Loading...
HomeMy WebLinkAboutLeonard Charles and Associates 2013-10-30 � �(`j(,(, l 31 K - l 3 3 ' (`it tafi AGREEMEN� FOR PROFESSIONAL SERVICES PREPARATION OF AN EIVi/IRONMENTAL IMPACT REPORT Talmage Road/Highway 101 Interchange Off-Ramps Realignment This agreement shall be considered a contract, and is entered into this .30� day of ��2013, by and between the CITY OF UKIAH,a general law municipal corporation,hereinafter referred to as"CITY"and Leonard Charles and Associates,a partnership, hereinafter referred to as the "CONSULTANT." PREMISES The purpose of this agreement is the preparation and completion by CONSULTANT of an Environmental Impact Report for the Talmage Road/Highway 101 Interchange Southbound Off- Ramps Realignment project. The scope of work is more particularly described in the Exhibit "A", attached to this agreement. The Environmental Impact Report prepared by the CONSULTANT shall be prepared in such form and with such content to be consistent with the requirements of the Califomia Environmental Quality Act (CEQA). CITY may retain independent contractor to perform special services for CITY or any department thereof. �ONSULTAFIT is wiiling and abie io perform duties and render services in preparation and completion the Environmental Impact Report. This work has been determined to be required by the City Council to be necessary for the welfare of residents of the GITY. CITY believes the provision of these services to the residents is in their best interests, and CONSULTAPIT agrees to pertorm such duties and render such services as outlined below: AGREEMEN°f C9TY and CONSULTAMT agree as follows: ARTICLE 1 SERVIC�S OF CONSULTANT 1.01 CONSULTANT shall provide those technical, expert, and professional Environmental Impact Report senrices as described in Exhibit"A,"which consisfs of the scope of services, dated September 25, 2013, which is attached hereto as Exhibit "A" and incorporated herein. CONSULTANT shall provide such services within the time limits described in Exhibit"A" and articulated below. 1 1.02 The absence, omission, or failure to include in this agreement items which are conside�ed to be a part of normal procedure for a study of this type or which involve professional judgement, shall not be used as a basis for submission of inadequate work or incomplete performance. 1.03 CITY relies upon the professional ability and stated experience of CONSULTANT as a material inducement to entering into this agreement.CONSULTANT understands the use to which the CITY will put his work product and hereby warrants that all information contained in the Environmental Impact Report shall be made and prepared in accordance with generally accepted professional practices. 1.04 CONSULTANT shall bear the cost of reproduction and postage pursuant to the provisions detailed in the Scope of Work identified as Exhibit"A." 7.05 CONSULTANT shall delivery Draft and Finai copies ofthe Notice of Preparation and Notice of Completion. CONSULTANT shall deliver five(5)printed copies and five(5)electronic copies(MS Word) of the Administrative Draft Environmental Impact Report (ADEIR) on CD in substantial compliance with the timeframe indicated in the timeline chart included in Exhibit"A." CONSULTANT shall deliver one(1)electronic copy(MS Word)ofthe Screen check Draft Environmental Impact Report (DEIR) within the timeframe indicated in the timeline chart included in Exhibit"A." CONSULTANT shall deliver fifteen (15) printed copies and forty (40) electronic copies (MS Word) of the Draft Environmental Impact Report (DEIR) on CD in substantial compliance with the timeframe indicated in the timeline chart included in Exhibit"A." CONSULTANT shall deliver one(1)electronic copy(MS Word)ofthe Screen check Final Environmental Impact Report (FEIR) within the timeframe indicated in the timeline chart included in Exhibit"A." CONSULTANT shall deliver fifteen (15) printed copies and forty (40) electronic copies (MS Word) of the Final Environmental Impact Report (FEIR) on CD in substantial compliance with the timeframe indicated in the timeline chart included in Exhibit"A." 1.07 CONSULTANT shall perform any additional services as may be required due to significant changes in general scope of the project. Such additional services shall be paid for by supplemental agreement and shall conform to the rates of payment specified in Article V below. 2 ARTICLE II SERVICES OF CITY 2.07 CITY shall provide any information as to its requirements for performance of the agreement not already contained in Exhibit"A." 2.02 Upon request,CITY shall provide CONSULTANT any information in its possession or reasonably available to it that consultant may need to perform services under this agreement. ARTICLE III TERM OF AGREEMENT 3.07 The term of this agreement shall commence on the effective date and shall terminate when the CITY has formally accepted and certfied the Final Environmentai Impact Report for the Talmage Road/Highway 101 Interchange Southbound Off-Ramps Realignment project. This agreement may be extended on its same terms and conditions upon written agreement between the City Director of Planning and Community Development and CONSULTANT. 