) (Local Agency) District 8,Office of Planning&Local Assistance Marcus Fuller,PE,PLS—(760)323-8253 ext 8744 (District) (Project Manager's Name and Telephone No) 464 W.0 Street,a Floor(MS 760) 3200 East Tahquitz Canyon Way San Bernardino,CA 92401-1400 Palm Springs,California 92262 (Address) (Address) Savat.Khamphouna dot.ca.gov Marcus.FullerApalmspringsca.gov (E-mail Address) (E-mail Address) Is this Project"ON"the ❑ Yes IF YES,STOP HERE and contact the District Local Assistance Engineer State Highway System? ® No regarding the completion of other environmental documentation. Federal State Transportation Improvement Program 2011 17 (FSTIP)http://www.dot.ca.gov/hq/transprogifedpgm.htm: (Currently Adopted Plan Date) (Page No_attach to thisform) Programming Preliminary Engineering Right of Way Construction for FSTIP: 2010/2011 through 2014/2015 $ 14AM N/A $ N/A 2015/2016 $ 80.6M (Fiscal Year) (Dollars) (Fiscal Year) (Dollars) (Fiscal Year) (Dollars) Project Description as Shown in RTP and FSTIP: FTIP No. RIV090405: City of Palm Springs—In the City of Palm Springs: Replace existing 4-lane low water crossing on Vista Chino at Whitewater River with a new 4-lane bridge—Bridge No.001,0052. Detailed Project Description: (Describe thefollowmg,as applicable:purpose and wed,project location and limits,required right ofway acquisition,proposedfacilities,staging areas,disposal and borrow sites,construction activities,and construction access.) Project Name: Vista Chino Bridge at Whitewater River. The City of Palm Springs,in coordination with the California Department of Transportation(Department),is proposing to replace the existing low water crossing along Vista Chino at the Whitewater River with a bridge in the City of Palm Springs,County of Riverside,California. The purpose of the proposed project is to enhance traffic safety, improve traffic circulation and emergency access within Palm Springs and Cathedral City during flood events.See page 1 for a complete Project Description. (Continue description on"Notes"sheet,last page ofthis Exhibit,ifnecessary) Preliminary Design Information: Does the project involve any of the following? Please check the appropriate boxes and delineate on an attached map,plan, or layout including any additional pertinent information. Yes No Yes No Yes No ❑ M Widen existing roadway M ❑ Ground disturbance M ❑ Easements ❑ M Increase number of through tones ® ❑ Road cut/fill M ❑ Equipment staging ❑ M New alignment M ❑ Excavation: anticipated M ❑ Temporary access road/detour ❑ M Capacity increasing—other maximum depth 25 feet M ❑ Utility relocation (e.g.,channelization) M ❑ Right of way acquisition M ❑ Drainage/culverts (if yes,attach map with APN) ❑ M Realignment M ❑ Flooding protection ❑ M Ramp or street closure M ❑ Stream channel work M ❑ Disposal/borrow sites M ❑ Bridge work M ❑ Pile driving El Part of larger adjacent project M ❑ Vegetation removal ❑ M Tree removal M ❑ Demolition ❑ M Railroad Required Attachments: N Regional map ®Project location map ®Project footprint map(existing/proposed right of way) ❑Engineering drawings(existing and proposed cross sections),if available ❑Borrow/disposal site location map,if applicable (Note:all maps(except project location map and regional maps)should be consistent with theproject description(minimum scale:l"=200).) N Notes to support the conclusions of this checklist/project description continuation page(attached) Page 6-69 LPP 08-02 May 30,20088 7 Exhibit 6-A Local Assistance Procedures Manual Preliminary Environmental Study(PES) Form Examine the project for potential effects on the environment,direct or indirect and answer the following questions. The"construction area,"as specified below,includes all areas of ground disturbance associated with the project, including staging and stockpiling areas and temporary access roads. Each answer must be briefly documented on the"Notes"pages at the end of the PES Form. A. Potential Environmental Effects Yes To Be No Determined General 1. Will the project require future construction to fully utilize the design capabilities included in the ❑ ❑ E proposed project? 2. Will the project generate public controversy? ❑ ❑ E Noise 3. Is the project aType I project as defined in 23 CFR 772.5(h):"construction on new location or the E ❑ ❑ physical alteration of an existing highway,which significantly changes either the horizontal or vertical alignment or increases the number of through-traffic lanes"? 4. Does the project have the potential for adverse construction-related noise impact ❑ E ❑ (such as related to pile driving)? Air Quality 5. Is the project in a NAAQS non-attainment or maintenance area? E ❑ ❑ 6. Is the project exempt from the requirement that a conformity determination be made?(If"Yes,"state ® ❑ ❑ which conformity exemption in 40 CFR 93.126,Table 2 applies):Proiects that correct un roD ve,or eliminate a hazardous location or feature 7. Is the project exempt from regional conformity? (If"Yes,"state which conformity exemption in 40 ® ❑ ❑ CFR 93.127,Table 3 applies):change in horizontal or vertical alierunent 8. If project is not exempt from regional conformity,(If"No"on Question 47) Is project in a metropolitan non-attaimnent/maintenance area? ❑ ❑ ❑ Is project in an isolated rural non-attainment area? ❑ El ElIs project in a CO,PM 10 and/or PM2.5 non-attainment/maintenance area? Hazardous Materials/Hazardous Waste 9. Is there potential for hazardous materials(including underground or aboveground tanks,etc.)and/or ❑ E ❑ hazardous waste(including oil/water separators,waste oil,asbestos-containing material,lead-based paint,ADL,etc.)within or immediately adjacent to the construction area? Water Quality/Resources 10. Does the project have the potential to impact water resources(rivers,streams,bays,inlets,lakes, E ❑ ❑ drainage sloughs)within or immediately adjacent to the project area? 11. Is the project within a designated sole-source aquifer? ❑ ❑ E Coastal Zone 12. Is the project within the State Coastal Zone,San Francisco Bay,or Suisun Marsh? ❑ ❑ E Floodplain 13. Is the construction area located within a regulatory floodway or within the base floodplain(100-year) E ❑ ❑ elevation of a watercourse or lake? Wild and Scenic Rivers 14. Is the project within or immediately adjacent to a Wild and Scenic River System? ❑ ❑ E Biological Resources 15. Is there a potential for federally listed threatened or endangered species,or their critical habitat or E ❑ ❑ essential fish habitat to occur within or adjacent to the construction area? 16. Does the project have the potential to directly or indirectly affect migratory birds,or thew nests or ® ❑ ❑ eggs(such as vegetation removal,box culvert replacement/repair,bridge work,etc.)? 17. Is there a potential for wetlands to occur within or adjacent to the construction area? E ❑ ❑ Page 6-70 May 30,2008 LPP 08-02 88 Local Assistance Procedures Manual Exhibit 6-A Preliminary Environmental Study(PES)Form 18. Is there a potential for agricultural wetlands to occur within or adjacent to the construction area? ❑ ❑ N 19. Is there a potential for the introduction or spread of invasive plant species? N ❑ ❑ Sections 4(f)and 6(f) 20. Are there any historic sites or publicly owned public parks,recreation areas,wildlife or waterfowl ❑ ❑ refuges(Section 4[f])within or immediately adjacent to the construction area? 21. Does the project have the potential to affect properties acquired or improved with Land and Water ❑ ❑ N Conservation Fund Act(Section 6[1j)funds? Visual Resources 22. Does the project have the potential to affect any visual or scenic resources? ❑ N ❑ Relocation Impacts 23. Will the project require the relocation of residential or business properties? ❑ ❑ N Land Use,Community,and Farmland Impacts 24. Will the project require any right of way,including partial or full takes? Consider construction ® ❑ ❑ easements and utility relocations. 25. Is the project inconsistent with plans and goals adopted by the community? ❑ ❑ N 26. Does the project have the potential to divide or disrupt neighborhoods/communities? ❑ N ❑ 27. Does the project have the potential to disproportionately affect low-income and minority ❑ N ❑ populations? 28. Will the project require the relocation of public utilities? N ❑ ❑ 29. Will the project affect access to properties or roadways? ❑ ❑ N 30. Will the project involve changes in access control to the State Highway System(SITS)? ❑ ❑ N 31. Will the project involve the use of a temporary road,detour,or ramp closure? N ❑ ❑ 32. Will the project reduce available parking? ❑ ❑ N 33. Will the project construction encroach on state or federal lands? N ❑ ❑ 34. Will the project convert any farmland to a different use or impact any farmlands? ❑ ❑ N Cultural Resources 35. Is there National Register listed,or potentially eligible historic properties,or archaeological ❑ ❑ ❑ resources within or immediately adjacent to the construction area? (Note:Caltrans PQS answers question#35) 36. Is the project adjacent to,or would it encroach on Tribal land? N ❑ ❑ Page 6-71 LPP 08-02 May 30,2008 89 Exhibit 6-A Local Assistance Procedures Manual Preliminary Environmental Study(PES) Form For Sections B,C,and D,check appropriate box to indicate required technical studies,coordination,permits,or approvals. B. Required Technical Studies C. Coordination D. Anticipated and Analyses Actions/Permits/Approvals Z Traffic Check one. Z Traffic Study ® Caltrans ® Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ❑ Discussion in ED Only ❑ Caltrans ❑ Approval ® Noise Check as applicable. ® Traffic Related ® Construction Related Check one., Z Noise Study Report ® Caltrans ® Approval ❑ NADR ❑ Caltrans ❑ Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ❑ Discussion in ED Only ❑ Caltrans ❑ Approval ❑ Air Quality Check as applicable. ❑ Traffic Related ® Construction Related Check one. ❑ Air Quality Report ❑ Caltrans ❑ Approval Z Technical Memorandum Z Caltrans Z Approval ❑ Discussion in ED Only ❑ Caltrans ❑ Approval ❑ FHWA ❑ Conformity Finding(6005 CEs,EAs,EISs) ❑ Caltrans ❑ Conformity Finding(6004 CEs) ❑ Regional Agency ❑ PM10/PM2.5 Interagency Consultation ® Hazardous Materials/ Hazardous Waste Check as applicable: ® Initial Site Assessment ® Caltrans ® Approval (Phase l) ❑ Preliminary Site Assessment ❑ Caltrans ❑ Approval (Phase 2) ❑ Discussion in ED Only ❑ Caltrans ❑ Approval ® Cal EPA DTSC ® Review Database ® Local Agency ® Review Database ® Water Quality/Resources Check as applicable: Z Water Quality Assess.Report ® Caltrans ® Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ❑ Discussion in ED Only ❑ Caltrans ❑ Approval ❑ Sole-Source Aquifer (Districts 6,6 and 11) ❑ EPA(S.F.Regional Office) ❑ Approval of Analysis in ED ❑ Coastal Zone ❑ CCC ❑ Coastal Zone Consistency Determination Page 6.72 May 30,2008 LPP 08-02 90 Exhibit 6-A Assistance Procedures Manual Preliminary Environmental Study(PES)Form B. Required Technical Studies C. Coordination D. Anticipated and Analyses Actions/Permits/Approvals ® Floodplain Check as applicable: N Location Hydraulic Study ® Caltrans ® Approval ❑ Floodplain Evaluation Report ❑ Caltrans ❑ Approval N Summary Floodplain ® Caltrans ® Approval Encroachment Report ❑ Caltrans ❑ Only Practicable Alternative Finding ❑ FHWA ❑ Approves significant encroachments and concurs in Only Practicable Alternative Findings ❑ Wild and Scenic Rivers ❑ River Managing Agency ❑ Wild and Scenic Rivers Determination ® Biological Resources Check as applicable. ❑ NES,Minimal hnpact ® Calunns ® Approval N NES N BA N Caltrans ® Approves for Consultation ® USFWS ® Section 7 Informal/Formal Consultation ❑ NOAA Fisheries ❑ EFH Evaluation ❑ NOAA Fisheries ❑ MSA Consultation ❑ Bio-Acoustic Evaluation ❑ NOAA Fisheries ❑ Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ® Wetlands Check as applicable. ® WD and Assessment N Caltrans N Approval ❑ ACOE ❑ Wetland Verification ❑ NRCS ❑ Agricultural Welland Verification ❑ Caltrans ❑ Wetlands Only Practicable Alternative Finding N Invasive Plants N Discussion in ED Only(NES) N Caltrans N Approval ❑ Section 4(Q Check as applicable. ❑ Caltrans ❑ Determine Temporary Occupancy ❑ De minimis ❑ Caltrans ❑ De minimis finding ❑ Programmatic 4(f)Evaluation ❑ Caltrans ❑ Approval Type: ❑ Individual 4(f)Evaluation ❑ Caluaris ❑ Approval ❑ Agency with Jurisdiction ❑ SHPO ❑ DOI ❑ HUD ❑ USDA Page 6-73 LPP 07-07 November 20,2007 91 Exhibit 6-A Local Assistance Procedures Manual Preliminary Environmental Study(PES)Form B. Required Technical Studies C. Coordination D. Anticipated and Analyses Actions/Permits/Approvals ❑ Section 6(f) ❑ Agency with Jurisdiction ❑ NPS ❑ Determines Consistency with Long-Term Management Plan ❑ NPS ❑ Approves Conversion ® Visual Resources Check one. ® Visual Impact Assessment ® Caltrans ® Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ❑ Discussion in ED Only ❑ Caltrans ❑ Approval ❑ Relocation Impacts Check one. ❑ Relocation Impact Memo ❑ Caltrans ❑ Approval ❑ Relocation Impact Study ❑ Caltrans ❑ Approval ❑ Relocation hnpact Report ❑ Caltrans ❑ Approval ® Land Use and Community Impacts Check one: ❑ CIA ❑ Caltrans ❑ Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ® Discussion in ED Only ® Caltrans ® Approval ❑ Construction/Encroachment on State Lands Check as applicable: ❑ SEC Jurisdiction ❑ SEC ❑ SEC Lease ❑ Caltrans Jurisdiction ❑ Caltrans ❑ Encroachment Permit ❑ SP Jurisdiction ❑ SP ❑ Encroachment Permit ❑ Construction/Encroachment on Federal Lands ❑ Federal Agency with ❑ Encroachment Permit Jurisdiction ® Construction/Encroachment ® Bureau of Indian Affairs ® Right of Way Permit On Indian Trust Lands ❑ Farmlands Check one. ❑ CIA ❑ Caltrans ❑ Approval ❑ Technical Memorandum ❑ Caltrans ❑ Approval ❑ Discussion in ED Only ❑ Caltrans ❑ Approval Check as applicable.- ❑ Form AD 1006 ❑ NRCS ❑ Approves Conversion ❑ CDOC ❑ Approves Conversion ❑Conversion to Non-Agri Use ❑ ACOE Page 6-74 May 30,2008 LPP 08-02 92 Exhibit 6-A Assistance Procedures Manual Preliminary Environmental Study(PES)Form B. Required Technical Studies C. Coordination D. Anticipated Actions/Permits/ and Analyses Approvals ® Cultural Resources (PQS completes this section) This section is to be completed by Caltrans PQS.The input is only for information for this work proposal. Check as applicable: ❑ Caltrans PQS ❑ Screened Undertaking ® APE Map ® Caltrans PQS and DLAE ® Approves APE Map ® Local Preservation Groups ® Provides Comments Regarding Concerns and/or Native American with Project Tribes ® FIPSR ® Caltmns ® Approves for Consultation ® ASR ❑ FIRER ❑ Finding of Effect Report ❑ Caltrans ❑ Concurs on No Effect,No Adverse Effect with Standard Conditions ❑ SFIPO ❑ Letter of Concurrence on Eligibility,No Adverse Effect without Standard ❑ MOA ❑ Caltrans ❑ Approves MOA ❑ SHPO ❑ Approves MOA ❑ ACHP(if requested) ❑ Approves MOA ® Permits Copies of permits and a list of ® ACOE ® Section 404 Nationwide Permit mitigation commitments are ❑ ACOE ❑ Section 404 Individual Permit mandatory submittals following ❑ Caltmns/ACOE/EPA ❑ NEPA/404 Integration MOU NEPA approval. ❑ USFWS ❑ NOAA Fisheries ❑ ACOE ❑ Rivers and Harbors Act Section 10 Permit ❑ USCG ❑ USCG Bridge Permit ® RWQCB ® Section 401 Water Quality Certification ® CDFG ® Section 1602 Streambed Alteration Agreement ® RWQCB ® NPDES Permit ❑ CCC ❑ Coastal Zone Permit ❑ Local Agency ❑ BCDC ❑ BCDC Permit Notes: Additional studies may be required for other federal agencies. Pace 6-76 of abbreviation of technical studies and terms is intentionally deleted to fit the proposal page limit. Page 6-75 LPP 07-07 November 20,2007 93 Exhibit 6-A Assistance Procedures Manual Preliminary Environmental Study(PES)Form E. Preliminary Environmental Document Classification (NEPA) Based on the evaluation of the project,the environmental document to be developed should be: Check one: ❑ Environmental Impact Statement(Note:Engagement with participating agencies in accordance with SAFETEA-L U Section 6002 required) ❑ Compliance with SAFETEA-LU Section 6002 regarding Participating Agencies required ❑ Complex Environmental Assessment ® Routine Environmental Assessment ❑ Categorical Exclusion without required technical studies. ❑ Categorical Exclusion with required technical studies (if Categorical Exclusion is selected,check one of the following): ❑Section 6004 ❑ 23 CFR 771 activity(c)(_) ❑ 23 CFR 771 activity(d)(3) ❑ Activity_listed in the Section 6004 MOU ❑ Section 6005 F. Public Availability and Public Hearing Check as applicable: ❑ Not Required ® Notice of Availability of Environmental Document ® Public Meeting ❑ Notice of Opportunity for a Public Hearing ❑ Public Hearing Required G. Signatures Local Agency Staff and/or�Clonsultant Signature ' �" 4 ,, ��� August 29,2011 (949)333-6600 (Signature ofPreparer) (Date) (Telephone No.) Mari Piantka (Name) Local Agency Project Engineer Signature This document was prepared under my supervision,in accordance with the Local Assistance Procedures Manual, Exhibit 6-B,"Instructions for Completing the Preliminary Environmental Study Form" FPage 6-78 of Caltrans District Professionally Qualified Staff(PQS)and DLAE signatures is intentionally deleted to fit the proposal page limit. (Signature of Local Agency) (Date) (Telephone No.) Page 6-77 LPP 07-07 November 20,2007 94 Vista Chino Low Water Crossing Bridge Replacement Preliminary Environment Study(PES) PROJECT DESCRIPTION The City of Palm Springs(City), in coordination with the California Department of Transportation (Department), is proposing to replace the existing low water crossing along Vista Chino at the Whitewater River with a bridge in the City of Palm Springs, County of Riverside, California.The new bridge would replace the existing roadway which is currently a low water crossing.The purpose of the proposed project is to improve traffic circulation and emergency access within Palm Spring and Cathedral City during flood events. The winter storms of December 29 and 30,2004 and January 10 and 11,2005 caused the complete closure of Vista Chino at the Whitewater River, resulting in severe disruption of traffic circulation into and out of the City. Additional road closures occurred in July 20 and 22 and August 8 and 11,2008 due to flooding.The project would provide an all-weather crossing for Vista Chino across the Whitewater River to allow uninterrupted access into and out of Palm Springs when flooding and debris flows occur.The flooding at the Whitewater River causes the closure of this and two other at-grade crossing (Gene Autry Trail and Indian Canyon Drive) in the City. The project would therefore improve traffic circulation and emergency access within Palm Springs and Cathedral City during flood events. The new bridge structure would be approximately 94 feet wide consisting of a 76-foot wide roadway with four 12-foot wide lanes separated by a 12-foot wide median, eight-foot wide shoulders, and six-foot wide sidewalks along either side. The proposed bridge span would be approximately 2,600 feet along the existing Vista Chino crossing at the Whitewater River between an existing concrete lined flood control levee on the west bank and an existing berm levee on the east bank.The proposed bridge structure would either be precast concrete girder or cast-in-place concrete box girder supported on multiple-column piers.The bridge cross-section would be consistent with the City's cross- section for a major thoroughfare which is the current classification of Vista Chino in the City's Circulation Element of the General Plan.The new hardscape with roadway and bridge improvements would be approximately 100 feet west of Clubhouse View Drive to 400 feet east of the east levee. In addition,there would