Loading...
05-22-12 Supplemental Info. PRROYO O 0 INCORPORATED 7 RI 1[ JULY 10, 1911 4. 41/4IFORN' MEMORANDUM TO: CITY COUNCIL v FROM: TERESA MCCLISH, COMMUNITY DEVELOPMENT DIRECTOR SUBJECT: SUPPLEMENTAL INFORMATION AGENDA ITEM 8.e. — MAY 22, 2012 CITY COUNCIL MEETING AGREEMENT WITH QUINCY ENGINEERING, INC. FOR THE BRIDGE STREET BRIDGE PROJECT DATE: MAY 22, 2012 In accordance with Federal-Aid Guidelines, additional provisions to the proposed Agreement for Consultant Services for the Bridge Street Bridge Project are required. Therefore, the attached Agreement for Consultant Services has been amended as follows: • Section 1 — Filled in beginning and ending dates for Agreement • Added Section 25 - Record Retention (3 years from final payment from City) • Added Section 26—Cost Principles and Administrative Requirements (per CFR) • Added Section 27 - Covenant Against Contingent Fees (per wording provided in Guidelines) • Added Section 28 - Subcontractors, Assignment, and Transfer (prohibits transfer of work without City authorization) • Exhibit B -Added Payment Clause • Added Exhibit F— Certification of Consultant • Added Exhibit G —Certification of Local Agency • Added Exhibit H — Debarment Certificate Staff recommends the City Council approve the Agreement for Consultant Services, as amended. cc: City Manager City Attorney City Clerk Public Review Binder AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, is made and effective as of May 22, 2012, between QUINCY ENGINEERING, INC. ("Consultant"), and the CITY OF ARROYO GRANDE, a Municipal Corporation ("City"). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: 1. TERM This Agreement shall commence on May 23, 2012 and shall remain and continue in effect until May 22, 2015 unless sooner terminated pursuant to the provisions of this Agreement. 2. SERVICES Consultant shall perform the tasks described and comply with all terms and provisions set forth in Exhibit "A", attached hereto and incorporated herein by this reference. 3. PERFORMANCE Consultant shall at all times faithfully, competently and to the best of his/her ability, experience and talent, perform all tasks described herein. Consultant shall employ, at a minimum generally accepted standards and practices utilized by persons engaged in providing similar services as are required of Consultant hereunder in meeting its obligations under this Agreement. 4. AGREEMENT ADMINISTRATION City's Community Development Director shall represent City in all matters pertaining to the administration of this Agreement. John S. Quincy, President, shall represent Consultant in all matters pertaining to the administration of this Agreement. 5. PAYMENT The City agrees to pay the Consultant in accordance with the payment rates and terms set forth in Exhibit "B", attached hereto and incorporated herein by this reference. 6. SUSPENSION OR TERMINATION OF AGREEMENT WITHOUT CAUSE (a) The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten (10) days prior written notice. Upon receipt of said notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. (b) In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City pursuant to Section 5. 7. TERMINATION ON OCCURRENCE OF STATED EVENTS • 7. TERMINATION ON OCCURRENCE OF STATED EVENTS This Agreement shall terminate automatically on the occurrence of any of the following events: (a) Bankruptcy or insolvency of any party; (b) Sale of Consultant's business; or (c) Assignment of this Agreement by Consultant without the consent of City. (d) End of the Agreement term specified in Section 1. 8. DEFAULT OF CONSULTANT (a) The Consultant's failure to comply with the provisions of this Agreement shall constitute a default. In the event that Consultant is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Consultant for any work performed after the date of default and can terminate this Agreement immediately by written notice to the Consultant. If such failure by the Consultant to make progress in the performance of work hereunder arises out of causes beyond the Consultant's control, and without fault or negligence of the Consultant, it shall not be considered a default. (b) If the City Manager or his/her delegate determines that the Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall cause to be served upon the Consultant a written notice of the default. The Consultant shall have ten (10) days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that the Consultant fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 9. LAWS TO BE OBSERVED. Consultant shall: (a) Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incidental to the due and lawful prosecution of the services to be performed by Consultant under this Agreement; (b) Keep itself fully informed of all existing and proposed federal, state and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Agreement, any materials used in Consultant's performance under this Agreement, or the conduct of the services under this Agreement; (c) At all times observe and comply with, and cause all of its employees to observe and comply with all of said laws, ordinances, regulations, orders, and decrees mentioned above; (d) Immediately report to the City's Contract Manager in writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications, or provisions of this Agreement. (e) The City, and its officers, agents and employees, shall not be liable at law or in equity occasioned by failure of the Consultant to comply with this Section. 10. OWNERSHIP OF DOCUMENTS (a) Consultant shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by City that relate to the performance of services under this Agreement. Consultant shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. Consultant shall provide free access to the representatives of City or its designees at reasonable times to such books and records; shall give City the right to examine and audit said books and records; shall permit City to make transcripts therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Such records, together with supporting documents, shall be maintained for a period of three (3)years after receipt of final payment. (b) Upon completion of, or in the event of termination or suspension of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the services to be performed pursuant to this Agreement shall become the sole property of the City and may be used, reused, or otherwise disposed of by the City without the permission of the Consultant. With respect to computer files, Consultant shall make available to the City, at the Consultant's office and upon reasonable written request by the City, the necessary computer software and hardware for purposes of accessing, compiling, transferring, and printing computer files. 11. INDEMNIFICATION FOR PROFESSIONAL LIABILITY. ' To the fullest extent permitted by law, Consultant shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including attorney's fees and costs which arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. 12. INSURANCE Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit "C" attached hereto and incorporated herein as though set forth in full. 13. INDEPENDENT CONSULTANT (a) Consultant is and shall at all times remain as to the City a wholly independent Consultant. 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, employees, or agents shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Consultant, shall not incur or have the power to incur any debt, obligation, or liability whatever against City, or bind City in any manner. (b) No employee benefits shall be available to Consultant in connection with performance of this Agreement. Except for the fees paid to Consultant as provided in the Agreement, City shall not pay salaries, wages, or other compensation to Consultant for performing services hereunder for City. City shall not be liable for compensation or indemnification to Consultant for injury or sickness arising out of performing services hereunder. 14. UNDUE INFLUENCE Consultant declares and warrants that no undue influence or pressure was or is used against or in concert with any officer or employee of the City of Arroyo Grande in connection with the award, terms or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of the City of Arroyo Grande will receive compensation, directly or indirectly, from Consultant, or from any officer, employee or agent of Consultant, in connection with the award of this Agreement or any work to be conducted as a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling the City to any and all remedies at law or in equity. 15. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES No member, officer, or employee of City, or their designees or agents, and no public official who exercises authority over or responsibilities with respect to the project during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be performed in connection with the project performed under this Agreement. 16. RELEASE OF INFORMATION/CONFLICTS OF INTEREST (a) All information gained by Consultant in performance of this Agreement shall be considered confidential and shall not be released by Consultant without City's prior written authorization. Consultant, its officers, employees, agents, or subContractors, shall not without written authorization from the City Manager or unless requested by the City Attorney, voluntarily provide declarations, letters of support, testimony at depositions, response to interrogatories, or other information concerning the work performed under this Agreement or relating to any project or property located within the City. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. (b) Consultant shall promptly notify City should Consultant, its officers, employees, agents, or subContractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions, or other discovery request, court order, or subpoena from any person or party regarding this Agreement and the work performed thereunder or with respect to any project or property located within the City. City retains the right, but has no obligation, to represent Consultant and/or be present at any deposition, hearing, or similar proceeding. Consultant agrees to cooperate fully with City and to provide the opportunity to review any response to discovery requests provided by Consultant. However, City's right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. 17. NOTICES Any notice which either party may desire to give to the other party under this Agreement must be in writing and may be given either by (i) personal service, (ii) delivery by a reputable document delivery service, such as but not limited to, Federal Express, which provides a receipt showing date and time of delivery, or (iii) mailing in the United States Mail, certified mail, postage prepaid, return receipt requested, addressed to the address of the party as set forth below or at any other address as that party may later designate by notice: To City: City of Arroyo Grande Teresa McClish, Community Development Director 300 East Branch Street Arroyo Grande, CA 93420 To Consultant: Quincy Engineering, Inc. John S. Quincy, President 3247 Ramos Circle Sacramento, CA 95827 18. ASSIGNMENT The Consultant shall not assign the performance of this Agreement, nor any part thereof, without the prior written consent of the City. 19. GOVERNING LAW The City and Consultant understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Agreement and also govern the interpretation of this Agreement. Any litigation concerning this Agreement shall take place in the superior or federal district court with jurisdiction over the City of Arroyo Grande. 20. ENTIRE AGREEMENT This Agreement contains the entire understanding between the parties relating to the obligations of the parties described in this Agreement. All prior or contemporaneous agreements, understandings, representations, and statements, or written, are merged into this Agreement and shall be of no further force or effect. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party's own independent investigation of any and all facts such party deems material. 21. TIME City and Consultant agree that time is of the essence in this Agreement. 22. CONTENTS OF REQUEST FOR PROPOSAL AND PROPOSAL Consultant is bound by the contents of the City's Request for Proposal, Exhibit "D", attached hereto and incorporated herein by this reference, and the contents of the proposal submitted by the Consultant, Exhibit "E", attached hereto and incorporated herein by this reference. In the event of conflict, the requirements of City's Request for Proposals and this Agreement shall take precedence over those contained in the Consultant's proposals. 23. CONSTRUCTION The parties agree that each has had an opportunity to have their counsel review this Agreement and that any rule of construction to the effect that ambiguities are to be resolved against the drafting party shall not apply in the interpretation of this Agreement or any amendments or exhibits thereto. The captions of the sections are for convenience and reference only, and are not intended to be construed to define or limit the provisions to which they relate. 24. AMENDMENTS Amendments to this Agreement shall be in writing and shall be made only with the mutual written consent of all of the parties to this Agreement. 25 `RECORD RETENTION `By federal°,statue; Consultant's:records'-shall,°be-retained,fo`(;inspection.;by-..the.state; FHWA, or their-°duly:authorizedt representatives for,at:least,three,(3)`,'years:afterCity'sfinal payment to consultant;Thiswshall also apply-to:all°subcontracts-in excess<of$25,000, 26 ,_COST`PRINCIPLES.AND.ADMINISTRATIVE'REQUIREMENTS - °Cost° Principles-,and Procedures,- 48;-°CFR; Federal°Acquisition_°Regulations° System; ,Chaptera1,'Part 31,°et":seq.,y shall be2the governing factors regarding=allowable~elements=of cost: Consultant,shall�comply with'the administrative requirements°as set forth`in=49-CFR Part°18, Uniform, Administrative'Requirements for-Grants and Cooperative ;Agreements to_State°_and' Local-Governments.