Loading...
HomeMy WebLinkAbout07/15/2008, C9 - CONTRACT STAFF FOR THE CHEVRON SAN LUIS OBISPO TANK FARM RESTORATION AND REDEVELOPMENT PROJECT. council hfmd�Dah 7-15-08 j AGEnbA uEpont CITY OF SAN LUIS OBISPO FROM: John Mandeville, Community Development Direct Prepared By: Kim Murry, Deputy Director, Long Raol Planning SUBJECT: CONTRACT STAFF FOR THE CHEVRON SAN LUIS OBISPO TANK FARM RESTORATION AND REDEVELOPMENT PROJECT. CAO RECOMMENDATION 1. Approve in concept a third party reimbursement agreement for contract staff to assist the City in reviewing applications for a Specific Plan amendment, vesting tentative map, and development plan related to the Chevron San Luis Obispo Tank Farm Restoration and Re-development project and to coordinate review with concurrent applications being processed in the County. 2. Authorize the City Attorney to approve the form and the City Administrative Officer to complete the contract signatures contingent upon the developer depositing with the City the amount of the contract. DISCUSSION The Airport Area Specific Plan (AASP), adopted in August 2005, designates a portion of the Chevron Tank Farm property for reuse and development. At the time of AASP adoption, information was not complete regarding the contamination on the property. As a result, several policies refer to mitigations and development guidance to be followed once more information was available. Specifically, Policy 4.3.6 indicates that development on the Tank Farm Site needs to be evaluated through a comprehensive development and conservation plan for the entire property. Policy 3.2.24 acknowledges that Chevron is preparing a remediation plan to address the contaminated areas on the site and that the City may consider proposals for changes to the Specific Plan allowing uses of the remediated site for uses other than open space. The Tank Farm site was envisioned 'for annexation to the City to accomplish several goals: the infrastructure improvements and connections in the Airport Area rely on the owner participating in the cost of providing for these improvements. The ability to secure the open space in perpetuity to enhance airport safety, visual and habitat amenities is also dependent on participation of the owner. The future development of the Tank Farm property was also a component of the positive cost-benefit study that was done for the Airport Area. For these reasons, staff has been working with Chevron to implement the adopted AASP. On July 3, 2008, Chevron Corporation submitted an application to the City for Annexation, a Specific Plan Amendment, and Vesting Tentative Tract Map to develop a portion (approximately 66 acres) of the 280 acre property that fronts Tank Farm Road with Service& Manufacturing and Business Park uses. This submittal initiates a thirty day time during which the City reviews the applications for completeness. Concurrently, Chevron is processing a use permit, tentative map, C9 - 1. 1 r ti� \ Chevron Project Manager Contract Page 2 and grading plan through the County process in order to phase grading work associated with the Remedial Action Plan (RAP) and anticipated future development in the City. In order to address the need for interagency collaboration, the intense amount of staff time required to process the applications, and the applicant's desire for an aggressive review schedule, staff is recommending that a consultant be hired to act as a project manager on behalf of the City as an extension of staff. Due to the cancellation of the first Council meeting in August, staff is bringing the agreement forward for Council's approval in concept with authorization for the City Attorney and the City Administrative Officer to complete the agreement with Chevron for contract staff assistance in order to bring the consultant on-board in time to assist with the initial completeness review of the applications. Chevron's Remedial Action Plan (RAP) incorporates actions to remediate site contamination in response to the collaborative process conducted by the Surface Evaluation, Remediation, and Restoration Team (SERRT). Neil Havlik, the City's Natural Resources Manager has been participating on the SERRT team. When Chevron first applied to the County for entitlements to grade the site, County staff abided by the City-County Memorandum of Understanding adopted several years ago by referring Chevron to the City. While County staff cannot refuse to process an application on property within County lands, they can strongly encourage an applicant to fully explore development options with the City. After City and County staff met and discussed the development process with Chevron, the applicant agreed to concurrently process an application with the City. In reviewing Chevron's initial proposal, City and County staff have concluded that a new Environmental Impact Report (EIR) is required to address the changes to the Specific Plan to implement the work associated with the RAP, and respective tentative maps and development plan applications. In addition, the evaluation of the applications through both jurisdictions requires close coordination and collaboration to ensure the project approvals are consistent with each jurisdiction's policies while recognizing that ultimate development of the site will occur under City purview. On March 1, 2005, the City Council approved the use of consultants selected and managed by the City to expedite permit processing and the Council authorized the CAO to enter into agreements with applicants and consultants, subject to the applicant agreeing to fully pay for the cost in advance of the City committing to the cost. Based on the experience of both City and County staff with an array of consultants and the specialized expertise required to assist with the remediation and subsequent development of the site, Bill Henry of SWCA (the firm previously known as Morro Group),has been selected as the most suitable consultant to lead this effort. In addition to coordinating the review of Chevron's applications