Loading...
HomeMy WebLinkAboutStaff Report 12368 City of Palo Alto (ID # 12368) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/22/2021 City of Palo Alto Page 1 Summary Title: Newell Road Bridge Design Contract Amendment No.4 Title: Approval of: 1) Contract Amendment Number Four to Contract Number C12142825 with NV5, Inc in an Amount Not to Exceed $527,146 to Incorporate the Approved California Department of Trans portation (Caltrans) Additional Budget Request for the Newell Road/San Francisquito Creek Bridge Replacement Project, Capital Improvement Program (CIP) Project PE - 12011, and to Extend the Contract through December 31, 2024; 2) a Cooperation Agreement with the City of East Palo Alto; and 3) A Budget Amendment in the Capital Improvement Fund From: City Manager Lead Department: Public Works Recommendation Staff recommends that the City Council: 1. Approve and authorize the City Manager or their designee to execute Amendment No. 4 to Contract No. C12142825 with NV5, Inc. (Attachment A) in a not -to-exceed amount of $527,146 for design, permitting, and construction support on the Newell Road/San Francisquito Creek Bridge Replacement Project (PE-12011), including $504,661 for basic services and $22,485 for additional services and to extend the Contract through December 31, 2024. This amendment results in a total not-to-exceed contract amount of $1,881,323; 2. Approve and authorize the City Manager to their designee to execute the Cooperation Agreement with East Palo Alto (Attachment B); and 3. Amend the Fiscal Year 2022 Budget Appropriation for the Capital Improvement Fund by (2/3 approval needed): a. Increasing the revenue from the State of California by $608,330; and b. Increasing the expenditure appropriation for the Newell Road/San Francisquito Bridge Replacement Project (PE-12011) by $608,330. CITY OF PALO ALTO City of Palo Alto Page 2 Background The abutments of the existing Newell Road Bridge over San Francisquito Creek are located within the creek bed, causing a flow constriction in the channel that prevents it from accommodating the estimated 1% (100-year) flow event. Newell Road Bridge is one of the bridges under study by the San Francisquito Creek Joint Powers Authority (JPA) that needs to be removed or replaced in order to provide 1% flood conveyance capacity in the creek and increased flood protection to area residents and businesses. Furthermore, the bridge was constructed in 1911 and is considered functionally obsolete. The traffic lanes are substandard, the sight distances from the bridge are poor, and the bridge has no provision for bicycle or pedestrian traffic. On July 11, 2011, Council approved a budget appropriation for a new Capital Improvement Program project to replace the Newell Road Bridge and authorized staff to accept Caltrans Highway Bridge Program grant funds to pay for the majority of project costs (Staff Report ID #1810). On April 9, 2012, Council approved Contract C12142825 with Nolte Associates, Inc. in the amount of $519,177 for the design and environmental assessment of the replacement b ridge (Nolte Associates, Inc. has since changed its corporate name to NV5, Inc.). Council also approved a cost share agreement with Valley Water providing for contribution of local matching funds to supplement the Caltrans grant funding (Staff Report ID #2501). On June 3, 2013, Council approved Contract Amendment No. 1 to Contract C12142825 in a not- to-exceed amount of $167,000 to conduct an alternatives analysis and associated traffic study to evaluate and select feasible project alternatives for inclusion in the full environmental impact report (EIR) review process (Staff Report ID #3599). On April 13, 2015 Council approved Contract Amendment No. 2 to Contract C12142825 in a not-to-exceed amount of $668,000 for completion of an EIR. NV5, Inc.’s total not-to-exceed contract amount with the two amendments is $1,354,177. Changes to the scope and fee of NV5, Inc.’s contract were discussed with and approved by Caltrans and Valley Water, whose contributions are $1,040,058 and $314,119, respectively, based on Amendment No. 2 to the contract (Staff Report ID #5549). On June 1, 2020 Council approved the Final EIR, making the required finding s, and adopting a statement of overriding consideration and a Mitigation Monitoring and Reporting Plan, all in accordance with California Environmental Quality Act (CEQA). Council also approved Amendment No. 3 to Contract C12142825 to update the Schedule of Performance and extend the contract time to December 31, 2021 to complete the design phase of the Project (Staff Report ID #11184). City of Palo Alto Page 3 Discussion NV5, Inc. Contract Amendment On August 14, 2019, staff submitted a 6-D application to Caltrans for the Newell Road Bridge Replacement Project requesting additional funds for Preliminary Design Engineering in the amount of $574,146 and updating the estimated construction cost to $7,682,000. The additional funds requested were due to several factors including preparation of additional exhibits, coordination with other agencies during the environmental review process, adjusting the consultant’s schedule of rates from the original contract to a current schedule of rates, and increasing the consultant’s construction support scope and associated budget. Following multiple iterations of comments and review s by Caltrans Local Assistance and Headquarters, the application request was approved on August 5, 2020. In addition, Caltrans had previously approved an amount of $113,000 for Right-of-Way acquisition. Once the 6-D approval was obtained, staff submitted the 3-A application to Caltrans, requesting that the approved funds for Preliminary Engineering and Right-of-Way Acquisition be programmed for Fiscal Year 2022. On December 18, 2020 Caltrans agreed to program the funds requested for Fiscal Year 2022. Out of the total $574,146 approved by Caltrans, $47,000 is appropriated for City expenses such as past and future permit fees. The remaining $527,146 will be added to the contract through Amendment No. 4 for NV5, Inc. to complete the project. Highway Bridge Program grants typically reimburse the grantee 88.53% of elig ible project expenses. Of the total $687,146 in project costs approved by Caltrans, $608,330 will be reimbursed by Caltrans and recognized and appropriated in this memorandum. Through an existing Cost Share Agreement, Valley Water has provided the 11.47% local match for prior costs associated with this project. Valley Water has agreed to continue to provide the local match for the additional funds necessary to complete design, and staff is currently working with Valley Water staff to finalize Cost Share Agreement Amendment No. 3. Once completed, Amendment No. 3 will be brought to Council for approval along with the recognition and appropriation of the remaining $78,816 in reimbursement revenue. In addition, Valley Water’s local match contribution for consultant fees associated with Bidding and Construction Support will be part of a future funding agreement. These expenses may also be addressed through the future construction cost funding agreement for the San Francisquito Creek Flood Reduction, Ecosystem Restoration and Recreation Project Upstream of Highway 101. As a result of the City’s funding partnership with Caltrans and Valley Water, the cost of the proposed contract amendment with NV5, Inc. will be fully reimbursed. Staff coordinated with the member agencies to review and develop the updated scope and cost associated with the contract amendment. The tasks and schedule outlined in the contract amendment comprise the remaining steps in the project development process for the Newell Road Bridge Replacement Project. This contract is on the City’s professional services template, which permits the City to terminate without cause/for convenience by providing written notice to the contractor. In the event the City finds that due to the challenging budget situa tion City resources need to be refocused elsewhere, the City can terminate for convenience. Other City of Palo Alto Page 4 options include termination due to non-appropriation of funds or amending the contract to reduce the cost, for example, by reducing the scope of work. The contract may also be temporarily suspended by written notice of the City Manager. Cooperation Agreement with the City of East Palo Alto As described at the June 1, 2020 City Council meeting, the Newell Road Bridge Replacement Project includes improvements within Woodland Avenue and Newell Road in the City of East Palo Alto. These improvements include replacing existing concrete curbs, sidewalk, and pavement near the bridge approach, and are required to conform with the new bridge deck elevation. Since this work is located outside of Palo Alto’s jurisdiction, staff partnered with the City of East Palo Alto to develop a Cooperation Agreement that describes how the two cities will work together to assure an efficient an d successful project. The agreement was reviewed and approved by the City of East Palo Alto City Council and signed by the City of East Palo Alto’s Director of Public Works and City Manager on October 29, 2020. It was then inadvertently executed by Palo Alto staff without City Council approval. Staff recommends that Council ratify the Cooperation Agreement. Timeline Council adopted the CEQA document and approval of Architectural Review application on June 1, 2020. Caltrans as the lead federal agency for the project approved the Environmental Assessment under National Environmental Policy Act (NEPA) and provided a Finding of No Significant Impact on May 21, 2020. The City’s consultant, NV5 , Inc., will further the design and prepare documents including the following: Type Selection Report, Construction Plans, Preliminary Engineering Specifications, and Cost Estimate (PS&E) for the project. • The PS&E will be completed by September 2022. • The City will obtain all the required permits and approvals from regulatory state and federal resource agencies such as: a 404 permit from United States Army Corps of Engineers, a 401 permit from the Regional Water Quality Control Board, and a Streambank Alteration Agreement from California Department of Fish and Wildlife by September 2022. • The City will secure and obtain all the necessary temporary and permanent easements by October 2022. • Construction bids will be solicited in November 2022. • The construction of the Newell Road Bridge Replacement project, which will require the closure of the Newell Road bridge for the duration of construction, is planned to commence in March 2023. The work within the creek banks can commence in June and will need to be completed by October 15, 2023, in accordance with standard regulatory restrictions. Restoration and improvements of Newell Road and Woodland Avenue along East Palo Alto and Newell Road along Palo Alto will be completed by Summer 2024. City of Palo Alto Page 5 This timing is consistent with the planned execution of the San Francisquito Creek Joint Powers Authority (SFCJPA) San Francisquito Creek Flood Reduction, Ecosystem Restoration and Recreation Project Upstream of Highway 101. The District/SFCJPA project may perform the creek widening scope of work associated with the upstream project concurrently with Newell Road Bridge Replacement project. The Pope-Chaucer Street bridge will be replaced once the construction of the Newell Road Bridge Replacement project is complete. Current plans are to keep Pope-Chaucer Street open during the Newell Road Bridge work, avoiding the two bridges being closed to traffic simultaneously. Resource Impact Funding for this contract is available in the Fiscal Year 2021 Capital Improvement Program Newell Road/San Francisquito Creek Replacement Project (PE-12011). The Caltrans Highway Bridge Program grant will provide reimbursement for 88.53% of the cost of the project. Staff is working with Valley Water to amend the existing agreement for reimbursement to include the local match for the additional project costs approved by Caltrans. The Fiscal Year 2022 expenditure appropriation for capital project PE-12011 as well as the State of California revenue estimate are recommended to be adjusted to recognize the additional funding of $608,330 from Caltrans described in the discussion section of this report. Staff expects to complete the amended agreement with Valley Water in summer 2021 and will return to Council for approval of the agreement and a budget amendment to recognize the local match funding in the amount of $78,816 following Council’s summer break. Policy Implications The contract amendment with NV5, Inc. and Cooperation Agreement with City of East Palo alto are consistent with Creeks and Riparian Areas Goal N-3 and Comprehensive Plan Policy N-3.8. The project is working cooperatively with San Francisquito Creek Joint Power Authority (SFC JPA) to implement flood protection measures by replacing the bridge that has been determined as obsolete by California Department of Transportation . The bridge project also takes measures to preserve and protect natural habitat of San Francisquito Creek. Stakeholder Engagement Since its inception, the Newell Road Bridge Replacement Project has hosted over a dozen community meetings to help identify alternatives, determine the alternative screening analysis, meet CEQA and NEPA requirements, and provide an