be striping and signage work beyond the hardscape limit from Gene Autry Trail to Carmelo Drive. The total project limits would be approximately 4,950 feet.The proposed project would also require the relocation of other utilities located within the roadway right-of-way. New right-of-way, including both temporary construction easements(TCEs)and permanent easements would be potentially located on the parcels located along both sides of Vista Chino to the east and west of the Whitewater River. Permanent easements from the following assessor parcels would likely be needed to accommodate the new bridge: north of Vista Chino: 6770040030, 677040031, 677030030, 677183018; south of Vista Chino:677250055, 677250059, 677250057, 677250065, 677250025, and 675040004. Three existing billboards located north of Visa Chino would likely lose visibility as a result of the new bridge and would likely be relocated as part of the project.TCE and permanent easement on Indian Lands need to be processed through the Bureau of Indian Affairs (BIA). A construction staging area would also be potentially located north of the roadway in the Whitewater River,east of Executive Drive(Assessor Parcel Number 67740030). The disposal site for the proposed project, if needed, would be selected by the contractor. Any environmental clearances related to the disposal site would be obtained by the contractor prior to construction. The proposed project is included in the 2008 Regional Transportation Plan as project ID 3A01CV095 and the 2011 cost-constrained Federal Transportation Improvement Program (FTIP) (federal approval date of December 14, 2010) as project ID RIV090405. The project as proposed is consistent with the 2011 FTIP description. (Project description to be refinedtfinalized once preliminary design has been completed.) PRELIMINARY ENVIRONMENTAL STUDY FORM RESPONSES General 1. Will the project require future construction to fully utilize the design capabilities included in the proposed project? The proposed project,as designed,would provide the following of potential traffic-related,environmental,and safety-related benefits,without future construction: • Providing an all-weather crossing for Vista Chino across the Whitewater River to allow uninterrupted access into and out of Palm Springs when flooding and debris flows occurs within the Whitewater River, • Improved emergency access into and out of the City during flood events within the Whhewater River which cause the other two at-grade crossings in the City to be closed;and, • Decrease in delays and improved travel time along Vista Chino and Ramon Road,which is used an alternative route during flooding events when Vista Chino is closed.The decrease in delays and improved travel time reduces travel cost. The proposed project would be able to function independently, and would not require future construction to fully utilize the design capabilities included in the proposed project. 2. Will the project generate public controversy?No known public controversy exists regarding the proposed project.There is no reason to expect substantial public interest in the project from a community standpoint based on potential environmental effects.The proposed project is expected to provide a number of potential traffic-related and safety-related benefits to the community.It is anticipated that any local interest in the environmental impacts of the project would be primanly related to typical concems related to roadway improvements projects such as visual and noise impacts for residents located immediately adjacent to the project alignment. Noise 3. Is the project a Type I protect as defined in 23 CFR 772.5(h); "construction on new location or the physical alteration of an existing highway,which significantly changes either the horizontal or vertical alignment or increases the number of through- traffic lanes'? According to 23 CFR 772.5(h), a Type I project involves"construction on new location or the physical alteration of an existing highway which significantly changes either the horizontal or vertical alignment or increases the number of through-traffic lanes." The proposed project induces the construction of a new bridge that could potentially be approximately 15 to 20 feet higher than the existing roadway.This would alter the vertical alignment of the roadway,thus the proposed project would be a Type I project. 4. Does the project have the potential for adverse construction-related noise impact (such as related to pile driving)? The proposed project will likely involve pile driving during construction. This type of work would be limited in duration;however,this will be further evaluated and addressed in the Noise Study Report. Air Qualrtv Page 114 95 Vista Chino Low Water Crossing Bridge Replacement Preliminary Environment Study(PES) 5. Is the project in a National Ambient Air Quality Standards non-attainment or maintenance area? The proposed project is located in the Salton Sea Air Basin(SSAB). As shown below,the State of California has designated the SSAB as being a nonattainment area for ozone (03) and particulate matter (PM,,) and is unclassified for particulate matter (PM25). At the federal level, EPA has also designated this area as being a nonattainment area for 03 (eight-hour standard) and PM,,. Criteria pollutant PM25, CO, and NO2 are classified as unclassified/attainment,while SO2 is unclassified. Selected Criteria Pollutants:Attainment Status for the Salton Sea Air Basin(SSAB) Status Pollutants Federal State %(one-hour standard) — Extreme Nonatainment 03(eight-hour standard) Nonattainment,Severe-15 — PM10 Serious Nonattainment Nonattainment PM25 Undassified/Attainment Unclassified CO Undassified/Attainment Attainment NO2 Undassified/Altainment Attainment SO2 Attainment Attainment httpJAvww.arb.m.gov/desig/adnVadm.htm 6. Is the project exempt from the requirement that a conformity determination be made? (If "Yes,' state which conformity exemption in 40 CFR 93.126,Table 2 applies). Yes,the proposed project is exempt from the requirement to determine conformity under the Safety heading in 40 CFR 93.126(Projects that correct,improve,or eliminate a hazardous location or feature). Some short-term air quality impacts could occur during construction.The Department's policy to reduce construction-period emissions by the greatest extent feasible is to require implementation of effective and comprehensive control measures,as identified below: Combustion Exhaust Emissions The proposed project would conform to Department construction requirements,as specified in the Department's Standard Specifications Section 7-1.01 F(Air Pollution Control),which states:"The Contractor shall comply with all air pollution control ordinances and statutes which apply to any work performed pursuant to the contract, including any air pollution control rules, regulations, ordinances and statutes,specified in Section 11017 of the Government Code." Fugitive Dust Emissions SCAQMD Rule 403(Fugitive Dust)requires that fugitive dust control measures be applied to all construction projects in the SCAB and SSAB, unless the project is specifically exempted by the rule. Construction projects that are classified as "large operations" (i.e., 20 hectares[50 acres]or larger)are required to submit a fully executed Large Operation Notification Form(Form 403 N)to the Executive Office of the SCAQMD within seven days of qualifying as a large operation and to maintain daily records to document the specific control actions taken. The control measures incorporated in the Rule are available in a Rule 403 Implementation Handbook. The proposed project,although not a large operation under the Rule's definition,would be required to implement mitigation measures for each source of PM10 emissions,as specified in the Rule,and attached to this PES. The implementation of exhaust and fugitive dust emission control measures identified above would avoid and/or minimize such emissions by the greatest extent feasible, and no additional measures are necessary. This will be documented in an air quality memorandum that will address the potential for construction period impact. 7. Is the project exempt from regional conformity? (If "Yes," state which conformity exemption in 40 CFR 93.127, Table 3 applies). Not applicable based on response to Question 6. 8. If project is not exempt from regional conformity?(If"No"on Question•7). Not applicable based on response to Question 6. Hazardous Materials/Hazardous Waste 9. Is there potential for hazardous materials (including underground or aboveground tanks, etc.) and/or hazardous waste (including oillwater separators, waste oil, asbestos-containing material, lead-based paint, ADL, etc.) within or immediately adjacent to the construction area? Based on a review of readily available database information, it is not anticipated that any hazardous materials or waste sites would be impacted by the proposed project as no known sites were identified within limits of disturbance for the proposed project and it is not anticipated that the project would impact groundwater. A review of the California Department of Toxic Substances'EnviroStor database revealed that the nearest site that contains potential contaminants of concern is the former Palm Springs Army Air Field located one mile southwest. This property is known or suspected to contain military munitions and explosives of concem.Most of the site is now occupied by the Palm Springs Regional Airport.The former Palm Springs Landfill also contains hazardous wastes or contaminants of concem and is located at the Intersection of Gene Autry Trail and Ramon Road; approximately 10,000 feel south of the project site.The Initial Site Assessment(ISA)that is prepared for the proposed project will further evaluate the potential for hazardous malerialstwaste concerns related to the proposed project. Water Quality 10. Does the project have the potential to impact water resources(rivers,streams,bays,inlets,lakes,drainage sloughs)within or immediately adjacent to the project area? The project area is located within a portion of the Whitewater River Channel. The Water Quality Assessment that is prepared for the proposed project will further evaluate the potential for impacts to water resources and water quality. Page 115 96 Vista Chino Low Water Crossing Bridge Replacement Preliminary Environment Study(PES) 11. Is the project within a designated sole-source aquifer?The designated sole-source aquifers in California are located in the counties of Fresno, Santa Cruz, Butte, and Imperial. The proposed project is located in Riverside County and not near any of California's designated sale-source aquifers. Coastal Zone 12. Is the project within the State Coastal Zone,San Francisco Bay,or Suisun Marsh? The State Coastal Zone is designated as the coastal area that is generally located within one mile of the Pacific Coast.The project area is considerably further from the coast and not within an area regulated by the State Coastal Zone Management Agency(SCZMA). Floodplain 13. Is the construction area located within a regulatory floodway or within the base floodplain (100-year) elevation of a watercourse or lake?The proposed project is included on the Federal Emergency Management Agency(FEMA)Flood Insurance Rate Map(FIRM)numbers 06065C1576G and 06065C1557G both dated August 28,2008 for Riverside County, California and Incorporated Areas.The proposed project is located in Zone AE, which is a"Special Flood Hazard Area Subject to Inundation by the One Percent Annual Chance [100-year] Flood"The proposed project is also located within the FEMA-designated floodway. The floodway is the channel of a stream plus any adjacent floodplain areas that must be kept free of encroachment so that the 1%annual chance(100-year) flood can be carried without substantial increases in flood heights.The potential for the project to result in impacts to the floodplain will be evaluated in the Location Hydraulic Study(LHS)that is prepared. Depending on the results of the LHS either a Summary Floodplain Encroachment Report or Floodplain Evaluation Report will be prepared. Wild and Scenic Rivers 14. Is the project within or immediately adjacent to a Wild and Scenic River System?There are no wild and scenic rivers located in or adjacent to the study area according to the Wild and Scenic River System list that is maintained by the National Park Service. Bioloaical Resources 15. Is there a potential for federally listed threatened or endangered species, or their critical habitat or essential fish habitat to occur within or adjacent to the construction area? The proposed project straddles the boundary of land owned and operated by the Coachella Valley Water District(CVWD),City of Palm Springs, and Agua Caliente Band of Cahuilla Indians (Tribe). The CVWD and City portions of land are within the Coachella Valley Multiple Species Habitat Conservation Plan(CVMSHCP)Area,and are not within an established Conservation Area.The Tribal land is within the Agua Caliente Tribal Habitat Conservation Plan (ACTHCP)Area, and is identified as the Section 6 Target Acquisition Area, which holds the highest priority of lands to be acquired for conservation by the Tribe. The portion of Section 6 adjacent to the project area has been designated by the Tribe as a Fluvial Sand Transport Process Area (FSTPA).As the project area is located immediately downstream of the FSTPA, all natural flows within the project area must be conveyed downstream without impeding the natural fluvial sand transport process. A review of the California Natural Diversity Database and California Nation Plant Society database was performed. Federally listed and stale sensitive species that have the potential to occur on or adjacent to the project site include: Palm Springs round-tailed ground squirrel, Palm Springs pocket mouse, pallid San Diego pocket mouse; desert tortoise; Coachella Valley fringe-toed lizard; flat-tailed horned lizard,Coachella Valley milk-vetch,burrowing owl,Crissal thrasher,and Le Conte's thrasher.The potential for impacts to these species will be further documented in the Natural Environment Study(NES)that would be prepared for the project. 16. Does the project have the potential to directly or indirectly affect migratory birds,or their nests or eggs (such as vegetation removal,box culvert replacementlrepair,bridge work,etc.)? The Migratory Bird Treaty Act(MBTA)makes it unlawful at any time,by any means or in any manner,to pursue,hunt,take,capture,or kill migratory birds.The law applies to the removal of nests as well as the abandonment of nests occupied by migratory birds during the breeding season. Due to the presence of vegetation and trees within and adjacent to the identified limits of disturbance for the proposed project there is the potential for impacts to migratory and nesting birds during construction activities.This would be further evaluated and addressed in the NES that is prepared for the proposed project. It is anticipated that tree and vegetation removal associated with project would occur outside of the bird breeding season. If tree removal would occur during the bird breeding season(February 15 through August 15),a pre-construction nesting bird survey shall be conducted prior to any ground disturbance or vegetation removal. 17. Is there a potential for wetlands to occur within or adjacent to the construction area? The project area is located within a portion of the Whitewater River Channel,as a result there is the potential to encounter areas that meet the federal definition of a wetland.The potential for wetlands to occur within or adjacent to the project, and the potential for the project to affect wetlands, will be confirmed during the detailed field evaluation performed as part of the NES and Jurisdictional Delineation. 18. Is there a potential for agricultural wetlands to occur within or adjacent to the construction area? The project area is located within a portion of the Whitewater River and as a result there is the potential to encounter areas that meet the federal definition of a wetland. However,based on a preliminary review of the project site it is not anticipated that any federal wetlands or agricultural wetlands would be present within the project footprint. The potential for agricultural wetlands to occur within or adjacent.to the project, and the potential for the project to affect agncltural wetlands,if any,will be confirmed during the field evaluation performed as part of the NES and Jurisdictional Delineation Report. 19. Is there a potential for the introduction or spread of invasive plant species? During construction there would be the potential for the spread of invasive species through introduction from construction equipment and other outside sources. Standard Department construction best management practices(BMPs)would be implemented during construction to limit the potential for the introduction or spread of invasive species.This will be addressed in the NES that is prepared. Sections 41fl and 61f1 20. Are there any historic sites or publicly owned public parks,recreation areas,wildlife or waterfowl refuges(Section 4[11)within or immediately adjacent to the construction area? It is not anticipated that any Section 4(f) resources would be impacted by the proposed project as no publicly owned parks or recreation areas,wildlife or waterfowl refuges,or known historic sites are located within Page116 97 Vista Chino Low Water Crossing Bridge Replacement Preliminary Environment Study(PES) or immediately adjacent to the proposed project site.The Desert Princess Golf and Country Club is located east of the project site.The golf course is privately owned and operated;therefore,the provisions of Section 4(f)are not triggered. 21. Does the project have the potential to affect properties acquired or improved with Land and Water Conservation Fund Act (Section(i funds? No parks are located within or adjacent to the proposed project site. No properties acquired with Land and Water Conservation Fund(Section 6(0)funds would be impacted by the proposed project. Visual Resources 22. Does the project have the potential to affect any visual or scenic resources?The project vicinity consists of an existing roadway (Vista Chino),and the Whitewater River is located north and south of the roadway.The Whitewater River is considered as valuable open space and community resource in the City's General Plan. Land uses adjacent to the project site consist of a mini storage unit in the northwest quadrant, residential in the southwest quadrant, residential in the northeast quadrant, and a private golf course and golf course community in the southeast quadrant.A Visual Impact Assessment Guide was completed for the proposed project. Based on a preliminary review of the project site and the information known about the project area the proposed project received a scope of 20. Based on these results a fully developed Visual Impact Assessment,that meets or exceeds FHWA requirements,is anticipated for the proposed project. Where feasible the project would provide architectural elements on the new structure.This will be further addressed in the Visual Impact Assessment that is prepared. Relocation Impacts 23. Will the project require the relocation of residential or business properties?The proposed project would potentially relocate three billboards that are located north of Vista Chino in order to accommodate the new bridge structure. Impacts will be further addressed in the environmental document that is prepared. Land Use.Community.and Farmlands Impacts 24. Will the project require any right of way, including partial or full takes? Consider construction easements and utility relocations. The proposed project would not require full acquisition of properties;however,permanent easements to accommodate the new bridge width would most likely be required on the following parcels: North of Vista Chino:6770040030,677040031,677030030,677183018 South of Vista Chino:677250055,677250059,677250067,677250066,677250025,675040004 A temporary construction easement would be needed for a construction staging area to be located on parcel 67740030, located in the northwest project area.In addition,the project would potentially relocate three billboards that are located north of Vista Chino in order to accommodate the new bridge structure. Impacts to the surrounding neighborhood will be further evaluated in the environmental document that is prepared. 