through the respective City and County processes, Mr. Henry will provide the staff support needed to develop the scope of work and assist in the selection of a consultant for the EIR. Conducting a single EIR with City and County acting as "co-leads" will be the most efficient method to ensure that the environmental document comprehensively addresses all aspects of the proposed development. In addition, preparation of a single EIR will avoid a duplicative process for the applicant. C� - 2 Chevron Project Manager Contract Page 3 This staff report contains the draft consultant contract and reimbursement agreement to allow Bill Henry of SWCA to get started in the role of project manager as an extension of City staff. It is currently under review by Chevron. Authorizing the City Attorney and the City Administrative Officer to complete the contract process will enable a more timely completion of the contract process. CONCURRENCES Staff from Administration, Finance, Community Development, Public Works, Utilities, Economic Development, and Natural Resources have been participating in discussions with the Chevron team and concur with the approach of hiring contract staff to act as a project manager to assist in this labor-intensive effort. FISCAL IMPACT There will be a slight fiscal impact to the General Fund. The contract staff person's time will be fully funded by the applicant and the time spent by the City staff will be nearly fully covered by application fees. The City will be responsible for updating the Airport Area Specific Plan in response to the more detailed information available due to the SERRT process. It is the applicant's desire to obtain approval for work on this property in advance of when City staff had anticipated completing the AASP update work effort. Since most of the SERRT implementation occurs on the Tank Farm property, it is appropriate for the owner to fund the project consultant to augment staff resources to complete the project-related review and EIR necessary to support the AASP amendment. ALTERNATIVES 1. Do not authorize hiring contract staff to work in the project manager and interagency coordinator role. This approach is not recommended due to the intensive work effort associated with the project and the requirement to closely coordinate processing efforts with County staff and superior agencies. Due to staff shortages and high workload, existing staff would not be able to respond in a timely manner to this complex project. 2. Direct staff to develop a request for proposal and advertise for bids from consultants to act in this capacity. This approach is not recommended due to the time required to conduct this type of process and the special expertise required for the project at hand. Mr. Henry is uniquely qualified to fill this role, is available and currently under contract with the County to perform this function. ATTACHMENTS Third Party Reimbursement Agreement draft G:\CD-PLAN\1KMURRY\Airport Issues\Chevron\CAR-Consultant.DOC Attachment .., REIMBURSEMENT AGREEMENT This Reimbursement Agreement("Agreement") is made this day of July 2008, by and between the City of San Luis Obispo, a municipal corporation and Charter City(the"City") and Chevron EMC (the"Applicant"). RECITALS This Agreement is made with respect to the following facts: A. The Applicant is the intended developer of that certain real property located within the County of San Luis Obispo, California, generally described as Assessor's Parcels#: 076-381-021, 076-382-005, 076-383-001 and 002, 076-352 061 and 062 (Tank Farm Road). This property constitutes the project site and is hereinafter collectively referred to as the"Property" for the purposes of this Agreement. B. The Applicant is contemplating the development of the Property with Service & Manufacturing and Business Park uses. The Applicant has submitted applications for various discretionary land use approvals for the development of the Property including, without limitation, Annexation, Airport Area Specific Plan Amendment and Prezoning, Vesting Tentative Tract Map and Architectural Review of public facilities improvements, to allow the development of approximately 66 acres of the 280 acres property, and environmental documents pursuant to the California Environmental Quality Act("CEQA"). All of the above applications shall be referred to collectively as the"Project." C. To provide the City with the staff and information necessary to the City's review process concerning the development of the Property, it is necessary for the City to retain the services of a project manager staff consultant. D. As a condition to the City's completion of the review process,the Applicant has agreed to reimburse the City for the consultant's costs and expenses related to the City's review process in the manner and amounts set forth in this Agreement. The Applicant's obligation to reimburse the City under this Agreement is to ensure that the City has the necessary resources to diligently and efficiently process the Applicant's Project Application. AGREEMENT NOW, THEREFORE, in consideration of the following mutual promises and agreements, City and Applicant agree as follows: 1. Incorporation of Recitals. The parties agree that the Recitals constitute the factual basis upon which the City and the Application have entered into this Agreement. The City and the Applicant each acknowledge the accuracy of the Recitals and agree that the Recitals are incorporated into this Agreement as though fully set forth at length. 