opportunity for members of the community to listen and ask questions associated with the project. Several of these presentations occurred in front of Boards and Commissions including Palo Alto’s Planning and Transportation Commission, Architectural Review Board, and City Council; East Palo Alto’s Public Works and Transportation Commission; and San Francisquito Creek Joint Power’s Authority Board. Videos and copies of these meetings are available on the project page Additional project related information will be added to the page as needed and as the project advances. City of Palo Alto Page 6 Environmental Review The Final EIR was completed and certified by Council on June 1, 2021 (Staff Report ID #11184). Attachments: • ATTACHMENT A: Contract with NV5, Inc._C12142825 Amendment #4 • ATTACHMENT B: CPA/EPA Cooperation Agreement AMENDMENT NO. 4 TO CONTRACT NO. C12142825 BETWEEN THE CITY OF PALO ALTO AND NV5, INC. This Amendment No. 4 (this “Amendment”) to Contract No. C12142825 (the “Contract,” as defined below) is entered into as of June 21, 2021, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and NV5, INC., a California corporation, located at 2025 Gateway Place, Suite 156, San Jose, CA 95110 (“CONSULTANT”). CITY and CONSULTANT are referred to collectively as the “Parties” in this Amendment. R E C I T A L S: WHEREAS, the Contract (as defined below) was entered into between the Parties for the provision of professional engineering design and environmental assessment services (the “Services” as defined therein) in connection with the Newell Road/San Francisquito Creek Bridge Replacement Project (“Project”), as detailed therein; and WHEREAS, the Parties entered into Amendment No. 1 and Amendment No. 2, each amending the Scope of Services, Schedule of Performance and Compensation, as detailed therein, and Amendment No. 3, amending the Schedule of Performance as detailed therein; and WHEREAS, the Parties now wish to amend the Contract in order to (1) increase and amend the Scope of Services to include the tasks detailed in Exhibit “A-3” (Scope of Services, Amendment No. 4) which identifies Services already provided from Exhibits “A” through “A-2” (“Tasks Completed” as identified in Exhibit “A-3”), and details the Services remaining to be provided during the remainder of the term of the Contract; (2) increase the compensation by Five Hundred Twenty-Seven Thousand and One Hundred Forty Six Dollars ($527,146), from One Million Three Hundred Fifty-Four Thousand One Hundred Seventy-Seven Dollars ($1,354,177) to a new total not-to-exceed amount of One Million Eight Hundred Eighty-One Thousand Three Hundred Twenty-Three Dollars ($1,881,323); and (3) extend the Contract term through December 31, 2024, as detailed herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the Parties agree: SECTION 1. Definitions. The following definitions shall apply to this Amendment: a.Contract. The term “Contract” shall mean Contract NO. C12142825 between CONSULTANT and CITY, dated March 5, 2012, as amended by: Amendment No. 1, dated June 4, 2013, Amendment No. 2, dated March 10, 2015, and Amendment No. 3, dated June 1, 2020. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Attachment A b.Other Terms. Capitalized terms used and not defined in this Amendment shall have the meaning assigned to such terms in the Contract. SECTION 2. Section 1, entitled “SCOPE OF SERVICES”, of the Contract is hereby amended to read as follows: “CONSULTANT shall perform the Services described in the attached Exhibit “A” (Scope of Services), Exhibit “A-1” (Scope of Services, Amendment No. 1), Exhibit “A-2” (Scope of Services, Amendment No. 2), and Exhibit “A-3” (Scope of Services, Amendment No. 4), in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY.” SECTION 3. Section 2, entitled “TERM”, of the Contract is hereby amended to read as follows: “The term of this Agreement shall be from the date of its full execution through December 31, 2024, unless terminated earlier pursuant to Section 19 of this Agreement.” SECTION 4. Section 4, entitled “NOT TO EXCEED COMPENSATION,” of the Contract is hereby amended to read as follows: “The compensation to be paid to CONSULTANT for performance of the Services described in Section 1 (Scope of Services) herein, including any reimbursable expenses specified in Exhibit “C” (Compensation), Exhibit “C-2” (Compensation, Amendment No. 1), Exhibit “C-3” (Compensation, Amendment No. 2), or Exhibit “C-4” (Compensation, Amendment No. 4), as applicable, shall not exceed One Million Seven Hundred Thirty-Six Thousand Two Hundred Ninety-Seven Dollars ($1,736,297). In the event Additional Services are authorized, the total compensation for the performance of the Services (also referred to herein as the “Basic Services”), Additional Services and any specified reimbursable expenses, shall not exceed One Million Eight Hundred Eighty-One Thousand Three Hundred Twenty-Three Dollars ($1,881,323), as detailed in Exhibit(s) “C”, “C-2” “C-3”, and/or “C-4”, as applicable. The applicable rates and schedules of payment (budget schedules) are set out in Exhibit(s) “C”, “C-1”, “C-2”, “C-3”, and/or “C-4”, which are hereby attached to and made a part of this Agreement. Additional Services for this Contract Amendment, if any, shall be authorized in accordance with and subject to the provisions of Exhibit(s) “C”, “C-2”, “C-3” and/or “C-4”, as applicable. Consultant shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. “Additional Services” shall mean any work that is not determined by CITY to be necessary for DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit “A”, Exhibit “A-1”, Exhibit “A-2” or Exhibit “A-3.” SECTION 5. The following exhibits to the Contract are hereby added or amended, as indicated below, to read as set forth in the attachment to this Amendment, which are hereby incorporated in full into this Amendment and into the Contract by this reference: a.Exhibit “A-3” entitled “SCOPE OF SERVICES, AMENDMENT NO. 4” (ADDED) b.Exhibit “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT NO. 4” (AMENDED, REPLACES PREVIOUS) c.Exhibit “C-4” entitled “COMPENSATION, AMENDMENT NO. 4” (ADDED) SECTION 6. Legal Effect. Except as modified by this Amendment, all other provisions of the Contract, including any exhibits thereto, shall remain in full force and effect. SECTION 7. Incorporation of Recitals. The recitals set forth above are terms of this Amendment and are fully incorporated herein by this reference. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 SIGNATURES OF THE PARTIES IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed this Amendment effective as of the date first above written. CITY OF PALO ALTO ____________________________ City Manager APPROVED AS TO FORM: _____________________________ Assistant City Attorney NV5, INC. ______________________________ Todd George, PE Chief Operating Office – INF West ______________________________ Kathy Stevenson Regional Controller Attachments: EXHIBIT "A-3": SCOPE OF SERVICES, AMENDMENT NO. 4 (ADDED) EXHIBIT "B": SCHEDULE OF PERFORMANCE, AMENDMENT NO. 4 (AMENDED, REPLACES PREVIOUS) EXHIBIT “C-4”: COMPENSATION, AMENDMENT NO. 4 (ADDED) DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 EXHIBIT “A-3” SCOPE OF SERVICES, AMENDMENT NO. 4 CONSULTANT (also referred to herein as “NV5”) will provide the Services described in this Exhibit “A-3,” Scope of Services, Amendment No. 4, which details the tasks required to finalize the Newell Road Bridge Project for the City of Palo Alto. This Exhibit “A-3” identifies the Services already provided from Exhibits “A” through “A-2” (“Tasks Completed” as identified below), and details the Services remaining to be provided during the remainder of the term of the Agreement (in some cases, modifying or adding to the Services detailed in Exhibits “A” through “A-2”), as of the Effective Date of Amendment No. 4, setting a revised baseline for the Services remaining to be provided. In the event of a conflict between the Scope of Services provided in Exhibit “A-3” and the Scopes of Services provided in Exhibits “A” through “A-2,” the Scope of Services provided in Exhibit A-3” will control. Tasks that are completed, or have been determined unnecessary, are no longer part of the final design development and are excluded from this Scope of Services. As applicable, tasks and subtasks are noted below as “completed” or “determined unnecessary”. Phases, tasks, and, where appropriate, descriptions presented, are intended to follow those from the original contract and previous contract amendments. Phase 1- Preliminary Engineering, NEPA/CEQA Documentation Task 1 - Project Management Task 1.1 - Project Management Consultant will directly coordinate with Client on a monthly basis through the completion of design and bidding support. Progress reports will be included each month with invoices. Progress reports will consist of a memo summarizing project status and the budget tracking spreadsheet, consistent with the project to date. Consultant will coordinate with Project Stakeholders as required to deliver the project. Consultant will perform management duties, including project tracking, budget review, subconsultant maintenance and communication, and internal coordination. NV5’s Project Manager understands the connectivity between the Newell Road Bridge Replacement Project and the Upstream of Highway 101 Project. The Project Manager understands priorities and schedules for each project and will allocated uninterrupted resources to the critical tasks as necessary. As a general rule, the Newell Road project carries the highest priority as it must be constructed prior to the Upstream of Highway 101 improvements in the larger picture of the flood control project for the region. Task 1.1 Deliverables: NV5 will deliver the following work products for this scope item: 1.Monthly Invoices 2.Budget Tracking Spreadsheet 3.Monthly Progress Report DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 1.1.2 – Alternative Screening Project Management (Task Completed) Task 1.1.3 – EIR/EA Project Management (Task Completed) Task 1.2 – Meetings Project Manager and Project Engineer from the Consultant will attend one (1), one (1) hour, Team conference call meeting per month with City of Palo Alto project staff. Agenda and meeting notes will be prepared when agreed between consultant and client. Materials for meetings are expected to consist of the agenda and current work products, including Type Selection report materials and PS&E materials as described within this scope. Separate exhibits or renderings are not anticipated. However, if required the additional work will be handled by a separate Addition Work Services request. In addition to the monthly team meetings, weekly Project Manager calls / meetings will be held to ensure coordination and communication. Weekly calls are expected to be approximately 20 minutes to allow the City and consultant project managers to stay on track and coordinated on priorities, expectations, and any issues that might arise. Following the completion of Preliminary Phase I and approval of the Newell Bridge Type Selection Report, NV5 team members will attend one (1) conference call meeting with the City of Palo Alto and other stakeholders involved with the project, to discuss Project objectives, scope, design criteria and management process. In addition, upon receipt of the comments from Caltrans to the draft Type Selection Report, NV5’s Project Manager will attend one (1) conference call with the City of Palo Alto and stakeholders to discuss comments before finalizing the Report. Task 1.3 - Quality Assurance/Quality Control Throughout the project, NV5 will ensure project quality at all levels of design by incorporating our Quality Assurance/Quality Control processes and procedures under the Quality Management Plan (QMP). The objectives of the QMP are to provide a consistent approach to performing quality control reviews of all work products to accomplish the following: •Identify key project quality goals, roles and resources •Identity the requirements of the Scope of Work. Make certain to check the Contract deliverables •Identify and describe quality processes and procedures applicable to the project and group. The QMP assures that all team members are following the same processes •Serve as a comprehensive reference tool for the Project Manager and other project staff in carrying out steps related to Quality Assurance/Quality Control Task 1.4 - Project Schedule NV5 will prepare a comprehensive project schedule and submit it to the City for review and approval. The schedule will be updated once per month to reflect any changes discussed during the monthly Team call, and a copy will be submitted to the City of Palo Alto for project records. The monthly project update will be submitted to the City one week prior to the monthly team meeting to allow for review and discussion at the team meeting. Task 1.4 Deliverables: NV5 will deliver the following work products for this scope item: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 - 1.Project Schedule Task 1.5 – Public Outreach (Task Completed) If determined necessary additional public outreach for permitting or construct support, will be handled as an additional services. Task 1.5.2 – Alternative Screening Analysis Public Outreach (Task Completed) Task 1.5.3 – EIR/EA Public Outreach (Task Completed) Task 1.6 – Agency Coordination (Task Completed) Task 2 – Existing Document Review Task 2 – Existing Document Review (Task Completed) Task 3 - Utility Coordination Task 3.0 - Utility Coordination NV5 will provide utility coordination services with the objective to obtain all data on the various utility encroachments within the project limits. Early coordination will occur once the Type Selection Report has been completed. In addition, following Caltrans utility procedures standard A, B, and C letters of utility notification will be prepared by NV5 for signature and submission by City of Palo Alto and City of East Palo Alto. NV5 anticipates contacting all utility agencies relevant to the Newell Road Bridge Replacement Project. Task 3.0 Deliverables: NV5 will deliver the following work products for this scope item: 1.Utility A, B, and C letters 2.PG&E contract and application process to the City of Palo Alto for pole relocation DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 4 – Environmental Clearance Documents Task 4.1 – Prepare Purpose and Need Statement (Task Completed) Task 4.2 – Prepare Admin Draft and Draft I.S. (Task Completed) Task 4.3 – Prepare Admin Draft and Final I.S. (Task Completed) Task 4.4 – Prepare Cat. Exclusion for NEPA (Task Completed) Task 4.5 – Prepare Draft and Final Tech Studies/Memoranda (Task Completed) Task 4.6 – Project Management and Meetings (Task Completed) Task 4.7 – Alternative Analysis Screening Process (Task Completed) Task 4.8 – Prepare CEQA and NEPA Environmental Documentation, EIR/EA (Task Completed) Task 4.9 – Additional Services No. 3 (Task Completed) Task 4.10 – Additional Services No. 4 (Task Completed) Task 4.11.1 – Additional Services No. 5, NV5 (Task Completed) Task 4.11.2 – Additional Services No. 5, ICF (Task Completed) Task 4.11.3 – Additional Services No. 5, TJKM (Task Completed) Task 4.12 – Additional Services No. 8, TJKM (Task Completed) Task 5 – Survey & Base Mapping Task 5.1 – Topographic Survey (Task Completed) Task 5.1.2 – Confirm Existing Creek Topography (Task Completed) Task 5.2 – Right-of-Way Constraints Map (Task Completed) Task 5.3 - Right of Way Engineering Services Based on finalized Right of Way alignment, NV5 will prepare right of way plats and legal descriptions necessary for temporary construction easements, permanent easements and the acquisition of additional right of way. Based on available assessors’ maps covering the project site, we have based our fee on providing a maximum of five (5) plats and legal descriptions. At this time, it is anticipated that plats and legals will be needed for: APN No. 003-12-013 (475 Newell Road, Palo Alto), APN No. 063-513-350 (5 Newell Road, East Palo Alto), APN No. 063- 515-370 (1761 Woodland Avenue, East Palo Alto), APN No. 063-515-380 (1767 Woodland Avenue, East Palo Alto, including portion in channel), APN No. 063-515-280 (1773 Woodland Avenue, East Palo Alto). The City will be responsible for appraising and acquiring all necessary easements and right of way takes. Right of Way Appraisal and Acquisition services are not included in our scope of services or fee. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 5.3 Deliverables: NV5 will deliver the following work products for this scope item: 1.Two (2) copies of signed Plat Maps and Legal Descriptions for each of the affected parcels. Task 6 – Bridge Hydraulic Report Task 6.1 – Preliminary Design/Hydraulics Analysis (Task Completed) 6.1.2 EIR/EA Hydraulics Analysis and Technical Memo (Task Completed) Task 6.2 – Location Hydraulics Study (Task Completed) Task 6.3 - Bridge Hydraulic Report In the design phase of the project, the information and models developed during the Preliminary Design and Environmental Phase will be used as the basis for the preparation of the project’s Bridge Hydraulic Report. This report will include the appropriate items identified in the current Caltrans Local Assistance Procedures Manual in effect at the time the study is performed, Section 11, Exhibit 11-E, Checklist for Drainage Studies and Report. The Bridge Hydraulic Report will evaluate the Design Flood (Q50), Base Flood (Q100) and Overtopping Flood (or Flood of Record). For each flow condition the following flow characteristics will be investigated and defined: Design Flows Water Surface Elevations Water Surface Profiles Freeboard Flooding Limits Flow Velocities Scour potential The proposed bridge is a clear span structure from top of bank on each side, replacing the existing closed abutment bridge with footings within the creek banks that constrict flow in the creek. The main requirement for hydraulic design is compatibility with the regional planning for the ultimate configuration and capacity (Q100 of 8150 cfs) of the creek. This required capacity is determined by Valley Water and the San Francisquito Creek Joint Powers Authority flood control project. The flow becomes the Q100 level only after a future phase of the regional flood control project is completed to build upstream detention. However, the required flow does not change at the Newell Road Bridge location. A design exception will be required as minimal freeboard will be provided above the Q50 or Q100 flows. Recommendation will also be provided for Rock Slope Protection (RSP) and scour as required. This could include channel armoring. Task 6.3 Deliverables: NV5 will deliver the following work products for this scope item: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 1.Bridge Hydraulic Report Task 6.4 – Contract Plans & Details (For the EIR, Phase I – Task Determined Unnecessary) For PS&E, Phase II, NV5 will prepare contract plans and details for the location hydraulic study. These will be shown on two plans sheets and will include creek cross sections along plan view of the project area to show the low flow channel. The low flow channel will include riffles and ponds to meet permit agency requirements. NV5 will also prepare the details for embankment and abutment protection. Task 6.5 – Sediment Transport Analysis for Creek Widening (Task Determined Unnecessary) Task 6.6 – Scour Analysis for Creek Widening (Task Determined Unnecessary) Task 7 - Geotechnical Investigations Parikh Consultants Inc. (PCI) will prepare a detailed final Foundation Report. The project was explored several years ago (2012-13) and then it was delayed during the design phase. The original field exploration and laboratory tests conducted several years ago (2012-13) are still considered useable. However, the design, loading conditions, layout, engineering design standards have all changed to a level where we require to restart the project from analyses to final report preparation. The current scope of work is to use as much data as available and complete a new draft and final report in accordance with current Caltrans standards and AASHTO Load and Resistance Factor Design (LRFD) Specifications. Following is the balance of the scope of work. Task 7.1 – Research and Data Collection (Task Completed) Task 7.2 – Field Exploration (Task Completed) Task 7.3 – Laboratory Testing (Task Completed) Task 7.4 – Soil Analysis/Evaluation Soils Analysis/Evaluation: Perform engineering analyses and develop design recommendations for the proposed foundations, proposed abutment walls and walls adjacent to properties. Concrete drilled piles are expected for the bridge supports. Pavement design will be based on the Traffic Index value and the R-value provided by PCI. Short retaining walls are included in the scope however, due to their short height, traffic limitations, and public and private property locations, new explorations will not be conducted for these retaining walls. Geotechnical recommendations will be provided based on the explorations performed previously. Task 7.5 – Prepare Draft Foundation Report Prepare preliminary recommendations for foundations. Prepare a Foundation Type Selection Report with the Log of Test Borings (LOTB) for the structure. No in-person type selection meeting is expected for this project due to Covid-19 restrictions, a virtual meeting via conference call that includes PCI will be scheduled. In addition, PCI will develop pavement design recommendations. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 7.6 - Final Foundation Report Prepare Final Foundation Report: Prepare detail report including design recommendations for foundation type and footing elevations lateral design capacities, incorporate potential scour data in the design, evaluate slope stability as necessary at the abutments, pile foundation or spread footing recommendations (retaining walls). Discuss seismic considerations, evaluate the liquefaction potential and comment on the site soil conditions from this standpoint. Information related to Caltrans Seismic design criteria (SDC v 2.0) shall be provided. Information related to the recently revised Seismic design guidelines (2019) and the ARS curves (using Caltrans ARS online tool) will be provided. Prepare final Foundation report for the structure. Using the general plan as a base map, we will provide boring logs. Tasks 7.5 and 7.6 Deliverables: PCI / NV5 will deliver the following work products for this scope item: 1.Draft Foundation Report 2.Final Foundation Report 3.Log of Test Borings Sheet Task 8 - Type Selection Task 8.1 - Bridge Type Selection Report With the completion of the Environmental Phase and certification of the Environmental Document, the locally preferred location for the bridge and the planned roadway and bridge geometry have been determined. NV5 will determine appropriate bridge replacement types and prepare two (2) alternatives to meet the project criteria and prepare the Bridge Type Selection Report. The draft and final Bridge Type Selection Reports shall include the following: A General Plan Sheet, and a Preliminary Foundation Plan will be prepared to convey each bridge alternative along with the Geotechnical Memorandum or Preliminary Foundation Report. A conceptual plan and profile for the roadway alignment was prepared in conjunction with the work for the environmental document. The vertical profile will be verified for the bridge alternatives. A narrative description addressing pertinent information about the selected bridge and road alignment alternative will be provided in the type selection report. A General Plan Estimate will be included for each alternative will be prepared. General Plan Estimate will be prepared in accordance with Caltrans Standard Planning Study Cost Estimating practices. The Bridge Type Selection Report will identify the advantages and disadvantages of each alternative analyzed and recommend a preferred alternative. NV5 will prepare final PS&E project plans based on the selection of a preferred alternative by the City and the approval of the Bridge Type Selection Report. A draft version of the Bridge Type Selection Report will be submitted to the City and Caltrans for review and comment. Upon receipt of the comments of the draft report, NV5 will attend one meeting as described under Task 1.2 before preparing a final Bridge Type Selection Report. Task 8.1 Deliverables: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 NV5 will deliver the following work products for this scope item: 1.Draft Bridge Type Selection Report, including all elements described above 2.Final Bridge Type Selection Report, including all elements described above Task 8.1.2 – Equipment Staging Tech Memo (Task Completed) Task 8.1.3 – Additional Services No. 6 (Task Completed) Task 8.2 – Traffic Study (Task Completed) Task 8.2.2 – Additional Traffic Study (Task Completed) Task 8.2.2.2 – N/T Alternatives Screening Analysis Traffic Study (Task Completed) Task 8.3 - 35% Preliminary Plans and Estimate NV5 will prepare preliminary roadway, bridge and landscape plans for the selected project alternative. The preliminary plans will provide enough data to convey a complete scope of the project. The preliminary plans will consist of: •Title Sheet •Preliminary Typical Sections •Preliminary Roadway and Profile Sheets •Preliminary Bridge General Plan Sheet •Preliminary Landscape Plan Sheet Task 8.4 – Alternatives Screening Analysis, Development and Report (Task Completed) Phase 2 - Final Design & Permitting Task 9 - Final Design & PS&E Development After approval of the Bridge Type Selection Report, NV5 will begin the design work and preparation of the PS&E. This phase will include the development of the bridge and roadway plans which will be prepared in accordance with the current Bridge Design Details Manual and the Highway Design Manual as published by Caltrans. This phase will also include the preparation of Special Provisions to accompany the State of California Standard Specifications. The initial step of the final design phase will be the development of the first (65%) submittal of the plans, special provisions, and estimate (PS&E). Task 9.1 - 65% Bridge/Structural Design NV5 will prepare a full structural design on the selected bridge alternative identified in the Bridge Type Selection Report, including features to support the existing creek slope and conform to existing banks. The design will be conducted in accordance with the current editions at the time the work is performed: Caltrans Bridge Design Manuals AASHTO LRFD Bridge Design Specifications Caltrans Seismic Design Criteria A detailed description of NV5’s bridge design subtasks