-This shall also`-apply to all subcontracts in.excess of°$26,000,, 27.:_ ;COVENANT AGAINST CONTINGENT FEES The Consultant warrants:that-,he/she, has not employed'o`r`retained_any,' 'Company' or person,=,other,than a:bona:fide employee Working for the consultants to-solicit or secure°this agreement; and:that,he/she has not paid or agreed°to pay:any company;or°person°other than,a bona,:>fide employee," any,-fee,,-commission, percentage;°;brokerage° fee,: gift,,,or any.-other consideration, contingent upon orresulting,froni the award,'or formation Ofrthis agreement For breach_o(violation of this warranty,the-local°=agency.shallhave,the right to..annul:this°agreement without--liability, or at its discretion) to'deduct�frome the°agreement,price'fora consideration,:or otherwise "recov er-theifull°amount,of'such fee,'`commission,,percentage, brokerage:;fee,,gift;:or contingent fee.= s _ -_ - . _ _ .� ._ _ m� . _ _ _ - - SUBCONTRACTORS,ASSIGNMENT;AND TRANSFER The.°Consultant°shall not subcontract, assign, or=.transfer any. of'the-Work eXcept;°r as othe°rwise, provided for in then executed-agreement without the Odor-written-consent the,City.` Subcontract= exceeding `$25,000-in:cost,,shall contain all-°requiredt.provisions of the prime contract. .- -_ _ _ _ __- _.- - -- _ - - 29. :AUTHORITY TO EXECUTE°THIS AGREEMENT The person or persons executing this Agreement on behalf of Consultant warrants and represents that he/she has the authority to execute this Agreement on behalf of the Consultant and has the authority to bind Consultant to the performance of its obligations hereunder. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. CITY OF ARROYO GRANDE CONSULTANT By: By: Tony Ferrara, Mayor John S. Quincy, P.E. Its: President Attest: Kelly Wetmore, City Clerk Approved As To Form: Timothy J. Carmel, City Attorney EXHIBIT A SCOPE OF WORK The consultant shall perform professional and technical engineering and environmental services necessary to prepare environmental documents, permit application packages, project reports, plans, specifications, and estimates for the City's Bridge Street Bridge project funded through the Federal Highway Administration's (FHWA's) Highway Bridge Program (HBP). The intended outcome is to provide the City with a cost effective bridge plans, specifications, and cost estimate (PS&E) package suitable for the advertising, bidding, and construction process. The PS&E package shall meet all Federal, State, and City requirements in conformance with the FHWA's Highway Bridge Program (HBP). EXHIBIT B PAYMENT SCHEDULE The basis of payment for the services provided under this agreement shall be cost-plus-a-fixed fee. 1. The local agency shall reimburse the consultant for actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the consultant in performance of the work, in an amount not to exceed $ 818,630 exclusive of any fixed fee. Actual costs shall not exceed the estimated wage rates and other costs set forth in the consultant's proposal. 2. In addition to the costs referred to in paragraph 1 of this article, the local agency shall pay the consultant a fixed fee of$ 38,370 . Said fixed fee shall not be altered, unless there is a significant alteration in the scope, complexity, or character of the work to be performed which is documented as an amendment. 3. The Consultant shall be reimbursed for actual travel expenses incurred in the performance of this work, including the use of private vehicles at the rate of $ 0.55 cents per mile, while traveling away from consultant's headquarters, which is hereby designated as 3247 Ramos Circle, Sacramento, California 95827 . In addition, consultant's personnel shall be reimbursed for per diem expenses at a rate not to exceed the currently authorized rates for state employees under State Department of Personnel Administration rules. 4. Total expenditures made under this agreement, including the fixed fee shall not exceed the sum of $ 857,000 . QUINCY ENGINEERING, INC. Project Name: City of Arroyo Grande- Bridge Street Bridge Replacement Project PHASE 1-Preliminary Engineering & Environmental Clearance Date. 5/16/2012 Direct Labor: $65,121.69 'Overhead(1.731)' $112,725 65 Project Escalation(n/a for first year) A. Subtotal $177,847.34 Subconsultant Costs: (1). McMillan: $23,000.00 (2). Fugro. $18,430.00 (3) WRECO. $15,800 00. (4). SWCA: ' "$170,000.00. (5). LWC' _$8,160.00 (6). DMD Arch - $20,000 00. (7) HLA Arch $6,660 00 (8) CCD: .$0.00: B. Subconsultant Subtotal' $262,050 00 Other Direct Costs: Plotter/Computer 0.0hrs $10.0 $0.00 Travel 5800 $0.550 per mi $3,190 00 Phone/Fax ` , $0:00 Delivery $300:00 Printing.Black Line $0.00 Boards $2,000'00 81/2 X 11 ' $300.00 11 X 17 $500.00, Misc (1):Travel and.niisc.' $3,000.00 (2). : .$0'00 (3). : . C. Direct Cost Subtotal' $9,290.00 A= $177,847.34 Fixed Fee'(10'0%): $17,784.73 B+C= $271,340.00 Fee(0.0%) $0.00 PHASE 1 TOTAL= $466,972.07 PHASE 1 NOT TO EXCEED= $467,000.00 NOTE: Labor costs to be invoiced based on actual hourly rate plus_overhead plus fee. Subconsultants and Other Direct Costs to be invoiced at actual costs. 5/16/2012 QUINCY ENGINEERING, INC. Project Name: City of Arroyo Grande - Bridge Street Bridge Replacement Project PHASE 2 -Final Design PS&E Date. 5/16/2012 Direct Labor: $71,109.04 Overhead(1 731) $123,089 75 Project Escalation(3%per year) 2 0 yr @3%= $11651.93 A. Subtotal. $205,850 72 Subconsultant Costs: (1). McMillan' . $000 (2). Fugro. $32,594.00 (3). WRECO, $0.00 (4)..SWCA: $53,100:00 (5).LWC' $2,460.00 (6) DMD Arch. .$5,000.00 (7) HLA Arch. $47,160,00, (8), CCD' • $16,430`00 B. Subconsultant Subtotal $156,744'00 Other Direct Costs: Plotter/Computer 0.0hrs $10.0 $0 00 Travel 4000 $0,550 per mi. $2,200 00 Phone/Fax $0100 Delivery $300.00 Printing. Black Line $0.00 Boards $1,000.00 81/2X11 -$200.00 11 X 17 $1,000 00. M isc. (1) Travel and misc.. $2,000'00 (2). : $0:00 (3) ; C. Direct Cost Subtotal $6,700'00 A= $205,850 72 Fixed Fee(10.6%). $20,585:07 B+C= $163,444.00 Fee(0.0%).' $0.00 PHASE 2 TOTAL= $389,879.79 PHASE 2 NOT TO EXCEED= $390,000.00 NOTE: Labor costs to be invoiced based on actual hourly rate plus overhead plus fee. Subconsultants and Other Direct Costs to be invoiced at actual costs. 5/16/2012 QUINCY ENGINEERING,INC. Pro act Name C ofArra o Grano)-Br.•oStrcotBM. Re.laccrncnt Pro.ot I TAWS w eya� x^;=,�Ya"y�.,P.gz"i� *�,%,"�.z,-t` ;y"°'>.:•.�.;'^x�n„�, �,s.`q���'° ">_y :. _,s.*�y��_ tr `v °�,a3W 6 0 .1 I 1 iiii N nil ^ o ���""' t�°, er� "�,!""• '1 G v^3 '�z«d°ys �e.rex�^ �m�®mm�ram��®� .r :. . ' •,•,� E i, - PHASE i-Project Kickoff,Preliminary Engineering Et Environmental Clearance Task 1:Project Management 11 I KO Meeting 10 10 300 5194730 1,2 Date Catcher 0 12 400 52,101121 1 3 Project Manegenen•(Total of 12 PDT Meetings In Phase 1) 72 40 1860 11132332 Task 2:ToPO9rePhlc Surve7 21 1Tapog p'ue Survey Stream Cross-&cataracts 8 .160 104161 smolt 00 Task •Prelkrdn E r neednr&Feas10lli Stu. ©_ �Evayluatron and Pc{1abItal,en At Saves of Eoslrr,•End. �=��'r���=�=�==- �=���.11/11.1 33 Bttage Advarted Plan n a Saliva 72 80 1320 3401320 34 Gconetne Approval 2 4 24 40 40 24 1340 33333 10 3 5 Type Selerdron Roped 7 8 16 50 18 4 -860 St 495 64 30 PeewbittyStudy 2 4 It 24 24 24 ,940 Mann Task 4:Hydraulics 4 1 Data Review 4 2 Field Reoonnansence 4 2 Hydrologi:Analysis i. 4 4 lh'MlaUticAnah^51S 4 3 Midge Location 1)ydrau■c 2ucy 4 6 2 4 16 0 577542 46 Scour Analysis 1 1 2 "^40 121411 4.7 Bridge Design Hydraulic Study Repot 2 4 6 4 160 Seal s5 Mews-to Task 5:GootechnIcal Draft Pret metre Fasrohtn tile no 2 4 4 100 034430 Draft Bridle Foundation lnvestgaton Report 2 4 4 .100 354433. Final Pre)mirery Fourdaken Memo 1 1 1 30 $17120 Final Bride FOdtd8ti0n lnvestoat on Report 1 1 1 . 30 SA72S 518 430 33 Task O.Utility Coordination i platy Coordination 2 4 74 6 74 .5 10 S1a14,14, Teak 7.Envlrorenot,l Clualance 1 71 CM4lraires Level N emakws Analysis 2 2 8 4 18 8 - 400 W.092 301 7 2 Technical Etudes 2 2 12 6 16 400 Wm 53 11312:030 7:: CEOAIHEPA•Drell Erre Doc and Pebhc Circulator 2 2 4 6 12 -200 51443321 Tack 8•Bridge Architecture,Visual Simulations R Stroatsoepa Enhancements 81 Research and Mee015 2 4 4 4 14 0 saas25 15 69010 82 Hand Sketches 2 4 2 2 10,0 0so1001 0'500010 A4 POMnSinadetrer of PraeM Altenatrves 2 4 2 ? '100 s)as Mt 3363003 T,031,9.Pubiil.Ou11eaci1 91 Seeping end Deteerrmaeonel Goals and Strategies 8 S ----- 6 -�� 240 4135924 mom 9 2 Interviews S•Eon 00 93 Carpreherstve srokehMder Database i 3•.142m 94 Meehng PrmnclloNAcvenlang - ( St.teom 92 Meeling Fadidatel i2PUblic Ireetn04) 12 12 12 12 12 0 .66.0 9t stn 1av1{{ 57169 00 96 b1erae'e'c9 t S+C20 W • Task 18:Project Report f 10.1 Prc ed Repot 2 2 16 4 20 4 46 0 Sams•e``0 10 Funding Documentation 2 4 4 4 4 - 100 $104112( PHASE'ONLY M '0335=®MELZ ' i IIIIININEL1 340 INLILIIIKELIIMECI 112111.1DIEVINIZERIE ENE i1111=1:1191112121 E EEM NEM IMMIZIIIIIIIMEMEMO 11/1111117ffil @ '9IZEIZ1 MI=INUEIETISI itilowk2 MI 7Illkinaka)77i;rlk4*J4&'111191esguati IIIIIIVXIZMIIIIMMMISII 01160012 QUINCY ENGINEERING,INC. P•otect flame Coy of Arroyo Grande-Bridge Street Badge Replacement Protect a "' >, ', ,-->4<>' " " ^ taro I a' 1;` ,p:, _ Id C: Irl tl --o c w ° a 0 ° 9 c , ^` r 3 ,1 - ,,¢_, y „,-,',4;$° ,,.:^ ., ayes w ° t, b b m — r:',8a�.. a"u` " rzi`,,,,gi,„«"° S : k q .� ,;',;*=r a p tit nw I, -c1 b .`u m ta e ,,°,4",' ,zp ' ^ ' g°",:v ,;,,A 5 514:.51: ,t,O off'?' " i 'a w g u ti I g ° ,1 !-•! 'fie gn^ a- `�< > :' ":,, "> ,- _ o a TASKS & r A ,1 a& A c7i . k -, " �„>c <"mow ,',,,,,..v..!,,,� 'x > mud 882 TO MP MK 4e to CO MO LJ RG RR JO TM 3_ ".=� � 6 ti «,#- '' zid° --.4 a 1 Hot.*Rao 430.97 559.11 66500 061 BS 14177 50417 03608 551.31 94840 14'17 52435 %937 510504 a ^7'. , „.7r, t s ,1" A'r al PHASE 2•Final Design 13 Emmet Manage rtent(8 PD"Meetings in obese 2, 120 40 48 12 . 2200 518.094.'2 6 0 U61SyCeordmotm 2 4 24 8 24 "624 $1514.14 73 CEOAFVEPAEnt4rormonte Clearance 2 2 4 8 12 280 $049322 537'11140 03 Biunenehon 3rd Listem1 $5400 Co 9 S Meeting Fanlita'ian I I nabs meeting) 12 8 6 8 8 4d 0 $237732 03„1600+ 1051311.Plans,SpecIllcatton,8 Estimate(P560) 11 1 Bridge Design 16 32 100 123 2680 01ole828 112 Approach ROadCGy Des on 16 36 34 40 40 1660 $7241.05` $1043000 11 3 Feu 3heels for Design Exceptions 8 24 `22.0 $1191.64 11A Conceptual Stolen Water Pollution Pmeent540 Ran 00 400 $257520 115 6096 Pt085(J0One80e0 070318, 8 16 24 32 800 S4,'5906 , 11.6 Independent Deegn Cheek 0 12 20 40 40 115.0 344132$ 117 SpereficoO4r5 4 74 6 6 4 18 640 0107066 11 8 Construction bus n06es&Estrnate 24 24 8 24 24 104 0 $0,425.6 119 QualityCmhd&Candr:(1 MIit,ROVIEw < 24 260 $1114,30 1'10 Sutreatrnl of 90o4(DrahI PG&E 4 16 8 8 a 24 6S0 0200725 1'11 Fine110C%P36E 4 4 4 8 8 8 260, $17604x 1'12 Resdenl Engineers(RE1 Pending=i e 2 4 18 2 16 ^-400 7248736 TaSK 12:Techt$ca!SOppott Tor PS6E 121 Desgn Level Geoteennlcol Deraces 2 2 4 2 >100 005498 552.02400 , 12 2 Design Level 809gn Archile000e and Streetvmpa 2 7 6 8 200 0101090 06717044 123 Preparation o1 Regur004y PenritApptcatcns 2 4 4 100 254230 51181YtSd PHASE 2 ONLY 1o0 Hours z ,.172.01 ;1240]' 3001 21001'4Y040T''2601 6204160 0 ^90 0 830.232.3! _24.0 '12 ai,leaeopgu,'t:zl<t,,q,< Y-,,,,cr'ai.;i F,A, dr'v ' ;',j'r,4:9£�a j•p ,4-,`{a $ 3pip '41 ToIat Cost" 3770x74 47s,5 47M 17410 9128773 4470, 47.40701'04.0.47 4 5'174' 46481 twerl,'1ll111t 671,'04$ $02.66443 $112010 60'.4008 80404 747243 019,40000 031 ours- > 1 24504) >4.. '. F k >t940"`3' Total Cost- 1111L 4rbrlrfl 00000080 $6102443 0220'004, °6t 0.9m co^ 000060" Me 4164040 >OPTIONAL 768113 r,,A' , < .,_ . , , - . > .� ., W� ._. ,_, 001004 A05451an Engineering Report - - Sewage Tuu Hours= > 04,1,00,r1'7,474v4"4"7",„ %IlSIS 4%Ono 'w 10417 b>7,7771,47,7,--,.7 `'g?7l I ?5ve 7:,^*'s^::e. Total Costm i ' ' ' >llrfifil NOTE:tabor costs t0 00 Wolcott based on actual hourly rate plus overhead plus tee, &Ibcdnsultard9 and Other Direct Costs lobe invoiced at actual costs 01"67012 EXHIBIT C INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy from CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $2,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage from CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state-approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subContractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000 per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designated to protect against acts, errors or omissions of the Consultant and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurer that are admitted carriers in the state California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all Consultants, and subContractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all Consultants and subContractors to do likewise. 3. All insurance coverage and limits provided by Consultant and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any Consultant or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates 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 certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subContractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Consultant agrees to ensure that subContractors, and any other party involved with the project who is 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 City for review. 11. Consultant agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any Consultant, subContractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self- insure its obligations to City. If Consultant's existing coverage includes a deductible or self- insured retention, the deductible or self-insured retention must be declared to the City. At the time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increase benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirements in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. 