Loading...
HomeMy WebLinkAbout05/16/2006, C6 - ENVIRONMENTAL SERVICES FOR THE TANK FARM GRAVITY SEWER, FORCE MAIN AND LIFT STATION PROJECT council M.d�Daa Mo, t� 2006 j acenda nepoin Item Nw.bv e C I T Y OF SAN LUIS OBISPO G FROM: John Moss,Utilities Directo Prepared By: David Hix, Wastewater Di on Manager SUBJECT: ENVIRONMENTAL SERVICES FOR THE TANK FARM GRAVITY SEWER,FORCE MAIN AND LIFT STATION PROJECT CAO RECOMMENDATION Approve an Agreement with Morro Group, Inc., in the amount of $42,000 for environmental services for the Tank Farm Gravity Sewer, Force Main and Lift Station Project. DISCUSSION Recent changes in the alignment of the Tank Fane Road portion of the Tank Farm Gravity Sewer, Force Main and Lift Station project have required a significantly more in-depth study for potential environmental impacts. The realignment of this portion of the project became necessary when it was determined that construction and traffic impacts could not be adequately mitigated during construction and the alignment was moved to the adjacent Chevron Property. The proposed alignment has resulted in the pipeline potentially impacting a variety of sensitive environmental resources that include endangered Fairy Shrimp, Red Legged frogs, several species of plants, and creek and wetland habitat. The property also contains extensive underground petroleum contamination. City staff had considered performing the environmental work in-house, but the alignment change has resulted in staff recommending that an environmental services consulting firm complete the environmental portion of this project. This proposal is for a study that would lead to a Mitigated Negative Declaration for the project and conform to the California Environmental Quality Act (CEQA)and the San Luis Obispo County Environmental Quality Guidelines. Because of the complicated nature of this project, staff is recommending the Morro Group, Inc. to perform this environmental work. Morro Group has submitted a comprehensive proposal that addresses all of the requirements for CEQA compliance. The Morro Group has been selected competitively for previous City projects and has extensive experience in this type of work as well as local knowledge and familiarity with this area and its issues. The City's Public Works Department has previously solicited proposals and pre-qualified consultants to perform consulting services for the City. The Morro Group has been pre-qualified as and environmental consultant through this process and is being recommended because of their availability and expertise in the type of work required. CONCURRENCES The Community Development Department and Natural Resources Manager concur with the Council Agenda Report—Environmental.Services for Tank Farm Lift Station Project Page 2 recommended action. FISCAL IMPACT This study will cost $42,000. Funding for these services is available in the Tank Farm Lift Station capital improvement account and has been approved as part of the 2003-05 Financial Plan, Appendix B,pgs 94-96. Costs for environmental services was not anticipated in the original request for this project and a mid-budget financial plan request for these services will be presented to Council to ensure adequate funding for this project. ProposedAccount Current Change an Farm Gravity Lift Station Design/Engineering ($42,000) 520.58900.99703.58909703.90552 Attachments 1. Agreement 2. Morro Group,Inc.,Proposal Electronic File Path: Corpyard/Sys/Users'(H:)Dhir/Tank Farm Lift/MorroGroupagr.CAR - Attachment 1 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and Morro Group,Inc.,hereinafter referred to as Contractor. WITNESSETH: WHEREAS,the City wants to Environmental Services for Tank Fane Lift Station Project. WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so which has been accepted by City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as fust written above,until acceptance or completion of said services. 2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed$42,000. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract performance terms as set forth in Exhibit B attached hereto and incorporated into this Agreement. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between.the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. Attachment 1 Agreement Page 2 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Pahn Street San Luis Obispo,CA 93401 Contractor Ms. Mary Reents Morro Group,Inc. 1422 Monterey Street San Luis Obispo,CA. 93401 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such parry. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation By: Audrey Hooper,City Clerk David F.Romero,Mayor APPROVED AS TO FORM: CONTRACTOR By: City Attorney CG -y ExhibitB Attachment 1 . CONTRACT PERFORMANCE TERMS '..i'�'t 1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling(805) 781-7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that Contractor is required to pay. 5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSI4A and the California Division of Industrial Safety.. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as.a result of Contractor's operations, it shall be replaced or restored at Contractor's expense. The facilities shall be replaced, or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the,work hereunder. 10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation,or religion of such persons. 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs,then the time C� -S Attachment I Exhibit B:Contract Performance Terms Page B-2 of completion may, at the City's sole option,be extended for such periods as may be agreed upon by the City and the Contractor. 