25. Is the project inconsistent with plans and goals adopted by the community? The City of Palm Springs 2007 General Plan Circulation Element classifies Vista Chino as a major thoroughfare,which is described as a roadway that"Serves mostly through-traffic with some local access allowed;on-street parking may be allowed on some streets.Typically four or more lanes,these roadways form the basic element of the City's circulation system,connecting Palm Springs to regional highways and tying together different areas of the City. Landscaped medians may be provided on major thoroughfares to maintain an acceptable level of service, to serve as a safety mechanism, and also to provide beautification features for the City."The proposed project would be consistent with plans and goals adopted by the community.The proposed project is consistent with the goals that are induced in the City of Palm Springs General Plan Circulation Element. Specifically it meets the following goal: • Policy CR25- Construct all-weather bridge crossings along Indian Canyon Drive, Gene Autry Trail, and Vista Chino and the Whitewater River to reduce traffic problems caused by flooding and blowsand. Consistency with plans adopted by the community will be further evaluated further in the environmental document that is prepared for the proposed project. 26. Does the project have the potential to divide or disrupt neighborhoods/communities? The proposed project would be constructed along an existing roadway and would not divide a neighborhood/community. The proposed project includes a sidewalk along both sides of the bridge.Temporary detours and road closures may occur during construction,which could cause temporary disruptions within the affected neighborhood.This will be evaluated further in the environmental document that is prepared for the proposed project. 27. Does the project have the potential to disproportionately affect low-income and minority populations? All projects involving a federal action(funding, permit,or land)must comply with Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, signed by President Bill Clinton on February 11, 1994.This Executive Order directs federal agencies to take the appropriate and necessary steps to identify and address disproportionately high and adverse effects of federal projects on the health or environment of minority and low-income populations to the greatest extent practicable and permitted by law.The proposed project is located within Census Tract 100,Block Group 2,located north and southeast of Vista Chino;Census Tract 446.04, Block Group 2 located south of Vista Chino, and Census Tract 449.04, Block Group 1 located northeast of Vista Chino. As shown in the following table, the project area (defined as Census Tract 100, Block Group 2; Census Tract 446.04, Block Group 2; Census Tract 449.04, Block Group 1)has a lower percentage of individuals identified as White than the City but a higher percentage than reflected for the County.The percentage of individuals identified as Latino/Hispanic is lower for the project area than for the County but higher than that reflected for the City.For all other groups(African-American,American Indian/Alaskan Native,Pacific Islander/Native Hawaiian,and Other races/Ethnicities)the percentage within the project area are less than the percentages identified for the County and the City,with the exception of individuals identified as Asian. Pagell7 98 Vista Chino Low Water Crossing Bridge Replacement Preliminary Environment Study(PES) Table 1. Existing Regional and Local Population Characteristics—Race/Ethnicity(2000) Pacific Latino/ American Islander/ Hispanic African- Indian/ Native Other 2000 White (of any American Asian Alaskan Hawaiian races/ Area Population N race)(%) N N Native(%) 1%) Ethnicities` Riverside 1,545,387 51.26 36.21 5.98 3.57 0.66 0.21 0.16 County City of Palm Springs 42807 66.52 23.72 3.79 3.75 0.61 0.10 0A0 Project 5,773 57.32 32.57 3.12 4.33 0.42 0.12 0.016 Area`* `For Census Tract level,data classified as"Some other race alone"applied **Includes Census Tract 100,Block Group 2;Census Tract 446.04,Block Group 2;Census Tract 449.04,Block Group i As shown in the following table the median household income for the Census tracts where the project is located(i.e.,Census Tract 100, Block Group 2; Census Tract 446.04, Block Group 2; Census Tract 449.04, Block Group 1) is higher than that reflected for Riverside County and the City of Palm Springs. Low income is defined based on the Department of Health and Human Services(DHHS)poverty guidelines. For 1999 (commensurate with available income data), this was $16,700 for a family of four, and for 2011 (current), it is $22,350. Therefore,the project area would not be considered a low income area as it is above the DHHS poverty guidelines. Median Household Income Census TrectlCily 1999 Median Household Income Riverside County $42,887 City of Palm Springs $35,973 Project Area" $47,974 "Includes Census Tract 100,Block Group 2;Census Tract 446.04,Block Group 2;Census Tract 449.04,Block Group 1 Based on a comparative analysis of demographic(i.e. race and ethnicity)and income characteristics of the study area with that of the City or County populations, the study area population is characterized as having a higher proportion of minority groups (i.e., Latino/Hispanic) when compared to the City and a higher proportion when compared to the County. The project area is also characterized as having a higher median household income than the City and County.Based on the above discussion the project would have a low probability of resulting in impacts per Executive Order 12898 regarding environmental justice.Therefore,it is anticipated that the proposed project would not cause disproportionately high and adverse effects on any minority or low-income populations as per Executive Order 12898 regarding environmental justice. In addition the proposed project would comply with Title VI of the Civil Rights Act of 1964 and related statutes.This will be further addressed in the environmental document that is prepared for the proposed project. 28. Will the project require the relocation of public utilities? The proposed project would likely require the relocation of the following utilities onto the bridge:Southern California Edison—electric lines;Sprint and Verizon—fiber optic lines;Time Warner—fiber optic cable There is also a large diameter Riverside County Flood Control(RCFC)storm drain on the west bank that will likely need to be adjusted to allow for construction of the bridge abutments. The affected utilities shall be relocated in accordance with State law and regulations and County and City policies. There shall be ongoing coordination between the City of Palm Springs,the affected agencies,and the utility companies in order to minimize potential disruption of utility service.No adverse effects to public services are anticipated. 29. Will the project affect access to properties or roadways? Impacts to property and roadway access are not anticipated. Some temporary detours or closures may occur, however, these would be short term in duration and would be addressed in the Traffic Management Plan(TMP)that is prepared for the proposed project. This will be further evaluated further in the environmental document that is prepared. 30. Will the project involve changes in access control to the State Highway System(SHS)? The proposed project would not result in a change in access control. 31. Will the project involve the use of a temporary road, detour, or ramp closure? During construction the project proposes to construct a temporary al-grade four lane roadway to the south of the existing crossing.Once constructed traffic will be relocated onto this roadway so that the new bridge can be constructed. Once construction is completed the traffic will be relocated onto the bridge and the temporary roadway will be removed. This will be further detailed in the environmental document that is prepared. 32. Will the project reduce available parking? The proposed project would not reduce available parking. 33. Will the project construction encroach on state or federal lands? The proposed project would not involve any encroachment on state or federal lands. 34. Will the project convert any farmland to a different use or impact any farmlands?Through mapping maintained by the Natural Resources Conservation Service/California Department of Conservation,it has been determined that the project area,which is located in an urbanized area and does not meet the definition of farmland as defined in 7 CFR 658.The entire project area is defined as Urban and Built-up Land and Other Land.Therefore,the provisions of the Farmland Protection Policy Act of 1984 do not apply. Cultural Resources 35. Is there National Register listed, or potentially eligible historic properties, or archaeological resources within or immediately adjacent to the construction area?(Note:Caltrans PIGS answers question#35) To be addressed by Caltrans FOS. 36. Is the project adjacent to,or would it encroach on Tribal land?The Ague Caliente Band of Cahuilla Indians(Tribe)owns the land north of Vista Chino through the Whitewater River and south of Vista Chino to the east of the Whitewater River. Page 118 99 � _=7,_7Et ii eer—s Work Proposal A5 — Discussion of Coachella Valley Multi-Species Habitat Conservation Plan (CVMSHCP): The proposed project straddles the boundary of land owned and operated by Coachella Valley Water District (CVWD), the City of Palm Springs (City), and land owned by the Ague Caliente Band of Cahuilla Indians (Tribe). The CVWD and City portions of land are within the Coachella Valley Multiple Species Habitat Conservation Plan (CVMSHCP) Area, and are not within an established Conservation Area. The Tribal land is within the Agua Caliente Tribal Habitat Conservation Plan (ACTHCP) Area, and is identified as the Section 6 Target Acquisition Area, which holds the highest priority of lands to be acquired for conservation by the Tribe. The portion of Section 6 adjacent to the project area has been designated by the Tribe as a Fluvial Sand Transport Process Area (FSTPA). As the project area is located immediately downstream of the FSTPA, all natural flows within the project area must be conveyed downstream without impeding the natural fluvial sand transport process. The proposed project is a covered activity under the CVMSHCP and ACTHCP.Applicable measures will be identified to ensure that the proposed project design will be consistent with each individual Conservation Plan. The field studies will need to be carefully orchestrated by biologists that understand the regulatory context of the project occurring within the CVMSHCP Area and on Tribal lands, which ICF brings to the project. ICF has lead the biological effort for projects occurring on Tribal lands and is also the Monitoring Program Administrator for the CVMSHCP. Although the project is a covered activity under the ACTHCP, Section 7 Consultation with the U.S. Fish and Wildlife Service (USFWS)would be required to comply with the Federal Endangered Species Act(FESA)for potential take of any federally listed species on Tribal lands. This is due to the fact that as an Incidental Take Permit has not yet been issued by the USFWS for areas/activities covered by the ACTHCP. The key biological resource issues for the project are anticipated to be: (1) federal/state jurisdictional water resources(Whitewater River); (2) CVMSHCP consistency; (3) ACTHCP consistency; (4) FESA compliance; • federally listed and state sensitive species - small mammals (Palm Springs round-tailed ground squirrel); • federally and state listed desert tortoise; • federally and state listed Coachella Valley fringe-toed lizard; • federal candidate flat-tailed horned lizard; and • federally listed Coachella Valley milk-vetch Based on our recent conversation with a planner with the Agua Caliente Band of Cahuilla Indians, for specific guidance on facility sizing for storm events, pertaining to the Fluvial Sand Transport Process Area, there are no specific sizing criteria for the length of bridge or culverts to transport water-borne sediment/sand across the FSTPA. However it was reinforced in the discussion that as stated in Section 4.9.3.1(a) "All natural flows onto the parcel must be conveyed offsite in the natural pre-disturbance direction of flow.This will ensure that disturbance on the property will not impede water-bome sand transport across the parcel. In addition, water-bome sediments and flood waters will not be allowed to be artificially retained on site."and "flood waters will not be allowed to be artificially retained on site."This leaves this section somewhat open to interpretation, but it's our general feeling that any changes to the facility would be required to convey the storm events that are currently being conveyed by the existing facility. Future coordination with the Tribe will be necessary to clarify this issue as it affects the engineering alternatives, the length of the proposed bridge, and the required environmental mitigation. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 119 100 Work Proposal SECTION B: SCOPE OF WORK B1 —Types of environmental documents and technical environmental studies that will be required for the project and the technical environmental studies that have been excluded from the scope: It is assumed in this technical approach that the environmental document for the proposed project would be a joint document that would meet the requirements of NEPA and CEQA with Caltrans as the NEPA lead agency, as delegated by FHWA, and the City as the CEQA lead agency. It is assumed that any impacts identified during development of the NEPA/CEQA document would not be adverse under NEPA and would be less than significant under CEQA (though mitigation may be required). Under this assumption the environmental document to be prepared would likely be an Initial Study / Environmental Assessment (IS/EA) followed by a Mitigated Negative Declaration/Finding of No Significant Impact (MND/FONSI). Since the project is located partially within ACBCI Tribal lands, early and continuous coordination with the Tribe will be critical. Although this approach has assumed an IS/EA there is a distinct possibility that a Section 6005 NEPA Categorical Exclusion could be appropriate for the proposed project. The use of a NEPA CE will be fully discussed with the City and then Caltrans at the outset of the project. Under this approach it is likely that the technical studies would be prepared first and once the findings of those studies are complete a determination of the applicability of approving a NEPA CE for the project would be pursued. If a NEPA CE were determined to be applicable then a CEQA IS/MND for City review/approval/adoption, rather than a joint IS/EA, would be prepared. Based on our similar project at Cathedral Canyon Drive Low Water Crossing Bridge Replacement Project in Cathedral City and depending on the environmental mitigations, Caltrans may designate routine EA as the appropriate environmental document although NEPA CE could be granted after review and approval of all environmental technical studies. To support the findings in the IS/EA, or IS/MND/CE, several technical studies are anticipated to be required. The technical studies are anticipated to include a Historic Property Survey Report (including an Area of Potential Effects [APE] map, and Archaeological Survey Report), Natural Environment Study (including a Jurisdictional Delineation Report), Water Quality Study, Initial Site Assessment, Noise Study Report (this is assumed to be required due to the change in vertical alignment), Location Hydraulic Study (followed by a Summary Floodplain Encroachment Report or Floodplain Evaluation Report), Visual Impact Assessment, and Air Quality Technical Memorandum (to address air quality during construction only since there is no increase in traffic capacity); in addition, it is assumed that a separate Community Impact Assessment (CIA)would not be required if an IS/EA is prepared and that this information would be directly incorporated into the IS/EA. If a NEPA CE is determined at the outset to be a likely outcome for the project then a CIA would likely be prepared to support the CE as the information necessary for inclusion in an EA would not otherwise be available since an EA would not be prepared. In terms of geology, approximately two-thirds of the study corridor is underlain by Pliocene to Holocene alluvium, which is generally characterized as having high paleontological sensitivity. Therefore, it is assumed that a Paleontological Identification Report/Paleontological Evaluation Report will be required; potentially followed by a Paleontological Mitigation Plan. This will be confirmed through the paleontological records search that is performed for the proposed project. Although the above technical studies would be prepared, some of the more critical items will be the cultural resources, biological resources, water quality assessment, and floodplain evaluations. The proposed project improvements will be subject to compliance with Section 106 of the National Historic Preservation Act. Caltrans administers Section 106 compliance on behalf of FHWA and requires that documentation conform to specifications contained in the SER and the Section 106 Programmatic Agreement (PA). Prehistoric cultural resources may be present in the project area, given the proximity to the Whitewater River.These resources will be located, recorded, and evaluated. ICF has completed numerous highway projects in the Mojave and Colorado Deserts, involving Caltrans review and approval of Section 106 and other documents, such as the State Route 79 Widening project, the Interstate 215 Bi-County HOV Lane Gap Closure Project, and the Interstate 215 Widening project, as well as numerous Local Assistance projects.A major section of the project study limits is part of the Agua Caliente Indian Reservation and territory of the Agua Caliente Band of Cahuilla Indians, a federally recognized Native American tribe.Coordination with the Tribe will be required prior to project activities on Agua Caliente reservation land. Because of the govemment-to-government relationship that exists between Agua Caliente and Caltrans, and Caltrans responsibilities for Native American consultation under Section 106, Caltrans is tasked with contacting the Agua Caliente band and implementing project activities on the reservation.Consultation will be conducted in coordination with Caltrans and in accordance with appropriate and current state and federal regulations. ICF staff will provide site records, maps, draft documents and other resources as requested by Caltrans for this consultation. ICF cultural staff has excellent relations with the Agua Caliente Band of Cahuilla Indians, having contacted the tribe on several occasions regarding other highway and road projects. Cultural resources work on the reservation may require Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 120 101 A0VWPV.