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. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific 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. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. 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. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 22. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under 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. EXHIBIT D CITY'S RFQ IS ON FILE AND AVAILABLE FOR PUBLIC REVIEW IN THE COMMUNITY DEVELOPMENT DEPARTMENT EXHIBIT D CITY'S RFQ IS ON FILE AND AVAILABLE FOR PUBLIC REVIEW IN THE COMMUNITY DEVELOPMENT DEPARTMENT Y EXHIBIT EQ' f � �i Bridge Street Bridge (49C-0196) over Arroyo Grande Creek Quincy Engineering Inc. (QEI) is providing the following recommended scope of work to the City of Arroyo Grande(City)for the Bridge Street Bridge project: PHASE 1 — PRELIMINARY ENGINEERING TASKS TASK 1 - Project Management Task 1.1—Kick-off Meeting A kick-off meeting will be held after the notice to proceed and will introduce the Project Team, establish communication channels, set the project schedule, clarify the Scope of Work and define the roles and responsibilities of the various Team members. Task 1.2—Data Collection QEI will perform a site review and a review of existing records,reports,as-builts and bridge inspection reports. This information will become the basis for determining the project alternatives. Task 1.3 - Project Management (Work to take place in both Phase 1 &Phase 2) QEI will be responsible for assembling a Project Development Team (PDT) for the project. QEI will lead PDT meetings, which will include distributing approved meeting agendas, arrange attendance of key Team members, and distributing meeting minutes along with a summary of action items. PDT meetings will include both in-person meetings and teleconference phone meetings. QEI will also develop and update a critical path schedule and send out progress reports monthly. [12 meetings in Phase 1 (6 in-person and 6 teleconference meetings) & 8 meetings in Phase 2(4 in-person and 4 teleconference meetings)] TASK 2 - Topographic Surveying and Right-of-Way Mapping McMillan Land Surveys (McMillan)will perform record research at the City and San Luis Obispo County to locate recorded control maps, right-of-way maps, records of survey, corner records, and other official maps of records. McMillan will perform the following: • Topographic and right-of-way surveys; • Six(6)creek cross-section surveys for hydraulics calculations; • Topographic mapping; • Right-of-way determination and mapping; • Preparation of legal descriptions and plats for easements or acquisitions on up to four(4)parcels. Right-of-way mapping for the project will establish design control and the right-of-way boundary survey. McMillan will set horizontal and vertical control points for project mapping in accordance with City horizontal and vertical control requirements. TASK 3 - Preliminary Engineering & Feasibility Study The purpose of the preliminary engineering phase is to better define the project,ensure funding constraints are being met,identify the required design criteria for preliminary and final design, and incorporate the project's constraints including any project permitting and/or environmental mitigation requirements, and preliminary consideration of needed design exceptions.Also,permanent and temporary right-of-way needs are identified during this task. These goals are accomplished by careful consideration of project goals and alternative analysis. Task 3.1—Basis of Design QEI will develop a Basis of Design document that will summarize previously prepared project information, key project development standards, traffic count data, an evaluation of bridge rehabilitation/widening or replacement options and staging recommendations. This document will also serve to establish both design and evaluation criteria. QEI will coordinate with the City/Wallace Group to define design criteria that will be used during comparison of the developed bridge rehabilitation/replacement alternatives. Task 3.2—Evaluation and Rehabilitation Alternative Studies of Existing Bridge QEI will evaluate the existing bridge to assess the full extent of the required rehabilitation measures to meet the parameters established in the Basis of Design. This process will include reviewing the previous efforts of the City and it's consultants, processing information gathered during the site review, and performing minor analysis and calculations. The goal of this process is too develop the required rehabilitation strategies so they can be accurately _<�v#z_a n�.,,d`�i,..r r>F;���'✓:.,���%�z x-"„�<,w;'0 w,..".`.'`'y.�i Z%7 ;r e7Fi 4,°=.°:l s a`•e-C,s i�".�r'` �w - . i A”- Brid e`Stret Brd9et °of Arroyo.Grande�I• urcY-Eri iTneeriri".,A nc.. Page l YL-2'p��r ,`w 7-c" r - - • .,, f compared to replacement alternatives, including total project costs, impacts and project performance measures. Performance measures will be recommended and presented to the City for comment and approval. Task 3.3 —Bridge Advanced Planning Studies (APS) QEI will coordinate with the City/Wallace Group to complete a bridge evaluation and investigate separate alternatives as listed below: • Rehabilitate the existing bridge; • Replacement Bridge with a reduced traveled way width configuration(preserving the existing bridge width) • Replacement Bridge with a full width traveled way width configuration(providing for standard width lanes, shoulders/bicycle lanes and separated pedestrian walk) The existing bridge deficiencies will be noted, along with'recommendations for rehabilitation and estimated costs. The results of the evaluation of the existing bridge, along with an advanced planning study (APS) for each alternative for bridge replacement and the recommended project direction, will be summarized in a Draft Strategy Report. QEI will submit the report to the City for review. Upon receiving comments back from the City, QEI will schedule and present the report to Caltrans at a Strategy meeting. Upon receiving comments from Caltrans,QEI will prepare a Final Strategy Report. For the purpose of this Scope, it is assumed that Caltrans will agree that the Strategy will be to construct a new bridge and that the existing bridge will be removed. Once Caltrans approves the Strategy,full alignment and bridge alternative studies will be performed. Task 3.4—Geometric Approval Preliminary alignment studies for up to three alternatives will be developed. The studies will investigate the advantages and disadvantages for each alternative. In terms of roadway elements,design speed and safety through the project limits along with time of construction will be considered. Discussions shall include design,right-of-way, environmental, economic, and safety issues. Preliminary Plan and Profile (Geometric Approval) drawings will be prepared for each alignment alternative. Other issues affecting the final design such as right-of-way impacts, construction staging and access,utility relocation,and drainage will also be addressed. Task 3.5—Type Selection Report QEI will prepare a Type Selection Report. The Type Selection Report will contain a General Plan, and a General Plan Estimate for each alternative, along with a memorandum addressing geotechnical, hydraulic, aesthetic, environmental and cost (including a life cycle cost analysis) issues. The two bridge replacement concepts that currently appear most likely to be the preferred replacement alternative are as follows: • Cast-In-Place (CIP), Post-Tensioned, Concrete Box Girder with Historical Elements: This bridge replacement alternative would incorporate important architectural features of the existing historic truss into a modern structural design. • Steel Pony Truss Bridge matching Historical Features: This bridge replacement alternative would incorporate important architectural aspects of the existing historic truss into a new steel truss bridge. A structures type recommendation will be included in the Type Selection Report as part of a final conclusion to the alternatives analysis. Task 3.6— Feasibility Study Upon the City's direction,QEI will begin preparing 30%project plans. The plans will be completed to a 30%level of design, which will include horizontal and vertical alignments, typical cross-sections and safety elements (e.g. approach railing) required at the bridge. Limits of cut/fill slopes shall also be shown to determine the maximum area of disturbance to develop preliminary right-of-way needs and the environmental study limits. Alternative aesthetic treatments and concepts to incorporate the historic elements of the existing bridge will be also considered. QEI shall prepare a construction cost estimate and will include appropriate contingency factors for this level of design. TASK 4 - Hydraulics Task 4.1—Data Review WRECO will review available data, induding previous studies, provided by the City and the Project Team. Key information to review will be the available hydrologic and hydraulic data for Arroyo Grande Creek. em ,,., - " —7;'_ ,,;.04';•,x.',,,,\' ° 4 ,,' Bridge.5treet`Brid e Cit�tofArroyo'6'rrandeR'°Quinc y En ineerin ,4Inc. Page 2 -; na ` 4,- ,,, .,, * 9 I City . ,, g,,.k ate„ ,,,, Y, g , 9„ , g < . �� ��..a_..w.��,a.Z.rs... or���..-,_..,o�,�r.-,F.. ..,.,ax....<.. ..-.�.�x.,.G.....,wu.�.�.� . �� _z,..,.,....�. �.w...a�.;��-, .z ..., _.,..,,.,�.� .,�s,�., '. _�" --- _ .........___.._._.._»_. �_ _.rx Bye Scope of f Work ). Task 4.2— Field Reconnaissance WRECO will conduct a field reconnaissance to assess the existing conditions in the vicinity of the Project site. The field reconnaissance will be conducted on the same day as the kickoff meeting. Task 4.3—Hydrologic Analysis WRECO's preliminary research of the Federal Emergency Management Agency's (FEMA) Flood Insurance Study (FIS) indicated that there was a detailed study available. Besides available FEMA data, WRECO will perform a hydrologic analysis using the USGS stream gage data. Task 4.4— Hydraulic Analyses WRECO will perform hydraulic analyses to determine the design flow characteristics for the existing and proposed conditions. The hydraulic model of choice will be the U.S. Army Corps of Engineers' HEC-RAS model. WRECO will coordinate with the City and the Project Team to obtain the FEMA hydraulic model used for the current Flood Insurance Rate Map. The FEMA model will be used as the base model for our study, supplemented with new channel survey data. WRECO will coordinate with the Project Team to obtain the surveyed creek cross-sections for building the hydraulic model. Task 4.5 —Bridge Location Hydraulic Study WRECO will perform a Bridge Location Hydraulic Study and conduct a floodplain risk assessment for the proposed Project. WRECO will prepare a Bridge Location Hydraulic Study Memo,which will include the standard Summary of Floodplain Encroachment Form. WRECO will coordinate with SWCA to incorporate the biologists' determination of impacts to Natural and Beneficial Floodplain Values as part of finalizing these studies. Task 4.6—Scour Analysis WRECO will perform a bridge scour analysis to determine the scour potential for the proposed Project per the methodology specified in the Federal Highway Administration's HEC-18 and HEC-23 manuals. WRECO will make recommendations on the need for scour countermeasures. Task 4.7—Bridge Design Hydraulic Study Report WRECO will prepare a Bridge Design Hydraulic Study Report to summarize the results from the hydraulic and bridge scour analyses and recommendation for bridge scour countermeasures. The report will indude all the detailed hydraulic model output. TASK 5 - Geotechnical Investigations at Foundation Report Preliminary Geotechnical Services During this phase of work, Fugro will prepare a Preliminary Foundation Report for the project. The report will be prepared in letter format based on review of the existing geotechnical data,plans, published information available for the site, and site observations. The purpose of the report will be to provide a preliminary discussion of the site geology, potential geologic hazards that could impact the site, preliminary seismic data, and a discussion of geotechnical considerations that could impact selecting an alternative for the bridge design and its foundations.The report will provide input to the preparation of the Project Report and preliminary cost estimates, assist in selecting I an alternative for design, and as input to the preparation of the Environmental Document. The tasks that Fugro will provide are described below: • Fugro will initiate the project by consulting with the design team, reviewing the alternatives that will be evaluated for the project, and reviewing our approach to providing geotechnical services. Fugro will request that any updated maps,plans,or pertinent information available for the site be provided to us. • Fugro will visit the site to observe the existing conditions. The types of information that Fugro expects to observe are the surficial geology of the site;evidence of scour,instability and erosion of stream banks;and the general condition and evidence of settlement or foundation support issues with the existing bridge. • Fugro will also review selected published geologic maps and reports relative to characterizing the geology and subsurface conditions in the site vicinity, and previous geotechnical information for the existing facility provided by the City. This task will indude reviewing a previous geotechnical study prepared for the bridge site. Based on data review and a site visit, Fugro will prepare a Preliminary Foundation Report letter for the project.A draft of the letter will be submitted in Adobe portable document file(pdf)format for review by the County and design team. The report will be prepared in letter format, and provide our preliminary opinions and recommendations regarding: • Geologic setting and fault conditions; ,Bri dge'Street Bridge l;city ofArrroyo Grande I Quincy Engineering;Inc, Page 3 ......,,,....x,6',w�w".