3.02 The execution of this agreement by the CITY shall constitute the CONSULTANT'S authority to proceed immediately with the performance of the work described by Exhibit"A." 3.03 All work by CONSULTANT shall be completed pursuant to Exhibit"A"and paragraph 1.05 above in a reasonable timeframe according to the timeline contained in Exhibit "A." CONSULTANT shall not be held responsible for delays caused by circumstances beyond its control. 3.04 CONSULTANT acknowledges that timely performance of services is an important element of this agreement and will perform services in a timely manner as provided in paragraph 1.05 above and Exhibit "A.", and consistent with sound professional practices. 3.05 If Ci7'Y requests significant modifications or changes in the scope of this project the time of performance shall be adjusted appropriately. The number of days of said extension shall be the final decision of CITY. ARTICLE IV COST OF SERVICES 4.01 CONSULTANT has been selected by the CITY to provide services described in Exhibit "A," attached hereto and incorporated herein by reference, for which compensation shall not exceed$48,331.00. 4.02 Cost overruns or failure to perfortn within the maximum compensation ceiling established in 4.01 above shall not relieve CONSULTANT of responsibilityto provide 3 those services specified in Exhibit "A", for a total compensation including reimbursable expenses not to exceed $48,331.00. 4.03 If unanticipated additional work is required and agreed to by both CITY and CONSULTANT, CONSULTANT shall submit a supplemental bid proposal for the additional work,and the City Director of Planning and Community Development shall have the authority to authorize the additional work. ARTICLE V PAYMENT FOR SERVICES 5.01 CITY shall pay CONSULTANT for work required for satisfactory completion of this agreement in amount to be determined in accordance with the method described in paragraph 5.02 below. 5.02 Payment scheduling: Total payment not to exceed 548,331.00. Fees for professional services as outlined herein shall be paid on a time and materials basis. A detailed explanation of services and associated fees shall be listed on each invoice submitted by CONSULTANT. 5.03 Payment to CONSULTANT shall be based on an itemized invoice submitted monthly by CONSULTANT. 5.04 Payments will be made by CITY within thirty (30) days of receipt of invoice from CONSULTANT. ARTICLE VI PROJECT INSPECTION AND ACCOUNTING RECORDS 6.01 Duly authorized representatives of the CITY shall have right of access to the CONSULTANT'S files and records relating to the project included in the agreement and may review the work at appropriate stages during performance of the work. 6.02 CONSULTANT must maintain accounting records and other evidence pertaining to costs incurred, which records and documents shall be kept available at the CONSULTANT'S Califomia office duringthe contract pe�od andthereafterforthree (3) years from the date of final payment. ARTICLE VII DISPOSITION OF FINAL REPORTS 7.01 All documents and associated materials and backup data as required by this agreement shall be and shall remain the sole property of CITY. 7.02 CONSULTANT'S attention is directed to the required notice under Govemment Code Section 7550,which provides that any documents or written reports prepared as a requirement of this contract shall contain, in a separate section the number and dollar amounts of all contracts and subcontracts relating to the preparation of those 4 documents or reports if the total cost for work by non-employees of the public agency exceeds $5,000.00. ARTICLE VIII TERMINATION OF AGREEMENT 8.07 At any time CITY may suspend indefinitely or abandon the project, or any part thereof,and may require CONSULTANT to suspend the performance of the service. In the event the CITY abandons or suspends the project, CONSULTANT shail receive compensation for services rendered to date of abandonment and suspension in accordance with the provisions of Sections 5.01, 5.02, and 5.03 herein. 8.02 It is understood and agreed that should CITY determine that any part of the work involved in the program is to be suspended indefinitely, abandoned, or canceled, said agreement shall be amended accordingly. Such abandonment or cancellation of a portion of the program shall in no way void or invalidate this agreement as it applies to any remaining portion of the project. 8.03 If, in the opinion of the CITY,the CONSULTANT fails to perform or provide prompt, efficient,and thorough service,or if CONSULTANT fails to complete the work within the time limits provided, CITY shall have the right to give notice in writing to CONSULTANT of its intention to tertninate this agreement. The notice shall be delivered to CONSULTANT at least seven (7) days prior to the date of termination specified in the notice. Upon such termination, CITY shall have the right to take CONSULTANT'S studies and reports insofar as they are complete and acceptable to CITY, and pay CONSULTANT for his performance rendered, in accordance with Sections 5.01, 5.02, and 5.03 herein, prior to the delivery of the notice of intent to terminate, less the amount of damages,generai or consequential,which CITY may sustain as a result of CONSULTANT'S failure to satisfactorily perform his obligations under this agreement. ARTICLE IX RESPONSIBILITY FOR CLAIMS AND LIABILITIES 9.01 HOLD HARMLESS: The CONSULTANT shall indemnify and hold harmless the CITY, its agents, officers, and