12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Contractor(Net 30). . 13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise,which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 17. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any further duties, obligations,responsibilities or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Clo -to J% Attachment 1 Exhibit 6:Contract Performance Terms Page B-3 Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work-in- progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. 19. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City,and shall be delivered to the City upon demand. 20. Release of Reports and Information. Any reports, information, data,.or other material given to, prepared by or assembled by Contractor as part of the work or services under these specifications shall be the property of City, and shall not be made available to any individual or organization by Contractor without the prior written approval of the City. 21. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what Contractor is required to furnish in limited quantities as part of the work or services under these specifications, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 22. Required Deliverable Products. Contractor will provide: a. Three copies of the final report that addresses all elements of the workscope. Any documents or materials provided by Contractor will be reviewed by City staff and,where necessary, Contractor Will respond to staff comments and make such changes as deemed appropriate. b. One camera-ready original, unbound, each page printed on only one side, including any original graphics in place and scaled to size,ready for reproduction. C. When computers have been used to produce materials submitted to the City as a part of the workscope, Contractor must provide the corresponding computer files to the City, compatible with the following programs whenever possible: • Word Processing Word • Spreadsheets Excel • Desktop Publishing Coreldraw,Pagemaker • Computer Aided Drafting(CAD) AutoCad Computer files must be on 31/21', high-density, write-protected diskettes, formatted for use on IBM-compatible systems. Each diskette must be clearly labeled and have a printed copy of the directory. Attachment 1 Exhibit B:Contract Performance Terms Page 84 23. Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at up to one public meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing workscope tasks. 24. Insurance. Contractor shall procure and maintain for the duration of the contract.insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, employees or sub-contractors. a. Minimum scope of insurance. Coverage shall be at least as broad as: • Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). • Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. • Errors and Omissions Liability insurance as appropriate to Contractor's profession. b. Minimum limits of insurance. Contractor shall maintain limits no less than: • General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. • Automobile Liability: $1,000,000 per accident for bodily injury and property damage. • Employer's Liability: $1,000,000 per accident for bodily injury or disease. • Errors and Omissions Liability: $1,000,000 per occurrence. C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees.and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. d. Other insurance provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: • The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees,agents or volunteers. Attachment 1 Exhibit B:Contract Performance Terms Page 8-5 • For any claims related to this project, Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of Contractor's insurance and shall not contribute with it. • Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. • Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. • Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written. notice by certified mail, return receipt requested, has been given to the City. e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. f. Verification of coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Attachment 2 RJE C .E � W E APR 1 1 2006 1'LJ April 11, 2006 CITY OF SAN LU!S OBISPO UTILITIES DEPT. Moro Mr. David C. Hix GROUP,INC Wastewater Division Manager Environmental Services Utilities Department City of San Luis Obispo 25 Prado Road San Luis Obispo, CA 93401 SUBJECT: Proposal to Prepare Expanded Initial Study for Gravity Sewer, Lift Station and Force Main Principally Along Tank Farm Road Dear David: Morro Group, Inc. (Morro Group) is pleased to submit this proposal for the preparation of an Expanded Initial Study (ExIS) leading to a Mitigated Negative Declaration (MND) addressing the proposed Gravity Sewer, Lift Station and Force Main Project in the Tank Farm Road area. Our proposed scope of work is designed to address potential environmental impacts of the proposed actions in accordance with California Environmental Quality Act (CEQA) Guidelines, and the San Luis Obispo County Environmental Quality Guidelines. BACKGROUND 1. Proposed Action The proposed project includes the construction of a gravity sewer from Broad Street (Hwy 227) at Rockview Place, south along Broad Street, and then west along Tank Farm Road to a lift station at the western edge of the Unocal Tank Farm property on Tank Farm Road. The lift