-M"„<... Kew,«_,,.:"!„i.:z.+:w"w <..e....,.. x1,L1„ .a..w,.°. • Scope of Work • Soil and groundwater conditions based on review of existing geotechnical data for the project vicinity from Fugro's in-house files; • Potential for geologic hazards to impact the project(such as liquefaction and seismic settlement, landslides,fault rupture,ground shaking,subsidence,inundation and flooding); • Preliminary seismic design criteria for the site; • Likely cut and fill slope inclinations; • Discussion of foundation alternatives for the bridge,such as spread footings,cast-in-drilled hole piles, driven concrete or steel piles,cast-in-steel shell(CISS)piles,and advantages or preferences of which foundation types appear suitable for design; • Likely foundation support for the new bridge considering the site geology and review of existing data,and types of foundations that should be evaluated for design; • Scour and erosion considerations; • Potential for naturally occurring asbestos(NOA)or radon gasses to impact the site in accordance with San Luis Obispo County Air Pollution Control District requirements; • Construction considerations for dewatering,temporary slopes and shoring,adjacent structures,and potential geotechnical impacts to traffic staging;and • Geotechnical considerations and preferred alternative(s)for the new bridge alignment. • Upon receipt of written comments, Fugro will address the comments and incorporate them into a final letter for the Preliminary Foundation Report. TASK 6 - Utility Coordination (Work to take place in both Phase 1 & Phase 2) QEI will perform early coordination with all utility owners to identify utility conflicts and coordinate relocations prior to or concurrent with construction. Utility poles with overhead electric lines may be in conflict with the proposed improvements. QEI will perform the following efforts: • Obtain utility facility maps and identify conflicts with existing utilities. • Perform field review with USA markings. • Use Caltrans'utility letters to coordinate any required relocations. • Develop Caltrans Reports of Investigations and Notice to Owner. • Hold meeting with all affected utilities,to discuss project details,utility conflicts and construction schedule. A total of two(2)meetings are assumed. • Meet with City staff to confirm relocation work,costs,and cost sharing per franchise agreements. • Continue coordination with utilities during design,especially for any design changes. • Hold follow-up meeting at least 6 weeks prior to advertising to verify relocation design and construction schedule and coordinate relocation schedules for timely completion. It is assumed that the utility owners will provide the design, construction costs,and construction of relocations and that potholing will not be required and considered optional if needed. Relocations cannot commence until any necessary right-of-way has been cleared for construction and environmental clearance obtained for the relocations. TASK 7 - Environmental Clearance (Work to take place in both Phase 1 &Phase 2) Task 7.1 Constraints Level Alternatives Analysis (Phase 1) SWCA's proposed scope of work is designed to address the potential environmental constraints of the proposed actions in accordance with the California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA). The purpose of conducting this level of analysis is to identify potential environmental constraints associated with the proposed project, and to determine an environmentally sound alternative that works for the community of Arroyo Grande. It is dearly understood by SWCA that the constraints analysis is not a CEQA or NEPA document;however,the analysis will be incorporated into the project's subsequent environmental documents and the objective is to make that process as seamless as possible. The constraints analysis will address issue areas found within the City's CEQA Initial Study Checklist,and in accordance with CEQA Guidelines Appendix G. With respects to historical resources, JRP will provide its expertise about the historic bridge, Section 106 / CEQA compliance processes as they relate to the historic bridge (and other historic properties), and issues related to the character of the existing bridge architecture and aesthetics of a replacement structure, including providing recommendations regarding elements of the historic bridge that could be represented or reused in the new bridge. a , 3-3,33.37M33,3' 363 Bridge-Street°Bde, City of Arro o Grande umc En ineerin Inc. Page-4 x..,, • . Scope of Work SWCA and its subconsultants are available to attend teleconferences and review project plans and/or project description text prepared by others. The SWCA team is also available to attend up to three public meetings for this project. Task 7.2 - Technical Studies (Phase 1) SWCA understands that the FHWA will likely be the lead federal agency for project approval, and Caltrans will administer the federal review process on behalf of FHWA. SWCA has provided a brief description of the scope of work for the various technical studies anticipated to be required, based on experience with similar bridge construction projects and information provided in the 2011 Preliminary Environmental Scoping Checklist(PES)that has been provided by the City. Section 4(f) Evaluation Section 4(f) of the U.S. Department of Transportation Act of 1966 requires consideration of park and recreational lands, wildlife and waterfowl refuges, and historic sites in transportation project development. Based on a preliminary assessment,potential Section 4(f) resources in the project area indude the historic Bridge Street Bridge, the Arroyo Grande/Kiwanis Park, and a designated Bike Route on Bridge Street. In addition, the Bridge Street Bridge may be a contributing element to a potential Arroyo Grande Downtown Historic District. SWCA will evaluate all potential Section 4(f) resources in the project area and determine whether the project would involve a use of the Section 4(f) resources. SWCA will consider all prudent and feasible alternatives to the use of each Section 4(f) resource. If avoidance alternatives are determined not to be feasible or prudent, then reasonable measures to minimize harm to the Section 4(f)resource will be identified and incorporated into the project to ensure that the selected alternative would have the least harm. Based on the proposed project alternative,the level of Section 4(f) Evaluation may fall under the Programmatic 4(f) for Historic Bridges. However, this decision may be dependent upon the selected alternative and consideration of other potential Section 4(f) resources in the project area. Based on the previous alternatives analysis conducted by the City,it seems reasonable to assume that either rehabilitation or replacement alternatives would have an adverse effect on the Bridge Street Bridge. If the bridge is determined to be a contributing element to a historic district,or if the project will use portions of the park or bike route,additional Section 4(f)evaluation would be necessary. Should the proposed project result in a Categorical Exclusion(CE)under NEPA, SWCA would prepare the Section 4(f) Evaluation as a separate document. The Section 4(f) Evaluation would be reviewed and approved by Caltrans and the City. SWCA's estimated budget has been prepared assuming an individual Section 4(f) report. If determined that preparation of a Programmatic 4(f) would apply,the lower effort to prepare the Programmatic 4(f) would result in some cost savings for this task. Section 106 Compliance Following the preparation of a constraints analysis, SWCA and JRP will undertake the tasks for Section 106 and CEQA compliance. In order to comply with Section 106,the following tasks are proposed: Area of Potential Effects Mapping SWCA and JRP will prepare an Area of Potential Effects map (APE)for archaeological and historical resources. This APE will be developed with the assistance of Quincy and the City. The map will depict existing and proposed right-of-way,the locations of any cultural resources identified in the APE, as well as Assessor's Parcel Numbers (APNs; or keyed lists)with dearly delineated property boundary lines, and footprints of existing and proposed improvements for at least 200 feet beyond proposed project activities. SWCA and JRP will coordinate directly with Caltrans to get initial approval of the APE before conducting technical studies. The APE map will also be used as a basis to determine the Biological Study Area (BSA) during preparation of the required biological reports for the project. Finding of Effect (FOE) The Bridge Street Bridge over Arroyo Grande Creek(49C0196)was determined eligible for listing in the National Register of Historic Places as a result of the Caltrans Historic Bridge Inventory conducted in the 1980s, which was confirmed in the Caltrans Historic Bridge Inventory project conducted in early 2000s. JRP carried out a large component of the Caltrans Historic Bridge Inventory Update and surveyed the Bridge Street Bridge as part of that statewide study. The Caltrans Historic Bridge Inventory conduded the Bridge Street Bridge was eligible for listing in the National Register of Historic Places under Criterion C as it embodied the distinctive characteristics of type,period,and method of construction. Built in 1908,the structure is a minor example of the American Bridge Company, a significant bridge building firm. The bridge is an early example of a steel pin- connected pony truss. Once a very common bridge type,this example of the pony truss design is significant as it >,xf ... °�J�r = :„ , •x = = z Brid e,Street Bridge City of Arroyo;Grande I ufnc En ineerin ,, ' < x .- 9 9 l:< Y I Q Y 9 9zInc. s PagesS ....,oz„✓, , a.:.>�:�:�>.w...., .�,�.o.>,u,>y,.x,.>,�.�,,,"�,�°.».=wi-..4>.�w>.,.,.��>.�>w.»,�K>.,,>.,,f ,,,..,,w .. ,, ,.:r ",. .wr..,<'�:...,..<,�n.,:>�.„ °,L�..,,�_.�,:� ->.>.:;�,.`,w>r��_ 9A^8•4 C Scope of Work , • is a basic early form that retains a high degree of integrity. The Bridge Street Bridge's significance and rarity are likely to be important factors in addressing effects,project alternatives,and mitigation measures. JRP will prepare a Finding of Effect (FOE) to assess the project effects on the historic bridge and other historic properties, if any are identified in the APE. The FOE will analyze and address the preferred project and may need to address alternatives that may have been considered,but rejected. Demolition and replacement of the bridge would be an adverse effect to the historic structure. Other alternatives that indude partial demolition or disassembly of the historic structure may also cause an adverse effect, such as options Fl and F2 described in the Preliminary Engineering Study prepared in 2005. JRP will prepare the FOE following receipt of visual simulations,as well as other relevant technical findings. Memorandum of Agreement (MOA) Our Team anticipates the need for a Memorandum of Agreement (MOA) to identify mitigation measures to reduce that effect and to complete the Section 106 process. JRP will draft the MOA based on other MOAs prepared for and signed by Caltrans and the State Historic Preservation Officer for recent historic bridge replacement projects. JRP will assist with preparation of a draft MOA. The City will be a consulting party in the MOA. As appropriate, the MOA will incorporate suggestions and requests from interested parties collected during the Section 106 process. The MOA signatories will finalize the document prior to signing it. If the FOE condudes that the project will not have an adverse effect, the MOA scope task and effort can be removed and result in a project savings. Historic Resources Evaluation Report (HRER) JRP will prepare a HRER according to Caltrans' current guidance as specified in the SER. The HRER will be prepared following the completion of the draft APE, coordination with local historical groups, and the built environment survey and archival research. Archaeological Survey Report (ASR) A records search will be conducted at the Central Coast Information Center (CCIC), University of California, Santa Barbara for land within a 0.25-mile radius of the project APE for any recent site or survey data. Following receipt of the records search results, SWCA will complete a field survey of the APE. If archaeological deposits are encountered, a preliminary assessment of site boundaries will be made through surface inspection, a site map will be prepared, and the site will be recorded on a standard archaeological site record (California Department of Parks and Recreation(DPR)form 523). Existing pertinent information will be used to the extent feasible in order to present findings from the study. If the survey results in negative findings, a short negative ASR report will be prepared. If archaeological sites are identified, a positive ASR will be prepared and will indude results of background research, project context, descriptions of field work,appropriate maps and photos,and site records(DPR 523). The report will document contact with the Native American Heritage Commission (NAHC) and local Native American individuals/groups. A cover letter will detail management recommendations. Historic Property Survey Report (HPSR) Upon completion of the ASR and HRER, SWCA will prepare a short-format Caltrans HPSR according to Caltrans current guidance as specified in the SER. The HPSR is the overarching document that summarizes the results of the cultural resources investigation; it will indude a project description, a description of the APE, details of coordination with Native American groups/individuals as well as and local government and historic groups, a summary of identification efforts, information regarding any properties identified within the APE, a list of attached documentation,and the findings of the study. Biological Resources and Wetlands Studies Bridge Street provides access over Arroyo Grande Creek, which is known to contain sensitive biological resources such as steelhead and California red-legged frog. Biological studies will be required to analyze the project's impacts on biological resources and wetlands/other waters. SWCA biologists will conduct the required background research, field surveys,and documentation to satisfy the needs of CEQA/NEPA review. Natural Environmental Study The Natural Environment Study(NES)consists of an environmental analysis of the sensitive biological resources with potential to occur within the project impact area. A literature review will need to be conducted for the NES revision, including, but not necessarily limited to, a literature search of the California Natural Diversity Data Base(CNDDB),the California Native Plant Society(CNPS)Online Inventory,and previous documents prepared for the proposed project.This information is required to comply with agency protocols. 