follows: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Superstructure Design The superstructure will be designed to meet LRFD requirements specified by Caltrans. Vertical loads will include HL-93, Permit, and Alternative Vehicle live loads as well as prescribed dead loads. The seismic design will adhere to the requirements specified in the current Caltrans Seismic Design Criteria and the current Caltrans Memo to Designers Manual at the time the work is performed. The analysis of the bridge superstructure will utilize the CT Bridge computer program for live loads, used by Caltrans. Substructure Design The support reactions from the superstructure will be used to design the substructure components. The substructure system will incorporate structure movement, drainage, structure approach, and seismic requirements. The substructure items will be designed in accordance with the current Caltrans Bridge Design Specifications Manual for vertical loading and lateral loading at the time the work is performed. Seismic Design After member sizes have been determined during the Superstructure and Substructure designs, NV5 will analyze the bridge for seismic loading. Information that will be used to determine the design seismic loads includes the maximum ground acceleration, and depth to bedrock. Once NV5 has obtained the site parameters from PCI, this information will be coupled with the structural parameters of the bridge to determine seismic loads and reactions. Requirements in the current Caltrans Seismic Design Criteria and the current Caltrans Memo to Designers Manual, at the time the work is performed, will be used to determine the loading. Task 9.2 - Roadway Design NV5 will refine the selected horizontal and vertical roadway alignment developed for the Type Selection Report. NV5 will design roadway cross sections and construction details as part of this task. Detailed earthwork calculations will be performed as well. Drainage systems and construction staging requirements will also be developed. The need for bioswales and potential locations will be reviewed during the design. If required, NV5 will meet with Palo Alto and East Palo Alto to discuss bioswale locations and details. The goal is to agree upon the bioswale issues and avoid repetitive design inefficiencies. Bioswale design will then be completed for the agreed upon scenario. If NV5 is requested to perform iterative designs, such as requested relocation of bioswales, design changes, or revised base details, these will be considered out of scope and require additional fee. Task 9.3 - Traffic Control/Construction Staging Plans NV5 will develop traffic control and construction staging plans that will allow for the construction of the project while limiting the inconvenience and impact to the local community. Task 9.4 - 65% Preliminary Plans, Special Provisions & Estimate Concurrently with the design efforts for your project, NV5 will prepare the 65% PS&E. This phase will include the development of the bridge and roadway plans, including roadway layout, drainage, signing and striping. These plans will be prepared in accordance with the Bridge Design Details Manual and the Highway Design Manual as published by Caltrans. This task will also include the preparation of Special Provisions to accompany the State of California Standard Specifications. Environmental mitigation measures, if required, will be incorporated into the development of these documents. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Plans The plan sheets will be prepared in English units. NV5 intends to use AutoCAD Civil 3D. We will develop our drawing files using Caltrans’ Plan Preparation Manual. We anticipate roadway layout plans to be at a scale of 1”=40’ or 1”=20’, and roadway construction details to be at a scale of 1”=10’ unless otherwise requested by the City. Bridge plans will be at the required feet and inch scales. Plans for all submittals will include the following. The level of completeness for the various sheets will depend on the submittal (65% versus 90%): Title Sheet & Key Map General Notes Demolition Plan Roadway Typical Cross Section Sheet Roadway Plan and Profile Sheets Construction Detail Sheets City of Palo Alto Standard Details City of East Palo Alto Standard Details Temporary Erosion/Pollution Control Sheets Palo Alto Standard Stormwater Pollution Prevention Plan Roadway Drainage Plan (includes drainage features in private properties) Utility Plan and Profile Sheets (East Palo Alto and Palo Alto) Landscape Plan with GSI features Creek Channel Restoration and Retaining Walls Cross Sections Signing and Striping Plan Traffic Control and Detour Plan Construction Staging Plan Bridge General Plan Bridge Foundation Plan Deck Contour Sheet Abutment Detail Sheets Bridge Typical Section Sheet Bridge Girder Layout Sheet Bridge Railing Plan Log of Test Borings Sheet Special Provisions NV5 will use the most current version of the Standard Special Provisions available from Caltrans and will revise the Standard Special Provisions to meet the requirements for this specific project. The special provisions document will be developed using Microsoft Word. Cost Estimate Along with the plans and special provisions, a detailed construction cost estimate will be developed. A Marginal Estimate will be prepared as an estimate of probable construction cost for the project based on Caltrans standard cost estimates. This estimate will be based on quantity take-off calculations performed and checked by the designer and unit cost information for each of the items listed. The unit cost data will be based on past relevant experience with similar projects; including any City of Palo Alto construction cost data, and the latest version of Contract Cost Data as prepared by Caltrans. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 9.5 - First (65%) PS&E Submittal At the 65% complete stage of the project, and prior to formal submittal to the City, a comprehensive Quality Control Review of the Plans, Specifications, and Construction Cost Estimate will be performed concurrently by our QC manager, Jack Abcarius or designee. Upon completion of this portion of work, NV5 will submit for review and comment the 65% PS&E package. Submittal will follow the City of Palo Alto electronic submittal process to provide digital files of all documents. Task 9.5 Deliverables: NV5 will deliver the following work products for this scope item: 1.65% Plans (22x34 format) – 10 hard copies 2.65% Technical Specifications (Caltrans Standard Specifications format and Special Provisions) – 5 hard copies 3.65% Preliminary Construction Cost (opinion of probable construction cost) - 5 hard copies Task 9.6 - Independent Design Check An independent bridge design check will be conducted. The bridge independent check occurs during the same period as the review of the 65% package by the local agencies. The independent design check will be performed on the 65% plan set by an engineer not involved in the initial design of the project. It will consist of a thorough review of the structure, Bridge Plans, Technical Specifications and Draft Special Provisions. During this effort, we negotiate an ultimate solution between the designer and checker. These negotiations often render portions of the previous designs unusable because it differs from the negotiated solution. Additional activities include: •Pre-check discussions surrounding design method, seismic design approach, and general structures detailing. •Review of independent check comments and negotiation to reconcile the comments. •Revise details and calculations consistent with the negotiations from the previous steps. •Follow up with the independent checker to confirm the comments were adequately addressed. The design checker for action or response will prepare a list of issues to be addressed by the designer and a set of independent check calculations. This task includes a check to ensure the design of the bridge accommodates the future headwalls and buoyancy forces of the pressure flow condition. Task 9.7 - Response to Review Comments / 90% PS&E Revisions Upon receipt of the City, State, and other review agency comments on the 65% complete project documents, revisions will be made to the Plans, Specifications and Special Provisions in preparation for the 90% submittal package. A written response will be prepared by the designer addressing any reviewer or checker comments, suggestions or proposed revisions. The project DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Special Provisions will also be finalized in Caltrans’ standard format for inclusion in the Bid Documents along with the boilerplate portion provided by City of Palo Alto. Task 9.8 - Second (90%) PS&E Submittal A complete set of checked Plans, Specifications, and Construction Cost Estimate will be submitted to City of Palo Alto and Caltrans for final review and approval. Submittal will follow the City of Palo Alto electronic submittal process to provide digital files of all documents. Task 9.8 Deliverables: NV5 will deliver the following work products for this scope item: 1.90% Plans (22x34 format) 10 Copies 2.90% Technical Specifications (Caltrans Standard Specific format and Special Provisions) – 5 copies 3.90% Preliminary Construction Cost (PDF Format) 4.Letter from the QA/QC professional and plan checker certifying that the plans meet the requirements for the bridge and construction. Task 9.9 – Third (100%) PS&E Submittal Design comments on the 90% PS&E submittal made by City of Palo Alto and Caltrans will be incorporated into the Final Plans Special Provisions and Estimates, as appropriate. Task 9.9 Deliverables: The 100% PS&E will include the following items: 1.Checked Structural Bridge Plans 2.Final Road Plans 3.Special Provisions and Technical Specifications for Construction 4.Engineer’s Estimate 5.Resident Engineer’s Pending File These final drawings, special provisions, technical specifications, and estimates will be prepared in accordance with the current Local Programs Manual and presented to City of Palo Alto at the completion of the design phase of the project. All documents will be stamped and signed by a licensed civil or structural engineer registered in California. Project drawings will be prepared using the Caltrans standard 22” by 34” drawing sheet size and layout. Project drawings will also be provided in AutoCAD. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 9.10 – Landscape Architectural Final PS&E Submittal Based on comments received on the preliminary plans developed during the environmental phase, the landscape plans will be developed into construction documents to a 65% level of completion. An updated cost estimate and technical specifications will be prepared for landscape-related items of work. Subsequent submittal will be made at 90% and 100% (Final) PS&E levels in order to address comments and update the landscape architectural plans. Task 10 – Regulatory Agency Permitting – (Task may be a removed from the scope at the City’s discretion) As part of the NV5 Team, ICF Jones & Stokes, Inc. (“ICF”) will prepare the following permit applications for the remaining tasks on the Newell Road Bridge Replacement Project (It is assumed that the application fees for these permits will be provided by the City): permitting, preconstruction surveys, and implementation of biology avoidance, minimization, and/or mitigation measures. The Task 10.1 scope has been taken from Contract Amendment 2 and modified as necessary to account for project updates. The scopes for Tasks 11.3.1 and 11.3.2 are based on the avoidance, minimization, and mitigation measures from the Final EIR/EA. It should be noted that this scope of work only includes the avoidance, minimization, and mitigation measures that ICF can implement. There are numerous other avoidance, minimization, and mitigation measures from the Final EIR/EA that are listed in the Mitigation Monitoring and Reporting Program (MMRP) that must be implemented by either the City or the construction contractor that are not included in the scope of work. Please see the MMRP for the full list of avoidance, minimization, and mitigation measures. Regarding Tasks 11.3.1 and 11.3.2, the scope of work for these tasks show which of the avoidance, minimization, and mitigation measures can be implemented from budget allocated in the Caltrans 6D submittal. The remaining avoidance, minimization, and mitigation measures described in this scope of work and cost estimate can be implemented for an additional cost. These scope items and costs have been in the budget spreadsheets. Task 10.1 – Permitting ICF will support the City in obtaining the following permits as described below. This scope presumes that the proposed creek widening/bank stabilization will be as conceived presently. If the creek improvement project description changes substantially, then there may be need for additional budgeting. For all submissions noted below, this scope includes up to four (4) rounds of documents: Administrative Draft for PA/NV5 review, Draft for Agency 1st review, 2nd Draft for PA/NV5 review, and Final for agency submittal. Up to two (2) meetings for Section 404 Permit, up to four (4) meetings for Section 401 WQC, up to two (2) meetings for 1602 SAA are assumed in this scope. •Section 404 Nationwide Permit: o Meetings/Coordination: ICF will conduct up to two (2) meetings, including one (1) site visit, with the Corps, RWQCB, and California Department of Fish and Wildlife (CDFW) concerning project permits. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 o ICF will prepare Pre-Construction Notification to the Corps. It is presumed that there would be up to two requests for further information. o Habitat Management Reporting and Monitoring Plan (HMRMP): ICF assumes that preparation of an HMRMP will be required as part of this permit. ICF will prepare the HMRMP for the project, which will describe the restoration plan plus any additional riparian restoration, enhancement or creation that is proposed to compensate for permanent impacts. o USFWS Section 7 Consultation: USFWS consultation was completed during the prior phase of work. o NMFS Section 7 Consultation: NMFS consultation was completed during the prior phase of work. o SHPO Section 106 Consultation: SHPO consultation was completed during the prior phase of work. o Mitigation Design: This scope includes identification of the need for mitigation, but not the actual mitigation design. As mitigation needs are identified, ICF can identify a specific mitigation design scope for PA consideration including estimated budget. •Section 401 Water Quality Certification o Meetings/Coordination: ICF will conduct up to four (4) meetings, including one (1) site visit, with the RWQCB. It is presumed that PA and the consultant team will work with RWQCB to identify the LEDPA prior to release of the Draft EIR. Two (2) of the four (4) meetings would be combined with Corps and CDFW and two would be with RWQCB only. o ICF will prepare an application for a Section 401 WQC. It is presumed that there would be up to two requests for further information. o 404(b)(1)Alternatives Analysis – ICF will prepare an alternatives analysis that would analyze the bridge alternatives (using information developed for the EIR/EA) and creek improvement alternatives (including the proposed widening/bank stabilization as well as a geomorphic alternative and a creek layback/terracing alternative. It is presumed that NV5 will provide conceptual design for the locally preferred alternative (Build Alternative 2) and potentially 1 additional option for creek/bank stabilization to be used for the AA analysis. ICF will prepare a draft 404(b)1 AA analysis for PA/NV5 review, a revised draft for RWQCB review, and a final version responsive to RWQCB comments. o Habitat Management Reporting and Monitoring Plan: ICF assumes that preparation of an HMRMP will be required as part of this permit. ICF will prepare the HMRMP for the project, which will describe the restoration plan plus any additional riparian restoration, enhancement or creation that is proposed to compensate for permanent impacts. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 o Mitigation Design: This scope includes identification of the need for mitigation, but not the actual mitigation design. As mitigation needs are identified, ICF can identify a specific mitigation design scope for PA consideration including estimated budget. •1602 Streambed Alteration Agreement o Meetings/Coordination: ICF would conduct up to two (2) meetings, including one (1) site visit, with the CDFW that would be combined with meetings with Corps and RWQCB. o ICF would prepare an application for a section 1600 SAA. It is presumed that there would be up to two requests for further information. o Habitat Management Reporting and Monitoring Plan: ICF assumes that preparation of an HMRMP will be required as part of this permit. ICF will prepare the HMRMP for the project, which will describe the restoration plan plus any additional riparian restoration, enhancement or creation that is proposed to compensate for permanent impacts. o Mitigation Design: This scope includes identification of the need for mitigation, but not the actual mitigation design. As mitigation needs are identified, ICF can identify a specific mitigation design scope for PA consideration including estimated budget. •Task 10.1 Assumptions o The project will meet Nationwide Permit conditions and will not require an individual permit. o The project footprint will not change. o The proposed project is the least environmentally damaging practicable alternative and the City will provide information on other alternative designs considered or requested by RWQCB or the Corps, if necessary. o One round of review of the PCN by the City. o The Agencies will consider the applications complete or request only minor additional information. o Application fees will be provided by the City. o The Corps and/or RWQCB will require only minimal revisions to the aquatic resources delineation report and map prior to approval. o One site visit with USACE and/or RWQCB to verify the delineation would be conducted. o The City or NV5 will provide Plan, profile, and cross-sectional drawings of all temporary and permanent structures to be constructed in waters. For example: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 a. Engineered drawings of the new bridge column(s) in San Francisquito Creek showing location, depth, and composition in relation to the creek bank and ordinary high-water mark. b. Engineered drawings (plan, profile, x-section) of the earthwork planned on both banks of the creek. Include RSP or Bioengineering drawings to scale if applicable. c. Engineered (or typical) drawings (plan, profile, x-section) of temporary structures placed in the creek or elsewhere for access (e.g., temporary bridges, temporary culverts) and support (e.g., falsework). o The City or NV5 will provide CAD files (.dwg or .dxf) for the project designs, including those used to generate site plans, in a coordinate system or shape files. All required project details will be in a georeferenced spatial format along with parcel data. o The City or NV5 will provide temporary and permanent disturbance limits in CAD files. Phase 3 - Bidding & Construction Support Task 11 – Post Design Services Task 11.1 – Bidding Assistance Upon completion of the final design phase of your project, NV5 will provide Bidding Assistance. NV5 will assist the City in answering technical questions relative to the plans, special provisions, and quantity estimates, and the preparation of required PS&E addendums. Task 11.2 – Construction Support Services NV5 and subconsultants will provide engineering services during construction of the Project. Such services will include attending the preconstruction meeting, reviewing the construction Contractor’s technical submittals and shop drawings when applicable, and responding to technical questions and requests for information (RFI’s). Task 11.2.1 Project Management During Construction. NV5 will manage services such that the Construction Support Services are completed within the not-to-exceed fee limit and in accordance with the Schedule for performance. Consultant will: A.Manage efforts of the Consultant’s and subconsultants’ staff; B.Coordinate its work with the City and its Construction Management Consultant, regarding the scheduling of meetings, attendance, site observations, and deliverables; C.Monitor and manage its expenditures, schedule, and progress, including maintaining an efficient, effective document tracking system for requests for information, and submittals; and D.Provide Monthly Progress Reports of the Consultant’s activities. Monthly Progress Reports will include the following: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 a.An assessment of actual versus planned progress in completing the work, including a description of the tasks, and deliverables completed to date; b. For each task, the percentage of services performed versus the percentage of Agreement not-to-exceed fees incurred for such task, and explanation of any significant variances in percentage of services performed compared to percentage of fees incurred; c.A summary of proposed change to the Scope of Services, if required, including justifications for such changes; d.Any changes in Consultant’s key staff or subconsultants. Task 11.2.1 Deliverables: NV5 will deliver the following work products for this scope item: 1.Monthly Progress Reports Task 11.2.2 – Meetings and Site Visits A.Attend the preconstruction conference. Consultant will respond to technical questions from the Contractor or the City, as requested by the City. B.Attend progress and other meetings as requested by City, coordination meetings and telephone conference calls with the City’s construction Contractor, City, and other parties as determined by City, in order to discuss and coordinate the construction progress, resolve technical issues, concerns, and related activities. C.Perform site visits as requested by the City or determined necessary by Consultant. Assumptions 1.All meetings will be conducted at the Contractor’s construction trailer, Project site, or at City office. 2.Construction progress meetings are generally conducted on a weekly basis during the construction season. 3.The Consultant will attend 30 construction meetings (once every week during the construction season is assumed) in addition to the meetings specifically mentioned above. An additional four conference call coordination meetings and four agency (for example, City and/or Valley Water or City of East Palo Alto, or Caltrans) meetings are assumed. 4.The Consultant will attend one project meeting/conference call during construction prior to installation of landscape items, including irrigation and planting. 5.The Consultant will make up to 10 site visits during construction of the bridge, including pile installation to confirm the placement is as per the specifications and geotechnical report recommendations. Each of these site visits are expected to be at a minimum of 4 hours per day for 10 days. Other than the known need to have Parikh present for the piling, the additional site visits will be at the discretion of the City. 6.Attendance at meetings and any follow-up reports to meetings beyond the limits specified in the Deliverables below will be considered Supplemental Services and require additional fee. Task 11.2.2 Deliverables: NV5 will deliver the following work products for this scope item: DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 1.Written responses to issues raised as required for documentation 2.Attendance at meetings and/or conference calls as required to respond to and bring up issues Task 11.2.3 – Submittal Review. A.Consultant will review the submittals provided by the Contractor as required in the construction Contract Documents prepared by the Consultant. The submittals will be reviewed for conformance with the design. B.Consultant will review, respond and return all Contractor Submittals and re-submittals as promptly as possible, but in no case shall Contractor submittals be returned later than ten working days from receipt of the Contractor’s submittals by City, unless otherwise agreed between Consultant and City. C.Consultant will notify City of any submittal review comment that could result in a Change Order. If the Consultant makes notes on the Contractor’s Submittal that constitutes a change to the requirements of the Contract Documents, Consultant will immediately notify City in writing of the potential need to issue a Change Order request. Assumptions. 1.Consultant will review and respond up to 24 submittals. 2.Review of submittals in addition to the estimated number stated herein will be considered Supplemental Services and require additional fee. Unless the submittals are as a result to lack of detailed data or conflicting information in the documents that could cause change orders or project delays, in which case these will not be considered extra or cost to the City. Task 11.2.3 Deliverables: NV5 will deliver the following work products for this scope item: 1. Memoranda in PDF of Microsoft Word presenting Consultant’s evaluation of submittal 2.Written notification via email of potential change orders due to submittal review comments by Consultant Task 11.2.4 – Requests for Information. (RFI) A.Consultant will respond to requests for information received from the City when a Contractor’s inquiry is related to the Consultant’s Project design or an issue having the potential to impact the Project design and cannot be readily answered from the construction contract. B.Consultant will respond to the City’s requests for evaluation of proposed substitutions and “or equal” proposals of equipment, materials or methods, and minor design changes. C.Consultant will render written decisions within seven calendar days unless otherwise agreed between Consultant and the City. Consultant must notify City immediately if more time is required to respond to RFIs. D.Consultant will evaluate whether the Contractor’s request creates any change or potential change to the contract documents, or if the Consultant’s response to an RFI appears to have the potential to impact the construction schedule or cost, or result in a change to the requirements of the Contract Documents. The City will be promptly notified if any of these conditions exist. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Assumptions. 