employees against and from any and all claims, lawsuits, actions, liability, damages, losses, expenses, and costs (including but not limited to attomey's fees), brought for, or on account of, injuries to or death of any person or persons including employees of the CONSULTANT, or injuries to or destruction of property, arising out of,or resulting from,the performance of the work described herein, provided that any such claim, lawsuit, action, liability, damage, loss, expense, or cost is caused in whole or in part by any negligent or intentional wrongful act or omission of the CONSULTANT,any subcontractor,anyone directly or indirectly employed by any ofthem,or anyforwhose acts any of them may be liable. CONSULTANT shall have no dutyto indemnify ordefend CITY underthis paragraph if to the extent the damage or injury is caused by the active and or sole negligence or willfullywrongful act or omission of CITY or its officers oremployees.CITY agrees to 5 timely notify CONSULTANT of any such claim and to cooperate with CONS1 ULTANT to allow CONSULTANT to defend such a claim. ARTICLE X INSURANCE 10.01 CONSULTANT, at its expense, shall secure and maintain at all times during the entire period of perFormance of this agreement, insurance as set forth in Exhibit"B", attached hereto, and incorporated herein by reference. ARTICLE XI GENERAL COMPLIANCE WITH LAWS 11.01 It is understood and agreed that the CONSULTANT will comply vuith all federal, state and local laws and ordinances as may be applicable to the performance of work under this agreement. 11.02 CONSULTANT shall secure a Citv of Ukiah Business License priorto commencing work. ARTICLE XIII NONDISCRIMINATION 12.01 CONSULTANT certfies that it is in compliance with the Equal Employment Opportunity Requirement of Executive Order 11246,as amended by Executive Order 11375, Title VII of the Civil Rights Act of 1964, the Califomia Fair Employment Practices Act, and any other Federal or State laws pertaining to equal employment opportunity and that it will not discriminate against any employee or applicant for employment on the basis of race, color, religion, handicap, age sex, national origin, or ancestry, in matters pertaining to recruitment, hiring,training, upgrading,transfer, compensation, ortertnination. 12.02 In the event of the CONSULTANTS noncompliance with the nondiscrimination provisions of this agreement,the CITY shall impose such contact sanctions as it may determine to be appropriate including, but not limited to: a. Withholding of payments to the CONSULTANT under the agreement until the CONSULTANT complies, and/or b. Cancellation, termination, or suspension of the Agreement in whole or in part. ARTICLE XIV INDEPENDENT CONSULTANT 13.01 The CONSULTANT, in accordance with its status as an independent contractor, covenants and agrees that it will conduct itself consistent wfth such status,that it will neither hold itself out as nor claim to be an officer or employee ofthe CITY by reason hereof,and that it will not by reason hereof,make any claim,demand,or application 6 to or for any right or privilege applicable to an o�cer or employee of the CITY including, but not limited to, worker's compensation coverage, unemployment benefits, and retirement membership or credit. ARTICLE XV SUCCESSOR AND ASSIGNMENTS 14.01 The CITY and the CONSULTANT each binds itself, its partners, successors, and executors, administrators, and assigns to the other party to this agreement, and to the partners, successors, executors, administrators, and assigns to such party in respect to all covenants of this agreement. 14.02 Except as stated above, neither the CITY nor the CONSULTANT shall assign, sublet, or transfer his interest in this agreement without the written consent of the other, however, the CONSULTANT reserves the right to assign the proceeds due under this agreement to any bank or person. 14.03 In the case of death of one or more members of the firm of the CONSULTANT, the surviving member or members shall complete the professional services covered by this agreement. ARTICLE XVI EXTENT OF AGREEMENT 75.07 This agreement shall consist of this agreement,the Scope of WorWServices,dated September 25, 2013, identified as Exhibit"A", as attached hereto and incorporated herein, and the insurance requirements set forth in the attached Exhibit"B." 15.02 This agreement constitutes the whole agreement between the CITY and CONSULTANT and any other representations or agreements are superseded by the terms of this agreement. ARTICLE XVII PARAGRAPH HEADINGS 16.01 The paragraph headings contained herein are for convenience and reference only and are not intended to define or limit the scope of this contract. ARTICLE XVIII NOTICE 77.01 WheneverwrittennoticeisrequiredorpermittedunderthetermsofthisAgreement, it shall be deemed given and received, if delivered personally,by ovemight courier or certified or registered mail, or by fax or email(with acknowledgement of receipt),and 48 hours after deposit in the United States mail with properfirst class postage affixed to the envelop; provided that notice is delivered to the mailing address, or fax or email address as specified below. 