0^,X Bri dge Street-Bridge 1,,City of-Arroyo,Grande[Quincy-En inneerin R4n c: Pagkn& a .a ScOpe of WorK Following the records search, field surveys will be conducted to provide baseline information on vegetation communities, habitat types, and plant and wildlife species in the study area. Resources identified during field surveys will be mapped with Global Positioning System(GPS)/Geographic Information System(GIS)and will be overlain on plans and/or aerials provided by Quincy Engineering,the City,and/or Caltrans. In order to complete with agency protocol for botanical resources, SWCA will conduct three floristic botanical surveys in March, May, and July to accommodate the full range of blooming periods (i.e., the identification periods) for the numerous special-status plant species with potential to occur within the study area. Botanical surveys will follow the applicable guidelines from the USFWS publication General Rare Plant Survey Guidelines and the CDFG publication Guidelines for Assessing the Affects of Proposed Projects on Rare, Threatened, and Endangered Plants and Natural Communities. Reconnaissance wildlife surveys will be conducted concurrently with the botanical surveys to add to the previous botanical and wildlife inventory. Topics of discussion in the NES will include a description of each project alternative currently under consideration; regulatory overview; study methods; documentation of existing conditions; special-status plant and animal species, sensitive habitats, and jurisdictional wetlands/other waters with potential for occurrence; evaluation of permanent,temporary,direct,indirect,and cumulative impacts;and recommended avoidance and minimization measures. Several topic-specific reports will be induded as appendices of the NES (see below). The NES will compile information from these individual studies and will be prepared using the most current Caltrans template. Biological Assessment A Biological Assessment (BA) is required for formal or informal consultation with the USFWS and/or NOAA Fisheries. The BA will be restricted to a discussion of federally listed species with potential for occurrence within or adjacent to the project area and will be prepared pursuant to the most recent Caltrans template. Federally listed species anticipated to be considered indude south-central California coast steelhead (Oncorhynchus mykiss) (Federal Threatened), California red-legged frog (Rana draytonii) (Federal Threatened), western yellow-billed cuckoo (Coccyzus americanus) (Federal Candidate), and least Bell's vireo (Vireo bellii pusillus) (Federal Endangered)'. It is assumed that protocol California red-legged frog surveys will not need to be conducted considering that evidence of CRLF within Arroyo Grande Creek exists. It is also assumed that no least Bell's vireo specialist will be required for SWCA's habitat assessment for this species, as the study area supports fringes of extremely marginal habitat for this species and it is not expected to occur in or near the study area. Because the effects determination for a BA cannot be completed until a final project design (the preferred alternative)has been adopted, any contact with USFWS and NOAA Fisheries shall be restricted to information gathering purposes regarding federal listed species in question, during preparation of the Draft BA. Once the Final BA is submitted to Caltrans, all contact/coordination with USFWS and NOAA Fisheries shall be directly through Caltrans. Jurisdictional Waters Determination Wetlands and/or other jurisdictional waters regulated by the USACE, RWQCB, and CDFG occur within the study area due to presence of Arroyo Grande Creek. Impacts to these resources will require permits from and/or consultation with these agencies. Permit applications will eventually require accurate calculations of permanent and temporary impacts to jurisdictional areas that are based on the final project designs. SWCA will prepare a formal wetland delineation of the project site. The soil, vegetative, and hydrological characteristics of all identified wetland areas will be examined and categorized according to the USACE 1987 Wetland Delineation Manual and the Final Regional Supplement to the USACE Wetland Delineation Manual: Arid West Region (2008). Identified jurisdictional boundaries and biological habitats will be mapped with Trimble®GPS, capable of determining positional accuracy to±0.5 meter and the resulting acreages quantified using ArcGIS or AutoCAD. The jurisdictional waters determination will be conducted to satisfy USACE three- parameter wetland requirements,RWQCB state wetlands/waters,and delineation of CDFG jurisdictional limits. SWCA will incorporate the latest AutoCAD topographic and project plans as a base map for the report. The jurisdictional wetlands/other waters maps will be overlaid on these plans and may be used for planning and permitting purposes. The Jurisdictional Waters Determination will be included with the NES as an appendix, but will also function as a "stand-alone" document suitable for submittal to regulatory agencies during the permit application process. Bridge:Street'Bridge,l City of,>Arroyo`GrandeI QuineyEngineering,Inc Page;7d>h ..rc✓..a_<_..�,._,�..�,.>..............a 3.€._...,„-...�.._..<...-,u_w,.�.,^....i^,.�..,-......-,..c,^. �..,.- ., ~ "�' ". urea+e•� ,,,__,___-..�,.��.,w_-«^� -. ... ,..., �._ ,,.__ ............... • Scope of Visual Impact Assessment SWCA proposes to complete a Visual Impacts Assessment Guide checklist in order to determine the level of documentation that will be required to assess visual impacts. SWCA anticipates that a Visual Impact Assessment (VIA) will be required.fo'r a build alternative considering the sensitivity of the historic structure. The VIA will provide a visual analysis and photo simulations to address aesthetic impacts of the new alternative which meet CEQA,NEPA, and Caltrans requirements and format. Key Viewing Areas(KVAs)will be identified in the existing VIA. SWCA will analyze: photographic documentation of existing conditions,preparation of photo simulations of the new alternative structure's visibility,preparation of a VIA. SWCA will utilize three-dimensional (3D) model provided by Quincy Engineering in Google SketchUpTM for the simulations. SWCA will then use Google EarthTM for the placement of the proposed facilities in a 3D environment, and Adobe Photoshop® to bring these together to create and edit the final image. The visual analysis will be prepared using Caltrans accepted methodology and will follow the format of the existing VIA format. Noise Study The Bridge Street bridge is not considered a Type 1 project by the FHWA and would not require a detailed noise analysis. The project site does not contain sensitive noise receptors such as residential development, schools, hospitals,etc.,located in close proximity to the new bridges that would benefit from a lower long-term noise level. Existing residences in the immediate area would be subject to a short-term increase in noise associated with construction of the proposed project. Potential noise and vibration impacts may occur depending on if piles are used in the bridge foundation type. Demolition of the existing bridge may cause both noise and vibration at the beach park.Roadways in the area currently generate transportation-related noise.Project generated truck traffic noise may be of concern for surrounding residential developments as equipment and materials shipments including worker trips are made to the project site. Predicted construction noise levels will be compared to City thresholds to identify potential impacts, and develop feasible noise reduction mitigation measures. The Noise section of the CEQA environmental document will include: • A preliminary noise review as the project relates to the City's Noise Element and Ordinance; • Background noise research; • Identification of sensitive land uses within dose proximity of the site; • Calculation of noise levels surrounding sensitive receptors(if any); • Development of mitigation measures to address potential construction-related noise levels. SWCA will prepare a memo to summarize the noise evaluations. Hazardous Materials/Initial Site Assessment During this phase of work, Fugro will prepare an Environmental Site Assessment (Phase 1 type assessment for the bridge site). Fugro will conduct a Phase 1,Environmental Site Assessment(ESA) of the site in general conformance with American Society of Testing and Materials Designation: E 1527-05, a current standard for performing ESAs as well as a Limited Hazardous Materials Survey of the bridge structure. The assessment will include the following basic tasks: • Site Reconnaissance • Site History and Regulatory Review • Building(bridge)Material Survey • Report Preparation Details of these tasks are summarized below. Our scope of services does not include obtaining a title search for the property,archeological or biological surveys or reports,nor does it include any soil or groundwater sampling.These services can be provided at an additional cost if requested. Fugro will conduct a reconnaissance of the site to visually check for: • Underground tanks,wells,or other site conditions that may represent environmental risks; • Storage and use of hazardous materials;and • Indications of surface contamination. A windshield survey of surrounding properties will be conducted to identify businesses and observe land uses adjacent to the site area and check for indications of potential sources of environmental problems or issues on nearby properties.Our observations of surrounding properties will be made from city streets. Fugro will research the site history and performed a regulatory review of current and past use of the property. The research will include,but not necessarily be limited to: • Reviewing historical aerial photographs and maps; .Brill e•,Street;Brid a Cit ofAr o o°Grande uinc En in`eer`in ; Pa es. ,•�. 9.� 9 I: Y<< r Y, ) Q, ,�, 9 .9 Inc: � ;ter,. : . • 'ttk"' '. Scope o Work \ «kt • Reviewing local, state, and federal regulatory agency databases of sites with environmental concerns in the area; • Interviewing current and/or previous owners, neighbors, employees, or other pertinent individuals as available;and • Contacting other pertinent offices, departments, and information sources which become apparent from the research. Based upon the regulatory agency databases reviewed,and the proximity and location of listed properties relative to the site,Fugro will assess the potential for documented hazardous materials releases at nearby properties to impact the site. If necessary and/or appropriate,we will perform a limited review of regulatory agency case files to obtain additional information. Fugro will subcontract with SCA Environmental to provide a limited hazardous material survey of the bridge structure for lead-based paint (LBP) and Asbestos-Containing Material (ACM). This survey will be completed by a Certified Site Surveillance Technician (CSST) under the direct supervision of a Certified Asbestos Consultant/ Certified Industrial Hygienist. As deemed appropriate, the CSST will collect bulk samples from bridge materials as well as surface soil samples and pavement paints for lead and asbestos analyses. SCA will prepare a brief report describing the work completed, results of analyses, and quantity estimates. These results will be incorporated into Fugro's Phase I ESA report. Fugro will prepare a written report that will describe the scope of work completed,the results of the assessment,and our conclusions and recommendations. The report will indude a site plan, as well as lists of agencies contacted, aerial photographs reviewed, regulatory agency databases consulted, and other pertinent research documents. On the basis of the results of our assessment and results of analyses,the report will provide conclusions regarding: • History and current use of the property and whether there is significant potential for hazardous materials impacts onsite; • Potential impacts to the property from offsite sources; • Potential impacts from LBP and ACM;and • Recommendations regarding the need for and scope of