-_ _7777MTEna;-,'C''s- Work Proposal Native Amencan participation or monitoring, activities which ICF staff have coordinated many times for other cultural projects.As a recent example, ICF provided coordination with Native Americans for the Belardo Road Improvement Project in City of Palm Springs on land within the Aqua Caliente Indian reservation. ICF wrote the Finding of Effect document(FOE)for the National Register listed Tahquitz Canyon site, which was reviewed and approved by Caltrans and the Aqua Caliente Band's Tribal Historic Preservation Officer(THPO).The THPO then prepared the Tribes final plans for cultural resources mitigation using the ICF FOE document.For the Vista Chino project early coordination with the Tribe will be critical so that their role and involvement in the environmental process can be agreed upon and documented. Some environmental technical studies are excluded from the scope of work, and their reasons are detailed in the discussion following the PES in Paragraph A4. B2— Environmental Permit and the Permitting Process: The required permits listed in the PES include ACOE Section 404 Permit, RWQCB Section 401 Water Quality Certification and CDFG Section 1602 Streambed Alteration Agreement. The project also requires various encroachment permits and RWQCB NPDES Permit when the low bid contractor is identified. FESA Compliance:The project is located in an 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, take authorization must be obtained from the United States Fish and Wildlife Service (USFWS), under Section 7 of the federal Endangered Species Act(FESA).A Biological Assessment(BA)will be developed for the proposed project, which will identify the potential impacts to federally listed species, resulting from constructing the project. As federal Lead Agency, formal Section 7 Consultation with USFWS will be initiated by Caltrans. Upon initiation, formal Section 7 Consultation, led by Caltrans, is anticipated to conclude within 90 days, at which time USFWS has an additional 45 days to complete a Biological Opinion. A Biological Opinion must be obtained and included as a portion of the Final Environmental Document. Aqua Caliente Band of Cahuilla Indians Tribal HCP Compliance and Conditional Use Permit The project is listed as a Covered Activity under section 4.2 of the Agua Caliente Band of Cahuilla Indians Tribal Habitat Conservation Plan (ACTHCP). A portion of the project is located within the Section 6 Target Acquisition Area (Section 6) of the ACTHCP. Section 6 has been designated as the highest priority of all lands to be acquired for conservation by the Tribe. The portion of Section 6 adjacent to the project area has been designated by the Tribe as a Fluvial Sand Transport Process Area(FSTPA). Per section 4.9.2 of the ACTHCP, as a Covered Activity located within Section 6, a Conditional Use Permit (CUP) must be obtained from the Tribe, for the project.To ensure compliance as a Covered Activity of the ACTHCP, and to receive the required CUP the project must comply with specific design and mitigation standards outlined by sections 4.9.3.1-4.9.3.3, as applicable. Early coordination with the Tribe is encouraged, to streamline the CUP process. Coachella Valley Multiple Species Habitat Conservation Plan Compliance The project is listed as a Covered Activity under section 7.2.3 of the Coachella Valley Multiple Species Habitat Conservation Plan (CV MSHCP). To ensure compliance as a Covered Activity of the CV MSHCP, the project must comply with all applicable avoidance, minimization, and mitigation standards outlined by section 4.4 of the plan. USACE CWA Section 404 Permit.A Preliminary Jurisdictional Delineation (PJD) will be submitted to the United States Army Corps of Engineers (USACE), characterizing and quantifying jurisdictional areas with potential to be impacted by the project. A Nationwide 404 Permit (NWP) 14 will likely be applicable for project impacts under Section 404 of the federal Clean Water Act(CWA). A Pre-construction Notification will be included with the PJD. Authorization for use of NWP 14 will ultimately be determined by USACE. Although areas meeting the federal 3-parameter definition of a wetland are not anticipated to occur within the project area, as this reach of the Whitewater River typically carries ephemeral flow, it should be noted that if wetlands are concluded to be present at the project site, these areas would be designated as a Special Aquatic Site, under USACE 2007 Los Angeles District Regional Condition 2. If project impacts to junsdictional 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. The average processing time for an IP from the USACE is currently 6 to 8 months,from the time of submittal of a complete application. U.S. EPA and SWRCB Section 401 Water Quality Certification As the project involves lands owned by the Agua Caliente Band of Cahuilla Indians, impacts subject to Section 401 of the 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 Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page J 21 102 �-)g +�-� E�e'`_- Work Proposal of the project would be regulated by the State Water Resources Control Board (SWRCB). A written request for 401 Water Quality Certification (401) will be prepared and submitted to the EPA and SWRCB for review and issuance of the 401.A 401 is expected to be issued within 60-90 days of completion of the CEQA process, or submittal of a complete application,whichever occurs latest. CDFG 1602 Streambed Alteration Agreement: A §1602 Streambed Alteration Agreement (SAA) will be required by the California Department of Fish and Game (CDFG) for work within the Whitewater River channel. Areas under CDFG jurisdiction, per Sections 1600-1624 of the California Fish and Game Code, will be characterized and quantified, appropriate mitigation measures will be developed for the project, and a formal Streambed Alteration Notification package will be submitted. CDFG has 30 days from the receipt of a Notification to determine if the application is complete. Once an application is deemed complete, a 1602 Streambed Alteration Agreement is expected to be entered by CDFG and the City of Palm Springs within 60 days B3 — Technical Scope of Work: The proposed project is to replace the existing 4-lane Vista Chino low water crossing at Whitewater River with a 4-lane bridge with a curb-to-curb roadway width of 76 feet and two 6 feet wide sidewalks. The new hardscape with roadway and bridge improvements would be approximately from 100 feet west of Clubhouse View Drive to 400 feet east of the existing east levee while the striping and temporary traffic control limits may be from Gene Autry Trail to Carmela Drive. The total project limits would be approximately 4,950 feet. It is assumed that the joint CEQA/NEPA document will be Initial Study/routine Environmental Assessment (IS/EA) that leads to the determination of Mitigated Negative Declaration/Finding of No Significant Effect (MND/FONSI). Up to two Build Alternatives will be addressed in the environmental technical studies and environmental document. Task 1.0-Project Management 1.01 Project Administration and Project Controls: Project administration will be conducted to ensure timely progress reporting, billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Appropriate administration measures will be taken to control schedule, documents, invoicing and cost. (Deliverables)monthly progress reports,schedules updates,document logs,and monthly invoices 1.02 Meetings and Coordination: This task will include general management and coordination among the City, CNS Team, jurisdictional agencies, and other key stakeholders. Project meetings will be conducted to maintain good project communication in purposeful and concise meetings. Project coordination will be established by frequent progress meetings. Monthly Project Development Team(PDT)meetings in the City Hall or by conference calls will be conducted. A meeting agenda will be always prepared in advance.All action items listed in the meeting minutes shall be reviewed in every meeting. Other typical procedures including preparing monthly progress report; 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 has been established based on twenty four(24) PDT meetings. Project Manager and appropriate key task managers will attend the meetings as follows: CNS — 24 meetings; ICF — 30 meetings; AEI-CASC — 17 meetings and 20 hours of project coordination; DEA — 5 meetings;Terra Nova—6 meetings; KOA—6 meetings;OPC—6 meetings. (Deliverables)meeting minutes 1.03 Quality Assurance and Quality Control:We will 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 project notice to proceed, the QC/QA procedures will be clearly outlined for the project team by the Quality Audit Coordinator. These procedures will include check lists for plan preparation, a-file sharing procedures and document controls, independent reviews by senior staff. We will review the various progress and 30% design and environmental documents to make sure that the design is consistent with the funding requirements so that the review and approval process is expedited.We will make sure all right-of-way acquisitions;easements;and utility relocation for the project are reasonable and efficient. (Deliverables)a quality control and quality assurance plan 1.04 Local Assistance Funding/Programming Supports:We will 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. We will provide technical supports and attend up to three meetings with the City and Caltrans Local Assistance as required to discuss the funding authorization matters. We will work with RCTC and CAVG to explore opportunities of using non-federal funds to financially support Advance Construction to cash flow the high cost construction phase of the project. (Deliverables) a HBP funding document to request change of project scope,cost and schedule. Phase I—Project Approval and Environmental Document(PA&ED) Task 2-Preliminary Engineering 2.01 Data Collection and Research:We will collect available existing reports,data, as-built plans,and information relevant to the project from the City of Palm Springs, Coachella Valley Water District(CVWD), Riverside County Flood Control &Water Conservation District(RCFC&WCD), and other stakeholders and agencies. Drainage Research and Data Inventory:AEI-CASC will perform the following data research and coordination in support of the hydrology, drainage, and floodplain study. AEI-CASC will 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 Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 122 103 ,v ': ;_, n.... Work Proposal reports relevant to the drainage design of the project. This task also provides for performing and documenting the findings obtained from interviews with CVWD, City of Palm Springs, and RCFC&WCD staff about drainage deficiencies and flooding history in the study areas. Right-of-Way Research and Data Collection: MSA will 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. OPC will provide the project team with the title reports. (Deliverables)a document log showing all dada obtained from the agencies 2.02 Field Review and Site Assessment:We will conduct a field review meeting and a thorough site investigation with the City. The field meeting will assist the Project Development Team 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 2.03 Surveying and Aerial Topographic Mapping: MSA will conduct field survey of Vista Chino and cross street monuments; set aerial targets for mapping; fly and map both Vista Chino and the floodway limits at 40 scale, 1 foot contours; field cross sections of Vista Chino within the project limits. (Deliverables)Aerial mapping of Vista Chino and the Floodway area within the Whitewater channel, a color orthophoto image of Vista Chino, and surveyed points along Vista Chino for use in alternative studies, GAD and Preliminary Stage Construction Plan design and hydrology analysis. (Deliverables) a base map and a color orthophoto 2.04 Right of Way (RIW)Research and Base Mapping: MSA will research RAN documents at both Cities of Palm Springs and Cathedral City; research R/W documents at the BIA; prepare base map of centerlines, RNV, descriptions of found monuments, topographic mapping, all overlaid on screened color orthophoto image. The task includes text describing APN's and ownership. (Deliverables) a RrW constraints map containing all information obtained above in PDF and AutoCAD file format 2.05 Utility Research, Notification and Mapping: MSA will research existing utility base plan, conduct field verification and update base plan, schedule utility agency meetings, and perform relocation coordination. (Deliverables) copy of all utility agency plats and maps, an existing utility base plan in AutoCAD format,copy of any utility agency meeting minutes. 2.06 Traffic Study: KOA will conduct the traffic study including staging and traffic management plans during construction. We will 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 will 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 will be taken by personnel of KOA or by a traffic count specialist, depending upon scheduling and availability. KOA will 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 will 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 will identify traffic impacts, mitigation measures, and potentially unmitigated impacts. The traffic study will include a full analysis of construction related impacts for any alternative that proposes to partially or fully close Vista Chino or temporary detour during construction.This will include evaluation of traffic conditions along detour routes and potential mitigation measures where appropriate. KOA will develop drawings showing conceptual mitigation measures through restriping,signal modifications,or turning lanes along detour routes. The study will 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 will be conducted to identify locations with potential for new or revised signalized intersections. (Deliverables) Traffic Study Report 2.07 Preliminary Roadway/Bridge Foundation Reports: EMI will 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, we will also perform Grain- Size Analysis for Sediment Transport Evaluation. EMI will collect surficial grab samples(no more than 3 feet below the ground surface)for grain-size analysis.We intend to 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 2.08 Roadway Alternatives Study and Geometric Approval Drawings:MSA will develop roadway geometric study for three separate alternatives and prepare Geometric Approval Drawings at 30%design level based on the preferred alternative. MSA will prepare existing base plan for Roadway Alternatives Study and GAD; identify constraints that will affect the alternative designs and selections; based on the identified constraints and existing roadway bridge approaches prepare (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 alternative). GAD Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 123 104 AOOWpb-- .a.R F Fr"oneer51'': Work Proposal will consist of one (1) cover sheet; 5 plan/profile Sheets (1"=40' H & 1"=4' V); 4 detail sheets. (Deliverables) three (3) Alternatives Study Exhibits and one(1)Geometric Approval Drawings 2.09 Preliminary Stage Construction Plans: Based on the GAD, MSA will prepare Preliminary Stage Construction Plans to 30%, which will consist of 1 Cover Sheet; 5 Plan/Profile Sheets (1"=40' H & 1"=4' V); 1 Traffic Signal Modification Sheet; 3 Signing/Striping Sheets; 4 Detail Sheets; attending meeting with Transportation Commission. (Deliverables) One (1) Preliminary Stage Construction Plans(3091) 2.10 Preliminary Right of Way Study and Cost Estimates: OPC will perform design review and project team coordination; conduct field research; and perform property analysis. Field agent and OPC property analysts will meet to discuss data and draw impact conclusions and property remediation strategies. We will report to the design team of initial property impact conclusions. Opportunities will be provided to the project team for creative problem-solving either in design or property remediation strategies.OPC will secure up to nine(9) Right of Entries from property owners for various surveying, trenching and other environmental survey activities, coordinate Preliminary Title Reports and 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; provide the project team with relevant title research findings to assist in project development. MSA will prepare up to three Right of Way Exhibits showing proposed parcel takes. (Deliverables) 9 right of entries, 18 title reports, and preliminary right of way analysis with cost estimates 2.11 Bridge Aesthetics and Approach Landscape Modification Study: DEA landscape architects will 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, abutment walls, pier walls, and columns. DEA will conduct appropriate research during the design process. Detailed sketches will highlight the two varying designs for each of the bridge components.These details will be considered conceptual design details capable of indicating size, layout, design intent, color, texture and treatment of materials. Sketches will be prepared in color and will be suitable for presentation to the City staff,Arts Commission and City Council for review and approval of the selected bridge aesthetic element. DEA will necessitate a close and coordinated effort between team members. This task includes coordination with the project team, City staff, CVAG, the County of Riverside, and Caltrans District 8 landscape architects. Preliminary cost estimates will be provided for each of the two (2) proposed alternatives in each category. (Deliverables) two concepts for each of the bridge aesthetic components, supporting cost estimates. 