7 • CITY: City of Ukiah CONSULTANT/ Civic Center CONTRNCTOR: Leonard Charles& Assoc. ' 300 Seminary Drive 7 Roble Court Ukiah, California 95482 San Anselmo, CA 94960 FAX: (707) 4636204 FAX: cstump@cityofukiah.com Ifcharles@comcast.net ATTN: Charley Stump, Director ATTN: Leonard Charles Planning and Community Development ARTICLE XIX DUPLICATE ORIGINALS 18.01 This agreement may be executed in one or more duplicate originals bearing the original signature of both parties and when so executed and such duplicate original shall be admissible as proof of the existence and terms of the agreement between the parties. ARTICLE XX FORUM SELECTION 79.01 CONSULTANT and CITY stipulate and agree that any litigation relating to the enforcement or interpretation of the agreement, arising out of CONSULTANT's performance or relating in any wayto the work shall be brought in Mendocino County and that venue will lie in Mendocino County. CONSULTANT hereby waives any right it might otherwise have to seek a change of venue based on its status as an out ofCounty Corporation, or on any other basis. IN WITNESS WHEREOF, the parties hereto have caused their duly authorized officers to execute this agreement in dupiicate the day and year first above written. CITY OF UKIAH �(,.� ��-�v�_i � ,�o e Chambers, City Manager Date CONSULTANT/CONTRACTOR �.�.,� �— �t k�U��40 � �,,, Leonard Charles IRS IDN Number DatC����1..3 APPROVED AS TO FORM: D� � . Z9 zai � Davi apport, Ci y A or ey Date 8 Bid Proposal Preparation of an Environmental Impact Report for the Talmage Road/Southbound U.S. 101 On-Off Ramp Realignment Project September 25, 2013 Prepared for: City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 Prepared by: Leonard Charles and Associates 7 Roble Court San Anselmo, CA 94960 415.454.4575 Introduction Leonard Charles and Associates (LCA) proposes to prepare a focused EIR on the proposed Talmage Road/Southbound U.S. 101 On-Off Ramp Realignment Project ("the project") The following outlines the proposed scope of work to prepare this EIR. Early Consultation and Project Coordination We will assist the City in preparing the Notice of Preparation. We will conduct "early consultation"with Caltrans to make sure all their needs are addressed in the EIR. We will provide ongoing coordination with City staff to ensure that all City needs are met and that the project remains on schedule. We will be available for preparing or reviewing all CEQA-required notices. Preparation of the Draft EIR The Draft EIR will begin with an Executive Summary Chapter (Chapter 1) that will in tabular form summarize impacts and mitigations and the significance of the impacts before and after mitigation. It will also summarize the project alternatives analysis that is presented later in the EIR. This summary will be followed by an Introduction Chapter(Chapter 2) that describes the purpose of the EIR, the scope of the EIR, the public review and comment process (including the history of the previous review process), the intended uses of the EIR, and the organization of the report. The ne� chapter (Chapter 3) will contain a description of the project location and the project as proposed (including the reasons for the project and the project objectives). This chapter will include a discussion of Caltrans' input and requests regarding the proposed design as well as the Caltrans' review process of the design and the requested exemptions. The Environmental Impact Analysis Chapter (Chapter 4) will begin with a discussion of how an Initial Study was prepared for the project and how that Initial Study concluded that there would be no impact or a less-than-significant impact for many of the impact areas included in the Environmental Checklist. However, to ensure legal adequacy of the EIR, we will include an analysis of all Checklist items in the EIR and where there is clearly no impact or a less-than-significant impact we wili explain the rationale for that finding and reference the appropriate discussion in the Initial Study. The chapter wiil also include a list and brief description of other projects or the buildout potential within the Airport Industrial Park and other vacant lands near the proposed interchange that could be facilitated or served this project. The EIR will assess the indirect impacts of this development that would resuit from or be facilitated by the project. In many cases the discussion of the direct project impacts may not include new data that was not presented in the Initial Study. However, CEQA requires a more extensive Bid Proposal —Talmage Road Interchange EIR Page 1 Leonard Charles and Associates City of Ukiah presentation of the resource and regulatory setting than is typically done for an Initial Study. Accordingly, this EIR will provide that setting information. The Initial Study did not address the indirect impacts of possible future development that could be facilitated by the project. Accordingly, the EIR will provide a discussion of these indirect impacts to the degree that they have been identified and assessed in previous EIRs or area studies, and, more generally, for area buildout that has not been previously assessed in a CEQA document or area plan. Following the description of the setting, the significance criteria will be listed. After this, we will present a list of the impacts the Initial Study identified as not significant and explain why such a finding is justified. Then, we will present each potential impact