1 q C l ' ATTACHMENT 2. City to Retain Consultant. As a necessary and indispensable part of its fact-finding process relating to the review of the Applicant's proposed uses of the Property, the City may retain,by means of a contract("Consultant Contract") in its reasonable and sole discretion, the services of the consultant identified in Section 4 of this Agreement(hereinafter"Consultant"). The presently contemplated scope of work of the respective Consultant is attached hereto as Exhibit B. The City reserves the right, in its reasonable and sole discretion, to amend the scope of work as it deems necessary and appropriate where such amendments are reasonably necessary and related to the City's proper review and consideration of the Applicant's Project. The Applicant agrees that, notwithstanding the Applicant's reimbursement obligations under this Agreement, the Consultant selected by the City shall be the contractor exclusively of the City and not of the Applicant. Except for those disclosures required by law including, without limitations, the Public Records Act, all conversations, notes, memoranda, correspondence, and other forms of communication by and between the City and the Consultant shall be, to the extent permissible by law, privileged and confidential and not subject to disclosure to the Applicant. The Applicant agrees that it shall have no claim to, nor shall it assert any right in any reports, correspondence, plans, maps, drawings, news releases or any and all other documents or work product produced by the Consultant pursuant to the Consultant Contract. City shall include in the Consultant Contract a termination provision authorizing the City to, upon short notice, terminate the contract without cause by sending written notice of termination to the Consultant. Applicant understands that it will not be a third party beneficiary to City's contract with Consultant. 3. Applicant to Cooperate with Consultant. The Applicant agrees to cooperate in good faith with the Consultant. The Applicant agrees that it will instruct its agents, employees, consultants, contractors and attorneys to reasonably cooperate with the Consultant and to provide all necessary documents or information reasonably requested of them by the Consultant; provided,.however,that the foregoing shall not require the disclosure of any documents or information of the Applicant which by law is privileged, proprietary, confidential, or exempt from disclosure under the Public Records Act.. 4. City's Preliminary Selection of Consultant. The City has preliminarily decided to retain Bill Henry of The Morro Group, a Division of SWCA, as a consultant as set forth in Exhibits A & B, pursuant to this Agreement. The Applicant agrees that the City may select another consultant to replace the Consultant preliminarily identified above and may do so without consulting with the Applicant or obtaining the Applicant's approval. The Applicant further agrees that the City may need to retain additional consultants that are not known at this time in order to process Applicant's project. The City shall notify the Applicant of the need for any additional consultants and shall amend this Agreement to include the additional consultants. If the Applicant disagrees with the City's need to retain additional consultants, then the Applicants sole and exclusive remedy will be to terminate this Agreement pursuant to Section 9, subject to the Applicant's obligation to reimburse the City for all consultant costs incurred by the City prior to the date of termination, whether or not yet paid by the 2 C1 - S - ATTACHMENT City to the applicable consultant. Applicant understands that such termination will relieve the City of further obligation to process its application. 5. Applicant's Reimbursement of Consultant Costs, Expenditures and Administrative Fees. The Applicant shall reimburse the City for one hundred percent(100%) of the actual costs, expenditures and administrative fees incurred by the City relative to the Consultant Contract ("Consultant Costs"), as specified in Exhibit A and Exhibit B. The City has preliminarily reviewed the scope of work required of the Consultant and has estimated the aggregate Consultant Costs and fees to be no less than $ (estimated consultant costs + 30% administration fee)("estimated Consultant Costs"). The City may incur aggregate Consultant Costs up to the Estimated Consultant Costs without specifically notifying the Applicant.. The City shall use reasonable good faith efforts to inform the Applicant prior to amending the scope of services to be provided by the Contractor and incurring Consultant Costs that exceed the Estimated Consultant Costs ("Excess Costs"). The Applicant's obligation to reimburse the City for Excess Costs shall be contingent upon the City, before completion of the work, providing the Applicant with written notice of the amendment to the scope of work. The decision to incur Excess Costs and the amount of Excess Costs to incur shall lie with the reasonable and sole discretion of the City. If, after receiving notice of amendments to the scope of work, the Applicant disagrees with the City's incurring of Excess Costs, then the Applicant's sole and exclusive remedy will be to terminate this Agreement pursuant to Section 9, subject to the Applicant's obligation to reimburse the City for all Consultant Costs incurred by the City prior to the date of termination, whether or not yet paid by the City to the Consultant. Applicant understands that such termination will relieve the City of further obligation to process its application. 6. Payment of Consultant Costs and Fees. City shall not be required to advance its own funds to pay Consultant. Applicant shall deposit one hundred percent (100%) of the estimated Consultant Costs and all administrative fees (30% of Consultant Costs) and other fees as provided in Exhibit A. Upon receipt of these sums, City shall be authorized to employ the Consultant. City may invoice the Applicant for any excess costs charged by the Consultant pursuant to Exhibit A, and Applicant shall thereafter promptly deposit within fifteen (15) days sufficient funds with City to enable City to make timely payment to the Consultant. Within fifteen (15) days following receipt of written demand therefore by the Applicant, the City shall provide the Applicant with such reasonable documentation as the Applicant may request to substantiate any demands for payment. Applicant understands that, despite the City's efforts to hire a qualified Consultant, it is possible that the work of the Consultant may, in the City's opinion, prove to be defective, which may in turn lead to the City refusing to pay some portion of Consultant's bills and/or the City terminating the services of the Consultant. In such situations, the City may assign, and the Applicant shall accept, the obligation of resolving and/or paying any outstanding bills of such 3 Cq r,, 4 - ATTACHMENT J Consultant. If litigation ensues concerning Consultant's bills, Applicant must indemnify and defend the City in that regard. In any situation in which the Consultant is discharged, the City will, pursuant to Paragraphs 2 through 5, retain other consultants at Applicant's expense. 