2.12 Preliminary Street Lighting Study: KOA will prepare a street lighting study for the proposed Vista Chino Bridge. The study will 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. Recommending street lighting will need to meet or exceed levels for major highways. Existing lighting on Vista Chino will be identified for the purpose of maintaining consistent lumen output and color. The study will review pole and lamp fixture options based on the bridge architecture. Options will 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, which will be applicable, will 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 will be observed on local bridges which have lighting.Viable lighting fixture selection will require input and approvals from project involved agencies. The study will include exhibits describing various poles and fixtures. (Deliverables)preliminary street lighting study report and cost estimates 2.13 Roadway Drainage Study: AEI-CASC will review the local drainage issues associated with the proposed project and street design. A local hydrology study will be prepared based upon the existing (pre-project) and proposed (post-project) conditions. Preliminary pipe sizes, inlet(catch basin)sizes and pipe horizontal alignments will be preliminarily determined.This scope will include preparation of a roadway drainage study report and hydrology maps. (Deliverables) roadway Drainage Study Report and Plans 2.14 Floodplain Study, Bridge Hydraulics and Sediment Transport Analyses: AEI-CASC will perform a floodplain and bridge hydraulic analyses based upon the existing and with-project conditions.AEI-CASC will utilize the current steady-state hydraulic model(HEC-RAS computer model)but modified to integrate the proposed bridge footprint. The HEC-RAS model will determine the preliminary channel capacities, floodplain elevations, backwater effects, total scour potential, and identify any deficiencies with the existing channel. The hydraulic model will also be utilized to determine the impacts to the surrounding improvements. The bridge scour routines in the HEC-RAS computational model will be applied to preliminarily estimate the magnitude of the local pier scour, local contraction scour and abutment scour. AEI-CASC will evaluate the general sediment transport characteristics of the Whitewater River in the vicinity of the proposed bridge.The task will 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. During the course of this study,AEI-CASC will provide hydraulic and sediment transport studies in support of the 3 bridge alternatives. Based upon the results of the HEC-RAS model, AEI-CASC will 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 will be determined and limits of improvements will be identified. This task will 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 will include providing technical input in support Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 124 105 Elk9?errs: Work Proposal environmental 401, 404 and 1602 permitting process. (Deliverables) Floodplain, Bridge Hydraulic and Sediment Transport Study Report 2.15 Preliminary Channel Improvements Plans: Based on Floodplain Study, Bridge Hydraulics and Sediment Transport Analysis prepared by AEI-CASC, MSA will prepare Preliminary Channel Improvement Plans per CVWD and RCFC&WCD specifications and formatting. Design will include modifications to the existing channel slope protection with proposed bridge abutment on the west bank, proposed channel slope protection and bridge abutments for the east bank, and channel maintenance access ramps on both banks. We will prepare modifications to existing RCFC&WCD storm drain and inlet channel on the west side of channel, and will coordinate and process through CVWD and RCFC&WCD for review and comment. (Deliverables)Preliminary Channel Improvements Plans(30%design level) 2.16 Condition 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), AEI-CASC will prepare a Conditional Letter of Map Revision (CLOMR) report for submittal to the City of Palm Springs, RCFC&WCD and FEMA. (Deliverables)CLOMR 2.17 Bridge Type Selection Study: Based on the final approved roadway geometric approval drawings for the preferred alternative, CNS will prepare preliminary bridge design, conduct seismic analyses and develop a bridge type selection report. This step will be completed before extensive bridge design work for Phase II Final PS&E is performed. The most two feasible and cost-effective structure options will be evaluated.We will evaluate seismic performance of the preferred structure option to satisfy State's Seismic Design Criteria. The bridge type selection report will include a vicinity map, bridge general plans, foundation plans, a design memorandum, aesthetic requirements, staging plans, cost estimates and other pertinent information needed to determine the proper structure type. A draft bridge type selection report will be prepared for City and Caltrans Structures Local Assistance(SLA)review and comments.A type selection meeting, as required,will be conducted to discuss the preferred structure option. A final bridge type selection report will be issued for value analysis and final design (future phase). (Deliverables)bridge type selection report 2.18 Preliminary Cost Estimates(All Disciplines):CNS Team will prepare preliminary quantities takeoff and cost estimates for each "build" atemative. Estimates of probable construction costs for the proposed improvements will be prepared. (Deliverables)Preliminary Quantities and Construction Cost Estimates 2.19 Project Report Equivalent: Based on the results of engineering and environmental studies, CNS 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)Project Report(equivalent) 2.20 Value Analysis Study:VMS will 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 will identify and evaluate alternative project solutions and provide recommendations to the City. Key engineering team members will attend the VA meetings for briefing and will respond the comments and revise the drawings, if necessary,to finalize the study. (Deliverables) VA Study Report Task 3—Environmental Document(CEQAINEPA) 3.01 Public Scope, Commission &Council Meetings: It is assumed that attendance up to two meetings with either a City commission or the City Council will be required. ICF's PM will attend these meetings and will provide project information, if needed. CNS will provide required boards for the meetings. (Deliverables) attendance at two meetings and implementing comments in the environmental studies 3.02 Preliminary Environmental Study (PES): A Preliminary Environmental Study (PES) will be prepared using existing, available information and no new analyses or detailed evaluations are assumed or included. As directed in the PES, cultural information will be provided entirely by Caltrans.(Deliverables)Draft/Final PES 3.03 Noise Study:Two separate noise analyses shall be conducted by Terra Nova to satisfy CEQA and NEPA requirements, and will assess potential impacts from bridge construction and long-term traffic. Other resources, including the City General Plan Noise Study, will also be used. (Deliverables)Noise Study Report 3.04 Air Quality Study: Terra Nova shall conduct an air quality and GHG air quality analysis, which covers requirements of the City and South Coast AQMD (CEQA) requirements. The subject project is designated as exempt from conducting a conformity analysis pursuant to the Federal Clean Air Act. Therefore, the air quality analysis will be prepared pursuant to CEQA and South Coast AQMD requirements.(Deliverables)Air Quality Study Report 3.05 Phase I Initial Site Assessment: Terra Nova will conduct site assessments, including a Phase I hazardous materials assessment of the project site and area of potential effect (APE). The Phase I assessment will 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 will assess the concentrations of aerially deposited lead in soil along Vista Chino within the planned bridge construction area. This soil study will be conducted in accordance with EPA SW-846 and Caltrans protocols. In addition to lead in soil, the yellow striping paint on Vista Chino will also be tested for the presence of lead. (Deliverables)Phase I Initial Site Assessment Report and ADL Study Report 3.06 Water Quality Assessment Report and Preliminary SWPPP: AEI-CASC will prepare a site-specific Water Quality Assessment Report (WQAR) and Preliminary Storm Water Pollution Prevention Plan (SWPPP) in support of the preferred Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 125 106 77w, Erginec'r�- Work Proposal bridge design alternative. The WQAR shall be prepared in accordance with the requirements set for in the document, "Whitewater River Region Storm Water Management Plan, Appendix H, dated June 2009". AEI-CASC will review the proposed project design and will 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)will be submitted to CNS, City of Palm Springs, and Caltrans for review and comment. Upon receipt of written comments on the WQAR,AEI-CASC will address comments within the scope of services. One final WQAR document(one original, 3 copies)will be provided to CNS. AEI-CASC will prepare a site-specific SWPPP in support of the project. The SWPPP will be prepared in accordance with the requirements set forth in 2008 EPA Construction General Permit. One draft of the SWPPP(three copies)will be submitted to CNS, City of Palm Springs and Caltrans for review and comment. Upon receipt of written comments on the SWPPP, the Consultant shall address comments within the scope of services.One final SWPPP document(one original, 3 copies)shall be provided to CNS. Additionally, AEI-CASC will 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 3.07 Location Hydraulic Study and Summary Floodplain Encroachment Report: AEI-CASC will prepare Location Hydraulic Study and Summary Floodplain Encroachment Report based upon the preferred alternative and in conformance with Caltrans District 8 requirements. (Deliverables)LHS and SFER 3.08 Biological Resources Study (Natural Environmental Study): ICF will conduct a literature search, perform field surveys, and prepare a Natural Environmental Study (NES) report analyzing potential impacts to biological resources. The report will be prepared in accordance with Caltrans SER guidance and will conform to the Caltrans NES annotated outline that is available at the time that the NES is initiated. The following tasks will be performed during the preparation of the reports: Review of Project Information and Applicable Literature, Field Evaluation for Biological Resource Constraints, Technical Report Preparation and Biological Assessment. It is assumed that the BA will 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, Draft NES, Final NES for concurrence, Final approved NES, Screencheck BA, Draft BA, Final BA for concurrence, Final approved BA. This task includes Jurisdictional Water Delineation, and discussion of invasive plants. 3.09 Wetland and Jurisdictional Delineation and Assessment: Qualified ICF regulatory specialists will 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 will be examined to characterize and quantify jurisdictional features. Clean Water Act jurisdiction will be documented assuming that a preliminary jurisdictional determination will be submitted, requiring approval from the USACE. As relevant,work will include data sampling for indicators of an Ordinary High Water Mark(OHWM)and completion of OHWM data fortes, and data sampling for wetlands and completion of Arid West Region Wetland Determination fortes. Work will not include functional or condition assessment(e.g.,California Rapid Assessment Method). ICF will prepare a Jurisdictional Delineation (JD) Report documenting the results of the field work and analysis conducted as part of the jurisdictional delineation (Task la) will be presented in a letter report documenting methods and results, with accompanying exhibits (including, vicinity, location, project limits, and jurisdictional features). This report will 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, Draft JD Report, Final JD Report for concurrence, Final approved JD Report 3.10 Visual impact Assessment:Terra Nova shall contract for and manage preparation of four(4)computer-generated visual simulation studies of the proposed bridge design, establishing viewshed analyses locations with City and Caltrans staff. The process used in this visual impact study will generally follow the guidelines outlined in the publication "Visual Impact Assessment for Highway Projects", Federal Highway Administration (FHWA), March 1981. (Deliverables) Visual Impact Analysis Report 3.11 Community Impact Assessment:Terra Nova shall prepare a Community Impact Assessment(CIA)for the Vista Chino Bridge Project. The CIA will be developed in accordance with the Caltrans Environmental Handbook, Volume 4. The CIA will describe the existing social and economic environment within the specified study areas, and address potential social and economic impacts to the community from the proposed Project. (Deliverables) Community Impact Assessment Report 3.12 Cultural Resources Study The proposed project improvements will 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. 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. ICF shall establish an Area of Potential Effect (APE) map in consultation with the County 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. ICF will also contact the Native American Heritage Commission and consult with Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 126 y 107 T F -naineerf : Work Proposal Native American groups and other interested parties to request information regarding the types of potential cultural resources in the study area. Following completion of the record search/review, ICF shall conduct a field survey of the APE for archaeological resources. OPC will be responsible for obtaining access for conducting the surveys. 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 will be required. It is anticipated that an Archaeological Survey Report (Finding of No Archaeological Resources Present) will be prepared. In addition, an ICF qualified architectural historian will 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 we have done in the past, ICF will provide all information necessary to assist Catrans 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 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), Draft HPSR (including APE map and ASR), Final HPSR (including APE map and ASR)for concurrence, Final approved HPSR(including APE map and ASR) 3.13 Paleontological Information Report/Paleontological Evaluation Report: It is assumed that a combined Paleontological Information Report/Paleontological Evaluation Report (PIR/PER) will be prepared that will identify and document the viability of paleontological resources existing with the project's study limits. If Caltrans requires that separate reports be prepared then a scope and cost for this effort will be submitted to the City for approval. The following tasks to be performed: Literature Search and Field Review,Data Compilation&Sensitivity Assessment. The goal of the PER portion of the report is to identify the potential for impacts to significant paleontological resources within the project's limits. The report prepared will identify and document anticipated impact to paleontological resources existing with the project's limits of disturbance(both vertical and horizontal), if potential impacts exist.A Paleontological Mitigation Plan (PMP) is not assumed in this scope and cost. (Deliverables) Screencheck PIR/PER, Draft PIR/PER, Final PIR/PER for concurrence, Final approved PIR/PER 3.14 ACOE Section 404 Permit and NEPA Clearance / EPA Section 401 Water Quality Certification / CDFG 1602 Streambed Alteration Agreement 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 will 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 will be 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. USACE 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)will 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 CNS and 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. 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 will be prepared and submitted to the EPA and SWRCB for review. Upon formal Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 127 108 - Work Proposal notification, an agreement should be forthcoming within 60-90 days of completion of the CEQA process or application submission,whichever occurs latest. CDFG 1602 Streambed Alteration Agreement:A §1602 Streambed Alteration Notification will be prepared and submitted to CDFG for review. The request will 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 will be coordinated with USAGE, 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 CNS 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 CNS and 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.It is assumed that any 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 3.16 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 will 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 will 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) Screencheck Draft IS/EA/MND, External QC Form, Environmental Document Review Checklist, Administrative Draft IS/EA/MND, Comment/Response Matrix, External QC Form, Environmental Document Review Checklist, Draft IS/EA/MND, Comment/Response Matrix, External QC Form, Environmental Document Review Checklist, Draft IS/EA/MND(2), CommenUResponse Matrix, External QC Form, Environmental Document Review Checklist, Final Draft IS/EA/MND, Comment/Response Matrix, External QC Forth, Environmental Document Review Checklist 3.16 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 will 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, based on prior experience, that the Tribe will be fully 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 will be submitted to the Tribe three times for review and approval; these will coincide with the Draft(1), Draft(2), and Final Draft submittals. The same is true for the Final IS/EA/MND during the Draft Final (1), Draft Final (2) and Final submittals. This task also includes attending four(4)meetings total with the Tribe and coordinating with them via telephone during their reviews of the document. (Deliverables) Various stage of the environmental documents and the comment/response matrix(to the Tribe) 3.17 Circulate Draft Environmental Document and Respond Comments: Prior to public availability, ICF will prepare a public distribution list in consultation with and for approval by the City and Caltrans. The City or CNS' right-of-way consultant will provide the names and addresses of all property owners and residences within 500 feet of the proposed project. In addition, ICF will 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 Clearinghouse. It is assumed that the NOA/NOPH will 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 will 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 will 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 will 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 will work closely with the City and CNS to facilitate one public information meeting during the public availability period. ICF will discuss the details of the approach to the meeting with the City to ensure that we operate according to the City's desires and within an approved format; in addition to coordinating with Catrans. ICF's project manager, environmental lead, and one additional staff will attend the public information meeting. Materials provided by ICF will include sign-in sheets and comment cards. CNS will 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 will be addressed in the Final environmental document. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 128 109 == tea = E ig e`u'm Work Proposal 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. Hardoopies of the document and NOA/NOPH will be provided to the availability locations(Caltrans, City, libraries), ods 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 will be provided to property owners and residences within a 500-foot radius of the proposed project. At the dose of the public availability period for the Draft IS/EA/MND, ICF will review and respond to all comments received. In addition, ICF will 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 will 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 (pdo Draft IS/MND for availability (including the 15 copies for submittal to the State Clearinghouse), 50 eds containing the Draft IS/MND for distribution, Response to Comments (to be included in each submittal of the Final environmental document) 3.18 Final Environmental Document(MND/FONSI): Upon approval of the responses to comments by the City and Caltrans, if warranted, ICF will revise the IS/EA/MND to respond to the comments, to document the circulation period and coordination, and if any changes to the project have occurred. Also, included will 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 will 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 will 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 will 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 will 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/FA/MND/FONSI(2)for approval/concurrence, Final IS/EA/MND/FONSI. 