and determine its significance prior to mitigation. Where warranted, mitigation measures will be presented, and the final impact significance will be described. The following outlines the major issues to be addressed for the 18 resource areas presented in the CEQA Environmental Checklist as well as other issues that CEQA requires be addressed in EIRs. All additional work and text changes requested by Caltrans will be incorporated into the EIR. As noted previously, we will confer again with Caltrans at the beginning of EIR preparation to determine if there are additional items they want addressed. Geo/ogy and Soils. We will expand on the setting information presented in the Initial Study and summarize the findings and recommendations of the Geotechnical Report prepared for the project. These recommendations will be established as mitigation measures. We will assess the indirect geotechnical impacts of buildout development. Hydrology and Water Quality. We will expand on the setting information presented in the Initial Study and provide more data on regulatory requirements forflooding and water quality protection. Where pertinent, we will provide data on City Code requirements for protection of water quality during project construction. The Initial Study does not fully assess the potential increase in pollutants from future interchange improvements, so we will expand upon that water quality assessment, and may recommend mitigations. We will assess the indirect hydrologic impacts of buildout development. Biological Resources. We will expand on the setting information presented in the Initial Study and summarize the findings and recommended mitigations of the Natural Environment (Biological) Study. We will clarify if trees are to be removed and, if so, the number and species. Mitigation will be added to ensure that protocol-level plant surveys are conducted prior to construction. We will assess the indirect biological impacts of buildout development. Cultural Resources. We will summarize the findings and recommendations of the studies done by the Anthropological Studies Center (ASC). As requested by Caltrans, we wili have ASC amend their reports to address the nine issues raised by Caltrans, particularly the need for an expanded Native American consultation. We will assess the indirect cultural resource impacts of buildout development. Bid Proposal —Talmage Road Interchange EIR Page 2 Leonard Charles and Associates City of Ukiah Traffic. We have reviewed the comment letter from Smith Engineering and discussed it with GHD. We believe that the traffic analysis presented in the Initial Study is essentially accurate, though it can use some additional explanation as regards how and when the traffc counts were done to satisfy Caltrans. Accordingly, GHD will update the Traffic Impact Study for use in an EIR. We will also provide a full discussion of the traffic safety impacts and how Caltrans has approved the design with the one exception of an exemption that still need to approve. The impact analysis will be expanded and formatted to ensure that it addresses the issues raised in the Smith Engineering letter. Mitigations and revisions recommended by Caltrans will be incorporated. One mitigation will continue to be to evaluate widening of the overcrossing when traffic volumes reach existing (2012) with an applied growth factor of 1.25 to 1.30. Based on the traffic analyses in published documents and what is done for the proposed project, we will assess the indirect traffic impacts of buildout development. No additional traffic counts or analyses would be done. As an optional task, we can provide a discussion of the possible range of impacts that could result from such future widening. Impacts would be the physical effects o f constructing the widened overcrossing. We will discuss the mitigations that would typically be required for such impacts. Noise. We will expand on the setting information presented in the Initial Study. Illingworth & Rodkin will conduct an expanded noise analysis to ensure that pertinent concerns and issues raised in comment letters from Dale LaForest & Associates and The Acoustics and Vibration Group. This will include the following: • Noise Monitoring Survey - Additional noise measurements would be made to address concerns regarding the previous noise survey conducted in January 2012. The noise monitoring survey would occur in fall 2013 and would consist of a minimum of three long-term noise measurements (24-hours or more) and three short-term noise measurements. The fall 2013 data set would expand on the data collected in January 2013. Complete measurements descriptions, notes, etc. will be provided as backup. • Traffic Noise Modeling - Additional traffic noise modeling would be required if traffic data input would be revised as part of the focused EIR. Traffic noise modeling inputs would be documented and provided as backup. • Construction Noise Assessment - The construction noise assessment will be revised to address comments regarding significance thresholds, analysis methodology, analysis results, and mitigation. Calculations will be provided as backup. Based on published documents, we will assess the indirect noise impacts of buildout development. No additional noise measurements or analysis beyond what has been already