station will then pump effluent north via a force main, across farmland, continuing along Sueldo, Bonetti, and Empresa Streets to Prado Road, and then west along Prado Road to an existing manhole in Prado Road at the wastewater treatment plant. Because the County will not allow the City to place the gravity sewer in Tank Farm Road due to traffic issues during construction, the City will place the gravity sewer on either side of Tank Farm Road on Unocal property. The gravity sewer will be located such that environmentally sensitive habitats for the vernal pool fairy shrimp and Unocal-related hazardous areas will be avoided to the greatest extent possible. The sewer route crosses Orcutt, Acacia and Tank Farm Creeks, and San Luis Obispo Creek at Prado Road. It is the City's stated intention to avoid disturbance of jurisdictional waters of the U.S. by boring for sewer installation, or by suspending the force main on an existing bridge (at San Luis Obispo Creek). 1422 MONTEREY STREET,SurrE C200 • SAN LUIS OB[SFO,CA 93401 • (805)543-7095 • FAX 543-2367 Proposal for ExIS/MND—Sewer, .,eft Station & Force Main -- Attachment 2 2. Personnel and Experience Morro Group has completed hundreds of environmentall documents for cities and counties in the Central Coast over the past 21 years. These documents range from smaller mitigated negative declarations, to moderately-sized expanded initial studies/mitigated negative declarations to very large environmental impact reports with multiple subconsultants. Whether preparing documents completely "in-house" or with project teams consisting of multiple subconsultants, Morro Group has demonstrated a high level of competency in preparing all levels of CEQA determinations and has consistently produced quality deliverables in timely manner. Mary Reents, President of Morro Group, will manage the Morro Group project team in the preparation of this ExIS. Mrs. Reents has been preparing environmental documents for the County for the past 25 years. She will be assisted by Shawna Scott, Senior Planner, who has considerable experience in the preparation of environmental documents. The biological resources evaluations will be conducted by Geoff Hoetker (wildlife) and Travis Belt (vegetation); both biologists are knowledgeable in wetland habitats and wetland species (including vernal pool fairy shrimp and California red-legged frog). 3. Coordination Morro Group has worked on several projects with City staff and understands the need to maintain consistent and open communication throughout preparation of these documents. Morro Group also understands that City staff and management have a vested interest in the final product and often are asked to defend these documents to decision makers and the public, and therefore we do not operate independently on crucial issues at any point in the document preparation process. SCOPE OF WORK The ExIS will address both site-specific and cumulative impacts of the proposed project. Contents of the ExIS will include all requirements of the CEQA Guidelines and the City Environmental Guidelines. In addition to standard ExIS sections, such as the project description, summary, and environmental setting, the ExIS will focus on the topics listed in Table 1.. TABLE 1 EAS Components Project Segment and Issue Area Project Team Member Cultural Resources Deborah Jones-Far Western, Inc. Biological Resources Geoff Hoetker,Travis Belt-Morro Group, Inc. Wetland Issues Geoff Hoetker-Morro Group, Inc. Other Issue Areas Shawna Scott-Morro Group, Inc. Mapping/Graphics Deborah Hollowell—Morro Group, Inc. Morro Group, Inc. 2 Proposal for ExIS/MND—Sewer, ..eft Station &Force Main -- Attachment 2 B. DOCUMENT OVERVIEW The following are scope of work descriptions of the key components of the ExIS that will be required per CEQA Guidelines. 1. Initial Study Checklist/Mitigated Negative Declaration The City's Initial Study Checklist will be used as the basis for the ExIS84ND and it will be the first section of the document. Because of the complexity of the project, the checklist will be used to determine which environmental topics will require additional information. The additional information will be prepared as separate chapters attached to the Initial Study Checklist to form the Expanded Initial Study. At this time, we envision that the attached document to the checklist will look like an EIR. The attached chapters would include at minimum the project description, existing conditions, a cultural resources section, a biological resources section with at least four appendices (vernal pool fairy shrimp information, wetland information and the Site Assessment for the California red-legged frog, and botanical data review), and a hazardous materials section (summarizing Unocal and other available information). The Initial Study Checklist includes a brief summary of applicable information and other topics, such as short-term traffic impacts, construction-related air quality impacts, short-term noise, agricultural impacts and visual resources should be addressed in sufficient detail in the Initial Study Checklist. Shawna Scott will prepare the Initial Study Checklist and the CEQA-related requirements associated with the checklist, including the following: Scope of Work a. Queries will be sent to all affected state and local agencies and City and County Departments, to determine their concerns. The standard Morro Group query letter will be used. In addition, Morro Group will contact agencies for follow up to the query letter. The queries will be sent after preparation of a concise project description. b. The requisite information will be collected pertaining to all of the topics on the checklist to determine if information is lacking regarding the potential for significant impacts related to the proposed action. The checklist will indicate the topic areas for which additional information will be included in the Expanded Initial Study chapters, including cultural resources, hazardous materials considerations and the various biological issues. If additional topic areas will require information prior to determining the potential significance, we will notify the City to determine further action. c. The hazardous materials information that is available with Unocal will be summarized and a separate chapter of the ExIS will be prepared. No new information will be collected as part of this task. Should additional hazardous materials information be needed, Morro Group will alert the City to determine the scope and the consultant that should provide the data. No costs are included in this scope of work for additional hazardous materials survey work effort. d. The City standard mitigation measures that will be incorporated into the project will be developed to mitigate any potential significant impacts to insignificance. e. A Developer's Statement or other method will be developed to incorporate the mitigation measures into the project description. eee -ia Morro Group, Inc. 3 Proposal for ExISIMND—Sewer,-.n Station &Force Main Attachment 2 The following sections describe the additional information that would make up the attached documents to the Initial Study Checklist. 2. Project Description Mary Reents will work closely with the Utilities Department to prepare a concise project description that is understandable by the public. This project description will be used in the reports that will be attached to the ExISMIND and will accompany the query letters to the affected agencies. Scope of Work The various sewer mains and their routes and the proposed lift station will be described. The alternative methods of construction for the mains also will be described and to the extent possible these methods also will be identified as to which location they would likely be used (directional boring, trenching,jack and bore, etc.). a. The project objectives including project phasing (timing of various phases of force main development), and a statement as to why the City wishes to pursue the proposed project at this particular time. b. The constraints to construction, such as limitations of crossing Tank Farm Road, Unocal property issues, limitations of developing along Tank Farm Road, hazardous waste issues, etc., will be identified. c. Mitigation measures will be identified that are already included in project design. 3. Environmental Setting The Environmental Setting chapter will provide the readers will a summary of the existing conditions within the project study area (defined as the project route). Maps, including aerial photograph of the route, will be included. Shawna Scott, Senior Planner, will prepare this section. Scope of Work a. A description of the physical characteristics of the site and surrounding area (e.g., geology, biology, and land characteristics) will be included. Photographs of the route along roadways and residential/commerciaUindustrial (Unocal)/agricultural uses also will be included for frame of reference. b. A detailed description of the present use of the route and an overview of the study area will be included. c. The current land use designations as well as current zoning for the project site will be described. d. An analysis of the consistency of the project with applicable City plans and policies which pertain to the project site(e.g., General Plans,etc.)will be included. Morro Group, Inc. 4 Proposal for ExIS/MND—Sewer;�,ft Station &Force Main Attachment 2 4. Cultural Resources A Phase 1 Cultural Resources Assessment will be conducted along the proposed route. Deborah Jones with Far Western Anthropological Research Group will conduct the Phase 1. To the City's knowledge,no Phase 1 Cultural Resources survey has been conducted along the entire route. Scope of Work a. A records search will be conducted of known archaeological sites within the vicinity of the project route. The State Clearinghouse will be the principal contact for documented survey information. This step will also include requesting any available cultural resources surveys that have been conducted on the Unocal property. b. A surface survey of the entire route will be conducted to determine if there is any evidence of cultural resources. c. Far Western will prepare a confidential stand-alone Phase 1 report that will be submitted to Morro Group. This report will also be forwarded to the City for their records, but this information is not available for public review. d. Based on the stand-alone report, Morro Group will prepare a Cultural Resources chapter summarizing the results that will be available for public review. 5. Biological Resources The proposed force main route traverses segments of the Unocal property that have known records of listed species. Existing reports are available for the area of the project within Unocal property. This data will be used to the extent possible, and will be augmented with survey information where needed. The proposed trunk line will cross several creeks and wetland areas. These areas will require additional biological survey to determine if there are listed species or their habitats present, and if any part of the project would be within Army Corps of Engineers or California Department of Fish and Game jurisdiction, thus necessitating permits prior to project construction. The biological resources survey and report preparation will be conducted by a biological team consisting of specialists in wetlands, plants and listed species, particularly the vernal pool fairy shrimp and California red-legged frog. The biological resources information will be compiled into a Biological Resources chapter in the Expanded Initial Study. In addition, four specific appendices will be prepared, a botanical data review, California red-legged frog Site Assessment, vernal pool fairy shrimp data summary report and a wetlands data summary report. Geoff Hoetker and Travis Belt will prepare these reports. Geoff Hoetker will prepare the Site Assessment for California red-legged frog that will be submitted to the U.S. Fish and Wildlife Service (USFWS) to determine if they will require protocol surveys. This step is a requirement for areas with habitat present for the California red- legged frog. Morro Group, Inc. 5 Proposal for ExIS/MND—Sewer, jt Station & Force Main ---- Attachment 2 Scope of Work a. A database query and literature review will be conducted. This task will focus on compiling and reviewing existing pertinent literature relating to biological resources within the project vicinity, including any information available from Unocal and other sources. The California Natural Diversity Database (CNDDB) will be queried to determine sensitive plant and wildlife species that have been documented as occurring in the vicinity of the property. A list of species with the potential to occur in the vicinity of the project route will be compiled based on this review of the CNDDB. In addition, reports that have been prepared for other properties that are located in the vicinity will be reviewed. Where necessary, representatives of appropriate resource agencies including the California Department of Fish and Game (CDFG) and the U.S. Fish and Wildlife Service (USFWS) will be contacted to identify various special-status animals with potential to occur in the project vicinity. Information obtained from review of existing literature and discussions with resource agency staff will be used to focus subsequent field survey efforts. b. Field surveys of the targeted areas of the project route will be conducted. This task will primarily focus on collecting additional information on sensitive plant and animal resources and wetlands, including presencelabsence and habitat suitability, and an estimation of impacts to specific species and habitats resulting from proposed grading/disturbance. Surveys will be conducted during the spring flowering season (April-June). c. For areas where data are not already available, natural habitats, special-status species occurrences, identifiable special-status species impact areas, and any potentially jurisdictional streams or wetland areas will be mapped using a Trimble GPS unit capable of accuracy to 10 centimeters or less. The map will be used for assessment of biological resources and will provide the level of detail necessary to adequately identify and quantify project impacts. Note that formal waters of the U.S. studies are not anticipated because of the various methodologies available to avoid impacts to jurisdictional waters. If formal studies are needed, they can be performed after approval of the MND. d. A California red-legged frog Site Assessment will be prepared for submittal to the U.S. Fish and Wildlife Service. This report is required to meet the new protocol guidelines for the red-legged frog. Based on this report, the USFWS will determine if additional protocol surveys will be required. Since it is unlikely that the red-legged frog is within the project area, the site assessment should be sufficient for this project. If the USFWS requires additional survey work effort, it can be completed after approval of the MND. e. There is sufficient data available regarding the vernal pool fairy shrimp. Morro Group biologists will contact the USFWS to ensure that additional information is not needed and that no formal vernal pool fairy shrimp Site Assessment will be required. The existing data will be summarized in an appendix report to the ExIS, and the information summarized in the biological summary chapter. Should the USFWS require a site assessment for the shrimp, the City will be notified and the cost for this assessment will be separate from this proposal. f. This task will consist of preparing the biological resources setting section for the ExIS. As part of this task, descriptions of major plant communities, wildlife resources, and special-status species of the project site will be summarized. A detailed discussion of survey methodologies and key federal, state and local regulations and policies associated with protection of biological resources of the project site will be included as applicable to the appended special reports. Morro Group, Inc. 6 Proposal forExlS/MND—Sewer, —.t?Station &Force Main Attachment 2 g. Specific impacts to biological resources of the proposed areas of disturbance will be evaluated in detail. Identified impacts will be compared to defined thresholds of significance based on pertinent local, state, and federal plans and policies. As part of this task, appropriate resource agency staff will be contacted to discuss potential project-related effects on sensitive resources of the project site. As appropriate, the various construction methodologies (directional boring, trenching, jack and bore, etc.) will be evaluated to determine impacts, and where there are alternative methodologies,these will be compared. h. Mitigation measures for the proposed project will be developed to reduce, to the degree possible, any significant adverse impacts associated with implementation of the proposed project. Mitigation will focus on those measures that are reasonably feasible and effective, and will be developed in sufficient detail to allow monitoring for compliance. Long-term protective measures for sensitive habitats of the project site and adjacent areas will be identified as part of this task, and specific methods for minimizing direct impacts or degradation of sensitive habitats will be discussed. It is anticipated that this section will include mitigation measures requiring monitoring during construction. Mitigation compliance in the form of monitoring programs will be covered as required by CEQA. DELIVERABLES Under this Scope of Work, Morro Group, Inc. anticipates preparation of the following four deliverables: • Initial Study Checklist and Mitigated Negative Declaration for City Review; • California red-legged frog Site Assessment for submittal by City to USFWS; • Draft ExIS with Appendices for City Review; • Final ExIS/MND with Appendices for submittal by City to County Clerk's Office. If any potential unavoidable significant impacts (Class I Impacts) are identified during the analysis, the City will be notified immediately - regardless of the stage in the process at which the finding is made. At that time, Morro Group will consult and coordinate with the City to explore and exhaust all potential remedies and/or mitigation measures in reducing impacts to a level of insignificance. SCHEDULE Morro Group's project team will initiate work on the CEQA analysis as soon as this Scope of Work and the City contract are authorized. The schedule for completing the ExISMIIVD is estimated below. Morro Group will make every effort to complete tasks and prepare deliverables ahead of schedule to allow the County to complete an environmental determination as soon as possible. Morro Group, Inc. 7 Proposal for ExIS/MND—Sewer, ft Station &Force Main AttsChmeIIt 2 TABLE 2 EAS Preparation Schedule Task Estimated Completion Period Field work for Biological Resources April through June Field work for Cultural Resources May and June Submittal of 90%Drawings June Complete Mitigation and Submit EAS/MND for City Review July 15 Complete and Submit FINAL ExIS/MND to County Clerk July 21 Approval of Project/Bid Packages can be issued Last week of August It should be noted that the completion date of the Administrative Draft ExIS is contingent upon the City's submittal of complete and detailed site plans, elevations, and project description information required to conduct the CEQA analysis. COST ESTIMATE The costs to prepare the ExIS document are summarized in Table 3. The budget for analysis of the issues outlined in the above Scope of Work and preparation of the ExIS is estimated to be $41,850.00. Thank you for the opportunity to submit this proposal. We are willing to adjust the scope and schedule to meet the City's needs. Please feel free to call me with any questions. Sincerely, MORRO GROUP,INC. Mary B. Rents President Morro Group, Inc. 8 Proposal for Ex/S/MND-Sewer;...jt Station &Force Main --- Attachment 2 TABLE 3 COST ESTIMATE Morro Group, Inc.-April 10, 2006 Unit Price Task/Deliverable Staff Per Hour Unit Cost 1.0 Project Management 1.1 Project Director(Coordination with City) Reents $145.00 8 $1,160.00 Project Manager(Coordination with Scott $95.00 16 $1,520.00 City/Subconsultants) Sub-Total $2,680.00 2.0 Constraints Analysis Technical: Documents 2.1 Archaeology- Phase 1 Far Western L.S. $6,000.00 Sub-Total $6,000.00 2.2 Biological Resources Summary Research/Literature Review Hoetker $90.00 16 $1,440.00 Habitat(Plant Reconnaissance Survey Hoetker $90.00 8 $720.00 Belt $90.00 8 $720.00 Special-status Plant Reconnaissance Belt $80.00 8 $640.00 (seasonal follow up) Report Preparation Hoetker $90.00 48 $4,320.00 Belt $80.00 12 $960.00 Mapping Research/Graphics Hollowell $85.00 40 $3,400.00 Sub-Total $12,200.00 2.3 California Red-legged Frog Site Assessment Research/Literature Review Belt $80.00 8 $640.00 Habitat Reconnaissance Survey(1-mile buffer) Belt $80.00 16 $1,280.00 Site Assessment Report and Submittal Belt $80.00 40 $3,200.00 Mapping and Graphics Hollowell $85.00 16 $1,360.00 Sub-Total $6,480.00 2.4 Wetlands Summary Report Research/Literature Review Hoetker $90.00 8 $720.00 Field Survey Hoetker $90.00 8 $720.00 Report Preparation Hoetker $90.00 40 $3,600.00 Mapping Research/Graphics Hollowell $85.00 10 $850.00 Sub-Total $5,890.00 e6 Wig' Morro Group, Inc. 9 Proposal for&IS/MND—Sewer, . jt Station &Force Main _ Attachment 2 2.4 Administrative/Clerical Jones $55.00 16 $880.00 Sub-Total $880.00 3.0 Expanded Initial Study/Mitigated Negative Declaration 3.1 Draft ExIS/MND Scott 48 $95 $4,560.00 Final ExIS/MND Scott 12 $95 $1,140.00 Graphics/Exhibits Hollowell 12 $85 $1,020.00 State Clearinghouse and Clerk Noticing Scott 4 $95 $380.00 Sub-Total $6,080.00 3.2 Administrative/Clerical Jones $55.00 8 $440.00 Sub-Total $440.00 Total(Time and Materials) $40,650.00 4.0 Reimbursables 4.3 Report&ExIS/MND Publication $1,000.00 4.5 Mileage @ $0.50/mile,field incidentals $200.00 Total(Time and Materials) $1,200.00 GRAND TOTAL $41,850.00 Morro Group, Inc. 10