7. City to Retain Absolute Discretion. The Applicant acknowledges and agrees that notwithstanding the Applicant's reimbursement obligations under this Agreement, the City is not obligated to approve any or all of the proposed uses or permits for the Property, to approve any environmental documents or general plan or municipal code amendments which may be required for any of the uses contemplated for the Property. The Applicant warrants and represents that no City official, officer, employee, agent or attorney has represented, expressly or impliedly, that the City will approve any proposed use of the Property. The Applicant understands that there may be numerous legislative and quasi-judicial decisions to be made by the City with regard to the development of the Property; that all such decisions of the City with regard to the Property and the contemplated uses of the Property will be made only after compliance with all the City's statutory and other legal obligations and after considering all appropriate information and evidence; and that such evidence may cause the City to disapprove any or all of the contemplated uses of the Property. Notwithstanding anything in this Agreement to the contrary, the City retains all authority and discretion granted to it by law to approve, disapprove or modify any of the proposed uses of the Property. The Applicant further understands that the City shall not be bound by any recommendations or conclusions reached by the Consultant and that the City may accept or reject, in whole or in part, any such recommendations or conclusions that the City, in its reasonable and sole discretion, deems to be unreasonable or contrary to the City's land use ordinances and regulations or State statutes or regulations. 8. Term. The term of this Agreement shall commence on July 16, 2008, and shall terminate when all work required by the Consultant Contract has been completed to the City's reasonable satisfaction and the Applicant has satisfied all of its obligations under this Agreement including, without limitation, the obligation to pay the City for Consultant Costs and Excess Costs, whether or not paid by the City to the Consultant prior to the date of termination. The Applicant's obligation to reimburse the City as provided in this Agreement shall survive the termination of this Agreement pursuant to this Section 8. 9. Early Termination. For good cause, the City may terminate this Agreement prior to the term set forth in Section 8 above, without cost or liability to the City, upon thirty(30) days prior written notice to the Applicant. The Applicant, upon thirty(30) days' prior written notice, may, in its reasonable and sole discretion, terminate this Agreement prior to the end of the term set forth in Section 8 above, provided, however, that the Applicant has satisfied all of its obligations under this Agreement to date of termination regarding reimbursement to the City of both Estimated Consultant Costs and Excess Costs and, furthermore, that the Applicant has given City written notice withdrawing its application(s) for the Project. 4 A-SU ar-%®a wage rav ■ Within two (2) City working days following either the City's decision to terminate this Agreement or the City's receipt of written notice indicating the Applicant's decision to terminate this Agreement, the City shall notify the Consultant and instruct them to cease work under the Consultant Contract. The Consultant shall be instructed to bill the City for any work completed prior to the date of termination of the Consultant Contract. 10. Remedies Upon Default. An event of default shall be deemed to exist upon the occurrence of all of the following: (a) Either the City or the Applicant has, without legal justification or excuse, breached any one or more of its obligations under this Agreement; and (b) The nondefaulting party has sent written notice to the party claimed to be in default, specifying the default and what actions the nondefaulting party asserts should be taken to remedy the default; and (c) The party claimed to be in default has not, within ten (10) days following receipt of the written notice described above, either corrected the default or taken actions, reasonably satisfactory to the nondefaulting party, to remedy the default within a reasonable period of time,but in no event longer than thirty(30) days after receipt of the written notice described in(b) above. Following an event of default, the nondefaulting party may exercise any and all remedies available to it pursuant to this Agreement, or at law or in equity, including, without limitation, instituting an action for damages, injunctive relief, or specific performance. 11. Nonwaiver of Rights or Remedies. The failure of a party to exercise any one or more of its rights or remedies under this Agreement shall not constitute a waiver of that party's right to enforce that right or seek that remedy in the future. No course of conduct or act of forbearance on any one or more occasions by any party to this Agreement shall preclude that party from asserting any right to remedy available to it in the future. No course of conduct or act of forbearance on any one or more occasions shall be deemed to be an implied modification of the terms of this Agreement. 