1.Consultant will review and respond to up to 30 RFIs. 2.Review of RFIs in addition to the estimated number stated herein will be considered Supplemental Services and require additional fee unless the RFI is as a result of lack of detailed information on the plans or conflicting details between documents, in which case the consultant shall provide the response, revise plans (if necessary) at no cost to the City Task 11.2.4 Deliverables: NV5 will deliver the following work products for this scope item: 1.Memoranda in PDF of Microsoft Word presenting Consultant’s responses to RFIs Task 11.2.5 – Construction Change Order Assistance. NV5 will support the City with potential change orders, change orders, and related activities. The origination of the change orders may come from the City or the Contractor. A.As requested by the City, NV5 will be required on an as-needed basis to design, write, or review change order documentation. Anticipated Consultant assignments may include: research and respond back to City whether work proposed by its construction Contractor warrants the need for a change order and whether it should be considered as extra work; review of design calculations and intent; review of cost estimates. Task 11.2.5 Deliverables: NV5 will deliver the following work products for this scope item: 1.Change order documentation including signed and stamped drawings and specifications, and cost opinions 2.Review comments on City Project Manager’s analyses of potential changer order Task 11.2.6 – Engineer-of-Record’s Project Record Drawings. Record Drawings are prepared to accurately depict changes resulting from field conditions, design changes, Project scope changes, or other causes since the initial Construction Contract Drawings (or bid set) were adopted by the City Council and in accordance with the conformed documents. A.At the completion of the project, NV5 and subconsultants will prepare Engineer-of- Record’s Project Record Drawings based on Resident Engineer red lines as accepted by City’s Project Manager during Project construction. Files will be delivered in AutoCAD format. Each document file will be accompanied by a metadata text file, including the date of the file, the company name, contract information, and the name of the technician who prepared the document. Such changes may be the result of information that was approved in RFIs, change orders, or field memoranda written by Consultant. B.The final Engineer-of-Record’s Project Record Drawings (one set) will be submitted to City Project Manager within 15 working days of the City Project Manager’s issuance of Project Notice of Completion and Acceptance of Contractor’s work. Assumptions DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 1.Approximately ten new plan sheets will be prepared, signed and stamped by Consultant. Consultant will also label all remaining sheets not requiring revisions to ensure all sheets accurately reflect Project Record Drawings. 2.Preparation of Record Drawings in addition to the estimated quantity stated herein will be considered Supplemental Services and require additional fee Task 11.2.6 Deliverables: NV5 will deliver the following work products for this scope item: 1.Final Engineer-of-Record’s Project Record Drawings that include changes recommended by Resident Engineer and accepted by City Project Manager – one (1) full-size copy and one (1) set of DVD’s with Adobe PDF and CADD files of these drawings. Task 11.3.1 Preconstruction Surveys ICF proposes to conduct preconstruction surveys for Western Pond Turtles, Pallid and Hoary Bats, and California red-legged frog, per the specifications in the following Final EIR/EA mitigation measures. •AMM-BIO-6: Conduct Preconstruction Surveys for Western Pond Turtles; Relocate if Needed Within 24 hours prior to the start of construction in suitable habitat for northwestern pond turtle, a qualified ICF biologist will conduct a preconstruction clearance survey for this species. Any western pond turtles located within the project site will be allowed to move out of harm’s way on their own. If the relocation of western pond turtle is necessary, a relocation plan will be developed and submitted to CDFW for approval. The plan will include subsequent details of monitoring by a CDFW-approved biologist, agency-approved disinfection and handling protocols, animal care while being relocated, suitable deposition locations, and reporting requirements. •AMM-BIO-7: Conduct Preconstruction Surveys for Pallid and Hoary Bats Qualified ICF biologists will conduct a pre-construction survey for bats at the project site within 24 hours prior to construction activities. If a bat is observed roosting at any time before or during the preconstruction survey or during project activities, all activities will cease at the project site. In coordination with the City, ICF will develop a bat plan that will be submitted to CDFW for approval. The plan will identify additional survey and avoidance measures that will likely be required by CDFW for the construction contractor for continue with Project activities. Assumptions: o ICF will have 2 qualified biologists conduct up to 3 evening visual surveys to search the project site for emerging bats. •AMM-BIO-8: Implement Nesting Bird Impact Avoidance Measures ICF will provide a qualified biologist to conduct nesting bird survey (during the nesting season, which is February 1 – August 31) at the project site for nesting birds covered by the federal Migratory Bird Treaty Act. ICF will also conduct surveys up to a 300-foot radius DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 surrounding the project area for nesting raptors (where access can be obtained). The purpose of the surveys will be to obtain complete coverage of the project area and buffer and document any nesting activity in the area. A minimum of three separate surveys will be conducted for migratory birds, including raptors. Surveys will include a search of all suitable nesting habitat (e.g., grassland, bushes, trees, bridges, culverts, overpasses, and structures) in the Project area. When feasible, surveys should occur during the height of the breeding season (March 1 to June 1) with one survey being conducted in each of 2 consecutive months within this peak period and the final survey being conducted within 1 week of the start of construction. If a lapse in construction activities of 3 days or longer at a previously surveyed study area occurs, another preconstruction survey will be conducted. If an occupied nest is located within the survey area, a GPS location will be recorded, and the information on the nest site will be documented on a standardized field form. A no- disturbance buffer (marked with high-visibility fencing, flagging, or pin flags) will be established by a qualified wildlife biologist around the site to avoid disturbance or destruction of the nest until the end of the breeding season (August 31) or until after the biologist determines that the young have fledged and moved out of the Project area (this date varies by species). The extent of these buffers will be determined by the biologist in coordination with USFWS and/or CDFW as appropriate. Assumptions: o ICF has included time for a qualified biologist to conduct 3 separate survey visits, and coordination time with DFW. o ICF has included two additional visits to cover any lapse in construction. •AMM-BIO-10: Conduct Preconstruction Surveys at Work Sites in and near Frog- Sensitive Areas Immediately prior to construction ground disturbing activity (such as excavation and soil deposition areas, overland access or fence installation), a qualified ICF biologist will conduct a survey for California red-legged frog (CRLF) within the boundaries of the project area and a 50-foot buffer zone around the construction area (where access is available). If individuals are found, the biologist will notify CDFW and follow permit requirements for moving the individual(s) out of the disturbance footprint, if authorized to do so by the permit. Assumptions: o Scoping and hand excavation of burrows are not included. o One biologist will be able to survey the area appropriately. o The surveying biologist will be notified of ground disturbance (e.g., fence installation, grading, and/or excavation) scheduling at least one (1) week in advance of equipment mobilization. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Task 11.3.2 – Biology Avoidance, Minimization, and/or Mitigation Measure Tasks ICF proposes to implement the following biology avoidance, minimization, and mitigation measures, per the specifications in the Final EIR/EA mitigation measures. AMM-BIO-1, BIO-12, and AMM-BIO-3 can be implemented within the specified amount in the Caltrans 6D request. ICF implementation of AMM-BIO-2, AMM-BIO-11, and AMM-BIO-4 would require funds exceeding the specified amount. These funds have been allocated for these efforts in the budget spreadsheets. •AMM-BIO-1 and BIO-12: Install Construction Barrier Fencing Around Environmentally Sensitive Areas ICF’s biologist will flag environmentally sensitive areas (ESAs) for the protection of riparian vegetation, native trees, aquatic habitats, and other sensitive resources. After these areas and associated avoidance buffer zones are identified and flagged, ICF will coordinate with the construction contractor to ensure that the location of the temporary fencing is placed on the construction plans and the temporary construction barrier fencing is installed in the correct locations. The construction contractor will provide all the protective fencing that will be required to protect sensitive resources and will be responsible for installing and maintaining the barrier fencing during construction. ICF assumes that the fencing will only need to be installed once, at the beginning of the construction season, and that this effort will take up to two workdays. ICF’s biologist will inspect the fencing once a week to ensure that it is maintained to protect the sensitive resources. Assumption: o The construction contractor will be responsible for the physical placement of the temporary fencing and removal after completion of construction. •AMM-BIO-2 and BIO-11: Prepare Environmental Awareness Program and Conduct Environmental Awareness Training for Construction Employees ICF will prepare a presentation and supporting materials (including pictures and an environmental handout) for the environmental education program. The goal of the program will be to integrate environmentally responsible work practices into daily operations and standard construction procedures. ICF will: o Provide an overview of the resource issues and regulatory setting. o Establish a common understanding of the environmental compliance program, including communication and reporting responsibilities. o Provide an overview of the environmental resource issues, mitigation measures, and permit conditions. o Discuss special-status species (e.g. California red-legged frog) in the project area including their life history. The training will be provided to the construction contractor personnel prior to the start of the project. As new construction personnel are added to the project the biologist assigned to DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 the project will have the materials and information available to provide an environmental tailboard to the construction personnel. Assumptions: o One training session with up to 3 tailboard sessions to provide new personnel working on the project with training materials and instruction. Typically, tailboard trainings would be combined with daily monitoring in sensitive resource areas or weekly checks of the project site fencing. •AMM-BIO-3: Retain a Biological Monitor to Conduct Visits during Construction A qualified biologist will conduct monitoring of construction activities. The frequency of the monitoring will range from daily to weekly based on permit requirements and the results of the preconstruction surveys. The monitoring effort will be coordinated with the construction contractor based on their work schedule and the type of work being performed. The monitoring biologist will assist the City and their contractor with environmental compliance and assist with resolving any environmental issues that arise during construction. The monitoring biologist will work with the construction crew and guide the installation of exclusion fencing for special-status species. The biologist will also be responsible for regularly inspecting the exclusion fencing during ground disturbing activities until construction is complete or until the fences are removed. The biologist will complete daily monitoring logs and will communicate directly with the onsite construction supervisor to ensure that impacts to special-status species are avoided. The biologist will immediately notify the City if special-status species are observed or if avoidance and minimization measures are not or cannot be adhered too. Assumptions: o The biological monitor will be onsite for up to nine-hour days, and up to five (5) consecutive days per work week. Travel time to and from the construction site is estimated at one hour each way. Total project construction monitoring would not exceed 250 hours. o One construction crew will be working at a time or multiple crews working within proximity to each other so that only one biologist is required to conduct morning clearance surveys, train new personnel, and monitor construction activities. o The ICF project manager or lead monitoring biologist will be notified of the minimum surface level disturbance schedule at least one (1) week before work begins. o Daily monitoring reports will consist of a simple monitor log template, populated with site-specific project information in a journal format or a checklist form. Logs will include a description of construction activities, areas surveyed and monitored, communication with construction personnel, noncompliance issues and resolutions, and a list of all wildlife species observed during monitoring activities. Site photos will be included in each report, as appropriate. Daily monitoring reports will be completed using a tablet with an electronic monitoring form. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 •AMM-BIO-4: Avoid and Minimize Potential Disturbance of Valley Foothill Riparian Community ICF will provide a certified arborist to assist the construction contractor with the appropriate pruning or root cutting of retained trees. Areas of the project site that undergo vegetative pruning will be inspected immediately before construction, immediately after construction, and 1 year after construction to determine the amount of pre-Project vegetative cover, cover that has been removed, and cover that regrows. After 1 year, if vegetation in these areas has not regrown sufficiently to return the cover to the pre-Project level, the City will replant the areas with native species to reestablish the cover to the pre-Project condition. Assumption: o ICF will prepare a letter report and map on the location of pruning areas. The report will discuss construction related trimming and site conditions immediately following the completion of construction. An additional survey and letter report will be prepared with recommendations one year following the completion of construction. DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 EXHIBIT “B” SCHEDULE OF PERFORMANCE, AMENDMENT NO. 4 (AMENDED, REPLACES PREVIOUS EXHIBIT “B” FROM AMENDMENT NO.3) CONSULTANT shall perform the Services so as to complete each milestone within the completion dates specified below. The completion dates shown below are the final completion date of the tasks which include 30%, 60%, 90%, final design, specifications of PS&E and all relevant tasks to complete the Project. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule shown below within 2 weeks of receipt of the notice to proceed (NTP). Milestones Completion Date for Tasks 1.Project Management December 31, 2024 2.Existing Document Review May 9, 2012 (completed) 3.Utility Coordination February 27, 2013 (completed) 4.Environmental Studies June 30, 2020 (completed) 5.Survey July 20, 2015 (completed) 6.Bridge Hydraulic Report September 14, 2015 (completed) 7.Geotechnical Investigation September 20, 2012 (completed) 8.Preliminary Engineering and Type Selection November 10, 2021 9.Final Design & PS&E Development September 9, 2022 10.Regulatory Agency Permitting September 9, 2022 11.Bidding and Construction Support December 31, 2023 The Schedule of Performance applicable to the Services detailed in Exhibit A-3 (Scope of Services, Amendment No.4) which are not labeled “Task Completed” in Exhibit A-3, is provided in the attached “Attachment 1 to Exhibit B.” Attachment 1 to Exhibit B is hereby attached and incorporated into this Exhibit B by reference as though fully set forth herein. As with the above milestones, the time to complete each milestone detailed in Attachment 1 to Exhibit B may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. As with the above milestones, CONSULTANT shall provide a detailed schedule of work consistent with the schedule shown in Attachment 1 to Exhibit B within 2 weeks of receipt of the notice to proceed (NTP). Page 29 of 34 DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 ID Task Name Duration Start Finish 1 NOTICE TO PROCEED 0 wks Thu 7/1/21 Thu 7/1/21 2 3 Phase 1 - Preliminary Engineering 139 wks Mon 7/5/21 Fri 3/1/24 4 Task 1 - Project Management 139 wks Mon 7/5/21 Fri 3/1/24 5 Task 1.1 - Project Management 139 wks Mon 7/5/21 Fri 3/1/24 7 Task 1.2 - Meetings 62 wks Mon 7/5/21 Fri 9/9/22 9 Task 1.3 - Quality Assurance / Quality Control 62 wks Mon 7/5/21 Fri 9/9/22 11 Task 1.4 - Project Schedule 62 wks Mon 7/5/21 Fri 9/9/22 13 14 Task 3 - Utility Coordination (Caltrans Utility Process)70 wks Mon 7/5/21 Fri 11/4/22 16 17 Task 5 - Survey and Base Mapping 20 wks Mon 6/20/22 Fri 11/4/22 19 20 Task 6 - Bridge Hydraulic Report 5 wks Mon 7/5/21 Fri 8/6/21 22 23 Task 7 - Geotechnical Investigations 8 wks Mon 7/5/21 Fri 8/27/21 24 Task 7.4 - Soils Analysis/Evaluation 2 wks Mon 7/5/21 Fri 7/16/21 26 Task 7.5 - Preparare Draft Foundation Report 4 wks Mon 7/5/21 Fri 7/30/21 28 Task 7.6 - Prepare Final Foundation Report 4 wks Mon 8/2/21 Fri 8/27/21 30 31 Task 8 - Preliminary Engineering & Type Selection Report 20 wks Mon 7/5/21 Fri 11/19/21 32 Task 8.1 Preliminary Engineering & Bridge Type Selection Report 10 wks Mon 7/5/21 Fri 9/10/21 34 35 Type Selection Report & Preliminary Engineering Submittal 0 wks Fri 9/10/21 Fri 9/10/21 36 37 Agency Review of Preliminary Engineering 4 wks Mon 9/13/21 Fri 10/8/21 38 City of Palo Alto 4 wks Mon 9/13/21 Fri 10/8/21 39 City of East Palo Alto 4 wks Mon 9/13/21 Fri 10/8/21 40 Valley Water 4 wks Mon 9/13/21 Fri 10/8/21 41 42 Caltrans Type Selection Review Process 10 wks Mon 9/13/21 Fri 11/19/21 43 First Caltrans Review 6 wks Mon 9/13/21 Fri 10/22/21 44 Type Selection Meeting 1 wk Mon 10/25/21 Fri 10/29/21 45 NV5 Responses to Caltrans Comments 2 wks Mon 10/25/21 Fri 11/5/21 46 Type Selection Report Re-Submittal 0 wks Fri 11/5/21 Fri 11/5/21 47 Second Caltrans Review 2 wks Mon 11/8/21 Fri 11/19/21 48 49 Phase 2 - Final Design & Permitting 44 wks Mon 11/22/21 Fri 9/23/22 50 Task 9 - Final Design & PS&E Development 44 wks Mon 11/22/21 Fri 9/23/22 51 Task 9.1 - Bridge Structural Design 12 wks Mon 11/22/21 Fri 2/11/22 54 Task 9.2 - Roadway Design 12 wks Mon 11/22/21 Fri 2/11/22 58 Task 9.3 - Traffic Control / Construction Staging Plans 12 wks Mon 11/22/21 Fri 2/11/22 60 Task 9.4 - 65% Plans, Special Provisions & Estimate 2 wks Mon 2/14/22 Fri 2/25/22 64 65 Task 9.5 - First (65%) PS&E Submittal 0 wks Fri 2/25/22 Fri 2/25/22 66 67 Agency Review of 65% PS&E 6 wks Mon 2/28/22 Fri 4/8/22 68 City of Palo Alto 4 wks Mon 2/28/22 Fri 3/25/22 69 City of East Palo Alto 4 wks Mon 2/28/22 Fri 3/25/22 70 Valley Water 4 wks Mon 2/28/22 Fri 3/25/22 71 Caltrans 6 wks Mon 2/28/22 Fri 4/8/22 72 73 Task 9.6 - Independent Design Check 15 wks Mon 2/28/22 Fri 6/10/22 75 76 Task 9.7 - Response to 65% / 90% PS&E Development 10 wks Mon 4/11/22 Fri 6/17/22 77 NV5 Responses to 65% Comments 2 wks Mon 4/11/22 Fri 4/22/22 78 Prepare 90% PS&E (Bridge and Roadway)8 wks Mon 4/25/22 Fri 6/17/22 79 80 Task 9.8 - Second (90%) PS&E Submittal 0 wks Fri 6/17/22 Fri 6/17/22 81 82 Agency Review of 90% PS&E 6 wks Mon 6/20/22 Fri 7/29/22 83 City of Palo Alto 4 wks Mon 6/20/22 Fri 7/15/22 84 City of East Palo Alto 4 wks Mon 6/20/22 Fri 7/15/22 85 Valley Water 4 wks Mon 6/20/22 Fri 7/15/22 86 Caltrans 6 wks Mon 6/20/22 Fri 7/29/22 87 88 Task 9.9 - Third (100%) PS&E Submittal 8 wks Mon 8/1/22 Fri 9/23/22 89 Response to 90% Comments 2 wks Mon 8/1/22 Fri 8/12/22 90 Prepare 100% PS&E 6 wks Mon 8/15/22 Fri 9/23/22 91 92 Final PS&E Submittal 0 wks Fri 9/23/22 Fri 9/23/22 93 94 City Building Permit Application Submittal 4 wks Mon 6/20/22 Fri 7/15/22 95 Response to 90% Comments 2 wks Mon 6/20/22 Fri 7/1/22 96 City Building Permit Resubmittal 2 wks Mon 7/4/22 Fri 7/15/22 97 98 Task 10 - Regulatory Agency Permitting 42 wks Mon 11/22/21 Fri 9/9/22 99 Prepare Permit Application 12 wks Mon 11/22/21 Fri 2/11/22 100 Regulatory Agency Permitting 28 wks Mon 2/28/22 Fri 9/9/22 101 102 Phase 3 - Bidding & Construction Support 60 wks Mon 11/7/22 Fri 12/29/23 103 Task 11 - Bid Assistance & Construction Support 60 wks Mon 11/7/22 Fri 12/29/23 104 Task 11.1 - Construction Bid Assistance 5 wks Mon 11/7/22 Fri 12/9/22 105 Task 11.2 - Construction Support 42 wks Mon 3/13/23 Fri 12/29/23 7/1 9/10 11/5 2/25 6/17 9/23 B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B M E B April May June July August September October November December January February March April May June July August September October November December January February March April May June July August September October November December Janu Task Split Milestone Summary Project Summary External Tasks External MileTask Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only Progress Split ATTACHMENT 1 TO EXHIBIT "B" AMENDMENT NO. 4 SCHEDULE OF PERFORMANCE Preliminary Project Schedule Page 1 Project: 20210510_Newell Schedule.m Date: Thu 6/3/21 Page 30 of 34 DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 I ,.., :---...._ • 0 Q ¥4-&4-Mi&&--%-&¼ii&M [ ] wwJ+aww&&@@@@-w EXHIBIT "C-4" COMPENSATION, AMENDMENT NO. 4 The CITY agrees to compensate the CONSULTANT for Services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as Exhibit C- 1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all Services to be performed as described in Exhibit “A-3”, and reimbursable expenses (here, $6,500 for Direct Costs per the budget schedule below), shall not exceed $504,661. CONSULTANT agrees to complete all such Services, including any reimbursable expenses (here, Direct Costs), within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $527,146. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s project manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for the Services, including any reimbursable expenses (here, Direct Costs), does not exceed $504,661 and the total compensation for Additional Services does not exceed $22,485. (Exhibit C-4 is continued on the next page.) Page 31 of 34 DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 BUDGET SCHEDULE NOT TO EXCEED AMOUNTS TASK # TASK DESCRIPTION 6D Request (Work Completed) 6D Request (Final PS&E) 6D Request (Final PS&E Rate Escalation) Additional Services Funds Approved in 6D New Contract Fee After 6D Request Phase I - Preliminary Engineering 1 Project Management 1.1 Project Management $66,800 $30,000 $20,200 $117,000 1.2 Meetings $15,000 $10,000 $5,500 $30,500 1.3 Quality Assurance / Quality Control $1,500 $1,500 1.4 Project Schedule $4,000 $4,000 $900 $8,900 Subtotal - Task 1 $85,800 $44,000 $28,100 $157,900 3 Utility Coordination 3.0 Utility Coordination $900 $900 Subtotal - Task 3 $0 $0 $900 $900 4 Environmental Clearance Documents 4.2 Prepare Admin Draft and Draft I.S. $9,322 $9,322 4.6 Project Mgmt and Mtgs. $17,539 $17,539 Subtotal - Task 4 $26,861 $0 $0 $26,861 5 Survey and Base Mapping 5.3 Acquisition Plats and Legal Descriptions $900 $900 Subtotal - Task 5 $0 $0 $900 $900 6 Location Hydraulic Study/Bridge Hydraulic Report 6.2 Location Hydraulics Study $15,000 $15,000 6.3 Bridge Hydraulic Report $900 $900 Subtotal - Task 6 $15,000 $0 $900 $15,900 10 Preliminary Engineering and Type Selection 8.1 Preliminary Engineering & Bridge Type Selection Report $11,000 $20,000 $10,200 $41,200 8.3 35% Preliminary Plans and Estimate $35,000 $4,000 $39,000 Subtotal - Task 8 $11,000 $55,000 $14,200 $80,200 Phase I -Preliminary Engineer’g -Subtotals $138,661 $99,000 $45,000 $282,661 (Continued on the next page.) Page 32 of 34 DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Phase II - Final Design & Permitting 9 Final Design & PS&E Development 9.1 65% Bridge / Structural Design $10,600 $10,600 9.2 Roadway Design $3,800 $3,800 9.3 Traffic Control/Construction Staging Plans $2,120 $2,120 9.4 65% Plans, Special Provisions, & Construction Cost Estimate Preparation $6,300 $6,300 9.5 First (65%) PS&E Submittal $1,400 $1,400 9.6 Independent Design Check $4,630 $4,630 9.7 Response to Review Comments / 90% PS&E Submittal $4,300 $4,300 9.8 Second (90%) PS&E Submittal $4,800 $4,800 9.9 Third (100%) PS&E Submittal $3,200 $3,200 9.10 Landscape Architectural Final PS&E Design (Callander) $0 Subtotal - Task 9 $0 $0 $41,150 $41,150 10 Regulatory Agency Permitting Regulatory Agency Permitting (ICF) $0 $11,314 $11,314 Subtotal - Task 10 $0 $0 $11,314 $11,314 Phase II -Final Design &Permitting -Subtotals $0 $0 $52,464 $52,464 Phase III - Bidding & Construction Support 11 Construction Bid Assistance 11.1 Bidding Assistance $0 11.2 Construction Support Services $100,000 $100,000 11.3 Pre-construction Survey / Minimization & Mitigation Measures $60,000 $3,036 $63,036 Phase III -Bidding &Constr Support -Subtotal $160,000 $3,036 $163,036 Phases I – III Services - Subtotal $498,161 Direct Costs (treated as Reimbursable Expenses) $6,500 $6,500 Subtotal Phase I-III Services and Direct Costs $504,661 Additional Services $22,485 $22,485 TOTAL NOT-TO-EXCEED AMOUNTS $138,661 $259,000 $107,000 $22,485 $527,146 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: Page 33 of 34 DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 A. Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $500 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s project manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. COMPENSATION, NOT-TO-EXCEED AMOUNTS AND TOTALS: ORIGINAL CONTRACT AND AMENDMENTS 1 THROUGH 4 Services (aka Basic Services) and Reimbursable Expenses* Additional Services Maximum Not-to-exceed Amount Original Contract $471,977 $47,200 $519,177 Amendment No.1 $151,929 $15,071 $167,000 Amendment No.2 $607,730 $60,270 $668,000 Amendment No.3 -- -- -- Amendment No.4 $504,661* $22,485 $527,146 Original Contract and Amdts 1-4 $1,736,297 $145,026 $1,881,323 *Direct Costs ($6,500) in Amendment No. 4, Exhibit “C-4” are treated as Reimbursable Expenses. Page 34 of 34 DocuSign Envelope ID: 222E82F6-9EA2-4D9A-B098-89F58166C758 Attachment B COOPERATION AGREEMENT BETWEEN THE CITY OF EAST PALO ALTO AND THE CITY OF PALO ALTO REGARDING THE NEWELL ROAD BRIDGE REPLACEMENT PROJECT OVERPASS REPAIR, PROJECT# PE-12011 This Cooperation Agreement (this "Agreement") is dated for identification the /1-".!! day of Jhlt.M,,,f ,202-. and is made by and between the CITY OF EAST PALO ALTO, a California municipal corporation (hereinafter "EAST PALO ALTO"), and the CITY OF PALO ALTO, a California Charter City and municipal corporation, whose address is 250 Hamilton Avenue, Palo Alto, California, 94301 (hereinafter "PALO ALTO"). RECITALS WHEREAS, the Newell Road bridge spans the San Francisquito Creek that borders EAST PALO ALTO and PALO ALTO, allowing vehicles, bicycles and pedestrians passage between the two cities; WHEREAS, PALO ALTO is planning to replace the existing Newell Road bridge for the benefit of EAST PALO ALTO and PALO ALTO as a portion of the bridge is located in each jurisdiction; and WHEREAS, both EAST PALO ALTO and PALO ALTO will benefit from the replacement of the Newell Road bridge; and WHEREAS, replacement of the Newell Road Bridge will require additional permanent improvements within EAST PALO ALTO and PALO ALTO to accommodate the new wider and elevated bridge; and WHEREAS, replacement of the Newell Road Bridge is required to complete additional improvements along San Francisquito Creek and upstream of the bridge in order to reduce the flood risks in EAST PALO ALTO and PALO ALTO; and WHEREAS, Federal funding is available for a significant portion of the actual construction cost of replacing the Newell Road bridge; and WHEREAS, the Federal funding is contingent upon local matching funds from Santa Clara Valley Water District (Valley Water); and WHEREAS, EAST PALO ALTO and PALO ALTO are mutually interested in the project to replace Newell Road Bridge (the "Project" as defined below) since the existing bridge is not wide enough to include sidewalks or wide enough for two 10-foot wide travel lanes and it constrains the creek flows that can pass under the bridge as it serves both communities; NOW, THEREFORE, the parties agree as follows: 1. Scope of Agreement. This Agreement is intended to set forth the general terms and conditions for improvements to the Newell Road Bridge Replacement, Project No. PE-12011 (the "Project"), as well as the responsibilities of each party with respect to funding, design, bidding process, construction, construction management, construction implementation and maintenance for the Project. Page 1 of 7 2. Funding. a. Caltrans Grant. The California Department of Transportation ("Caltrans") has authorized Federal Highway Bridge Program funding for the construction of the Project. 3. Term of the Agreement. This Agreement shall be effective upon full execution and shall continue in full force and effect until terminated in accordance with Section G(f) (Termination) of this Agreement. 4. Obligations of the Parties. a. PALO ALTO shall: (1) Conduct competitive solicitation processes and provide and manage funding for the Project in accordance with State and local laws. (2) Enter into and manage contract(s) with the contractor(s) and consultant(s) needed to implement the Project on behalf of EAST PALO ALTO and PALO ALTO. (3) Notify residents of the impending Project work to be done, if necessary. (4) Provide all necessary engineering, inspection and administrative services in connection with the Project. (5) Permit EAST PALO ALTO to inspect the Project work if EAST PALO ALTO so requests. (6) Be responsible for all grant reporting, processing all invoices, billing and compliance requirements. (7) Require the Contractor to list EAST PALO ALTO as an additional insured on its General Liability and Automobile Liability insurance. (8) Provide a contact person to East Palo Alto for Project coordination prior to and during construction. (9) Provide other cooperation as reasonably necessary to implement the Project . b. EAST PALO ALTO shall: (1) Provide notice and outreach to stakeholders such as and without limitation Council, City Manager, Boards and Commissions and Departments. (2) Provide no-cost permits, such as and without limitation Encroachment Permit, Tree Trimming and Building Permits, in relation to the Project on the EAST PALO ALTO side. Page 2 of 7 (3) Review and approve the Traffic Control Plans and Logistics Plans prepared by the Contractor and used within City of East Palo Alto. (4) Provide a contact person to PALO ALTO for Project coordination prior to and during construction including coordination of any inspections that may be required. (5) Provide other cooperation as reasonably necessary to implement the Project. 5. Hold Harmless. Pursuant to Government Code Section 895.4, EAST PALO ALTO and PALO ALTO shall fully indemnify and hold each other's city, its officers, employees and agents harmless from any damage or liability imposed for injury (as defined by Government Code Section 810.8) occurring by the recent negligent acts or omissions or willfulness conducted by the indemnifying party, its officers, employees or agents under or in connection with any work, authority or jurisdiction delegated to such party under this Agreement. No party, nor any officer, employee or agent thereof shall be responsible for any damage or liability occurring by reason of the negligent acts or omissions or willful misconduct of the other parties hereto, their officers, employees or agents, under or in connection with any work, authority or jurisdiction delegated to such other parties under this Agreement. 6. Miscellaneous Provisions. a. Access to Public Right-of-Way. Both parties agree to provide access to the public right-of­ way for purposes of construction and construction management of the Project. The parties shall enter into any encroachment agreements as may be necessary for that purpose. b. Construction Equipment and Parking. The parties agree to make space available in their respective jurisdictions for the construction contractor(s) equipment and parking during the construction and construction management phases of the Project. c. Future Maintenance. The parties acknowledge and agree that the maintenance of the bridge is the shared responsibility of the parties, with each party responsible for those parts of the bridge, appurtenances, landscaping, retaining walls, utilities, and improvements located within its jurisdiction. The parties will enter into a separate maintenance agreement detailing the maintenance roles and responsibilities of the parties in greater detail. d. Public Awareness. The parties will cooperate in the planning and implementation of groundbreaking, ribbon cutting ceremonies and other such public awareness/participation events and initiatives ofthe parties in relation to the Project. e. Meetings. The parties will provide notice in advance of any meetings (for example, City Council or commission meetings) that a party requests the other party to attend and of the nature of the requested participation. Page 3 of 7 f. Termination. (1) In the event that Caltrans or Valley Water do not provide funding at the level anticipated by the parties for the Project, PALO ALTO may elect to terminate this Agreement by providing written notice of termination to EAST PALO ALTO within sixty (60) days. (2) In the case of a force majeure event, PALO ALTO may terminate this Agreement upon ten (10) days' notice to EAST PALO ALTO. As used herein, "force majeure event" means any matter or condition beyond the reasonable control of PALO ALTO, including war, public emergency or calamity, fire, earthquake, extraordinary inclement weather, Acts of God, strikes, labor disturbances or actions, civil disturbances or riots, litigation brought by third parties against PALO ALTO, or any act of a superior governmental authority or court order which delays or prevents PALO ALTO from performing its obligations or administering construction of the Project under Section 4 (Obligations of the Parties) of this Agreement. (3) The parties may terminate this Agreement in a writing signed by the authorized representatives of the parties provided that (i) the Project is complete (as demonstrated by the filing by PALO ALTO of a Notice of Completion with the two counties the Project is located in) and (ii) the parties have executed a maintenance agreement as detailed in Section 6(c) (Future Maintenance). g. Claims. Claims arising out of actions subject to this Agreement shall be administered by the city with jurisdiction over the geographic area in which the claim arose. h. Prohibition Against Assignment. Neither party may assign or transfer any right, claim or interest it may have in this Agreement, and any such assignment shall be void. i. Notices. All notices and other communications required or permitted to be given under this Agreement shall be in writing and may be delivered by (a) certified mail, return receipt requested to a party's principal place of business as forth below in this Notices section, (b) hand delivered, (c) facsimile with receipt of a "Transmission Confirmed" acknowledgment, (d) e-mail, or (e) delivery by a reputable overnight carrier service. In the case of delivery by facsimile or e-mail, the notice must be followed by a copy of the notice being delivered by a means provided in (a), (b) or (e). The notice will be deemed given on the day the notice is received. Notices shall be addressed to the respective parties as follows: Public Works Department Attention: Director of Public Works City of Palo Alto 250 Hamilton Avenue, Sixth Floor Palo Alto, CA 94301 Page 4 of 7 Public Works Department Attention: Public Works Director City of East Palo Alto 2415 University Avenue East Palo Alto, CA 94303 or to such other address as any party may designate by written notice in accordance with this section. A copy of any notice of a legal nature, including, but not limited to, any claims against either party, its officers or employees shall also be served in the manner specified above to the following addresses: City Attorney City of Palo Alto 250 Hamilton Avenue, Eighth Floor Palo Alto, CA 94301 City Attorney City of East Palo Alto 2415 University Avenue East Palo Alto, CA 94303 j. Attorney's Fees. In the event either party breaches any of the terms, covenants or provisions of this Agreement, and the other party commences litigation to enforce any provisions of this Agreement, the cost of attorney's fees and the attendant expenses will be payable to the prevailing party by-the non-prevailing party upon demand. k. Successors and Assigns. The terms of this Agreement shall be binding and insure to the benefit of the parties hereto and their successors and assigns. I. Governing Law. The parties agree that the law governing this Agreement shall be that of the State of California. m. Venue. In the event that suit shall be brought by either party hereunder, the parties agree that trial of such action shall be exclusively vested in a state courts of either the County of Santa Clara, or the County of San Mateo or where otherwise appropriate, exclusively in the United States Court, Northern District of California. n. Headings. The headings of the sections and subsections of this Agreement are inserted for convenience only. They do not constitute a part of this Agreement and shall not be used in its construction. o. Waiver. The waiver by any party to this Agreement of a breach of any provision of this Agreement shall not be deemed a continuing waiver or a waiver of any subsequent breach of that or any other provision of this Agreement. Page 5 of 7 p. Severability. If any term, covenant, condition or prov1s1on of this Agreement, or the application th~reof to, any person or circumstance, shall to any extent be held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the terms, covenants, conditions or provisions of this Agreement, or the application thereof to any person or circumstance, shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby. q. Amendment. This Agreement may only be amended in writing and signed by the authorized representatives of both parties and approved as required under applicable law. r. Entire Agreement. This Agreement, including all exhibits referenced herein and attached hereto, contains the entire understanding between the parties with respect to the subject matter herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. There are no representations, agreements or understandings (whether oral or written) between or among the parties relating to the subject matter of this Agreement which are not fully expressed herein. (SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.) Page 6 of 7 Party Signatures to the Agreement IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dates set forth below, effective as of the date of full execution. CITY OF PALO ALTO DATED: _jAu.u~ i+, , 202~ DATED : )7~ "2,.._2,.. 2020 CITY OF EAST PALO ALTO DATED: #~f ti W I 2020 DATED : ~(}~c_4~>);~.g'~c»-~-~· 2020 Ed Shikada City Manager APPROVED AS TO FORM: MOLLY S. STUMP CITY ATTORNEY By:~~ Cassie Coleman Assistant City Attorney :~~~ Cw1 t=-- City Manager APPROVED AS TO FORM: RAFAEL E. ALVARADO, JR. Cl~ By .C,/7 Page 7 of 7