additional of investigation. Upon receipt of written comments,Fugro will address the comments and incorporate them into a final report. Water Quality Assessment Memo SWCA will evaluate potential water quality impacts of proposed construction of the project using information provided within the project plans, and hydrologic studies that are completed by Quincy Engineering or their subconsultants. The water quality assessment memo will provide a discussion of the proposed project,the physical setting of the project area, and the regulatory framework with respect to water quality. The report will provide data on surface water and groundwater resources within the project area and their water quality health, describe water quality impairments and beneficial uses, identify potential water quality impacts/benefits associated with the proposed project,and recommends avoidance and or minimization measures to reduce potentially adverse impacts. Optional Tasks Historic American Engineering Record (HAER) This scope also includes an optional task to prepare documentation of the bridge to the standards of the Historic American Engineering Record(HAER).This task is included because such documentation would likely be stipulated in a MOA as a measure to mitigate adverse effects to historic properties. Details on the content of the HAER report will be subject to MOA negotiations. The MOA will,for example, specify the number of photographic views to be included and the number of archive quality reports that will be produced. While the City, Caltrans, and State Historic Preservation Office (SHPO) will all review and approve the HAER report, it is anticipated that the report will not be subject to review by the National Park Service and it will not be sent to the Library of Congress. The estimated budget for this task assumes the report will include up to twelve views of the bridge taken in large format photography and that four archive copies of the report will be produced,including one set of archival negatives. Task 7.3 - CEQA/NEPA Environmental Clearance (Work to take place in both Phase 1 & Phase 2) Notice of Preparation SWCA will provide assistance to City staff to prepare and distribute notification lists for a Notice of Preparation (NOP)required by CEQA. SWCA will prepare the NOP and be responsible for assisting the City in mailing notices. If desired by the City,SWCA can be identified as the primary contact for the NOP. Fc - <,,< "Vi'5 2, xr..1= Bridge Street Bridge;1 City of.Arroya,Grande d Q6incy Engirneering,Inc. <t 'Page 9 .....wa`✓r ._..ao,.o.�.`�;_.-- - ....�:....-,zrf:,,.. <'.�,�:a�z;.x........ .. ......,_.,,..a.,.,'v�ir..re•: ...�.z,�d..u-,..,:,„.;.��=E<,....�..-.-...,, ,.,,., ;.'....,�.�"c :�i �z.o= -;' it Scope of Work CEQA/NEPA Environmental Clearance Documents The Environmental Project Team coordinated by SWCA will perform all work necessary to complete the environmental process under CEQA and NEPA to obtain the required environmental approvals, including the preparation of notices. All environmental work will be coordinated with Quincy Engineering and the City. It is understood that the project will likely be covered under a NEPA Categorical Exclusion (CE), which would be prepared by Caltrans as the NEPA lead agency under delegation from FHWA. Based on the previous alternatives analysis conducted by the City, there is the potential that implementation of either rehabilitation or replacement alternatives would result in significant, adverse, and unavoidable impacts. The determination to prepare an Environmental Impact Report (EIR) is a decision that the City (as the lead CEQA agency) will make based on the results of the technical and environmental studies and completion of the Initial Study. Should significant adverse effects be identified during preparation of any of the environmental studies, Quincy Engineering and SWCA will consult with the City and Caltrans. If the impacts resulting from the proposed project cannot be mitigated to a less-than-significant level, or if there is significant controversy on environmental grounds,it is likely that an EIR would be the appropriate level of review. Based on the assumption that the City will likely determine that the project requires EIR-level of review, SWCA proposes to prepare a Focused EIR. While the EIR will assess all resources required by CEQA,focused analysis will be conducted for the following: Aesthetics, Agricultural Resources, Air Quality, Biological Resources, Cultural Resources, Geology and Soils, Greenhouse Gas Emissions and Climate Change, Hazards/Hazardous Materials, Noise, Recreation, Transportation/Traffic, Water, and Land Use. Potential Population/Housing, Public Services/Utilities,Energy,and Wastewater impacts will likely be less than significant. The EIR would look at a range of build alternatives and a no-build alternative. SWCA assumes no more than three(3)alternatives. The scope of work assumes that the City will distribute the NOP and EIR to the public, agencies, and State Clearinghouse. SWCA will provide the following deliverables to the City as part of the Phase 1 scope of work: • Initial Study(electronic copy) • Project Description(electronic copy) • Notice of Preparation(electronic copy) • Administrative Draft EIR(10 hard copies,2 CDs with.doc and.pdf versions) • Draft EIR(30 hard copies,30 CDS with.pdf versions,2 CDS with both.doc and.pdf versions) SWCA will provide the following deliverables to the City as part of the Phase 2 scope of work: • Notice of Completion(electronic copy) • Notice of Availability(electronic copy) • Administrative Final EIR and Response to Comments(10 hard copies,2 CDs with.doc and.pdf versions) • Final EIR and Response to Comments (30 hard copies, 30 CDs with .pdf versions, 2 CDs with both .doc and .pdf versions) TASK 8 - Bridge Architecture, Visual Simulations & Streetscape Enhancements MacDonald Architects will perform the following tasks to develop the bridge architectural feature concepts: Task 8.1—Research and Meeting (Phase 1) • Obtain all of the latest data from engineers regarding all dimensions of the bridge and geometry of adjacent roadways. • Participate in one team meeting to obtain project data on various materials needed for work with architectural bridge schemes. Task 8.2 - Hand Sketches (Phase 1) A total of two (2) architectural themes will be developed in the form of hand sketch drawings. Hand sketches will include different perspectives of the bridge and key details. Task 8.3—Illumination and Lighting (Phase 2) • Develop lighting layout recommendations for safety and decorative needs with the engineer and the stakeholder,including the required number of fixtures. Task 8.4 - Photo Simulation of Project Alternatives (Phase 1) The HLA Group (HLA) will review the programmatic design requirements, City ordinances, and design recommendations associated with the project. Using the architectural sketches developed by MacDonald Architects, HLA will produce photo realistic renderings of three(3) alternative bridge designs,concept planting and hardscape ~ �� : t r '-x,x Bridge-Street City yo Grande: Page16,'--. L_ n y '6y 1 Scope of Work improvements. From vantage points requested by the City and QEI, HLA will prepare images based on the preliminary concepts. Photo simulation images will be prepared using a combination of AutoCad, Sketch-up and Adobe Photoshop. Images will be provided in a digital, color format and in multiple resolutions if needed. The visual simulations will become exhibits to support the Visual Impact Assessment environmental technical study. TASK 9— Public Outreach (Work to take place in both Phase 1 & Phase 2) Task 9.1 - Scoping and Determination of Goals and Strategies Lisa Wise Consulting (LWC) will attend one scoping meeting and conduct several follow up telephone calls with the City and QEI to refine and confirm goals, approach, timeline, and deliverables associated with the public meetings. Task 9.2 -Interviews LWC will prepare a survey instrument,with input from the City and QEI, and conduct five one-on-one interviews with individuals identified by the City. Interviewees could include civic leaders,business leaders,property owners, community organizations, elected leaders or others. The intent of the interviews is to gather information on the project,prioritize issues,and identify key stakeholders(individuals and associations). LWC will summarize responses gathered during the interviews and provide them to the project managers within two weeks of the interview.LWC will use a format that will inform the decision-making process,but not enable the association or recognition of any individual. Task 9.3 - Comprehensive Stakeholder Database LWC will create a comprehensive database of key stakeholders and interested parties. This database will include names of stakeholders and interested parties and groups,their phone&email contact information,website and other Social Media physical addresses, and affiliation,where available and appropriate. LWC will consider this database "Confidential." Confidential means that LWC will not release any information in the database unless authorized by the City,QEI and/or the individual whose information is being sought(TBD). Task 9.4 - Meeting Promotion/Advertising LWC will use the most effective and appropriate means to promote and advertise the meetings. The intent is to conduct an open and transparent process, where members of the community who wish to participate have varied and substantive opportunities for input. LWC Will use print (i.e. newspaper, free press), radio, and will coordinate postings on City and County website(s) and Facebook pages. LWC will also use posters placed in key retail and public locations. LWC may rely on assistance from the City in placing flyers throughout the community. LWC will also work closely with civic leaders at the City to identify important community groups, and will alert them directly of meeting times,dates and places. Task 9.5 - Meeting Facilitation LWC will attend and facilitate three (3)public meetings and provide a "lead"facilitator and assistant facilitator for each meeting.LWC will work with the City and Consultant Team to prepare meeting collaterals,which may include PowerPoint presentations, visual preference boards, and informational posters. LWC will also provide flip charts, writing instruments, comment cards,etc.LWC will create and collect the attendee lists for these meetings and make them available to the City within several days of each meeting. • Two Design Workshops - Two of the three meetings will be design workshops that will focus stakeholder attention and gather input on the physical design of the bridge. The Consultant Team will assess community sentiment by collecting feedback on alternative options (posed by project architects and engineers). The Consultant Team will also identify areas of consensus and seek alternatives in areas of divergence. • One Final Meeting - The third meeting will take place once the draft design has been chosen, the public hearings are under way,and the environmental documents are being addressed. Task 9.6 - Summaries LWC will provide final notes summarizing the three meetings. LWC will work with the Consultant Team and the City to review draft versions of the meeting notes.Final meeting notes will summarize outcomes,areas of consensus, and points of divergence. 's .?I• • " ` Grande ` nk i u f '1 ,' 4 Bridge>Street Cit Yxof.Arro o 'Quinc Y En ieeri 9'.Inc. Pa g e-� e:� a°� ._- `. ` Scope of Work ,: . Task 10 - Project Report & Funding Documentation A Project Report will be prepared that will summarize the findings of the above work-to-date. In summary, the report will include the following: • Site visit(field investigation)notes • Preliminary alignment drawings • Geometric Approval Drawings • Bridge APS Drawings • Design Hydraulic Study • Bridge Type Selection Form • Preliminary Geotechnical Report • APS discussion and evaluation • Preliminary right-of-way information • Summary of environmental studies • Utility relocation/protection information • Cost estimate for each alternative • Preliminary construction staging and detour • Schedule to complete final design requirements • Evaluation of existing bridge This report will be presented to and discussed with the City in draft form. All comments will be addressed and incorporated in the final report. Final design will occur upon concurrence by the City and approval of the environmental documents by Caltrans/FHWA. The approved report will become the basis for the project's final design. Assistance with Funding Documentation QEI will assist the County with the Caltrans/FHWA funding forms, project administration, and supporting documentation. This indudes filling out revised forms(including Exhibits 6-A and 6-D),Requests for Authorization, design exceptions and funding exceptions as needed. As requested, QEI will track the funding authorization(E-76), and make recommendations on when any schedule or cost change requests should be made to Caltrans/FHWA. iys �irAsrt i kBd e',StreetBridge,.rCit y ofAr royeGrande Quincy Engineen::igAnc.c' r" Page "a< �- . Sc � } • PHASE 2 — FINAL DESIGN TASKS TASK 11 - Plans, Specifications & Estimate (PS&E) Tasks 11.1 - Bridge Design QEI will design the structures using Load Resistance Factor Design following AASHTO LRFD Bridge Specifications, 4th Edition with the 2008 interims and the California Amendments. For seismic design, Caltrans Seismic Design Criteria (Version 1.6) will be followed. Other references that QEI will follow are Caltrans Division of Structures "Bridge Memo to Designers", "Bridge Design Aids", "Bridge Design Details" and the "Office of Specially Funded Projects Information and Procedure Guide". The current scope of work is based