12. Assignability. This Agreement may not be assigned by either party without the prior and express written consent of the other party, which consent shall not be unreasonably withheld. In determining whether to approve a request by the Applicant to assign this Agreement, the City may consider, among other things, the proposed assignee's financial status and commitment to the Project. Any attempted assignment of this Agreement not in compliance with the terms of this Agreement shall be null and void and shall confer no rights or benefits upon the assignee. 5 q C4 - � ATTACHMENT 13. No Oral Modifications. This Agreement represents the entire understanding of the City and the Applicant and supersedes all other prior or contemporaneous written or oral agreements pertaining to the subject matter of this Agreement. This Agreement may be modified only by a writing signed by the authorized representatives of both the City and the Applicant. 14. Binding Upon Successors. This Agreement and each of its terms shall be binding upon the City, the Applicant and their respective officers, elected officials, employees, agents, contractors, and permitted successors and assigns. 15. Legal Challenges. Nothing herein shall be construed to require City to defend any third party claims and suits challenging any action taken by the City with regard to any procedure or substantive aspect of the City's approval of development of the Property, the environmental process, or the proposed uses of the Property. The Applicant may, however, in its sole and absolute discretion appear as real party in interest in any such third party action or proceeding. If the City defends such action or proceeding; the Applicant shall be responsible to reimburse the City for whatever legal fees and costs, in their entirety that maybe incurred by the City in defense of such action or proceeding. The City shall have the absolute right to retain such legal counsel as the City deems necessary and appropriate. Applicant shall reimburse City in the event of an award of court costs or attorney fees is made against City in favor of any third party challenging either the sufficiency of an environmental impact report or the validity of the City's approval of the Application. 16. Attorneys' Fees. In the event that any action or proceeding, including arbitration, is commenced by either the City or the Applicant against the other to establish the validity of this Agreement or to enforce any one or more of its terms, the prevailing party in any such action or proceeding shall be entitled to recover from the other, in addition to all other legal and equitable remedies available to it, its actual attorneys' fees and costs of litigation; including, without limitation, filing fees, service fees, deposition costs, arbitration of costs and expert witness fees, including actual costs and attorneys' fees on appeal.. 17. Jurisdiction and Venue. This Agreement is executed and is to be performed in the City of San Luis Obispo, and any action or proceeding brought relative to this Agreement shall be heard in the appropriate court in the County of San Luis Obispo, California. The City and the Applicant each consent to the personal jurisdiction of the court in any such action or proceeding. 18. Time is of the Essence.. Except as otherwise expressly stated, time is of the essence in the performance of each and every action required pursuant to this Agreement. 6 �n e�►c,:��1�tIV 4 19. Covenant of Further Assurances. The City and the Applicant shall take all other actions and execute all other documents, which are reasonably necessary to effectuate this Agreement. 20. Interpretation. The City and the Applicant agree that this Agreement is the product of mutual negotiations and is an arms-length transaction. Each party has negotiated this Agreement with the advice and assistance of legal counsel of its own choosing. It is further agreed that the terms of this Agreement shall be construed in accordance with the meaning of the language and shall not be construed for or against either party by reason of authorship and the rule that ambiguities in a document shall be construed against the drafter of the document shall have no application to this Agreement. In construing and interpreting this Agreement, the finder of fact shall give effect to the mutual intention of the City and the Applicant, notwithstanding such ambiguity, and may refer to the facts and circumstances under which this Agreement is made and such other extraneous evidence as may assist the finder of fact in ascertaining the intent of the City and the Applicant. 21. Severability. If any term or provision of this Agreement is found to be invalid or unenforceable, the City and the Applicant both agree that they would have executed this Agreement notwithstanding the invalidity of such term or provision. The invalid term or provision may be severed from the Agreement and the remainder of the Agreement may be enforced in its entirety. 22. Headings. The headings of each section of this Agreement are for the purposes of convenience only and shall not be construed to either expand or limit the express terms and language of each section. 23. Representations of Authority. Each party signing this Agreement on behalf of a party which is not a natural person hereby represents and warrants to the other party that all necessary legal prerequisites to that party's execution of this Agreement have been satisfied and that he or she has been authorized to sign this Agreement and bind the party on whose behalf he or she signs. 7 a e retv�eeeoGtl 1 24. Notices. Notices required under this Agreement shall be sent to the following: If to the City: City of San Luis Obispo Attn: City Administrative Officer 990 Palm Street San Luis Obispo, CA 93401-3249 Facsimile No. (805) 781-7109 If to the Applicant: Chevron EMC Attn: William Almas Notices given pursuant to this Agreement shall be deemed received as follows: (a) If sent by United States Mail— five (5) calendar days after deposit into the United States Mail, first class postage prepaid. (b) If by facsimile—upon transmission and actual receipt by the receiving party. (c) If by express courier service or hand deliver—on the date of receipt by the receiving party. The addresses to notices set forth in this Section 24 may be changed upon written notice of such change to either the City or the Applicant, as appropriate. 25. Days. Unless otherwise specified to the contrary, "days" in this Agreement shall mean calendar, not business days. 8 q I C 1 — � 1 ATTACHMENT Dated: CITY OF SAN LUIS OBISPO A Municipal Corporation (the"City') By: Ken Hampian, City Administrative Officer ATTEST: City Clerk APPROVED AS TO FORM: 14�ity A rney Dated Chevron EMC By: APPROVED AS TO FORM: Legal Counsel for Applicant 9 WWW 6 est July 3, 2008 M®RRO GROUP, INC. A.DIVISION OF SWCA ENVIBONMENTA CONSWANTS Mr. John Nall Ms. Kim Murry Principal Environmental Specialist Deputy Director, Long Range Planning County of San Luis Obispo City of San Luis Obispo Department of Planning and Building Community Development County Government Center, Room 200 919 Palm Street San Luis Obispo, CA 93401 San Luis Obispo, CA 93401 SUBJECT: Scope of Work and Cost Summary to Provide Environmental Administration and Assistant Project Manager Services to the County and City of San Luis Obispo for the Chevron - Tank Farm Project(MG/SWCA -SLO 92) Dear Mr. Nall and Ms. Murry: Thank you for your interest in having Morro Group, a Division of SWCA (Morro Group/SWCA), prepare a proposal to provide project management, environmental review process, and planning services to the County of San Luis Obispo (County) and City of San Luis Obispo (City) for the processing of the Chevron — Tank Farm project, located in the County of San Luis Obispo, California. Environmental and planning services would include but not be limited to the tasks outlined below. The cost estimate is based on previous experience serving as the Assistant Project Manager for the County, facilitating both the Guadalupe Restoration and the San Miguel Ranch General Plan Amendment project EIRs over the last three years, and working closely with all key parties involved in the process. My review of Morro Group/SWCA's invoices for both the Guadalupe and San Miguel Ranch projects also served as a means of projecting the cost for providing project management services to the County and City. As has been the case with the Guadalupe and San Miguel projects, there have several instances where my delegation of tasks to various members of Morro Group/SWCA staff has been beneficial from a cost as well as a timing standpoint. The cost estimate below includes utilization of Morro Group staff where appropriate to assist in our efficiency of services to the City and the County. SCOPE OF WORK The fust section of this scope describes work that will be done on behalf of both the City and the County and for which billing will be split evenly between the City and the County.. The second section of this scope describes work that will be done solely in support of the City review of the Chevron application and for which services will be billed to the City alone. The third section of 1422 MONTEREY STREET, SUITE C200•SAN LUIS OBISPO,CA 93401•(805)543-7095 FAX 543-2367 (29 - l3 Aon%iScope of Work&Cost Summary for the Chevron- Tank Farm Project Coun /Ci 0J tY Sri-Rp t727 this scope describes work that will be done solely in support of the County review and services will be billed to the County alone. Section I—Joint City and County Process Responsibilities When implementing the services outlined below, Morro Group/SWCA will divide equally the costs associated the tasks between the County and the City. In doing so, we will reference the Chevron application processing numbers assigned by both the County and the City when preparing the billing for the services outlined below: I. Coordinate all project submittals with outside agencies and utilities for referral comments / Notice of Preparation comments. Agencies include, but are not limited to: Caltrans, PG&E, SBC, Charter Cable, Gas Company, Fish and Game, Army Corps of Engineers, Regional Water Quality Control Board, Airport Land Use Commission, County Planning, County Environmental Health, APCD, US Fish & Wildlife Service, and any other agencies with jurisdiction that may become involved. Prepare letters to applicant on information needed, suggested refinements, and progress. 2. Prepare an initial environmental study,proposed EIR work scope, and Request for Proposals (RFP) for preparation of the EIR by a third party consulting firm. 3. Prepare, review, and circulate a RFP so as to obtain an EIR consultant. 4. Review EIR consultant proposals and scope of work. Coordinate with a proposal review team and determine most suitable consultant to prepare EIR. If necessary, set-up and hold EIR consultant interviews as part of selection process. Coordinate refinement of scope of work with County, City, and selected consultant. 5. Prepare, review, and distribute the Notice of Preparation. Coordinate the scoping process through the County and the City. The process includes a.scoping meeting at public hearings before the City of San Luis Obispo Planning Commission and the County of San Luis Obispo Planning Commission. Responsible for timely filing of required public hearing notices. 6. Consolidate and distribute Scoping Meeting and NOP comments to interested parties (e.g., agency staff, interested members of the public, and EIR consultants). 7. Administer the EIR consultant contracts to be issued by the City and the County and ensure compliance with local, state, and federal requirements, when appropriate. As part of this process, coordinate with County and City Counsel to ensure contracts prepared properly. 8. Review and comment on the Administrative Draft EIR(ADEIR) and follow process through to a revised ADEIR and prepare a Notice of Completion of Draft EIR(DEIR). This process includes a public hearing on the DEIR with the City and County Planning Commissions. Administrative draft review is expected to take four weeks. Morro Group—A Division of SWCA 7 Cq - � � ' tycnent Scope of Work& Cost Summaryfor the Chevron- Tank Farm Project County/Cit o an tspo 9. Consolidate, review, and distribute DEIR comments, and review consultant's response to comments and DEIR revisions. Review and comment on the Administrative Final EIR (AFEIR) and follow process through to a revised Final EIR. 10. Coordinate with City and County staff, property owner, property owners' representatives, and other agencies to keep "key players" informed of issues, problems, and progress, both orally and in writing. 11. Throughout the entire process, provide information to the members of the public interested in the progress or status of the project (e.g., neighbors, appellants, decision makers, media, etc.). This may involve phone calls, meetings, and email. 12. Arrange and coordinate agencies, participate in monthly meetings between City and County staff, and project applicant to ensure coordination and timeliness of City and County processes. Attend one project team meeting per week (one hour) for anticipated duration of 18 months. Prepare meeting notes and distribute to team for review. 13. Prepare the Notice of Determination related to the CEQA process for both the City and the County. Section 2—City Process Responsibilities Morro Group/SWCA will reference the Chevron application processing numbers assigned by the City when billing for the services outlined below: 1. Review project application for initial completeness and consistency with City plans, programs, and policies. Assist in the preparation and refinement of the project description for City review. 2. Coordinate all project submittals with internal departments and outside agencies and utility providers for subdivision map and public utility requirements associated with the vesting tentative tract map submitted for City consideration. These entities may include: Caltrans, PG&E, SBC, Charter Cable, Gas Company, Fish and Game, Army Corps of Engineers, Regional Water Quality Control Board etc. Prepare letters to applicant on information needed, suggested refinements, and progress. 3. Prepare City Council staff report and attend one Council hearing for EIR consultant contract. 4. Coordinate with City staff assigned to project to ensure the development review and Specific Plan amendment processes proceed smoothly. 5. Assist assigned City staff where necessary to coordinate evaluation of Airport Area Specific Plan amendments required as part of the project, Airport Land Use Plan (ALUP) restrictions, and superior agency requirements with the project proposal. Attend one ALUP Commission hearing. Morro Group—A Division of SWCA 3 CJ - l5 ent Scope of Work&Cost Summary for the Chevron- Tank Farm Project County/C y � 6. Assist assigned City staff in evaluation of Vesting Tentative Tract Map proposal for compliance with Zoning requirements, transportation best practices, grading and drainage information provided by the Community Development, Public Works staff, and Utilities service information relative to zoning, design, water sewer, and recycled water facilities necessary to serve the development. 7. Assist assigned City staff in analysis and preparation of staff reports to advisory bodies (i.e., ARC and PC) and City Council documenting the project's compliance with City plans, programs, policies, and good design principles. Attend one PC meeting, attend one CC meeting. 8. Perform other planning tasks related to the project review, as required. Section 3— County Process Responsibilities Morro Group/SWCA will reference the Chevron application processing numbers assigned by the County when billing for the services outlined below: I. Prepare Staff Report for the project preparation; 2. Represent staff at Planning Commission and Board of Supervisors hearings and give staff report presentations; 3. Prepare Notice of Determination; and, In addition to the tasks outlined above, EIR project management has required attendance at numerous meetings with County staff, the EIR consultant, and the project applicant, and has required response to numerous phone calls, e-mails, and other information requests from County staff, the project applicant, interested members of the public, and representatives of responsible agencies. It is recognized that not all of the above tasks may need to be implemented for the Chevron EIR and that there may be other tasks not listed above that are unique to this project. COST ESTIMATE Based on the above description of services, a time-and-materials budget of $164.510.00 is recommended (refer to Table 1). Should you have any further questions or need additional information, please contact me at (805) 543-7095, extension 104. Sincerely, Morro Group—A Division of SWCA 4 C� `I Scope of Work&Cost Summary for the Chevron- Tank Farm Project County/G o San�:as Gbis o J , P PZ4&, zfa MORRO GROUP/SWCA Bill Henry, AICP Office Director Morro Group—A Division of SWCA 5 C9 �� fHMENT a p V + a o m CCD, a D T 0 m m n o m m m m c 8 O � O < (p y a O < <. 3 G. O 7 Z „ a M � m - a CD CD g d C w a n y m = f m m m o = F d a m m m m m c Ro b m o 0 O n m m Q m m a m o m o v `m' o v �. A n o m Co) � y 0 0 m 0 s ('1 0 > > O m o CD g n 3 R c obi .C'CO a rn 3 3 0 c m = o c Z m n Cr A n d m � D m O 3 c m a o o s v d y -0 - m � °—' v t c 2 m o n m o -0p „—� y C .Z7 va O H 'i7 W ? _ �^^ 0) N D Q to a pe 0 0 Q Ll p^ n d 2 N d n O rY C}` _M (D C1. m oc a D D -n _ CO CD mm m m co CD m a CL y a S CD 2 0' fi CD m_ rn y m G o � � C N _ � n 0 O N -4 � W c � m C =IL i a � o m A C9 0 0 N O A O N [OT N N A N O A N O Principal/Project Director O O O rV O ? w A W N A A T O Senior Planner m A i Environmental Planner ry m N A N Assistant Planner 00 A A o GISIRS Specialist N A A N A W A A A M A Ja Ao AdministrativelClerical n J J J IG9O. CO O N _ V CT CT N CD V1 (!f CT 07 W W .a CO A Cn O CO N � L, CO .a p O N N ? O Morro Group•Labor Total O O O O O O O O O O O O O O O O h o Reimbursables p o✓ O N r C.19 N CO U fA CO 00 O) W W W 0 0 0 � p 0 0 0 � 0 0 0 0 0 0 0 0 0 r Juan _ C9 l ATTACHMENT z� W C.J W W W 0N N N N N C CT A W N O CO V0) CT A b O � � o n v -o v -0 v D D D D Zf C N N '0 C'1 �. N N N N b 0 m ,Cn �—, m A m 2 7 o J �� � � � J vnrnrn O' 'v CD M a -f D 0 `p o a � � m EF Er E 5 a J g Sg S xK < DCn a nCn CO o n CO w n .��'. -V (nCL CD J Jj C y LU J N t0 d A 1 O f0 C ( D O C1 O 23--1 (n n n CD CD y N CD 1 0 T O N fJ> >r ' Z7 G cc CD f a T J -0 M n a o C) a v G) = b Q D CS x � a O p. r— x o vCr " D c n Cr o M c O m c C — G) o- 0. a A n ti E m o N o rn m CO w C" o cow a s o Principal/ProjectDirector o h A r r � tp N N A N A N Q) CA M COO Senior Planner O a CO o oICAEnvironmental Planner ° v+ rn o m oD 11 1 m Assistant Planner N CO ^3 °�m GISRS Specialist AdministrativelCle 00 rra_I Gj N6/iffA EA 69NnCn GAO C CT CT CT a rn CO m N W N A A a Morro Group-Labor Total 0 00 CD 000 000000 0 0 o Reimbursables 40 � vi � � to <0 �bg A ? N j CTO O _ _A A CO 0) N W N A _A �_ 1 CO _ �\ v C O O O O O 0 0 0 0 0 0 r O - ATTAC14MENT Exhibit "B" 4A scope-of-woRk foa chevron consultant contract The Consultant will provide immediate attention to the Chevron permit application, as an extension of both City and County staff. The first section of this scope describes work that will be done on behalf of both the City and the County and for which billing will be split evenly between the City and the County. The second section of this scope describes work that will be done solely in support of the City review of the Chevron application and for which services will be billed to the City alone,.,-'-,,, SECTION 1 —Joint City and County Process Responsibilities 1. Coordinate all project submittals with outside agencies andutilities for referral comments / Notice of Preparation comments. Agencies include,but aren't limited to: Caltrans, PG&E, SBC, Charter Cable, Gas Company, Fisl�'and.,Game, Army Corps of Engineers, Regional Water Quality Control Board, etc.; Prepare letters to applicant on information needed, suggested refinements,.and progress; 2. In cooperation with County and,.City staff, prepare an initial environmental study, proposed EIR work scope and Request for Proposals for preparation of the EIR by a third party consulting firm; 3. Prepare, review and circulate a Request forproposals_for an EIR consultant; 4. Review EIR consultant proposals and,,,scope of work. Coordinate refinement of scope of work with County, City and selected consultant; 5. Prepare, review and distribute the Notice;',of Preparation. Coordinate the scoping process:through the County and the City. The process includes a scoping meeting at a o6blic hearing before the City of San Luis Obispo Planning Commission. 6. ,Administer the EIR'consultant contract and ensure compliance with local, state and federal requirements;,when appropriate; 7. Review and comment'dn the Administrative Draft EIR (ADEIR) and follow process through to revised ADEIR with Notice of Availability of Draft EIR; This process includes a public hearing on the Draft EIR at the Planning Commission. 8. Consolidate, review and distribute DEIR comments, and review consultant's response to comments and DEIR revisions; Review and comment on the Administrative Final EIR (AFEIR) and follow process through to a revised Final EIR. 9. Coordinate with City and County staff, property owner, property owners' representatives and other agencies to keep "key players" informed of issues, problems and progress, both orally and in writing; 10. Provide information to the public; 01 _ 20 ATTACH'I ENT Scope of Work -Chevron Profect Manager Exhibit "B" Page 2 Qq/ 11. Arrange and participate in monthly meetings between City and County staff and project applicant to ensure coordination and timeliness of City and County processes. 12. Prepare the Notice of Determination and the Notice of Final Action related to both City and County projects; SECTION 2 — City Process Responsibilities The City will assign the Chevron application processing numbers which the project manager should reference when billing for services rendered. 1. Review project application for initial completeness and consistency with City plans, programs and policies; Assist in the preparation and refinement of the project description for City review; 2. Coordinate all project submittals with interrial departments and outside agencies and utility providers for subdivision map"and\public utility requirements associated with the vesting tentative tract map submitted for Cit bonsideration. These entities may include: Caltrans, PG&E, SBC, Charter Cable, Gas Company, Fish and Game, Army Corps of Engineers; Regional Water Quality`Control Board etc. Prepare letters to applicant on information needed, suggested-refinements, and progress. 3. Prepare staff report to City Council to authorize distribution of a Request for Proposal for preparation of an Environmental Impact Report for the project by a third party consulting=firm. 4. Prepare City Council staff report for EIR consultant contract; 5. Coordinate with City staff-assigned to project to ensure the development review and Specific Plan amendment processes proceed smoothly. 6. Assist assigned City staff where-necessary to coordinate evaluation of Airport Area Specific Plan amendments required as part of the project, Airport Land Use Plan (ALUP) restrictions, and superior agency requirements with the project proposal. 7. Evaluate Vesting Tentative Tract Map proposal for compliance with Zoning requirements, transportation best practices, grading and drainage information provided by the Community Development, Public Works staff, and Utilities service information relative to zoning, design, water sewer, and recycled water facilities necessary to serve the development; 8. Analyze and prepare staff reports to advisory bodies (i.e. ARC, and PC) and City Council documenting the project's compliance with City plans, programs, policies, and good design principles; 9. Perform other planning tasks related to the project review, as required. C.1 - 2-