published pius the measurements done for the proposed project will be done. Air Quality. We will expand on the setting section, especially as regards the regulatory environment. We will have Illingworth & Rodkin provide additional data to support their analyses as requested by Caltrans. Based on published documents, we will assess the Bid Proposal —Talmage Road Interchange EIR Page 3 Leonard Charies and Associates City of Ukiah indirect air quality impacts of buildout development. No additional air quality analysis beyond what has been already published will be done. Greenhouse Gas Emissions. We will provide a more detailed discussion of the effects of climate change and the current regulatory setting. We will summarize the GHG impacts as they are discussed in the Initial Study. Based on published documents, we will assess the indirect GHG impacts of buildout development. No additional GHG analysis beyond what has been already published will be done. Visual Resources. We will discuss the visual effects of the proposed project on views from Highway 101 and surrounding vantage points. We will address the indirect visual impacts of buildout. Hazards and Hazardous Materials. We will expand the discussion of the regulatory setting. We will work with Rau & Associates to expand the discussion of material handling and other issues raised by Caltrans. We will address the indirect hazard impacts of buildout. Land Use and Planning. We will provide a consistency analysis of the project with General Plan policies as well as pertinent portions of the City Code, the Airport Master Plan, and the CLUP. We will address the consistency of indirect buildout with the General Plan land use designation, but will not conduct a policy-by-policy consistency analysis for all potential new development. Secondary Resources. We will provide sections explain how the project would have no impact or a less-than-significant impact on Minerai Resources, Agriculture and Forestry Resources, Population and Housing, Public Services, Utilities and Service Systems, and Recreation. However, buildout would result in indirect impacts for all these areas so a discussion of these indirect impacts would be provided for each section. Growth-lnducing Impacts. We will discuss whether the project by improving access would induce additional development in the Airport Industrial Park or other portions of the City. These impacts will be discussed to the level they can be forecasted. CEQA does not require mitigations for growth-induced impacts. Cumulative Impacts. We wiil work with City staff to develop a list of projects to be used for the cumulative impact analysis. We will also confer with County staff to develop a list of projects in the incorporated area that may need to be included in this analysis. We will determine whether the development of these projects plus the interchange project would cause potentialiy significant impacts. If so, we would determine whether the project impacts would be an increment of these significant impacts. Where the project would be an increment, there would be a significant cumulative impact. The next step would be to determine whether the projecYs increment rises to the level where it would make a cumu�atively-considerable contribution to the cumulative impact. In that case, additional mitigation may be warranted and recommended. Bid Proposal—Talmage Road Interchange EIR Page 4 Leonard Charles and Associates City of Ukiah Project Alternatives. We wiil compare the project to the four alternatives identified in the Initial Study as well as the No Project alternative. The impacts will be compared and the alternatives rated to determine the environmentally superior alternative. Preparation of the Final EIR LCA will provide written responses to all written and oral comments received during the public review period. The Final EIR will also contain any revisions to the text of the DEIR that are warranted based on comments received. Mitigation Monitoring and Reporting Plan (MMRP) LCA will prepare an MMRP for the propjet for inclusion in the FEIR. Meetings and Public Hearings We will attend one public hearing on the DEIR and one on the FEIR. We will also attend a Scoping Meeting (and a second if one is held for public agencies in the same day). Schedule and Deliverables We will submit the following: Deliverable Quanti Submittal Date First Administrative Draft EIR 2 electronic copies 4 weeks after NOP circulation (1 each in Word and Adobe is completed pdfl 2 hard co ies Second Administrative DEIR 2 eiectronic copies 2 weeks after receipt of all (1 each in Word and Adobe comments on the preceding pd� 5 hard co ies Public Review Draft EIR 50 CD copies (Adobe pdfl 1 week after receipt of all 20 hard copies comments on the preceding 2 eiectronic copies (1 each in Word and Adobe d Draft Response to Comments 2 electronic copies 4 weeks after close of public (1 each in Word and Adobe review period on the d recedin Administrative Final EIR& 2 electronic copies 2 weeks after receipt of all MMRP (1 each in Word and Adobe comments on the preceding d Final EIR & MMRP 25 CD copies(Adobe pd� 1 week after receipt of all 20 hard copies comments on the preceding 2 electronic copies (1 each in Word and Adobe d Bid Proposal —Talmage Road Interchange EIR Page 5 Leonard Charles and Associates City of Ukiah Cost Hourly rates are: L. Charies $175 L. Milliman $150 J. Charles $110 Clerical $60 The attached Cost Sheet presents the projected hours and costs. LCA will bill the City on a time-and-materials basis for a cost not to exceed the total shown in the Cost Sheet. Optional Work and Cost Assumptions 1. LCA can supply the qualitative analysis of potential impacts of future widening of the overpass for an additional $800. 