on final design of a cast-in-place, post-tensioned concrete box girder with historical elements. If a steel pony truss alternative is selected, some tasks can be eliminated while additional tasks would be required. It is currently envisioned that a similar total number of hours would be required for either alternative. Task 11.2 - Approach Roadway Design The final approach roadway design will be completed in accordance with applicable City Standards, Caltrans Highway Design Manual, AASHTO's "A Policy on Geometric Design of Highways and Streets" and Caltrans Standard Specifications. Final grading and drainage details will be developed as well as new/existing roadway conformance details, as required. Typical cross-sections will show and dimension all geometric elements, including pavement widths, shoulders, curbs, medians, drainage ditches,landscaping concepts and right-of-way. Design cross-sections will be developed on approximately 50-foot intervals. QEI will develop construction/traffic handling plans which will depict the sequence of construction activities as well as how traffic will maneuver throughout the project area during this time. Temporary traffic control items such as K-rail,cones,striping,etc.will be clearly shown on the plans for each stage. QEI will develop signing and pavement delineation plans per City standards. Drainage design will be completed in accordance with the recommendations from the Drainage Report. Drainage facilities will be shown on the layout plan sheets. Existing facilities will appear as dropouts in the background. The proposed drainage work will be shown as solid lines. Drainage Profiles of all drainage systems will be shown in profile view including existing and proposed elevations of inverts,pipes,etc. The drainage details that are unique to this project, and those for which there are no Standard Plans, will be shown on the Drainage Detail Sheet. These details usually depict special drainage structures,channel changes,modifications to existing structures,etc. The plan sheets will be prepared in CADD according to City and Caltrans' drafting standards. Plans will be prepared in English units and will be consistent with Caltrans' Standard Plans. All plans will be signed by the civil engineer (registered in the State of California) in responsible charge of the design, in accordance with the Local Programs Manual. The following plan sheets are anticipated: Bridge Plans Roadway Plans Bridge General Plan Deck Contours Title Sheet and Location Map Foundation Plan Typical Sections Abutment Layouts Layouts Abutment Details Profile Sheets Pier Layout Drainage Plans Pier Details Drainage Profiles Typical Section Construction Area Signs Girder/Slab Layout Construction Details Girder/Slab Reinforcement Traffic Handling Plans Bridge Railing Details Pavement Delineation and Sign Plans Approach Slab Details Quantities Sheets Log of Test Borings Sheet Task 11.3 - Fact Sheets for Design Exceptions QEI will identify all non-standard features and prepare a design exception matrix identifying the non-standard feature, standard which is violated, etc. QEI will use this to coordinate with the City to determine which non- Brid e Street-Bride City'of f,,Arroyo Grand e. uinc En ineerin In'c; ' Pa e'3 " ^k;"f • �� Scope of Work y, ,:;. standard items will be induded within Design Exception Fact Sheets. QEI will prepare draft and final Fact Sheets for City approval for the preferred alternative. Task 11.4—Conceptual Storm Water Pollution Prevention Plan (SWPPP) QEI and WRECO will coordinate to prepare documentation and submit project information for the Notice of Intent to invoke the State Water Resources Control Board(SWRCB)NPDES Construction General and MS4 Permit. QEI and WRECO each have a Qualified SWPPP Developer (QSD) prepare a Conceptual Storm Water Pollution Prevention Plan (SWPPP) that incorporates the minimum Best Management Practices (BMPs) required by the NPDES permit for the calculated Risk Level. QEI will calculate the Risk Level using the methods prescribed by the permit. The Conceptual SWPPP will consist of plans,specifications and contract bid items showing the anticipated locations of required BMPs, based on an assumed construction staging approach and schedule. The contractor will be required to submit their own SWPPP and other Permit Registration Documents (Construction Site Monitoring Program, Rain Event Action Plan, Sampling and Analysis Plan, inspection forms etc.) prior to mobilizing on the project site. The intent of the Conceptual SWPPP is to provide enough information to the SWRCB to obtain a Waste Discharge Identification Number and to develop quantities for contract pay items that are anticipated for BMP implementation. The Conceptual SWPPP will not address the specifics of construction site management, sampling and testing,or spill response. The Conceptual SWPPP will be certified by a QSD,and approved by the Client(LRP). Task 11.5 —65% Plans (Unchecked Details) A meeting will be held upon completion of the unchecked details to discuss both the bridge and the roadway plans. (This should save considerable time in the City's review of the Draft PS&E because most of the major issues will have been previously discussed and addressed.) Task 11.6—Independent Design Check Once the 65% plans have been submitted, an independent check will commence. The designer and checker will come to agreement on any discrepancies. QEI will incorporate all of the City comments and submit responses in writing. QEI will perform a bridge independent check of QEI's bridge design using Caltrans'latest standards. Task 11.7—Specifications Technical Special Provisions based on Caltrans Standard Special Provisions (SSP) will be prepared. QEI will combine these with City-provided boilerplate specifications. Task 11.8—Construction Quantities & Estimate QEI will prepare a detailed estimate. The estimate will be comprised of unit prices placed on detailed quantity and check quantity calculations. Construction costs for the estimate will be developed using current bid results from similar projects,Caltrans data,base information along with prices from Caltrans latest Construction Cost Manual. Task 11.9—Quality Control &Constructibility Review As an integral part of the QEI QC/QA Program,a senior level engineer will review the entire draft PS&E(90%PS&E) package for uniformity, compatibility, and constructibility as well as conformance with the Federal HBP requirements. The review will include comparing bridge plans with the roadway plans for conflicts or inconsistencies, and to ensure that the final design is in accordance with all environmental documents, permit requirements, hydraulics reports, and foundation recommendations. The specifications and estimate will be reviewed for consistency with the plans,and to ensure that each construction item has an associated pay dause. QEI also has an in-house Construction Management Group. They will perform a Constructability Review of the plans and specifications. Task 11.10—Submittal of 90% (Draft) PS&E After the QC/QA and constructability reviews have been completed the Draft PS&E along with design, check, and quantity calculations, will be submitted to the City for their review. The 90% submittal shall consist of three (3) bound hard copies,one(1)unbound hard copy,and one(1)electronic copy of the following: • Responses to City comments on the 60%submittal • Checked complete replacement structure/roadway and channel plans; • City Boiler Plate and Special Provisions; • Detailed construction estimate and working day schedule;and • Incorporation of City's"red-lined"set of 60%plan comments. a;v ; Bridge;5t reetBri d ge City of Ar royo„Grand e. Quincy ngin e ers g F n-c. Page z . � ACIAPSw «1. ,u�" .e.. ............a... ............ . Scope ok >r Task 11.11—Final 100% PS&E Upon receiving City comments on the 90% submittal QEI will prepare the final plans, specifications and estimate. We will submit three(3)bound hard copies,one(1)unbound hard copy,and one(1)electronic copy of the following: • Final design plans with cover sheet stamped and signed by the project engineer in both full- and half—sizes (11"x17"); • One original stamped and wet-signed signature page of the Special Provisions; • Contract Specifications; • Final design and design check calculations; • Quantity and quantity check calculations; • Working day schedule; • Incorporation of City's"red-lined"set of 90%plan comments;and • Final Engineer's Estimate. Task 11.12—Resident Engineers (RE) Pending File QEI will prepare the Project RE Pending File which will include the following: • Environmental Commitments Record • Cross-Sections • Bridge As-built Plans • Joint Movement Calculation Sheet • Structure Four-Scales TASK 12 - Technical Support for PS&E Tasks 12.1— Design Level Geotechnical Services Under this phase of work, Fugro will prepare a Geotechnical (Foundation) Report for the design of the bridge replacement. The report will be prepared for the approved project and will take place after the Type Selection/Alternatives Analysis/Project Report is complete. The scope of field work for these tasks may be modified depending on the results of the Structure Type Selection process. We have assumed that at least one boring would be drilled at the site to supplement the existing data,obtain deeper information that may be needed depending on the foundation type selected, and to obtain additional sample of soil and rock materials that will allow for more sophisticated testing that should help to provide a more suitable and efficient foundation design for the loading conditions considered. If the team decides that additional borings are needed, we would need to reevaluate the scope of work currently being proposed. The report will provide recommendations for both the design of the roadway and structure foundations in a single report. The tasks are described below: • To initiate the project, Fugro will consult with the City and other members of the design team to review the project objectives and the approach to providing geotechnical services for design. Fugro will request that a map showing the alignment, approximate location of the proposed improvements, bridge loading information, and the site topography(suitable for estimating boring elevations and preparing the Log of Test Boring sheet)be provided prior to beginning the field exploration program for the project.Access to the street and an encroachment permit(if needed)for the field exploration will be coordinated with the City. • Fugro will prepare a health and safety plan for the field work, and visit the site to coordinate access for field exploration. Fugro will also obtain an encroachment permit from the County for the field work.It is assumed that any environmental studies,permits, or documents required for the field work will be provided to Fugro. Fugro will mark the locations of their planned explorations and contact Underground Services Alert(USA)to review the locations relative to underground utilities. Fugro will not be responsible for damages resulting from buried structures or underground utilities that are not brought to their attention and properly marked at the site. • Field exploration will be performed to obtain subsurface information for design of the roadway and bridge foundation.As planned,one boring will be drilled using a truck-mounted drill rig equipped with hollow stem augers. Drill fluids will be added to the augers to help stabilize the hole if needed. The borings may be deepened or terminated at shallower depths depending on the conditions encountered during drilling. We will initially sample the borings at approximately 5-foot intervals using standard penetration test (SPT) split spoon or modified California split spoon samplers.Once bedrock is encountered,we may switch to use a CME continuous coring system to advance the borings and sample the rock materials. The samples will be used to classify the materials encountered, and be retained for subsequent laboratory testing. The borings will be 7;»."ZIT 77-7 7.:"TT z`""_° "F. "". " �w ---f,;--r°-,-c°re "x, Bridge StreetFBride .City of Arroyo Grande ulna-En` ineenn Inc.,-x Pa e.