3.19 File Notice of Determination(CEQA): ICF will prepare the Notice of Determination (NOD)in compliance with CEQA for review by the City. ICF will file the NOD with the Office of Planning and Research(OPR).The NOD will also be posted with the Riverside County Clerk. This notice starts a statute of limitation period under CEQA. ICF will utilize the NOD format, as available from OPR. Along with the NOD a California Department of Fish and Game (CDFG) fling 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) 3.20 Publish Notice in Federal Register: ICF will prepare a notice for publication in the Federal Register by FHWA to start the NEPA statute of limitations. This notice will 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 Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 129 110 Work Proposal SECTION C: STAFF QUALIFICATIONS C1 - Identification and Qualifications of the Project Manager: The years of Experience:22(7 years with missions of the project manager include working closely with his team to cNS) determine and prepare environmental documents to obtain environmental Education:m..s.,StructuratEngineering, clearance complying with both CEQA and NEPA regulations; streamlining uC-ee*erey, IM;es,Civil approval of the environmental documentation with supports from solid Engineering,fvanonat Taiwan Univ. 1987- engineering studies to well define the engineering alternatives, project " ° � is" °c"P`ofessionet Civil Engineer,CA(#C4XW);Structural footprint and cost estimate; being familiar with Caltrans Local Assistance Engineer,GA,(I S4027) Procedures and Programming Guidelines to assist the City in securing both federal and local funds to program future phases of the project including working closely with the regional transportation planning agencies such as RCTC and CVAG to explore the opportunities of financial supports for non-federal funds to fund the Advance Construction to cash flow the high cost construction phase of the project. Considering all of the project needs stated above, our team proudly assigns Mr. James Lu of CNS Engineers (CNS) as the Project Manager who meets the project needs. Mr. Lu will be supported by various task managers including Mr. Brian Calvert of ICF Jones and Stokes as the environmental task manager. Key to success of the project is the leadership and management provided by the project manager and, of course, key staff of his team. James Lu is the ideal candidate to lead this project because of his over 20 years of outstanding bridge design experience in Local and State bridges; his successful records of project delivery with City of Palm Springs, Caltrans District 8 Local Assistance and various local agencies in Southern California; his employment tenure and extensive project programming and management experience with Caltrans Local Assistance (District 7). Mr. Lu has been working with various cities in Coachella Valley and Caltrans District 8 Local Assistance to program 7 river crossing projects and secure more than $118 million of federal Highway Bridge Program (HBP) funds in the past four years. James is a proactive and highly involved project manager who will be engaged in all disciplines of the project from the day one. C2 - Projects Successfully Completed by the Project Manager: Mr. Lu served as a Principal Bridge Engineer and/or a Project Manager on the final design phase of major transportation projects in the Inland Empire, including Palm Drive/Gene Autry Trail Overcrossing over 1-10 in Palm Springs, Date Palm Drive Overcrossing over 1-10 in Cathedral City, 1-10 Median Lanes Addition in Redlands, 1-210/1-215 Interchange in San Bernardino and the SR-91 Corridor Improvements in Riverside. Since the inception of CNS in 2005, Mr. Lu, as the principal of the firm, has been serving as Project Manager of several river crossing projects. One of the projects, which requires Caltrans District 7 approval of NEPA document has been completed and constructed. The completed river crossing project is Foothill Boulevard Bridge over the North Branch of Big Tujunga Wash in City of Los Angeles within Caltrans District 7 [federal aid project number — BHLS 5006(285)]. The HBP-funded project includes channel improvements, superstructure replacement and widening of an existing 650 foot river crossing over a stream, which requires NEPA CE approval from Caltrans District 7. The project was originally programmed for full replacement. However, CNS worked closely with the City and Caltrans to develop an innovative design j ......' strategy that preserves the massive concrete piers, minimizes environmental impacts, and reduces the construction cost by approximately $9 million. Date — — completed: February, 2009; Lead agency: City of Los Angeles Bridge Program; Mr.Lu managed the 6e0-toot Lead agency contact: Mr. Safa Kaddis, Senior Project Manager, (213) 485-5108; Foothill Boulevard Bridge Caltrans District 7 Local Assistance Senior: Mr. David Wang. Project constructed in 2009. C3 —On-going Projects Involved by the Project Manager: Mr. Lu is currently engaging in two bridge projects that require NEPA approval from Caltrans. Serving as the Project Manager, Mr. Lu is currently leading a design team for the Cathedral Canyon Drive Low Water Crossing Bridge Replacement over Whitewater River Project in Cathedral City [federal aid project number-BR-NBIL(504)], which is about 4 miles downstream of the Vista Chino low water crossing. The HBP-funded project involves a new 600-foot bridge, a complex hydraulic drop structure that is unique in the Whitewater River channel system and a riprap lined channel. The project requires approval of both Riverside County Flood Control and Water Conservation District(RCFC&WCD) and Coachella Valley Water District (CVWD) as both jurisdictional agencies operate and maintain portion of the channel. In general, the project is similar to the proposed Vista Chino Low Water Crossing Bridge Replacement Project. Since the Cathedral Canyon Drive project is on allotted Agua Caliente Band of Cahuilla Indian (ACBCI) Reservation Lands, it requires dose coordination with Ms. Margaret Park who is Director of Planning and Natural Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 130 111 T _ rgI',''e`i�. Work Proposal Resources of ACBCI. In addition, the environmental cultural studies require consultation through Caltrans HQ Cultural Studies Office with Ms. Patricia Garcia-Tuck who is Director of Tribal Historic Preservation Office (THPO) pursuit to Section 106 of the National Historic Preservation Act (NHPA). Furthermore, the Water Quality Assessment Study also followed US EPA guidelines and two separate Section 401 Water Quality Certifications are being obtained, one from US EPA for the improvements in the Indian Reservation Lands and another one Rendered Cathedral Canyon Drive Bridge at from the State RWQCB for improvements on non-Indian Lands. Whitewater River in City of cathedral City Although the project initially requires a routine Environmental Assessment (EA) as the appropriate NEPA document based on the extent of the channel disturbance and the right-of-way impacts in accordance with the approved Preliminary Environmental Study (PES). CNS Team successfully worked with Caltrans District 8 to streamline the approval of all technical studies and resolve concerns, and has obtained the NEPA Categorical Exclusion (CE) approval from Caltrans District 8 in just one and an half years. A CEQA IS/MND document is also adopted by the Cathedral City on June 2011. The design team is currently working closely with US ACOE to secure Section 404 Permit. Due to the complexity of the channel improvements, Mr. Lu has worked with the design team to develop 9 alternatives to ease ACOE's concerns. Date initiated: December 2009; Lead agency: City of Cathedral City; Lead agency contact: Mr. Bill Simons, City Engineer, (760) 770-0360 or Mr. Bill Bayne, previous City Engineer, (951) 218-2059 ; Caltrans District 8 Local Assistance Engineer/Environmental Planner: Mr. Eric Tang(909) 388-7719 and Mr.Aaron Burton. Mr. Lu, served as the Principal Bridge Engineer for the seismic retrofit design, is also engaged in the widening of the North Spring =MT110 Street Bridge over the Los Angeles River Project [federal aid ` 1 ' project number — BHLS 5006(219)] in City of Los Angeles within Caltrans District 7. Its CEQA/NEPA document is Environmental Impact Report/Environmental Assessment. The subject bridge is a historic arch bridge that is eligible for listing in the National Register Historic North spring Street Bridge over the Los of Historic Places (NRHP). As such, alteration of the structure Angeles River in City of Los Angeles requires preparation of Finding of Effect for consultation with the State Historic Preservation Office (SHPO) to comply with Section 106 of the National Historic Preservation Act. In addition, alteration of the historic property requires approval from the City Office of Historic Resources and Cultural Heritage Commission. Mr. Lu worked closely with the City, Caltrans Structures Local Assistance and the historical consultant to develop a seismic retrofit strategy to minimize impacts to the historic property while maintaining sound structural improvements. Date initiated: December 2010; Lead agency: City of Los Angeles Bridge Improvement Program; Lead agency contact: Ms. Grace David, Project Manager, (213) 485-5194; Caltrans District 7 Local Assistance Engineer: Mr. David Wang. C4—Project Manager's Employment History: Mr. Lu worked for several major A/E firms and Caltrans for years prior to establishing CNS in 2005. During the course of his professional career, Mr. Lu received extensive and comprehensive trainings in technical bridge design, local assistance procedures, project management, project programming and bridge funding applications. Mr. Lu' career history including the names of the firms, titles and years with the firms from the latest employment is briefly listed below: CNS Engineers, owner and principal, 7 years; Parsons Brinckerhoff, senior bridge engineer/project manager, 3 years; Caltrans District 7 Local Assistance, highway bridge program coordinator, 2 years; TYLIN International, senior bridge engineer, 2 year; AECOM, principal bridge engineer/deputy project manager, 3 years; HNTB Corporation, senior bridge engineer, 5 years. Being CNS' principal, Mr. Lu has long-term commitment until the project gets built and the potential change of the project manager as has been seen on many other projects will not be expected during the project development. C5 — Project Manager's Time for the Project: Mr. Lu is currently serving as the Project Manager for three bridge projects including Cathedral Canyon Drive Low Water Crossing Bridge Replacement at Whitewater River in Cathedral City, County Wide Bridge Program for Riverside County Transportation Department, and Atlantic Boulevard Bridge Widening over Los Angeles River in City of Vernon. Other than the Atlantic Boulevard Bridge Project which has reached 65%design requiring minimal Mr. Lu's time in project management and design review, Mr. Lu's involvement on the other two bridge projects will essentially facilitate delivery of the proposed project as stated below. Mr. Lu will be devoted to this project whenever the project needs him. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 131 112 Work Proposal Cathedral Canyon Drive Bridge in close proximity to the project has received NEPA approval from Caltrans District 8. It is similar to the proposed project in terms of coordination with ACBCI and Caltrans, environmental technical studies, channel hydraulics and bridge design. Our team does not need a leaming curve to deliver the Vista Chino Bridge Project. In addition, Mr. Lu is leading a team to evaluate the Riverside county wide bridges, develop prioritization and secure funds for bridge rehabilitation or replacement, review various bridge design documents, and conduct engineering design and environmental documentation.As part of the contract, Mr. Lu will be involved in coordination with RCTC for project programming and using non-federal funds for Advance Construction for High Cost bridges, which is also needed for the proposed Vista Chino Bridge Project. In our recent conservation with Ms. Shirley Medina who is Programming and Planning Manager of RCTC, it seems that RCTC is open to explore the possibility of providing financial supports for Advance Construction to help local agencies. Our team organization chart is shown below: Team Organization Chart 0* MlM 1 4 District 8 Local ................... aResources Assistance ..._._•........... • _m , yAgencies almow r Cy(IrOky\Y+ _ Legend: Legend: 6=Earth Mechanics(DBEIUDBE) _ _ t=CNS Engineers(DBEIUDBE) ry 7=KOA Coorafion SiM• '« 2=ICF Jones&Stokes 8=David Evans and Associates 3=Terra Nova Planning&Research 9=Overland,Pacific&CuBer James Lu',pE sE 4=MSA Consulting 10=Value Management Strategies 5=AEI-CASC Consulting Roadway Geometrics. and Local Environmental Staging and Utilities Assistance Programming & Documentation & Investigation Funding Supports Regulatory Permitting Julian De La Torre 4,PE James Lu ', PE,SE Brian Calvert 2* Roadway Task Manager' Structures Task Manager Environmental Task Manager Patel Sepulveda 4* Local Assistance Programming& Mari f liarltka'- 416adway Design Lead Funding Supports NEPAiCFQA Lead.. Charles Harris 4 LalitMtaharjan', pE 2 Serve i and.MappingS Bridge Project Engineer Biology West Yn9 ogyand Regulatory Jack Fox 4 Quyet Nguyen , pE Mark Robinson 2*,RPA Senior Bridge Engineer Utilities Senior - Rick Starzak2 Archhee€inal History Miscellaneous .. ChannelHydraulics, ••• g • _ d Road Nate MarDrainat •- Water Quality John Criste 3« AlCP Lino Cheang-6, PE,GE Ceazar Aguilar 5*, PE Supporting Task Manager Prelimin�aryGeoteghriicai Reports Drainage Task Manager Visual Impact Analyses Ivvlin Zhou 7,PE channel Hydraulics Olivia-Ervin 3 . ITraffic Analysis Hank Fehiman 5, PE Air Quality&GHG(CEQA) Kiita Rhodes B;ASLA Sediment Transport Analysis Noise.Study , Bridge Aesthetics Jeff'Endicoff 5,PE Quin Kinnewbrew 3, CEG,REAn John Cutter 9 Water Quality Initial Site Assessment Right-of-Way cost Estimates VMS Staff 1O Andrea,Randall3 Community Impact Assessment Value Analysis(VA)Study "indicates key team members whose resumes are included in Paragraph Q6. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 132 113 A _ *-- = ' °� ' ' � Work Proposal C6 — Relevant Project Experience of Key Team Members: We offer the City of Palm Springs an experienced and cohesive project team who has completed similar projects with NEPA approval from Caltrans District 8; is lead by a result-oriented project manager who knows local assistance procedures and Highway Bridge Program; has strong understanding of Caltrans environmental review and approval process, is familiar with CVMSHCP requirements; is familiar with the project site; and is committed for the duration of the project. Relevant project experience of our task managers or key team members are elaborated below: Brian Calvert, Role: Environmental Task Manager Mr. Calvert has extensive NEPA/CEQA experience and specializes in Years of Experience:17(7years with transportation projects, many in Riverside and San Bernardino Counties, ICF Jones&Stokes) involving Caltrans District 8. Brian's specific professional focus is on Education:M.S.,Environmental transportation projects involving Caltrans. Brian is active in ICF's Planning,Arizona State Umv.,2000, environmental education program and is co-instructor for the Environmental BA:,Geography and Rill atsaence,; George Washington Uni,.asity; 1993 Analysis for Local Agency Transportation Projects course for southern California Caltrans Districts on an annual basis. Brian has taught classes on NEPA Delegation at the University of California Irvine and Riverside campuses: Brian has extensive experience with the preparation of environmental documentation for road, highway and bridge projects in Riverside County and specializes and focuses nearly exclusively on projects involving Caltrans. Brian's recent project experience in Riverside County and Caltrans District 8 are elaborated below: On-Call Environmental Services Contract, Riverside and San Bernardino, Caltrans District 8 (2007-2011) Contract No. 08A1169 Overall Contract Manager. Brian is managing the contract with Caltrans District 8 to complete a series of environmental task orders related to a variety of roadway improvements in Riverside and San Bemardino Counties. Document types that ICF has either completed or contributed include IS/MNDs, IS/EAs, an EIS/EIR, a CIA, a NES, and Air Quality studies. Caltrans Contact., Chee Ong, Caltrans, (909) 383-6417. 1-10 Palm Drive/Gene Autry Trail Interchange IS/EA and ND/FONSI—Palm Springs (2006-2007)Caltrans EA Number 08-455800 Environmental Project Manager. This project involves the preparation of an IS/EA followed by an ND/FONSI, for reconstruction of the 1-10 Palm Drive/Gene Autry Trail interchange. Brian oversaw the completion of the technical studies and completed the environmental documentation. Brian also completed an environmental re-validation for the project to address changes to the project that occurred following adoption of the environmental document. Local Agency Contact., Russell IMlliams, Environmental Manager, (951) 955-2016. Caltrans District 8 Contact:James Shankel, (909)383-6379. Belardo Road Bridge and Road Widening Management Plan - Palm Springs (2003-2009) Federal Project Number PLHL 6282 (020) Project Manager. ICF prepared an IS/EA for the project that will widen and extend Belardo Road, construct a new bridge across Tahquitz Creek, widen Mesquite Avenue, and provide a new scenic access road to the Tribal Interpretive Center. The Agua Caliente Band of Cahuilla Indians and the City of Palm Springs are working jointly to implement the project, using the Public Lands Highway Discretionary Program, a federal funding source administered by the FHWA and Caltrans. Key issues include cultural resources, because there are known archaeological sites in the immediate vicinity of the corridor, and biological resources, because the bridge will cross a stream. Local Agency Contact: Michael J. Atencio, (760) 325-3400. Caltrans District 8 Contact Aaron Burton, (909)383-1804. 1-216 from Scott Road to Nuevo Road Additional Lane IS/EA/MND/FONSI - RCTC (2007-2011) EA Number 08-1620 (CNS is currently finalizing 90% PS&E of two bridges of the project) Project Manager. Brian is responsible for managing the preparation of the necessary technical studies and environmental documentation for compliance with NEPA and CEQA, along with the relevant Caltrans requirements. The project is to widen the existing facility from two to three lanes in both directions by adding a third mixed flow lane primarily within the median, as well as overlaying the remainder of the existing facility with asphalt concrete pavement within the project limits. The project also includes the widening and improvement of the bridges over Salt Creek and the San Jacinto River. Technical studies included Air Quality Report, HPSR, NES (including Jurisdictional Delineation), Noise Study Report, Paleontological Identification Report/Paleontological Evaluation Report, and Visual Impact Assessment. ICF also prepared the combined NEPA/CEQA document consisting of an IS/EA/MND/FONSI for the proposed project. Local Agency Contact: Lisa Da Silva, RCTC, (951) 787-7141. Caltrans District 8 Contact: Kurt Heidelberg(909) 383-7028. Mari Piantka, Role: NEPA/CEQA Lead Years of Experience:15(6years with Mari Piantka is an environmental planner with 15 years of experience in both ICF Jones&stokes) public sector and private sector consulting. Her experience includes Education:IsA,Environmental Studies, preparing environmental documents for transportation, waste management, UC•Santa Barbara, 1998 Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 133 114 7t: ! =TT� inepea Work Proposal industrial, power, campus, and residential projects for various clients such as local cities and counties, transportation agencies, public utility agencies, college campus, private energy companies, and waste management agencies. Her areas of expertise include CEQA and NEPA compliance. Mari has managed and authored numerous reports including EIRs, EISs, Initial Studies, technical studies, and Applications for Certification. Mari performs policy and analysis and prepares environmental constraints and feasibility studies. Mari's primary technical expertise is in the analysis of land use and planning issues, demographics and socioeconomics, and environmental justice. Mari also has experience with the preparation of environmental documentation for road and highway projects in Riverside County and specializes and focuses nearly exclusively on projects involving Caltrans. Mari's example project experiences are elaborated below: Belardo Bridge and Roadway Project IS/EA-City of Palm Springs and the Agua Caliente Band of Cahuilla Indians in cooperation with Caltrans District 8, Palm Springs (2009), EA PLHL 5282(020) Senior Environmental Planner. Assisted with the preparation of an IS/EA for the project involving the construction of a two-lane bridge and roadway improvements on Belardo Road in the City of Palm Springs. Responsible for responding to agencies' review comments on the IS/EA and helping coordinate the preparation and submittals of the technical studies required for the project. Responsible for preparation of the Final MND/FONSI. Local Agency Contact:Michael J. Atencio, (760) 325-3400. Caltrans District 8 Contact:Aaron Burton, (909) 383-1804. 1-15/13uncan Canyon Road New Interchange IS/EA-City of Fontana and Caltrans District 8, Fontana(2009) EA OH1300 Senior Environmental Planner. Assisted with the preparation of an IS/EA for a project involving the construction a new interchange on 1-15 at the existing Duncan Canyon Road Overcrossing in the City of Fontana, San Bernardino County. Local Agency Contact:Kevin Ryan, (909) 350-6655. Kurt Heidelberg, (909) 383-7028. On-Call Environmental Services, ND for SR 86S at Airport Boulevard New Interchange Project—Caltrans District 8, San Bernardino County (2007) EA 47860 Task Manager. Managed the task order and coordinated with Caltrans and technical staff. Assisted with the preparation of the Initial Study, prepared response to comments, and prepared the Final ND. Caltrans Contact.Chee Ong, Transportation Engineer, 909-383-6417. Zackry West, Role: Biology and Regulatory As an Associate Environmental Planner (Natural Science)/Biologist for Years or Experience:9(2 years with ` Caltrans District 8, Zackry West performed the role of Lead Biologist on a ICFjones S stakes myriad of transportation projects throughout Riverside and San Bernardino Eckweton-8,4,Environmental stKft Counties. Zackry has played a key role in coordinating and performing cristate Univ—San lino,2004� biological surveys, preparing technical documents, and obtaining permits for Prafessionel Cert7icaWn_CDFG Plant projects requiring Federal ESA, California ESA, and Federal CWA ColtacnonPerrsnd2081(a)-11-s4-v compliance. Zackry is experienced with Regulatory Agency Coordination, ranging from conducting Section 7 Consultations, to acquiring aquatic permits. Zackry has extensive experience in preparing Jurisdictional Determination/Delineation Reports, Natural Environment Studies, Coachella Valley Multiple Species Habitat Conservation Plan (CVMSHCP) Consistency Reports, and focused survey reports, partnered with coordinating and conducting general biological and aquatic resource constraint surveys, and focused protocol surveys for special status species such as desert tortoise, arroyo toad, burrowing owl, and rare/narrow endemic plants. Zackry's private sector experience includes processing projects requiring Western Riverside Multiple Species Habitat Conservation Plan (WRMSHCP) compliance, ranging from conducting focused surveys required within various Survey Areas, conducting vegetation mapping, preparing Biological Technical Reports, preparing Determination of Biological Equivalent or Superior Preservation Reports, and coordinating the Habitat Acquisition and Negotiation Strategy(HANS). Zackry is also an experienced biological monitor, and has taken part in focused species surveys, such as arroyo toad, coastal California gnatcatcher, and Quino checkerspot butterfly. Zackry's example project experiences are listed below: U.S. Route 395 Safety Widening Project—Caltrans District-08, Near Adelanto (2007-2011) EA OC121 Lead Biologist. Caltrans District Contact.,Aaron Burton, (909) 383-2841 SR 58 Safety Widening Project—Caltrans District-08, Near Kramer Junction (2008-2011) EA OE850 Lead Biologist. Caltrans District 8 Contact. Kurt Heidelberg, (909)388-7028 SR 138 2-4 Lane Widening Project— Caltrans District-08, San Bernardino County (2008-2011) EA 3401U Lead Biologist. Caltrans District 8 Contact.Aaron Burton, (909) 383-2841 1-10 Whitewater River Bridge Check Dam Project—Caltrans District-08, Whitewater(2009-2010) EA OL530 Lead Biologist. The proposed project is to construct a check dam for the prevention of future scour, to extend the serviceable life of existing bridge abutments on the 1-10/Whitewater River Bridge in Riverside County. Zackry coordinated and conducted focused arroyo toad surveys, spring blooming season rare plant surveys, and a jurisdictional determination/delineation. Zackry also coordinated and participated in desert tortoise presence/absence surveys. Zackry conducted the Joint Project Review process with the Coachella Valley Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 134 115 Work Proposal Association of Governments (CVAG) and CDFG to ensure compliance with the CVMSHCP. Caltrans District 8 Contact:Kurt Heidelberg, (909) 388-7028. 1-16 Mountain Pass Truck Descending Lane Installation Project—Caltrans District-08, Mountain Pass (2007-2008)EA 4393U Project Biologist. Caltrans District 8 Contact:Kurt Heidelberg, (909)388-7028. 1-10 Westbound From Yucaipa to Redlands Auxiliary Lane Installation Project—Caltrans District-08, Yucaipa (2007-2008) "Oversight" EA OF150 Lead Biologist. Caltrans District 8 Contact: Kurt Heidelberg, (909) 388-7028. Mark Robinson, RPA, Role:Archaeology(Cultural Resources) Mark Robinson is a cultural resources specialist with more than 24 years of years of Experience:24(7 years mM experience in prehistoric and historical archaeology. He has worked ICF✓ones&Stokes) extensively in California, has specialized training in lithic analysis and lithic Education:Ms.,Anthropology, univ.of materials identification and sourcing, and meets the Secretary of Interior's Oregon, 199a M.A.,engxsn,Univ of standards for a professional archaeologist. He has managed all phases of meson, Itift 8.A.,History&Geo1w, archaeological activities, including surveys, testing, data recovery Unlv,of Montana, 1981 excavations, monitoring, site evaluation, analysis, report preparation, and Professtonale iaeotogist i1067a ed Professional Anraeolog�st#N 1067 archival research. Prior to joining ICF, Mark managed multiple projects in southern California, including surveys, testing, data recovery, and monitoring projects for numerous federal and state agencies. These projects involved complex cultural resources and compliance issues as well as budget preparation and tracking, staff coordination, and writing and editing of reports and Section 106 compliance documents. Richard Starzak, Role:Architectural History(Cultural Resources) Rick Starzak has more than 30 years of experience as an Architectural years of Experience:32 r27 years with Historian, including 20 years as a Project Manager, specializing in tCF✓ones&Stokes) consultation on behalf of public agencies for compliance with Section 106 of Education:M-A.,Architecnire—History the NHPA. As of 2010, he has conducted NHPA Section 106 studies or cmasm&Analysis,UCLA 1994. SHPO consultation in 44 states for a variety of federal agencies including GSA, FHWA, FTA, STB, FRA, HUD, FCC, and EPA. For FRA, in 2010-2011, he is preparing a study ordered by the U.S. Congress on streamlining Section 106 and Section 4(f)compliance for railroad projects. For FHWA HQ, in 2006, the 50th anniversary of the Interstate Highway System, he wrote the guidance and criteria to identify the elements of the entire 40,000+ mile Interstate Highway system that have national or exceptional historic significance. From 2005-2009, he managed preparation of a series of 67 National Register nominations for properties owned by the GSA in a variety of states, including post offices, courthouses, custom houses, and border inspection stations. Rick meets the Secretary of the Interior's Professional Qualifications Standards in Architectural History. Mark and Rick's example project experiences are listed below: Belardo Road Bridge and Road Widening Management Plan -City of Palm Springs and the Agua Caliente Band of Cahuilla Indians in cooperation with Caltrans, District 8, Palm Springs (2009) EA PLHL 6282(020) Archaeologist. Local Agency Contact:Michael J. Atencio, (760) 325-3400. Caltrans Contact:Aaron Burton, Phone (909) 383-1804. 1-215 Bi-County Project, SANBAG - Riverside and San Bernardino Counties (2008-2010) EA Number OM- 940 Project Archaeologist. Local Agency Contact:Lisa D. Williams, LSA (949) 553-0666. 1-215 Widening from Scott Road to Nuevo Road Additional Lane Environmental Document for RCTC (2007-2011) EA Number 08-1620 Project Archaeologist. Local Agency Contact: Lisa Da Silva, RCTC, (951) 787- 7141. Ca/trans District 8 Contact:Kurt Heidelberg(909) 383-7028. Caltrans District 8/Riverside County Department of Transportation-SR 79 Widening Project Cultural, Biological and Paleontological Studies: Thompson Road to Domenigoni Parkway—Riverside County (2005) EA Number 08-464600 Project Archaeologist. Local Agency Contact:Laurie Dobson Correa, RCTD, (951) 955-2016. Caltrans Contact: Tim Meardy, 909-383-7855 Years ofExpanonce:39(26'years John Criste,AICP-Environmental Supporting Task Manager with Tana Nova) John Criste has extensive experience in land use, urban and regional Educat1mvBA.,Architectural History, planning, environmental assessment and impact analysis, land use feasibili Pennsylvania State University ty Professionat Reglsfratton:American and market analysis, and energy development management and regulation. institute of CoMed Planner Planning He has worked in the Coachella Valley and the Southern California region WC',#6672) since 1979. He has extensive experience in public policy planning regarding land use and environmental issues on local, state and federal levels. His experience covers all aspects of the California Environmental Quality Act Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 135 116_ •=` gTr, Entom ineeml-, Work Proposal (CEQA), National Environmental Policy Act (NEPA) and public documents required by same. He is a frequent CEQA instructor for the Association of Environmental Professionals and the American Planning Association. John Criste, as part of CNS Team, recently managed all of the environmental technical studies for the Cathedral Canyon Drive Low Water Crossing Bridge Replacement Project [FPN BR-NBIL(504)] in Cathedral City and obtained NEPA CE approval from Caltrans District 8 in just one and an half years. Date initiated: December 2009; Lead agency contact: Mr. Bill Simons, City Engineer, (760) 770-0360 or Mr. Bill Bayne, previous City Engineer, (951)218-2059; Caltrans District 8 Environmental Planner: Ms. Julie Lugaro(909)383-1570. Ceazar Aguilar, P.E., Role: Drainage Task Manager Ceazar Aguilar is one of three principals of AEI-CASC. He has over 26 years yom ofErpedence:27(16 years of experience in drainage, flood control design, hydrology, hydraulics, flood ,imAEi-case) plain analysis, sediment production and transport analysis, master drainage Education-as,C*H Engineering plans, value engineering, and computer applications. Mr. Aguilar began his California State Polytechnic umr, professional career working at the Riverside County Flood Control District ?om°na,2J8t where his responsibilities included the development of comprehensive master Ptofes naf Civil Entia8an. P P P Professicurat Civil Engineer,#4187-0 drainage plans, performing special hydrologic and hydraulic studies, reviewing land development proposals, and recommending flood protection measures for such projects. His experience at the Flood Control District provided him with invaluable knowledge and understanding of the intricate plan approval process of a public agency. Since that time, Mr. Aguilar has been employed by several of the Inland Empire's largest civil engineering consulting firms where he was responsible for the design supervision and management of drainage studies and flood control improvement plans. Mr. Aguilar has developed an excellent reputation with various Flood Control Districts and other public agencies for providing thorough and efficient designs of flood control facilities and for emphasizing cooperative working relationships with public agency staff members. Representative projects completed by Mr.Aguilar include: Cathedral Canyon Drive Low Water Crossing Replacement Project(New Bridge) at Whitewater River, City of Cathedral City: Mr. Aguilar is currently managing the preparation of the floodplain and scour study for the proposed bridge crossing [FPN BR-NBIL(504)]. Lead agency contact: Mr. Bill Simons, City Engineer, (760) 770- 0360 or Mr. Bill Bayne, previous City Engineer, (951)218-2059, CVWD contact: Mr. Tesfaye Demissie(760) 398- 2651; RCFC&WCD contact: Dusty William, (951)955-1200. Avenue 44 Low Water Crossing Replacement Project (New Bridge) at Coachella Storrs Water Channel (Whitewater River), City of Indio: Mr. Aguilar managed and provided design oversight for the preparation of the preliminary hydraulics and channel design for the reach of the Coachella Storm Water Channel (Whitewater River) in the vicinity of Avenue 44 low water crossing in the City of Indio. Lead agency contact: Mr. Tom Rafferty, Principal Civil Engineer, (760) 541-4270. Temescal Canyon Road Bridge Replacement Project at Temescal Creek, City of Lake Elsinore: Mr. Aguilar is currently managing and providing design oversight for civil engineering design services associated with the proposed Temescal Canyon Road Bridge at Temescal Creek. Lead agency contact: Mr. Ken Seumalo, Director of Public Works/City Engineer, (951)674-3124x244. Paul Sepulveda—Roadway Design Lead Mr. Sepulveda has been responsible for the design and processing of many Years orEarpe�/enoer 37(33 yeas public works and private land development projects in Coachella Valley. He Y Offh ear AJ not only has extensive experience in the preparation of grading, street, Education:As,Civil Engineering,ililst sewer, water and storm drain improvement plans, but also in the approval Hilts College,1978,vango Computer process with various cities and agencies in the area. Representative prior Adsd Gmwfric Dessgn,UNverW of projects completed by Paul include: Callfomie-hvc e, 1987,Hydraulic Certtfcata#,CefifOmra waver Pollutw • Farrell Drive Realignment; City of Palm Springs: Production Manager Control Assmotion, 1979, in charge of design and plan preparation for the realignment of one mile section of Farrell Drive to accommodate the Palm Springs Regional Airport runway expansion project. Lead agency contact: Mr. Marcus Fuller, Assistant Director of Public Works/Assistant City Engineer, (760) 323- 8253x8744. • Gene Autry Trail(Highway 111), Palm Springs Classic; Palm Springs: Production Manager in charge of design and plan preparation for the widening of Gene Autry Trail including left and right turn pockets and signalization plans processed through California Department of Transportation. Lead agency contact: Mr. Marcus Fuller,Assistant Director of Public Works/Assistant City Engineer, (760) 323-8253x8744. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page J 36 117 Z7 - Eigii,e P,1 = Work Proposal SECTION D: FIRM QUALIFICATIONS D1 — Prime Consultant's Information: CNS Engineers, Inc. (CNS), a bridge engineering consulting firm, will be the prime consultant for the project. CNS is a California corporation. The firm has a main engineering office in the City of Riverside, and has a separate administration office in City of Lake Forest. The firm's contact information is listed below: Contact person: Mr. James J., Lu, PE, SE, President/Project Manager Phone number: (951)687-1005 ext. 104, Fax number: (951)667-3387 E-mail address: iames.lu@cnseng.com D2—Prime Consultant's Officers to bind the Contractual Agreement: CNS' officers who have the authority to bind the contractual agreements are listed below: Mr. James J. Lu, PE, SE, President Ms. Lily H. Huang, CPA, Treasurer D3 — Prime Consultant's Relevant Project Experience: The following two federally funded projects involve PA/ED phase coordination with Caltrans District 8 and 7. Cathedral Canyon Drive Low Water Crossing Bridge Replacement project Highlight at Whitewater River, City of Cathedral City[BR-NBIL(504)] ✓ Funding experience with Caltrans Districts Local Agency Contact: Mr. Bill Simons, City Engineer, (760)770-0360; Local Assistance and HQ Local Prograrn Mr. Bill Bayne, previous City Engineer, (951)218-2059 ✓ Coordination with District 8 Local Assistance environmentai staff Caltrans D8 Local Assistance Staff: Mr. Eric Tang, (909) 388-7719, Mr. ✓ Coostinationwghrseveratwater agencies Savat Khamphou, DLAE, (909) 383-4825 IncNtling ACM, RCFCSMD and C W ACBCI Contact: Ms. Margaret Park, (760)699-6800 ✓ Coordinallonwdh'Agua Caliente Band of Project Start/Completion Dates: December 2011/on-going in PS&E Cahuilla Indians Brief Project Description: As a prime consultant, CNS is leading the PA&ED and PS&E phases of the river crossing project that is funded by the federal Highway Bridge Program (HBP).The project includes replacing the existing low water crossing with a new 600 foot bridge. The expected environmental document was IS/EA which leads to MND/FONSI although NEPA CE was granted by Caltrans on 6/2011. The right of way engineering requires close coordination with Ague Caliente Band of Cahuilla Indians (ACBCI) and Bureau of Indian Affairs (BIA) for construction 0 easements to accommodate channel improvements on Allotted Indian Reservation Lands. The proposed bridge will be designed to accommodate RCFCD's 100-year Flood of 47,000 CFS and CVWD's Standard Project Flood (SPF) of 85,000 CFS. To eliminate impacts to the driveways of the private developments at the bridge approaches, a lined hydraulic drop structure in the channel is proposed. The extensive channel permanent disturbance triggers the need of the ACOE Section 404 Individual Permit which requires the team to develop nine alternatives. Project Cost: $22 million(estimated total project cost). Foothill Boulevard Bridge over North Branch of Big Tujunga project Highlight Wash, City of Los Angeles [BHLS-5006(285)] ✓ Coordination with Calhans;District 7Lod Local Agency Contact: City of Los Angeles Bridge Improvement Assistance and Structures Local Program, Mr. Safe Kaddis, Senior Project Manager, (213)485-5108 Assistance Caltrans District 8 Contact: Mr. David Wang ✓ Coordination with ACOEand LA County Project Start/Completion Dates: November 2003/June 2009 Flood contmt ✓ Extensive stage construction to maintain Brief Project Description: CNS provided bridge engineering services on the existing traffic several HBP-funded bridge projects for City of Los Angeles Bridge Program. The assigned tasks include assistance in HBP funding applications and bridge design. All assigned projects were funded with federal HBP Fund. CNS ; managed seismic evaluation, preliminary and final design for widening of the 12- span, 650 foot Foothill Boulevard Bridge. The project requires resotration of the exisitng architectural features including replication of concrete light poles and modified open railing. Project coordination with LADOT, LACFCD, ACOE and Caltrans District 7 Local Assistance to mitigate environmental impacts and traffic staging needs was conducted. NEPA document is CE. The project, in general, consists of relocation of several major utilities, deck widening, full superstructure replacement, pier and abutment retrofit, and improvements of the existing scour countermeasure. Project Cost: $10 million (construction cost). The following PS&E and Planning projects are provided for reference purpose: Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page 137 118 Ajlll.�_ ZrMi, E,4lrl% �` Work Proposal Widening of Ramon Road Bridge at Whitewater River, City of Palm Springs [BHLS-5282(040)] Services provided: Planning Study and Federal HBP Funding Application Local Agency Contact: Mr. Marcus Fuller,Assistant Director of Public Works/Assistance City Engineer, City of Palm Springs, (760) 323-8253 ext. 8744 Caltrans D8 Local Assistance Staff: Mr. Eric Tang, (909) 388-7719, Mr. Savat Khamphou, DLAE, (909) 383-4825 Project Start/Completion Dates: June 2009/January 2010 Estimated Project Cost: $35 million Palm Drive/Gene Autry Trail OC over 1-10, Date Palm Drive OC over 1-10, Cities of Palm Springs and Cathedral City(EA 08456801 &08-465901) Services Provided: Final PS&E and Construction Supports Local Agency Contact: Ms. Cindi Wachi, Project Manager, Riverside County Transportation Department, (951) 955-1863 Project Start/Completion Dates: December 2005/on-going in construction Estimated Project Cost: $16 million (each interchange) Frank Sinatra Low Water Crossing Bridge Replacement at Whitewater River,City of Rancho Mirage[BR- NBIL(514)] Services Provided: Planning Study and Federal HBP Funding Application Local Agency Contact: Mr. Bruce Harry Jr., Director of Public Works/City Engineer, City of Rancho Mirage, (760) 770-3261 Caltrans D8 Local Assistance Staff: Mr. Eric Tang, (909) 388-7719; Mr. Savat Khamphou, DLAE, (909) 383-4825 Project Start/Completion Dates:April 2010/January 2011 Estimated Project Cost: $39 million D4—Subconsultant Firms,their Background and Specific Expertise: Subconsultant firms of CNS Team are listed in the following table: Subconsultant Firm Background Specific Expertise to the Project Jones&Stokes merged with ICF in 2008. ICF's ICF well known to Caltrans District 8 will Environment&Planning Division has 175 lead the environmental documentation employees in Southern California. ICF is well and permitting. ICF is Monitoring ICF Jones&Stokes known for special expertise in CEQA and NEPA Program Administrator for the Riverside,CA compliance, not only through project work,but CVMSHCP. In addition, ICF has (key subconsultant) also through CEQA and NEPA classes and extensive project experience involving publications. ICF has an in-depth knowledge of ACBCI,which is demonstrated by the providing environmental clearance for federally Belardo Road Bridge and Road funded highway projects. Widening Management Plan for City of Palm S rin s and ACBCI. MSA has been providing professional services to MSA will be responsible for surveying, public agencies and private development in mapping, utilities research, and,the MSA Consulting Coachella Valley since 1976. MSA is the most importantly,the roadway geometric Rancho Mirage, CA Coachella Valley's largest locally owned,full- design. MSA brings to the project with (key subconsultant) service planning and engineering company. MSA their prior project experience on Vista has delivered several dozens of high quality Chino. MSA is familiar with the project roadway projects in Palm Springs. site and has recently participated on the parallel Ramon Road Bridge Widening Project. AEI-CASC established in 1993 provides AEI-CASC is familiar with RCFC&WCD professional planning,engineering,surveying, and CVWD's design requirements.The and construction services.AEI-CASC has firm brings to the project with their AEI-CASC Consulting participated on the drainage task for major extensive experience on the Cathedral Colton,CA transportation projects requiring Cakrans' Canyon Drive Low Water Crossing (key subconsultant) approval in Inland Empire.The firm's principals Bridge Replacement Project.AEI-CASC used to work for RCFC&WCD and various local is strong in stonnwater quality.The firm agencies. currently has an on-call State-wide water quality contract with Caltrans. Supporting suboonsultant firms:Terra Nova Planning&Research, Earth Mechanics, David Evans and Associated, Overland, Pacific&Cutler and Value Management Strategies.These firms were selected to be part of the team because they have participated on similar projects adjacent to the project site or in the Coachella Valley.They have demonstrated high quality products from our previous or on-going projects. Vista Chino Low Water Crossing Bridge Replacement at Whitewater River Page J 38 119 Work Proposal Environmental documentation is the most important task for this phase of the project, which will be lead by ICIF Jones&Stokes.As such, ICF's project experiences and references are provided below: U Warm State Route 79 Re-Validation: ICF is Riverside Russell Williams, James Shankel 2011 conducting a Supplemental Cultural County 951-955-2016 909-383-6379 Resources Report. Interstate 215 from Scoff Road to Nuevo Riverside Lisa DaSi[va, Kurt Heidelberg Road: ICF prepared the necessary technical County Capital Projects 909-383-7028 2011 studies and environmental documentation for Manager, 951- relevant Caltrans requirements. Magnolia Avenue Grade Separation: ICF Riverside Scott Staley(951) Aaron Burton, has completed multiple grade separation County 955-2092 (909)383-1804 2011 projects in Riverside County. ICF prepared the necessary NEPA documents for approval by Caltrans(grade separations are statutorily exempt from CEQA). Interstate 10—Date Palm Drive Re- Riverside Russell Williams, James Shankel Validation:This project involves the County 951-955-2016 909-383-6379 2010 preparation of an IS/EA,to be followed by an ND/FONSI,for reconstruction of the 1-10— I Palm Drive/Gene Autry Trail interchange. Streeter Avenue Grade Separation: ICF has City of Philip Hannawi Aaron Burton, completed multiple grade separation projects Riverside (951)826-5707 (909)383-1804 2010 in Riverside County. ICF prepared the necessary NEPA documents for approval by Caltrans(grade separations are statutorily Belardo Road Bridge and Roadway Project: City of Palm Michael J. Aaron Burton, 2009 ICF prepared the IS/EA(including section 4[f] Springs Atendo,760-325- (909)383-1804 evaluation)and technical studies 3400 Interstate 16/Duncan Canyon Road City of Kevin Ryan, Kurt Heidelberg 2009 Interchange: ICF prepared the IS/EA and Fontana Project Manager, (909)383-7028 technical studies for City of Fontana. 909-350-6655 Interstate 10—Date Palm Interchange: ICF Riverside Russell Williams, James Shankel, 2009 prepared the IS/EA and ND/FONSI. County Environmental (909)383-6379 Manager, 951- 955-2016 Interstate 2151CIinton Keith Road City of Roger Cunliffe- Gita 2008 Interchange: ICF assisted in preparing a PSR Murrieta Owen,Consultant Tokmahfshan and prepared the NEPA/CEQA document and Civil Engineer, (909)383-4283 associated technical studies. 951-304-2489 Interstate 216 from Murrieta Hot Springs Riverside Lisa DaSilva, Kurt Heidelberg 2008 Road to Scott Road: ICF prepared the County Capital Projects (909)383-7028 necessary technical studies and Manager, 951- Auto Center Drive Grade Separation: ICF City of Linda Abushaban, Aaron Burton, 2008 prepared the necessary NEPA documents for Corona Senior Engineer, (909)383-18G4 approval by Caltrans(grade separations are 951-739-4960 statutorily exempt from CEQA). Interstate 10—Ramon Road/Bob Hope Riverside N/A Chee Ong, 909- Drive Interchange: ICF prepared the County 383-6417 2006 IS/EA/MND/FONSI and Community Impact Assessment and Visual Impact Assessment I documents. ICF's additional unique project experiences in Palm Springs and/or Coachella Valley are listed below: * Coachella Valley Conservation Commission-TO 1 Implementing Monitoring Tasks for IMSHCP w Strategic Environmental-Consulting Support for Coachella Valley Milkvetch for Metropolitan Water District of Southern California • Riverside County, Department of Transportation-Ramon Road Coachella Valley Fringe Toed Lizard Surveys Vista Chino Low Water Crossing Bridge Replacement m/YVbihnvatxrRiver Page 139 � ��� � �°� eltyM p.Im evnnvtl.IIiN I,m- —...'croptlnv a nave Re{Lttmmr M Wnnpwnn Nlm Poaan I-II'. pp..l nI En.—.O,IIII—r I.6Dl ID m. wxsI Y Ixv V i i =p 3 I ni h'2 r`P 4 p. m x 0 Bn4:-"XI.M ---- 045 nl0lllff -Non fonrff �SNA.O N4rF+n et'srr. 3 T.i PSk r.Btgq,aprjttor)}yr f YA]SKS 3'pMS.I!9kAR!14t SN91 IIli.S.11o3a1.:;KI Ma orriur 19S 11.5 S pArl11 a.B diY.1 BS 9�s3�,6132A{Li AP'�'11�.1 z J ,. PreMMarWenenf o we Iff f 0 PwY uaWn aM RaMe Gnnah 6AOtl. Nff we d III III,N 111.1� a -aatl Mp 5 1p]' MUJIry wantlauaXry tewa fipptl Men WN1f Wae Ltafa fw r. .......... •r«mr".. m r..w•n�. " :.. .. r...wr ...« Mon aYff YFJ 14f< •. '- __.••'•>�-'�� .�.• --- •�•^ " nu fw Lai FunMryrRep�:mmny stie-: rru u v _.. ....-....... urponv _ I: mrnr ]D fOMf Pr.YIIMCIk mearttp 1101. Yen WM IIIIII \\1 2,D4W 41.ro J e,.. ... vlry d YONn,b np we lr:me sway !1, Men rlfr weq&3 rm "}ma l pe5:tivrY RaMnY Brcpe Fe. mn nx ntl inu111.11 Wae s2 wb s ��„„ a Pe,tlwYau nalwa 9WtlY antl Jaemmv 1n0 III"II I eM'.",I � - riexx,`:. '""""""^_ v -""'""" MnwCI,-- ae.. .... 1 ; .__.... ... _.._.._... we rnu R.«.. rw:v s4q,scan sw ' M M anal M mGa ._.. _..-.....iin, . II .. .._.. .... ..._l. vz p.IMem s4av and I III rr w1 aY ur vrfz weY we il frfx —_... 211 C..T n ouRl xse I of �• "I p,M M J .. roI.-..-. B. _.� _.... ..... -. .«.Y. mn fm,] .. e , y« wY a m] r. r= •[..eenm«xa warren II—d lLEo M.—II .voe. Me.unrf w.evl 1113 -.-.. bM ...._L �0} .. uM M ................. -. e w'. mw w J" rmn.Y RIId*l .,I ,Mloriz VIII fI «r.! —} ". E w. a.p,n :rc.avw;iN.w. zooe'. m.NlWfx w.nlzl] w eww o.......m IN tl12.111 iMr WYa v k M q ,va n PX,1,C—IMMI aNEpn iAue fYll. We< yam 117 ....... Y we'. ... r -.1. rotl .. __. .-..- ... . _ N oI _ ... ..... i 5e.. .-5 v' • .110 - r n q M a es fafa .....v d. .; M r e...e ub.wwww..xw,....r.. R—ue O aw r.. .r.mw cN.I.ro... .. ..nI— „ , a � crw„n Rw:...� «.:...:.n �� r... ..r�.\\\\y r..cerq,.., H N I"a ATTACHMENT "A" *NOTE: THISFORMMUSTBECOMPLETED AND INCLUDED INSIDE ENVELOPE#1 "WORK PROPOSAL"* REQUESTS FOR PROPOSALS (RFP) #01-12 FOR ENVIRONMENTAL SERVICES FOR VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT WHITEWATER RIVER CITY PROJECT NO.10-10 FEDERAL AID PROJECT NO. BR-NBIL (513) SIGNATURE AUTHORIZATION PROPOSER: CNS Engineers, Inc. A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my proposal. S ATURE B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful,the contract language should refer to me/my company as: _An individual; A partnership, Partners' names: A company; X A corporation 2. My tax identification number is: 74-3072004 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s)# 1, 2 and 3 is/are hereby acknowledged. RFP#01-12 Attachment"A" 122 61 yA0,1 d Z `'[IFORN� REQUEST FOR PROPOSAL (RFP 01-12) FOR Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River ADDENDUM NO.1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: Q 1: Who currently has the contract, and what is the current contract amount?" A 1: There is no current contract, this is a new project. Q 2: Is engineering a part of this scope of work or is the 30%equivalent of design already developed or being developed by others and under a separate contract? A 2: As stated in Section 3 of the RFP, preliminary engineering (civil and structural engineering design services)shalt be provided as necessary to support the PANED Phase, generally limited to preparation of plans representing a 30%level design. BY O ER OF T E ITY OF PALM SPRINGS, CALIFORNIA Craig L. G rs, C.P.M. Procurement&Contracting Manager DATE: August 02,2011 ADDENDUM ACKNOWLEDGMENT: - -- YroposerFirmName.- —CZAP b 7iBe-ys� .�)1G'>._... 2._...__ J...... _._... -- Authorized Signature' _ i Date: 0 Acknowledgment of Receipt of Adden 1 is roquired by signing and i cluding the acknowledgment with your submittal, or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 123 pALAi CF �te REQUEST FOR PROPOSAL (RFP 01-12) FOR Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS ANDiOR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: Q 1: I noticed in the RFP, attachments 1 & 2 were identified but missing in the package. Is it possible to obtain those documents? A 1: You are correct and the City apologizes for not including Attachments 1 and 2 in the document. You may download Attachment#1 (HPB grant application presented in 4 parts) as well as Attachment#2(CalTrans HPB policy) from our website at http://www.oalmsD62gsca.qov/index asAx?pane-85 BY OR DE O THE CITY F ALMSPR CgL,IfORNIA Craig L OR Procurement&Contracting Manager DATE: August 02, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: inePY__�_Zn L --- Authorized Signature: — Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. 124 Oe PALA1 Sp N� � c N CglIF0RN�P REQUEST FOR PROPOSAL (RFP 01-12) FOR Environmental Services for Vista Chino Low Water Crossing Bridge Replacement at Whitewater River ADDENDUM NO.3 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE RFP DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City has received the following questions and is hereby providing answers thereto: Q 1: With respect to the subject project, does the City of Palm Springs have a recent topo map with at least 2'contours that covers the Whitewater River 1,000 feet upstream and downstream of the Bridge site for use by the selected consuftant? Al:No . Q 2: Page 5 of the RFP requires the successful firm to execute and return forms Exhibit 10-01 and Exhibit 10-02.However, the instructions for both forms indicate that Exhibit 10-01 shall be submitted with the proposal and the Exhibit 10-02 is to be submitted at contract execution. Please clarify whether form Exhibit 10-01 shall be submitted with the proposal. A 2: The RFP states that Exhibits 10-01 and 10-02 are to be completed and returned to the City by the `successful firm" The successful firm is the firm awarded a contract for this project. These forms are submitted with an executed agreement therefore, they should not be submitted with the proposal. Q 3: Is 11x17 sheet all for the project schedule?If yes, is one 11x17 sheet counted as one page? A 3: Yes, yes. 125 Q 4: Is the list of interested consultants available for review? A 4: The list of consultants that have followed the instructions in the RFP and registered for this specific project to date is included with this Addenda. BY ORDF7 OF THE CITY F PALM SPRINGS, CALIFORNIA J / Crag L. Gladd . Procurement&Contracting Manager DATE: August 10, 2011 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: CIJS JFnVn per5, Inc; Authorized Signature: Date: ff 3 0 required Acknowledgment of Receipt of Addendum 3 is ired by sig ' an including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of Attachment A. Failure to acknowledge _this Addendum may result in your submittal being deemed nornresponsive. 126 ATTACHMENT "B" *NOTE: THIS FORMMUSTBECOMPLETED AND INCLUDED INSIDE ENVELOPE#1 "WORK PROPOSAL"* REQUESTS FOR PROPOSALS (RFP) #XX-XX FOR ENVIRONMENTAL SERVICES FOR VISTA CHINO LOW WATER CROSSING BRIDGE REPLACEMENT AT WHITEWATER RIVER CITY PROJECT NO. 10-10 FEDERAL AID PROJECT NO. BR-NBIL (513) DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The Consultant, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, and manager: * Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; * Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; Does not have a proposed debarment pending; and * Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. Consultant Name: CNS Engineers, Inc. 8/30/2011 (Date) (Signature James J. Lu, Principal (Name &Title) RFP#01-12 Attachment"B" 127 EXHIBIT "E-1" 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 1A— Limited Project Approval and Environmental Document(PA&ED) Task 1 —Project Management Task 1.1, Project Administration and Project Controls $ 69,066.74 Task 1.2, Meetings and Coordination $ 79,706.97 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 $ 50,986.00 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 $ 22,654.07 Task 2.8, Roadway Alternatives Study and Geometric Approval Drawings $ 70,817.81 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 Modification Study $ 20,351.22 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 Transport Analyses $ 50,216.20 Task 2.15, Preliminary Cost Estimates $ 21,518.62 Exhibit"E-1" Continues on Next Page Exhibit"E-1" Page 1 of 2 128 EXHIBIT "E-1" SCHEDULE OF COMPENSATION Task 3—Limited Environmental Document (CEQA/NEPA) Task 3.1, Public Scoping Meeting $ 10,363.34 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 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) $ 75,764.32 Task 3.9, Wetland and Jurisdictional Delineation and Assessment $ 23,937.00 Task 3.10, Visual Impact Assessment $ 23,983.96 Task 3.11, Community Impact Assessment $ 6,672.52 Task 3.12, Cultural Resources Study(ASR/HPSR/APE) $ 23,587.27 Reimbursable Expenses $ 46,235.00 Phase 1A Subtotal $ 909,980.62 END OF EXHIBIT "E-1" Exhibit"E-1" Page 2 of 2 129 EXHIBIT "E-2" 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 B—Full Project Approval and Environmental Document (PA&ED) Task 1 —Project Management Task 1.1, Project Administration and Project Controls $ 51,508.21 Task 1.2, Meetings and Coordination $ 42,238.23 Task 1.3, Quality Assurance and Quality Control $ 5,159.76 Task 2—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 $ 63,776.17 Task 3—Environmental Document(CEQA/NEPA) Task 3.1, Public Hearing $ 1,491.28 Task 3.2, Draft Combined Environmental Documents (IS/EA) $ 88,447.06 Task 3.3, Bureau of Indian Affairs Consultation & NEPA Clearance $ 19,769.68 Task 3.4, Circulate Draft Environmental Document& Respond Comments $ 15,946.84 Task 3.5, Final Environmental Assessment Document(MND/FONSI) $ 36,080.70 Task 3.6, File Notice of Determination (CEQA) $ 522.39 Task 3.7, Publish Notice in Federal Register $ 1,044.79 Task 3.8, Environmental Permits $ 40,197.62 Reimbursable Expenses $ 23,968.00 Phase I Subtotal $ 528,503.33 Grand Total of Contract $1,438,483.95 END OF EXHIBIT "E" Exhibit"E-2" Page 1 of 1 130 EXHIBIT "F" 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. 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. END OF EXHIBIT "F" Exhibit"F" Page 1 of 1 131