2. If the City wishes, we could prepare the EIR to assess buildout impacts as indirect impacts of the project. This would require an amendment of this scope of work and cost. 3. Attendance of Leonard Charles at additional public hearing would cost$1,050. 4. Responding to comments on the Draft EIR will be limited to 40 hours of work. This is based on the standard rate of taking '/ hour per comment (to read, assess, write draft response, edit, and write and format final response). If an unexpected number of comments are received that would require additional response, this would be done under an amendment to the contract. Bid Proposal—Talmage Road Interchange EIR Page 6 Leonard Charles and Associates City of Ukiah LCA Labor Effort Hours ubconsultants and Direct Cos v d N � t C N � N Q L E N = (j � '8� U — t L � m F q 'L A m O o 0 C C V � C V C C p V ~ ~ ;y �j O d m TASKS d T � " v ca7 = ai ='o = �' ; E a J J V � c7 =K a`o m .'I:. . - .."axdy_.:i.�". ...1..+ 'I'y'\<`e').��.:' wR c�. :Pn�i�,:�`a=�:;.`�:+=::r: ^;sk=�-�.x»,o; :�13;'<�$1t`�i��: ':;'.&..1,.. ° >'if :'�. � :.+�,u,...�B�af,:'t��':ti'-a _ - -.�:.,e,� _ _:�., _ az. uu.,_,s.: _ - ,- ,.,. . . _ s,. ,: , , ,N, c ..........��. . .. .. .. .. . {''a;.�'-.:� ... r:a..:..:Y .�.+:�.. . �fuS��... a:%=� ",�Cti:P.,-a:�`r r�-3 t�:.i.,;y .� ro ect f anagement an ar y onsu tatwn 14 �� 2, 16 $2 670 $0 $0 $2 670 2. Pre ara First 8 Second Administrative Drafts of EIR 2fi 2fi $1 560 $50 $50 $5 $1 615 Ezecutive Summa Cha ter 2 4 6 $790 $0 $0 $790 Introduction Cha ter 2 4 6 $790 $0 $0 $790 Pro ect Descri tion Cha [er 3 5 6 S7 075 $0 $0 $1,075 Environmental Im actAnal sisCha �er 0 $0 $0 $0 $0 Trafiic 4 B 12 $7580 $2,900 $2,900 $290 $4770 Noise 5 5 $750 $8,460 $8,460 $846 $10 O56 Cultural Resources 3 3 5330 $900 $900 $90 $7 320 Land Use and Plannin 7 5 12 $1 600 $0 $0 $1 600 Air 4uali and GHG 3 2 5 70 $1 375 $o $o $1,375 Olher Resouroe Sections 6 10 16 $2150 $0 $0 $2,750 To ical Issues Cha ter 0 $0 $0 $0 $0 Pro'ectAlternatives 6 fi 12 $7 710 $0 $0 $1 770 Cumulative and Growth-Inducin Im acts 4 4 8 $7 140 $0 $0 $1 140 3. Pre are Draft EIR 2 2 6 6 16 $1 67U $435 $2,100 $2,535 $254 $4 459 4. Pre areAdminlstrativeFlnalElR 8 4 B 8 20 $3360 $2,152 $100 $740 $50 $3,042 $304 $6706 5. Pre areFinalElR 6 6 6 1B $2070 $450 $450 $45 $2565 7. Pra are Miti ation Monitorin and Re ortin Pro ram 3 1 4 E390 $o $0 $390 8. Pu61ic Hearin slMeetin s 3 18 78 $3,150 $0 $0 $3,150 TO7AL HOUR5 78 20 79 47 224 TOTAL COSTS $13,650 $3 000 $8,690 $2,820 $28,160 $5 487 $1,000 $9 200 $2,650 $18,337 $1,834 $48 337 Talmage Roatl/nterchenge EIR-B!d Proposel-Cost Est/mate Page 7 ciry of Ukiah Leonard Charles Associates c-tz�k,iak C�/LJ�B' 1 6i�99 �seri INSURANCE REQUIREMENTS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. I. Minimum Scooe of Insuranc� Coverage shall be at least as broad as: A. Insurance Services Office Commercial Geaeral Liability coverage (Form No. CG 20 10 10 01 and Commercial General Liability—Completed Operations Form No. CG 20 37 10 01). B. Insurance Senrices Office form number CA 0001 (Ed. 1/87)covering Automobile Liability, code 1 (any auto). C. Worker's Compensation insurance as required bythe State of Califomia and Employer's Liability Insurance. 81. Minimum Limits of Insuran�e Contractor shall maintain limits no less than: R. Ge^eral Liability: �2,000,000 peroccurrenc2 fcrbodilyinjury,personal injury•a�d property damage includina operations, peoducts and comnieted oaerations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shail apply separately to this projecUlocation or the general aggregate limit shall be fi,vice the required occurrence limit. Insurance must be written on an occurrence basis. B. Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Insurance must be written on an occurrence basis. C. Worker'sCompensationEmployer'sLiability:$1,OOO,QOOperaccidenYforbo�i!yinjGryor disease. III. Deductibles and Self-Insured Retentiorss Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the insurer to reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officers, officials, employees and volunteers; or the Contractor to provide a financial guarant2e satisfactoryto the City guaranteeing payment of 10 losses and related investigations, claim administration and defense expenses;orto approve the deductible without a guarantee. IV. REQUIRED Insurance Provisions Proof of general liability and automobile liability policies are to contain,or be endorsed to contain, the following provisions: A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL INSURED with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor; and with respect to liability arising out of work or operations performed by or on behalf ofthe Contractor including materials, parts or equipment,fumished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate owner's policy. B. The workers'compensation policy is to be endorsed with a waiver of subrogation. The insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured forthe City. NOTE: You cannot be added as an additional insured on a workers'compensation policy. C. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance with respect to the City,its officers,officials,employees,and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials,employees, or volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. D. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, retum receipt requested, has been given to the City. E. Note: (This protects the Contractor) -Coverage shall not extend to any indemnity coverage forthe active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b)of Section 2782 of Civil Code. V. RATING-Acceatabilitv of Insurers Insurance is to be placed with admitted Califomia insurers with a current A.M. Best's rating of no less than A-for financial strength,AA for lang-term credit rating and AMB-1 for short- term credit rating. VI. Verification of Coveraae Contractor shall furnish the City with original certificates and amendatory endorsements affecting coverage required by this clause. The endorsements should be on forms provided by the City. If endorsements are on forms other than the City's forms, those endorsements or policies must provide coverage that is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. 11 VII. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 12 Cit��4 EVLJI�I� 66�79 sse� INSURANCE REQUIREMENTS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. I. M7nimum Scoae of Insurance Coverage shall be at least as broad as: A. Insurance Services Office Commercial General Liability coverage (Form No. CG 20 10 10 01 and Commercial General Liability—Completed Operations Form No. CG 20 37 10 01). B. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability, code 1 (any auto). C. Worker's Compensation insurance as required bythe State of California and EmployePs Liability Insurance. II. Minimum Limits of Insuranc� Con4ractor shall maint�in limits no less than: A. General Liability:$2,000,000 peroccurrenceforbodilyinjury, personal injuryand property damage includinp operations. qroducts and comaleted operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice fhe required occurrence limit. Insurance must be�vritten on an occurrence basis. B. Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Insurance must be written on an occurrence basis. C. Worker'sCompensationEmployer'sLiability:$1,000,OOOperaccidentforbodilyinjuryor disease. III. Deductibles and Self-Insurecl Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the insurer to reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officers, officials, employees and volunteers; or the Contractorto provide a financial guarantee satisfactory to the City guaranteeing payment of 10 losses and related investigations, claim administration and defense expenses;orto approve the deductible without a guarantee. IV. REQUIRED Insurance Provisions Proof of general liability a�d automobile liability policies are to contain, or be endorsed to contain, the following provisions: A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL INSURED with respect to liability arising out of automobiles owned, ieased, hired or borrowed by or on behalf of the contractor;and with respect to liability arising out of work or operations perFormed by or on behalf of the Contractor including materials, parts or equipment,fumished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance, or as a separate owner's policy. B. The workers'compensation policy is to be endorsed with a waiver ofsubrogation. The insurance company, in its endorsement, agrees to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured forthe City. NOTE: You cannot be added as an additional insured on a workers'compensation policy. C. For any claims related to this project, the Contractor's insurance coverage shall be primary insurence with respect to the City, its officers,afficials,employees,and volunteers. Any insurance or self-insurance maintained by the City, its offcers, officials,employees, or volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. D. Each insurance policy required by this clause shail be endorsed to state that coverage shall not be canceled by either party, except aRer thirty(30) days' prior written notice by certified mail, retum receipt requested, has been given to the City. E. Note: (This protects the Contractor) -Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnifythe additional insured would be invalid under Subdivision(b)of Section 2782 of Civil Code. V. RATING -Acceatabilitv of Insurers Insurance is to be placed with admitted Califomia insurers with a current A.M. BesYs rating of no less than A-for financial strength,AA for long-term credit rating and AMB-1 for short- term credit rating. VI. Verification of Coveraae Contractor shall furnish the City with original certificates and amendatory endorsements affecting coverage required by this clause. The endorsements should be on forms provided by the City. If endorsements are on forms other than the City's forms, those endorsements or policies must provide coverage that is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. 11 VII. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 12