-hr,„ �a 9 9 ..I Y Y I'�Q Y 9 9; „ j;_r2z-, Row- , Scope o Work backfilled with 2-sack slurry or cement-grout upon on the completion of drilling,and be topped with 1 sack of rapid-set concrete colored black. Excess soil cuttings will be hauled off site, and be disposed of at a location identified by the City.The team expects that about 1 cubic yard of soil would be removed from the boring. • Traffic Control:Fugro will provide traffic control during the course of our exploration.A lane will be dosed during the drilling. Traffic can be routed past the work area with flagging or a detour as requested by the City. • Naturally Occurring Asbestos (NOA): Fugro will review the samples collected from the field exploration program for the presence of serpentine rocks that may contain naturally occurring asbestos. If needed, samples will be selected for testing to assist in identifying if NOA is present within the samples. A Fugro geologist will review data collected and provide an opinion as to whether or not NOA mitigations need to be addressed for the project in accordance with San Luis Obispo County Air Pollution Control District requirements. • Corrosion Survey:In accordance with Caltrans guidelines,we will observe existing drainage structures and the bridge for obvious signs of corrosion.Samples from the borings will be selected for corrosion testing.The data obtained from the corrosion survey will be conducted in accordance with Caltrans test methods to provide information for the design of culverts. • Hazardous Materials: This scope of work specifically exdudes the search for and evaluation of hazardous materials in soil,water, or air. The cost for work performed in association with the discovery of hazardous materials will be provided on a time and materials basis,and is not induded in this work. • Laboratory tests will be performed on selected samples obtained from the field exploration program to assist in our characterization of the geotechnical engineering properties of the materials encountered. We expect to perform tests for soil dassification,compaction,shear strength,consolidation,corrosion,and R-value. • Fugro will prepare a draft Geotechnical Report for the project. The draft report will be submitted in Adobe portable document file(pdf)format for review by the City and the design team. Hard copies of the report can be provided,if requested. Graphics showing the site location, locations of field explorations, and interpreted subsurface profile along the alignment(s)will be submitted with the report.Field and laboratory data obtained from the geotechnical study will be induded in the report. Additional exploration or evaluation may be recommended based on the results of the work performed. The following opinions and recommendations regarding the foundation design will be provided in the report: a Soil and groundwater conditions encountered; • Site geology,faulting and seismicity; • Seismic design criteria for use with Caltrans design methods; • Liquefaction potential and considerations relative to foundation design(negative skin friction,and estimated seismic settlement of approaches and pile foundations,if needed); • Structural sections for asphalt concrete pavements based traffic indices provided to us. • Corrosion considerations for design of subsurface structures (minimum cement factors estimated in accordance with Caltrans guidelines); • Naturally Occurring Asbestos(NOA); • Suitable foundation types for the conditions encountered (such as spread footings, driven concrete or steel piles,CISS,or CIDH piles); • Specified tip elevation, settlement, and size for suitable deep foundation types and class of pile loading considered(up to 2 pile types can be considered); • Lateral capacity of single pile foundations for free-head and fixed-head conditions based on p-y analysis; • Pile spacing and group reduction factors for vertical and lateral loads; • Lateral earth pressures,spring constants,and passive pressure resistance for abutment design; • Special considerations for approach fill settlements: allowable slope inclinations,waiting periods, and need for monitoring;and • Construction considerations:need for dewatering,pile driving,CIDH pile construction, adjacent structures, temporary excavations,and shoring. • Fugro will prepare the Log of Test Borings sheets for the bridge. The sheets will be prepared on Caltrans standard plan sheets for logs of test borings, and can be modified to incorporate the County's plan sheet border, if requested. A copy of the LOTB will be submitted with the draft Geotechnical (Bridge Foundation) Report. ro tr Bridge Street Bridge�� City of Arroyo Grande 1 z Q uincy;En ineerinax g,Inc°- Page°=fib k ti S> cO e of Work ) r:R' • Upon receipt of written comments, we will address the comments and incorporate them into the final Geotechnical Report and Log of Test Borings sheet. Four (4) hard copies and one Adobe portable document file (pdf) copy of the final report will be submitted, unless otherwise requested. The electronic copy of the LOTB will be submitted for inclusion in the plan set. Tasks 12.2— Design Level Bridge Architecture and Streetscape Enhancements Subtask 12.2.1 Construction Details and Architectural Plan Check at 65%/90%/100% MacDonald Architects will review key areas of the bridge structure details for incorporation into the engineers contract documents. These details will be for the belvederes,light fixtures,standards and outriggers, handrails/auto barriers, cable connections, sidewalk and pier shapes, surface patterns, sign standards and deck profiles. MacDonald Architects will check the engineer's documents at the various plan stages for compliance with the approved design. Subtask 12.2.2—Final Design of Streetscape Improvements HLA will prepare streetscape design features including monuments, decorative hardscape and/ or landscape features. Proposed monuments and initial design concepts will be presented in sketch form for review and approval by the City. HLA will prepare preliminary level landscape plans for inclusion into the overall project plan set. Upon approval of the Preliminary Plans, HLA will develop the necessary landscape drawings and technical specifications associated with the improvements. HLA will prepare and submit plans to QEI and the City as part of the overall document package at the 65%,90%and 100%stages. HLA shall coordinate its services with other project design team consultants retained by the City as required to facilitate the landscape design intent and to maintain a construction budget in accordance with established budget. HLA shall prepare working drawings and technical sections of specifications to conform to applicable codes and regulations of governmental bodies having jurisdiction over the work. The following Exhibits and Deliverables are anticipated at each of the above noted submittal stages. • Preliminary Drawing Index • Landscape Planting Plan • Irrigation Plan • Landscape construction,pavements,planting and irrigation details • Specifications(65%,90%&100%final) • Landscape Construction Cost Estimate Tasks 12.3— Preparation of Regulatory Permit Applications Based on the Team's knowledge of the permit process for federal and state agencies,implementation of this project will require permits from the USACE (Section 404 Nationwide Permit), CDFG (Section 1602 Streambed Alteration Agreement),and RWQCB (Section 401 Water Quality Certification). All regulatory agency permits must be obtained prior to commencement of construction activities. The permit packages would include completed permit applications,maps of the project location, site photographs, construction plans, and pertinent background reports. To facilitate the permitting process, SWCA will prepare signature-ready application packages following completion of the wetland delineation and biological studies. Once the environmental document has been completed, SWCA will submit the permit application packages. Permit application fees required for the project are not included in our team's scope and are considered the responsibility of the City.. Following submittal of the permit applications, SWCA will continue correspondence with each agency to clarify any questions,provide additional information,and conduct site visit(s)as needed to facilitate permit issuance. g'K".�.".?'�3�'x- -«n«n�.�««F�«`Y'°'•i^-t«.,.,,. ««.�.«.. 7A-07\ .�,.« =_ B ge"Street BridgeI City of.Arroyo:°Grande jFQuincy Engineering;Inc;. Page 17 F. s T..�.,�',-ate��rshs;_.�° <�'�d..`•,.- a�,i".,.a�.._,��'�x. „s: ._ >�.__" k ._ w5..�,°�....,�...�,`,� .w«� ........... «< ... _.., PHASE 3 - BID PHASE ASSISTANCE TASKS TASK 13 - Bidding &Construction Support This scope and budget will be developed as part of completing the PS&E during Phase 2 and prior to project advertisement. It is anticipated that Phase 3 Bid Phase Assistance Tasks would indude the following: • Bidding Assistance/Construction Support; • Design construction support; • Attend pre-bid and pre-construction meetings; • Respond to Requests for Information and prepare addenda; • Review and provide comments on shop plan drawings; • Review and approve Falsework; • Construction site observations; • Develop updated plans or plan revisions; • Prepare Record Drawings;and • Construction Staking(Optional) y 4 j.ri'17.Y � �""-`" ,` � ,"c.°." �„."".. ,.r>y°�, „a .rtv,,,,' ,A Bridge;Street Bridge ;City,of,Arroyo Grande" Quincy Engi"neering zlnc ,P.gn 3 A % �sr"v `" `�'''i„ ,' ��';''x';�.'"�' zn.c;�"'`"' ,'i,%``=$"a a; .1, ::;�., � � _._ ' ,Yalxx<Sh>:'.`�x�;�n��� M__ -- - 4,1,4-4441' , ... ,,,M ri_'fi�` 00f":' Scope of Work, _..". SUMMARY OF TASK DELIVERABLES TASK 1- Project Final Scope/Schedule Management Kick-off Meeting Project Meetings 12 meetings in Phase 1 (6 in-person/6 teleconference)& 8 Meetings in Phase 2(4 in-person/4 teleconference) Project Progress Reports TASK 2-Topographic Topographic Survey&Mapping Review Surveying and Right-of- Six(6)Creek Cross Sections Way Mapping Boundary Surveys Existing Right-of-Way Mapping Right-of-Way Exhibit Plat Maps&Legal Descriptions(for up to 4 parcels) TASK 3- Preliminary Basis of Design Engineering&Feasibility Preliminary Plan&Profile Sheets Study Preliminary Roadway,Bridge&Project Cost Estimates Bridge Advance Planning Studies Life Cyde Cost Analysis Bridge Type Selection Report Alternative Aesthetic Treatments Historic Element Preservation Concepts Feasibility Study TASK 4- Hydraulics Bridge Location Hydraulic Study Memo(Draft and Final) Summary Floodplain Encroachment Report Bridge Design Hydraulic Study Report(Draft and Final) TASK 5-Geotechnical Preliminary Foundation Memorandum(Draft&Final) Investigations& Bridge Foundation Investigation Report(Draft&Final) Foundation Report TASK 6-Utility Utility Conflict Map,Utility A,B&C Letters Coordination Caltrans Reports of Investigations Caltrans Notice to Owners TASK 7-Environmental Draft APE Boundaries Clearance Final APE Map Admin.Draft,Revised Drafts&Final Project Description and Purpose and Need Draft of Public Notice Administrative Draft,Draft&Final Technical Reports Section 106 Compliance Finding of Effect(FOE) Memorandum of Agreement(MOA) ASR/HPSR/HRER NES Report Biological Assessment Wetland Delineation Report Section 4(f) Visual Impact Assessment Noise Study Draft&Final Environmental Document CEQA EIR/NEPA CE(anticipated level of ED) Notices for City Signature r Brid' e°Street Bridge Cit of Arro a Grande,„ uint Engineering,Inc= Page 1,9 9 9 `� X Y �'~Q Y 9 9° .... .."".», z,..,c..<,<.,,.wL��,;.; r ..�.a,°,7,x£.., P ,.,. ., _. , "�`:,.-,:,.r3. ._,.. ;ar��<°'.o-, _ w . . a < � ._ . ,. re, •2 8 i> Scope of Work I TASK 8-Bridge By MacDonald Architects: Architecture,Visual Bridge architecture design and hand sketches of 3 project alternative concepts Simulations&Streetscape By the HLA Group: Enhancements Visual Simulations of up to 3 bridge concepts Conceptual planting and landscape plan TASK 9-Public Outreach Five(5)one-on-one Interviews Stakeholder Database Meeting Promotion and Advertising Two Design Workshops One Final Meeting Task 10-Project Report& Draft Project Report Funding Forms Final Project Report Update Funding TASK 11-Plans, Bridge&Roadway Details Specifications&Estimate 65%Road&Bridge Plans (PS&E) 65%Road&Bridge Check Calculations Independent Design Check Comment Summary Forms Conceptual SWPPP Specifications Roadway&Structure Quantities Final Design Calculations Construction Cost Estimate QC/QA Checklist 90%PS&E Independent Final PS&E Review 100%Final PS&E RE Pending File TASK 12-Technical By MacDonald Architects: Support for PS&E Review of bridge architectural details at 65%/90%/100%Plans By HLA Group: Landscape Planting Plan Irrigation Plan Landscape construction,pavements,planting and irrigation details Specifications(65%/100%) Landscape Construction Cost Estimate By Fugro: Geotechnical Report(4 copies) Log of Test Borings sheet(4 copies) TASK 13-Bidding& Attend Pre-Construction Meeting Construction Support Respond to RFI's Shop Plan Review <>F . Bridge.StretBridge�;....f Arroyo Grande's QuirityyEngirieerin ii, n. . `Paget.. is ms's .. a ) a';., ,, u EXHIBIT F CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the President,and duly authorized representative of the firm of Quincy Engineering,whose address is 3247 Ramos Circle,Sacramento CA 95827,and that,except as hereby expressly stated,neither I nor the above firm that I represent have: (a) employed or retained for a commission,percentage,brokerage,contingent fee,or other consideration, any firm or person(other than a bona fide employee working solely for me or the above consultant)to solicit or secure this agreement;nor (b) agreed,as an express or implied condition for obtaining this contract,to employ or retain the services of any firm or person in connection with carrying out the agreement;nor (c) paid, or agreed to pay,to any firm, organization or person(other than a bona fide employee working solely for me or the above consultant)any fee,contribution,donation,or consideration of any kind,foror in connection with,procuring or carrying out this agreement. I acknowledge that this Certificate is to be made available to the.California Department of Transportation (Caltrans)in connection with this agreement involving participation of Federal-aid Highway funds,and is subject to applicable state and federal laws,both criminal and civil. (Date) (Signatu ) EXHIBIT G CERTIFICATION OF LOCAL AGENCY I HEREBY CERTIFY that I am the Director of Community Development of the City of Arroyo Grande, and that the consulting firm of i itteikt or its representatives has not been required (except as h ein epressly s fated), directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: (a) employ, retain, agree to employ or retain, any firm or person, or (b) payor agree to pay, to any firm, person or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this Certificate is to be made available to the California Department of Transportation (Caltrans) in connection with this Agreement involving participation of Federal- aid Highway funds, and is subject to applicable state and federal laws, both criminal and civil.41: D te) TERESA McCLISH Director of Community Development EXHIBIT H DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, 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. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification.