Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
_ 4.11(b)--Approve the Fifth Amendment to Contract (C-5900) Old Alturas Rd over Churn Crk
C IT Y OF REMDINO�" AN CITY OF REDDING REPORT TO THE CITY COUNCIL MEETING DATE: February 20, 2024 FROM: Michael Webb, Public Works ITEM NO. 4.11(b) Director ***APPROVED BY*** Am 6eau *'orksMirectcrs $346,499.52 ?18/2024 r5, 1pis n, Ci ars e 2'13/202 mwebb@cityofredding.org btippin@cityofredding.org SUBJECT: 4.11(b) --Approve the Fifth Amendment to Consulting and Professional Services Contract (C-5900) for the Old Alturas Road Bride over Churn Creek Project Recommendation Authorize the following actions relative to Consulting and Professional Services Contract (C- 5900) for the Old Alturas Road Bridge over Churn Creek Project: (1) Approve the Fifth Amendment to the Consulting and Professional Services Contract (C- 5900) with Morrison Structures, Inc., in the amount of $36,503.12, for a total not to exceed fee of $596,308.07; (2) Authorize the City Manager to execute the Amendment; and (3) Authorize the City Manager to approve additional contract amendments not to exceed $40,000. Fiscal Impact The total project cost of the Old Alturas Road Bridge over Churn Creek Project (Project) is estimated at approximately $9.5 million dollars. The Project is 88.53 percent funded by the Federal Highway Bridge Program, with the remaining 11.47 percent being funded by the City of Redding's (City) Transportation Impact Fee fund. The total Project cost includes a consultant contract with Morrison Structures Inc., (Morrison) to provide bridge design services through construction. This amendment will increase Morrison's consultant contract by $36,503.12. See table below for a summary of amended costs to Morrison's consultant contract (table only includes amendments that adjusted the contract amount). Original Contract Amount 3rd Amendment 5th Amendment Adjustment Revised Total Adjustment Revised Total $346,499.52 $213,305.43 $559,804.95 $36,503.12 $596,308.07 Report to Redding City Council February 14, 2024 Re: 4.11(b) --Approve the Fifth Amendment to Contract (C-5900) Old Alturas Rd over Churn Crk Page 2 Alternative Action The City Council (Council) may choose not to authorize the amendment and provide staff with an alternate direction. Without the proposed amendment, Morrison will not be able to provide services during the construction phase of the bridge which would leave staff unable to use Morrison to provide bridge engineering solutions or technical input related to issues that may arise during construction. Background Analysis Over the course of the Project there have been a substantial increase in professional services required, mostly associated with the extended project duration due to cultural concerns. As a result of identified cultural sites the engineering design was revised to avoid certain areas which in turn created additional design costs. At the time of these design changes there was sufficient budget in the overall consultant contract. However, now that the project has moved into the construction phase, the additional funds requested in this amendment will allow Morrison to continue to provide engineering support during construction as necessary. The amendment has been approved as to form by the City Attorney. At the February 5, 2013 Council meeting, authorization was given to negotiate a contract for the Project. The contract was executed in March 2013. In September 2015, June 2017, and again in June 2022, administrative amendments were executed to update the end date of the contract. In addition, in August 2020 staff went to Council for approval of an amendment to increase the project funding to complete the design. At this time, the project has been awarded to a contractor, however, there is still work to be done by Morrison that falls under Task 11 - Assistance During Bidding and Construction. The Old Alturas Road bridge was constructed in 1964 and is currently designated as "functionally obsolete" per California Department of Transportation Bridge Inspection Reports. This designation is largely due to the amount of traffic using the bridge and the lack of shoulders, pedestrian facilities, and turning movement capacity. The Project will rehabilitate the existing 28 -foot -wide bridge to a 67 -foot -wide bridge with three travel lanes, two 8 -foot shoulders, two 5.5 -foot sidewalks, and new concrete barrier rails on both sides. These improvements meet the requirements of both the American Association of State Highway and Transportation Officials and the City. Environmental Review This action is not a project as defined by the California Environmental Quality Act (CEQA). On December 6, 2016, Council adopted Resolution 2016-126 approving the Mitigated Negative Declaration and Mitigation Monitoring Program, and approving the Old Alturas Road and Churn Creek Bridge Rehabilitation Project, thereby satisfying the requirements of CEQA. No further action is required. Council Priority/City Manager Goals This is a routine operational item. Report to Redding City Council February 14, 2024 Re: 4.11(b) --Approve the Fifth Amendment to Contract (C-5900) Old Alturas Rd over Churn Crk Page 3 Attachments ^C-5900_ 5th Amendment C-5900 Contract C-5900_1 st Amendment C-5900 2nd Amendment C-5900 3rd Amendment C-5900 4th Amendment Reso 2016-126 - Bridge Rehabilitation Project Previous Staff Report 2013 Previous Staff Report 2016 Previous Staff Report 2020 FIFTH AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27, 2013, and amended September 30, 2015, June 30, 2017, August 3I, 2020, and June 30, 2022, between the City of Redding, California ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: RECITALS WHEREAS, the City and Consultant agreed to increase the contract amount to be able to complete the contract scope; NOW, THEREFORE, the Contract is amended as follow: I. SECTION 2.A.1 is amended to read in its entirety as follows: The City shall reimburse the Consultant for actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the Consultant in performance of the work. Actual costs shall not exceed the total estimated direct labor, indirect overhead and other costs set forth in the approved Exhibits B, B-1, and B-2, unless additional reimbursement is provided by contract amendment. The Exhibit B-2 attached to this amendment is incorporated into the Contract dated March 27, 2013, and amended September 30, 2015, June 30, 2017, August 31, 2020, and June 30, 2022 II. SECTION 2.A.2 is amended to read in its entirety as follows: In addition to the costs referred to in paragraph 1 of this section, the City shall pay the Consultant a fixed fee of $48,366.03. Said fixed fee shall not be altered, unless there is a significant alteration in the scope, complexity, or character of the work to be performed which is documented by contract amendment. The fixed fee can be invoiced monthly based on the percentage of actual costs expended compared to actual cost budget. III. SECTION 2.A.3 is amended to read in its entirety as follows: In the event that the City determines that a change to the work from that specified in the Exhibit A and A-1 and contract is required, the contract time and/or actual costs and fixed fee reimbursable by the City shall be adjusted by contract amendment to accommodate the changed work. The total amount payable by the City, including fixed fee, shall not exceed Five Hundred Ninety -Six Thousand, Three Hundred Eight and Seven Cents ($596,308.07) All other terms and conditions of the Contract shall remain in full force and effect. The effective date of this Fifth Amendment shall be the date that it is signed by City. IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and year set forth below - Dated: 2024 By: TENESS4AUDETTE, Mayor Form Approve& Attest., CHRISTIANM CURTIS City Attorney SHARLENE TIPTON, City Clerk By: Morrison Structures, Inc. Dated: 2024 By: ROBERT L. MORRISON, JR /, President Contract No. C-5900 Consultant: Morrison Structures, Inc. DIRECT LABOR Classification Amendment 3 - Final Design Structural Engineer (E6) Associate Engineer (E3) Technician (T2) EXHIBIT B-2 Old Alturas Road Bridge over Chum Creek Project Date: Amendment No. 5 - Cost Proposal Initial Hourly Name Hours Rate Morrison, Jr. Bob 44 $ 80.88 Roesner Dean 87 $ 52.90 Gallino Janet 50 $ 36.56 181 Subtotal Direct Labor Anticipated Salary Increases (assumes 5% rate increase in 2024 and in 2025 and 50% of labor hours expended in each year) Total Direct Labor Cost Indirect Overhead Rate @ Subtotal Direct Labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to attached detail) Expenses (mileage, binders, supplies, etc.) Subtotal Other Costs Markup Other Costs 200.48% 1300% 0.00% 5 -Dec -23 Total $ 3,558.72 $ 4,602.30 $ 1,828.00 $ 9,989.02 $ 9,989.02 $ 761.66 $ 10,750.68 $ 21,552.96 $ 32,303.64 $ 4,199.47 $ .00 $ .00 $ .00 GRAND TOTAL S36,503.12 CITY OF REDDING CONSULTING AND PROFESSIONAL SERVICES CONTRACT THIS. CONTRACT is made at Redding, California, by and between the City of Redding ("City"), a municipal corporation, and Morrison Structures, Inc. ("Consultant") for the purpose of Engineering Services for the Old Alturas.Road Bridge over Chum Project. Creek WHEREAS, City does not have sufficient, personnel to perform the services required herein thereby necessitating this Contract for personal services. NOW,, THEREFORE, the Parties covenant and agree, for good consideration ,-hereby acknowledged, as follows: SECTION 1. CONSULTANT SERVICES Subject to the terms and conditions set. forth in this Contract; Consultant shall provide to, City the, services described in Exhibit A, attached and incorporated herein. Consultant shall.provide, the services at the time, place and in the manner specified in Exhibit A. SECTI(KL COMPENSATION AND REMRURSEMENT OF COSTS A. The method of payment for this contract will be based on actual cost-plus-4-fix6d, fee. I . The City shall reimburse the Consultant for actual -costs (including, labor costs, employee benefits, overhead, and .other direct costs) incurred by the Consultant in performance of the work. Actual costs shall not exceed the total estimated direct labor, indirect overhead and other costs set forth in the approved Exhibit B; unless additional reimbursement is provided for by- contract amendment,. 2. It addition to the 'costs referred to in paragraph I of this section, the City shall pay the Consultant a fixed fee of $28,745.51. -Said fixed fee shall not be altered; unless there is a'e sigmfi- ant alteration in the scope, -complexity, � or character of the work to be performed which is documented by contract amendment The fixed fee can be invoiced monthly- based on the percentage of actual costs. expended compared to actual cost budget. 3. In the event that the City determines that. a change -to the work from that specified in the Exhibit A and contract is required, the contract time and/or actual. costs and fixed fee= reimbursable by the City shall be adjusted by contract amendment to accommodate the changed work.. The total amount -payable by the City, including fixed fee, shall-n6t: exceed three hundred :, 6, cents -forty six thousand four hundred ninety nine, andfifty tw ($346499.52). FECERAL LANOUAG&COWUhing acid Professional Sets m CGntrad [Rev. tune 200J —5, Page I ME B. Consultant shall submit monthly invoices to City for work completed to the date of the invoice. All invoices shall be itemized to reflect the employees performing the requested tasks, the billing rate for each employee and the hours worked. C. All correct, complete and undisputed invoices sent by Consultant to City shall be paid within thirty (30) calendar days of receipt. D. Salary increases of three percent (3.5%) will be reimbursable if approved by the City. -SECTION 3. TERM AND TERATIQN A. Consultant shall commence work on or about March 2012013, and complete said work no later than September 1, 2015. Time is of the essence. B. This Contract may be : terminated for cause by - the, City if Consultant fails substantially to. perform its -obligations under this Contract and does not commence correction of Such nonperformance within 5 days of written notice and diligently complete the correction thereafter.. If termination pursuant to this subdivision is given to Consultant and a court of law later determines that the Consultant was. not in default or the default was excusable, then the notice of termination provided -for in this termination shall be deemed to have been given without cause pursuant to Subdivision C of this Section. C. Eith6r,Paity may terininatethis Contract without cause on. thirty (10) calendar, days', written notice. Notwithstanding the preceding, if the term set forth in Section 3.A. of this Contract exceeds,.ninety (90)calendar days in duration,. Consultant's sole limited to terminate shall be Ited to termination for cause. D. I Consultant hereby acknowledges and agrees that the obligation of City to pay under, this Contract is contingent upon. the availability of City's finds which are appropriated or allocated by the City .Council. Should the funding for the project and/or work set forth herein not be appropriated or allocated by the City Council, -.Citypay terminate this Agreement by furnishing at least thirty, (30) calendar days' written.notice of its: intention to terminate. In the event of a termination pursuant to.. this subdivision, Consultant shall not be entitled to --a remedy of acceleration of payments due over the term ' of this Agreemeiat. The Parties "acknowledge and agree that the power to, terminate described hereinisrequired by Article 16, Section 18, .of the California Constitution, and that constitutional provision supersedes any law, rule, regulation, or statute which conflicts with the -provisions of, this, Section. E. In the event: that Cffi gives notice of termination, -Consultant promptly 'y provide: to City -any and all finished: and unfinished, reports,'data, studies, photographs,, charts -or. otherwork productprepared by Consultant pursuant. to this ..Contract., City -shall have full ownership, includ'M91 e . but not limited.to, intellectual property rights, p f and control of all such, inishedand unfinished reports;data, studies, photo : graphS, charts or other work product. FECERAL LANGUAGE-Consultini and Ptnfcssional Services Contract [Rev, June 20091 Page 2 F. In the event- that City terminates the Contract, City shall pay Consultant the reasonable value of services rendered by Consultant pursuant to this Contract; provided, however, that City shall not in any manner be liable for lost profits which might have been made by Consultant had Consultant completed the services required by, this Contract. Consultant shall, not later than ten (10) calendar days after termination of this Contract by City, Runish to City such financial information as in the judgment of the City's representative is necessary to determine the reasonable value of the services rendered by Consultant. . , G. In no event shall the termination or expiration of this Contract be construed as a waiver of any right to seek remedies in law,. equity or otherwise for a Party's failure to perform each obligation required by this Contract. -SECTION 4. MISCELLANEOUS TERMS AND CONDITIONS OF CONTRACT A. City shall make its. facilities accessible to -Consultant as required for Consultant's, performance of its services under this Contract, and, upon request of Consultant, provide labor and safety equipment as required by Consultant for such access. B. Tursuant to the City's business license ordinance, Consultant shall obtain a City - business license prior to commencing work. C. Consultant- represents and warrants to City that it has all licenses permits, qualifications and approvals of any nature whatsoever that are legally required for Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep, in,effect or obtain at all times during the term of this Contract,any licenses, permits and approvals that are legally required for Consultant to practice its profession. Consultant shall, during the entire term of this. - Contract, be, construed to be an independent contractor and nothing in this Contract is intended, nor shall it be construed, to create an employer/employee relationship, association, joint venture relationship, trust or partnership or to allow City to exercise discretion or control over the professional manner - in which Consultant performs under this Contract; provided, however, that the services to be provided by Consultant shall be provided in a manner consistent with the professional, standards applicable to such services. The sole interest of City is to insure that services are rendered and performed in a competent, efficient and satisfactory manner. Consultant shall be fully responsible for payment ofall taxes due to state and federal governments which would be withheld from compensation if Consultant were a City employee. Oty shall not be liable for deductions for any amount for any purpose relating- to Consultant's compensation. Consultant shall not be eligible for coverage under City's workers' compensation insurance plan, benefits under the Public F..mplbyee Retirement System, -or - be eligible for any other City 'benefit. No. party shall be the agent of, or have a right or power to bind, the other Party without its express written consent. MCERALLANGUAGE-Conwhing AM Professional SaViCa OWft8d[ReV, JUOe 2009] Page 3 E. No provision of this Contract is intended to, or shall be for the benefit of, or construed to create rights in, or grant remedies to, any person or entity not a party hereto. F. No portion of the work or services to be performed under this Contract shall be assigned, transferred, conveyed or subcontracted without the prior written approval of City. Consultant may use the services, of independent contractors and subcontractors to perform a portion of its obligations under this Contract with the prior written approval of City. Independent contractors and subcontractors shall be provided with a copy of this Contract and Consultant shall have an affirmative duty to assure that said independent contractors and subcontractors comply with the same and agree to be, bound by its terms. Consultant shall be the, responsible party with respect to all actions of its independent, contractors and subcontractors,_ and shall -obtain such insurance and indemnity provisions from its contractors and subcontractors as City's Risk Manager shall determine to be necessary. G. Consultant, at such times and in such form as City may require; shall finmish City with such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs or obligations incurred or to be incurred in connection therewith, -and any other matters covered by this Contract. H. For the purpose of determining compliance with Public Contract, Code 10115, et seq. And Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; the Consultant, subcontractors, and the City shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the, contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during -the contract period and for three years from the date of final payment under the contract. The state, the State Auditor, City, FHWA, or any duly authorized representative of the,federal government shall have access to any books, records, and documents. of the Consultant that are pertinent to the contract for audit, examinations, excerpts, and transactions, and, copies thereof shall be furnished if requested, I. Consultant shall perform all services required pursuant to this Contract, in the manner and according to the standards observed by a competent practitioner of Consultant's profession. All products of Whatsoever nature which Consultant delivers to City pursuant to this Contract shall be prepared in a professional manner and conform to the standards of quality normally observed by a person practicing the profession of Consultant and its agents, employees and subcontractors assigned to perform the services contemplated by this Contract. J. All completed reports - and- -other data, or documents.. or computer media including diskettes, and other .materials provided or prepared by Consultant.in accordance with this Contract are the property of City, and may, be used by City. City shall have all intellectual property rights including, but not limited tocopyright and patent FECEMLANGUAGE-ComItingand Profoulorm] SerAo% Conow [Rev. June 2009] Page 4 rights,, in said documents, computer media; and other materials provided by Consultant. City shall release, defend, indemnify and hold harmless Consultant from all claims, costs, expenses, damage or liability Arising out of or resulting from City's use or modification of any reports, data, documents, drawings, specifications or other work product prepared by Consultant, except for use by City on those portions of the City's project for which such items were prepared. K. Consultant, including its employees, agents, and subconsultants,, shall not maintain or acquire. any direct or indirect interest that conflicts with the performance of this Contract. Consultant shall comply with all requirements of the Political -Reform Act (Government Code § 8100 et seq.) and other laws relating to conflicts of interest, including the-' following: 1) Consultant shall not make or participate in a decision made by -City if it is reasonably foreseeable that the decision may have a material effect on Consultant's economic interest, and 2) if -required by, the City Attorney, Consultant shall file financial disclosure forms With the City Clelir-L L. The ConsuItant agrees that the Contract Cost Principles and Procedures; 48 CFR, Federal Acquisition Regulations, System, Chapter - I,Part 31 e . t:seq,, shall be used to determine the, allowability of individual items of cost. M. The Consultant also agrees to comply with Federal procedures in Accordance with. 49 CFR, Part 18, Unif6nn Administrative Requirements for Grants and Cooperative. Agreements to State and Local Governments, N. City agrees to 6oinply with Federal procedures in. accordance with Office of Management and Budget Circular A-102, Uniform Administration, Requirements Ior Grants -in -Aid to State and Local Governments. 0. Any costs for which payment has been made -to the Consultant that are determined by subsequent audit to be unallowable under 48 CFR,- Federal Acquisition Regulations System, Chapter 1, Part 31 et seq., or OMB Circular A-102 Uniform Administration requirements for Grants -in -Aid to, State and Local Governments, or 49 CFR, Part 181 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by the Consultant to City. P. In providing opinion ofcosts, financial analyses, economic feasibility projections, and schedules for the Project, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; timeorquality of performance by third parties- quality type management, or direction of -operating- personnel; and, other economic and operational factors that may materially affect the ultimate Project cost or schedule. Therefore, Consultantmakes no warranty that City's actual Project costs, financial aspects, economic feasibility, or schedules will not vary from ConsultanVs opinions, analyses, projections,, or estimates.. When - City, requires, Consultant to prepare quantity and material take -offs and/or opinions of cost from plans and specifications j9CERAL LANGUAGFConsulfing and PWL-Aonal Services Contrw [Rev. lung 200')) Page 5 that are less than 100 percent complete, City will hold Consultant harmless from any and all loss, liability, or claims resulting from the incompleteness. Q. City will examine Consultant's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of any attorney, insurance counselor, accountant, auditor, and other consultants as City deems appropriate; and render in writing decisions required by City in a timely manner. R1, City will give prompt written notice to - Consultant whenever City observes or becomes aware of any development that affects the scope or timing of Consultant's services, or any defect in the Work of Consultant. S. City may suspend, delay, or, interrupt the, services of Consultant for the convenience of City. In the event of force majeure or such suspension, delay or interrupt, an equitable adjustment in the project's- schedule, commitment, cost of Consultant's personnel and subcontractors, and Consultant's compensation will, be. made. T. City may make or approve changes within the general scope of services in this Contract. If such changes affect -Consultant's cost of or time required for performance 'of the services, an equitable adjustment will be made through an amendment to this Contract. UCity, will. provide to Consultant all data in -City's possession relating- to Consultant's services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. V, In soils, foundation, groundwater, and other subsurface 'investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of -the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total project cost and/or execution. These conditions and costlexecution effects are not the responsibility of Consultant. W. The -presence or duties ofConsultant's. personnel at a construction site, whether as onsite -representatives or otherwise, do not make Consultant or Consultants personnel. in any way responsible for those duties that belong to City and/or the construction contractors or other entities, and. do not relieve the construction Contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the Construction work in accordance with the construction Contract Documents and any health, or safety precautions required by such. construction Work. Consultant and Consultants personnel have no authority to exercise any control over any Construction their -employees, in - contractor or other entity or .connection with their Work or any health. or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting, on health or sgety,, deficie'nc'ie's of the FECEPALLANGUAGE-CQnsulting and Professional Services Confiict [Rey, lune 20091 Page 6 construction contractor(s) or other entity or any other persons at the site except Consuitant' s . own personnel. The presence of Consultant's personnel at a construction site is for the purpose of providing to City a greater degree of confidence that the completed construction work will conform generally- to the, construction documents and that the integrity of the -design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Consultant, neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's -failure to -perform work in accordance with the construction documents. X. The Consultant warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the consultant; to solicit or secure this agreement; and that he/she has not -paid or agreed to pay any company or person other than- a bona fide employee, any fee, commission, _ percentage, brokerage fee., gift, or any other consideration, contingent upon or resulting from the award, or formation of this agreement. For breach or violation of this warranty, the local agency shall have the right to annul this agreement without liability, or at its discretion; to deduct from, the agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fed. Consultant shall execute the -certification -attached in Exhibit 10-F. Such certification shall be made a part of this contract. Z. City shall execute the certification. attached in Exhibit 10-G. Such certification shall be made a part of this contract. SECTION 5. MSLR_ANCE_ A.- Unless modified in writing by City's Risk Manager, Consultant shall maintain the following noted insurance during the duration of the Contract: Coverage. _Re-quired Not Required Commercial General Liability X Comprehensive Vehicle Liability X Workers' Compensation and Employers' Liability X Professional Liability (Errors and Omissions) X -(Place an *Y' in the appropriate box) B. Coverage shall be at least as broad as. I Insurance Services -.0001, or equivatent,'Commercial Office form number CG General Liability Insurance, in an amount -not less than ,$ 1,000,000 per occurrence- and $2,000,000 ,general aggregate .for bodily injury, personal injury and property. damage; j;ECERALLANGTJAC&_Conwhin8 and Fwfessiotud Services Contract [Rev, June 2009] Page 7 2. Insurance Services Office form number CA-0001or equivalent, Comprehensive Automobile Liability Insurance, which provides for total limits of not less than $1,000,000 combined single limits per accident applicable to all owned, non -owned and hired vehicles; 3. Statutory Workers' Compensation required by the Labor Code of the State of California and Employers' Liability Insurance in an amount not less than $1,000,000 per occurrence. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers; 4.- Professional Liability {Errors and Omissions) Insurance, appropriate to Consultant's profession, against loss due -to error or omission or malpractice in an amount not less than $ 1,000,000. C. Any deductibles or self-insured retentions must be declared to, and 'approved by City. At the option of the City, either: the insurer shall reduce oreliminate such deductibles or self-insured retentions as respects the City, As elected officials, officers, employees, agents and volunteers; or the Consultant shall procure a bond guaranteeing, payment of losses and related investigations, claims administration and defense expenses. D. The General Liability shall contain or be endorsed to, contain the following provisions: L City, its elected officials, officers, employees, and agents are to be covered as additional. insured as respects liability arising out of work or, operations performed by or on behalf of Consultant; premises owned, leased or used by Consultant; or automobiles owned, leased; hired or borrowed by Consultant. The coverage shall contain no special limitations on. the scope of protection afforded to City, its elected officials, officers, employees,, agents and volunteers. The insurance coverage overage of Consultant shall be primary insurance as respects City, its elected officials, officers, employees, agents and volunteers. Any insurance or self-insurance maintained by City, its elected officials, officers, employees, agents and volunteers, shall be in excess of Consultant's insurance and shall not contribute with it. 3. Coverage shall state that the 'insurance of Consultant 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 Iiability. - Each insurance policy -required by this - Contract shall, be endorsed. to state that coverage shall not be canceled except after thirty - (30),. calendar days' prior written notice has been, given to City. In addition, Consultant agrees FECEPALLANGUAGE -Consult V_ ingandProfessional Services Conimet [Rev. June 2091 Page 8 that it shall not reduce its coverage or limits on any such policy except after thirty,(30) calendar days' prior written notice has been given to City. 5. Endorsements should be provided on standard ISO forms appropriate to jab. Primary and Additional Insured endorsements must be provided and are separate from the certificate. E. Insurance is to be placed with insurers with a current A.M.Best's rating of no less than ANIL F. Consultant shall designate the City of Redding as a Certificate Holder of the insurance. Consultant shall fitrnish .City with certificates of insurance and original endorsements affecting . the coverage required by this clause: Certificates and endorsements shall be fin-nished to: Risk Management Department, City of Redding, 777 Cypress Avenue, Redding, CA 9600.1. The certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City's ' Risk Manager prior to the commencement of contracted services. City may withhold payments to Consultant if adequate certificates of insurance and endorsements required have not been .provided, or not been provided in a timely manner. G. The requirements as to .the types and limits o£ insurance coverage to be maintained by Consultant as required by Section 5 of this Contract, and any approval of said insurance by City, are, not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed - by Consultant pursuant to this Contract, including, without limitation, provisions concerning mdeirulification. H. If any policy of insurance required by this Section is a "claims made" policy, pursuant to Code of Civil Procedure § 342 and Government Code. _§ 945.6, Consultant shall keep said .insurance in effect for a period of eighteen (18) months after the termination of this Contract. 1. If any damage, including death, personal injury or property damage, occurs 'in connection with the performance of this Contract, Consultant shall immediately notify City's Risk Manager by telephone at (530) 225-4068, No later than three ,(3) calendar days after the event,: Consultant shall submit, a written report to City's Risk Manager containing the following information, as applicable: 1) name and address of injured or deceased person(s); 2) name and. address of witnesses; 3) name and address of Consultant's insurance company;- and 4) a detailed description of the mage and.whether any City property was involved, SECTION16. INDEMNIFICATION AND HOLD HARMLESS A. Consistent with California Civil ;Code § 2782.8, when the services to be provided under this Contract are design professional services to be, performed by a design professional, as that term is defined under Section 2782.8, Consultant, shall, to the FECERALLANOUAGE-Consu[tingand Professionat Services Conftact [Rev- lune 20091 . Page 9 fullest extent permitted by law, indemnify protect, defend and hold harmless, City, its elected officials, officers, employees, and agents, and each and every one of them, from and against A actions, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and description to which any or all of them may be subjected by reason of, or resulting from, directly or indirectly, the negligence, recklessness, or willful misconduct of Consultant, its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. Notwithstanding the foregoing, the parties agree that Consultant's obligation to defend the City is solely limited to reimbursing City for its cost for defending a claim if the finder of fact determines Consultant's negligence gave rise to such claim. B. Other than in the performance of professional services by a design professional, which is addressed solely by subdivision (A) of this Section,- and to the fullest extent permitted by law, Consultant shall indemnify protect, defend and hold harmless, City, its elected officials, officers, employees, and agents,_ -and each and -act-ions, damages, costs, liability, claims, every one of thpm,,from and against all. iab- losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and, description to, which any or all of them may be subjected by reason of the performance of the services- required under this Contract by Consultant its officers,, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. Notwithstanding the foregoing, the parties, agree, that City's obligation to defend the Consultant is solely limited to reimbursing Consultant for its cost for -defending a claim if the finder of fact. determines City's negligence gave rise to such claim. C. In the event of concurrent negligence of Consultant and City, its elected officials, officers, employees, and agents the liability for -any and all claims for injuries or damages . to -persons and/or property shall be, apportioned under principles of comparative negligence as presented established in the State of California. D.:The Consultant's obligation to defend, indemnify and hold harmless shall not be excused because ofthe 'Constittant's inability to. evaluate liability. The Consultant shall respond within' thirty (3 0) calendar days to the tender of any, claim for defense and indemnity by the City, unless. this time has been extended in writing by the City. If the Consultant fails to accept or reject a tender of defense and indemnity in writing delivered to City within thirty (30). calendar days, in addition to any other remedy authorized by law, the City may withhold such funds the City reasonably considers necessary for its defense and indemnity until disposition has been made -of the claim -or until the Consultant accepts or: rejects ,' the , tender of defense in occurs writing delivered to the City, whichever 'hever o ' first. This subdivision, shall not be MA'Sulting OR Professional Services Coma [Rev, Jutto 7000] Page 10 construed to excuse the prompt and continued performance of the duties required of Consultant herein. E. The obligation to indemnify, protect, defend, and hold harmless set forth in this Section applies to all claims and liability regardless of whether any insurance policies are applicable. Thepolicy limits of said insurance policies do not act as a limitation upon the amount of indemnification to be provided by Contractor. F, City shall have the right to approve or disapprove the legal counsel retained by Consultant pursuant to this Section to represent City's interests. City shall be reimbursed for all costs and attorney's fees incurred by City in enforcing the obligations set forth in this Section. SECTION 7: CONTRACT INTERPRETATION, VENUE AND ATTORNEY FEES A. This Contract shall be deemed to have been entered -into in Redding,, California. All questions regarding -the. validity, interpretation or performance of any of its terms or of any rights or obligations of the partiesto this Contract- shall be governed by California law, and any action brought by either party to enforce any of the terms of this Contract shall be filed in the Shasta County SUPenor Court. If any claim, at law or otherwise,, is made by either party to this Contract, the prevailing party shall be entitled to, its costs and reasonable attorneys' fees. B. This document .including all exhibits, contains the entire agreement between the parties and supersedes whatever oral or written understanding each may have had prior to the execution of this Contract, 'This Contract shall not be altered, amended or modified except by a writing signed- by City and Consultant. No.verbal agreement or conversation with any official, officer, agent or employee of City. - either, before during or after the execution of this Contract, shall affect or modify any of the terms or conditions' contained in this Contract, nor shall any such verbal agreement .or conversation entitle Consultant to any additional payment whatsoever under the terms of this Contract. C. No covenant or condition to be performed by Consultant under this Contract can be waived. except by the written consent of City. forbearance or indulgence by City in any regard whatsoever shall not constitute a waiver of the covenantor condition in question. Until performance by Consultant of said' covenant or condition is complete, City shall be entitled to invoke any remedy available :to City under this Contract or by law or in equity despite said forbearance or indulgence. D, If any portion of this Contract or the application thereof to any person or circumstance shall be invalid or unenforceable to any extent, the remainder of this Contract shall: not be affected thereby and shall be enforced to the greatest extent permitted by law. Fonsultin$ and slonal Services Contract [Rey.:Juno 2009) Page 11 E. The headings in this Contract are inserted for convenience only and shall not constitute a part hereof. A waiver of any party of any provision or a breach of this Contract must be provided in writing, and shall not be construed as a waiver of any other provision or any succeeding breach of the same or any other provisions herein. F. Each Party hereto declares and represents that in entering into this Contract, it has relied and is relying solely upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto. Each Party finther declares and represents that this Contract is made without reliance upon any statement or representation not contained herein of any other Party or any representative, -agent or attorney of the other Party. The Parties agree that they are aware, that they have the right to be advised by'couhsel with respect' to the negotiations, terms, and conditions of this Contract and that the decision of whether or not to seek the advice of counsel with respect to this Contract is a,decision which is the sole responsibility of each of the Parties. Accordingly, no party shall be deemed -to have been ,the drafter hereof, and the principle of law set forth in- Civil Code § 1654 that contracts are construed against the drafter shall not apply. 'a 'In the event of a conflict between the term and conditions of the body of this Contract and those of any exhibit or attachment hereto, the terms and conditions set forth in the body of this Contract proper shall prevail. In the event of a conflict between the terms and conditions of any two or more exhibits or attachments those prepared y hereto, th � b y City shall prevail over those prepared b 'Consultant. H. Not later than 30 days after completion of all deliverables necessary to complete the -plans, specifications, and estimate, the Consultant may request review by the City Engineer of unresolved claims or disputes, other than audit. The request for review will be submitted in writing, I. Neither the pendency of a dispute, nor its consideration by the committee will excuse the Consultant from fall and timely performance in accordance with the terms of this contract. I SECTION S. . SURVIVAL The -provisions set. forth in Sections 3.E., 3R, 4.E., 4.H., 4.J.,, 5, 6, 7.A., 7.8,, 7.D., and I.G. of this Contract shall survive termination of the Contract. SECTION 9. COMPLIANCE WITH, LAWS- NONDISCRIMINATION s -of A. Consultant shall comply with all applicable laws, ordinance and codes federal; state and local governments. B. of this Contract- Consultant shall not'discriminate against any - In the performance . employee applicant -for employment becau e of race. color, ancestry, national or s _I 'Consulting and NOr*SeiOiW.SeMOWCOUt(W [Rev, June 2009] Page 12 origin, religious creed, sex, sexual orientation, disability, age, marital status, political affirliation, or membership or nonmembership in any organization. Consultant shall take affirmative action to ensure applicants are employed and that employees are treated during their employment without regard to their race, color, ancestry, national origin, religious creed, sex, sexual orientation, disability, age, marital status, political affiliation, or membership or nonmembership in any organization. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment -advertising, layoff or termination., rates of pay or other forms of compensation and selection for training. SECTION 10. REPRESENTATIVES A. City's representative, for this Contract is Cord Vandiver, telephone number (530) 245-7120, fax number- (530) 245-7024. All of Consultant's questions pertaining to this Contract shall be referred to the above-named person, or to the representative's designee. B. Consultant's representative for this Contract is Bob Morrison, ,telephone number -(530) 246-8628, fax number (530) 246-8625. All of City's questions vertainim to this Contract shall be referred to the above-name&pdrson. C. The representatives -set .forth herein shall have authority to give all notices required herein. SECTION 11. NOTLcgs A. All notices, requests,: demands aridbther communications hereuiider shall be deemed given only if in writing signed by an authorized representative of the, sender (may be other than the representatives referred to in Section 10 and .delivered by facsimile, with a hard copy mailed .first class, postage prepaid; or when -seta by a courier or an express service guaranteeing overnight delivery to the receiving party, addressed to the respective parties as follows: To'City: I - Ms. Corri Vandiver City of Redding, Engineering Division 777 Cypress Avenue Redding, CA 96001 0 To Consultant: Mr. Bob Morrison, S.E. Morrison Structures, Inc. 1890 Park, Marina Drive, Suite 1041 Redding, CA 96001 Either party may change its --address for the purposes, of this paragraph by giving written notice (if such change to the other party in, the manner provided in this ,Section. COILtuffing and Professional Smicos Conum [Rev. Aille 2009] Page 0 C. Notice shall be deemed effective upon: 1) personal service; 2} two calendar days after mailing or transmission by facsimile, whichever is ea°lier. SEECTION 12. AUTHORITY TO .CONTRACT A. Each of the undersigned signatories hereby represents and warrants that they are authorized to execute this Contract on behalf of the respective parties to this Contrast; that they have full right, power and lawful authority to undertake all obligations as provided in this Contract; . and that the execution; performance and delivery of this Contract by said signatories- has been fully authorized by all requisite actions on the part of the respective parties to this Contract. B; When the Mayor is signatory to this. Contract, Ahe .City Manager and/or the Department Director having direct responsibility for managing the services provided herein shall have authority to execute any-. amendment to this Contract which does _not increase the amount of compensation allowable to Consultant or otherwise substantially change the nature or scope of the services provided herein. SECTION 13. DATE -OF CONTRACT The date of this Contract shall be: the date it is signed by the City. IN WITNESS WHEREOF, City and Consultant have executed this Contract on the days and year set forth below: Dated; , 2013 s '.. _ _ im Attachments. Exhibit A. (Scope of Work) Exhibit B (Payment Terms) Exhibit 10-F Exhibit 10-G, . CITY OF !1 ' Municipal Corporation APPROVED AS TO FORM: RICHARD A. DUVERNAY City Attorney By: BARRYE, DEWALT, Assistant City Attorney CONSULTANT 1 By. ,` r3 ¢r- 1. t` orz/zrs %QEsra1 Air Tax ID No., Exhibit A Scope of Services for Professional Engineering Services for the Old Alturas Road Bridge over Churn, Creek Replacement or Rehabilitation -Project. MORRISON STRUCTURES, INC. shall provide all equipment and labor resources necessary to perform the scope of engineering services described herein for the Old Alturas Road Bridge over Churn Creek Replacement or Rehabilitation Project. Task I.- Project Management Review and Scheduling: Morrison Structures will provide all Contract Management and Quality Control Services throughout the duration of the project including: • All meetings, agendas, and summaries, Coordination and consultation with City staffin support of environmental documentation and permitting for project construction, • Coordination and consultation with utilities. for possible relocations and or conflicts • Schedules and schedule updates, • Prepare and submit monthly progress report with monthly progress payment The -monthly progress report shall include: a) An overview of work accomplished during the, previous month; b) A description of 'current key activities and .an updated schedule for each task and subtaskThe schedule shall be'done in Microsoft -Project, . C) A list of problem areas, and proposed corrective actions; d) A list of tasks for the following month; e) A bar graph showing, total contract budget, monthly invoiced amounts, cumulative amountinvoiced and project billings to end of project; f) An earned -value statement that shall clearly describe the relationship between fee to date, percent work complete, and percent time remaining; and g) A Schedule Summary indicating whether the project is on schedule and any schedule concerns or critical path items, (a - Recovery Plan/Schedule fdr any, activities that fall more than 2 weeks behind schedule). Develop a. Quality Assurance/Quality Control Program including,a I formal project specific Quality Plan (see Task 11). ip Correspondence and. project file maintenance in accordance with Caltrans files of City of, Redding file management Morrison, Structures' Project Managerwill play an active role, in the management and coordination of the project to include monthly meetings with City staff to discuss project status, _Iwoblerns,- budgeting, and other, areas that have an adverse effect on the work This task should be broken out into the level of effort needed for each phase of work noted above (i.e. pre -design, final .design, construction services). Task 2: Prepare iProgram SDf ae Highway Brdge Pogrm (HBP) cope einition Form (Exhibit V -6-A) The Cit application y.prepared -and- submitted a "minimal", application to Caltrans in April 2011. The appl n c o was, approved -and. the project was programmed by the Federal Highway Administration (FHWA). The Citythen submitted a Request for Authorization (RFA) for preliminary engineering funds to complete the project scoping.' Exhibit A _10f10 February 27, 2013 Old Alturas Road, Bridge Project - I Morrison Structures will be responsible for completing the following documents: • Exhibit 6-A, HBP Application/Scope Definition Form • Caltrans Bridge Inspection Reports with SI&A Sheet • Schematic Bridge General Plan and Major Structure Data Sheet • Photographs Exhibit 7-B, Field Review Form i. • Exhibit 7-C, Roadway Data Sheet In addition, Morrison Structures Inc. will attend a Field Review meeting with City staff and Caltrans as required for the Exhibit 6-A Application and prepare a meeting summary to attach to Exhibit 6-A. Bridge Inspection and Condition Survey and Life Cycle, Cost Analysis The most recent Caltrans -bridge inspection report indicates that no significant defects were found and the existing concrete slab superstructure and concrete piers and walls are in fair to good condition with some scour at Pier 2. It is necessary to verify with the City's hydraulic engineer if the hydraulic capacity of the existing bridge is sufficient such that it can -be rehabilitated and widened. Following verification - of hydraulic capacity, Morrison Structures will perform a'visual inspection of the bridge. If our visual assessment indicates cores should be taken to further verify the condition of the concrete or that it is necessary to remove AC overlay in order to verify conditions we will notify the, City. For developing this scope, of services we have anticipated that no deck cores need to, be taken. Based on our inspection and condition survey, we will develop with the City the appropriate rehabilitation, including geometric (widening) for -the bridge and prepare a rehabilitation study that will compare rehabilitation with bridge replacemen. The costs of the alternatives -(including costs ge t associated with rightrof-way, utilities, maintenance of traffic, and, stage construction) will be -compared using a life -cycle . cost analysis. Our rehabilitation. study report Will be submitted to the City for their. review that will include sketches of the alternatives .and descriptions of the impacts to traffic, utilities, right-of-wAyi life -cycle costs, and recommendation of the most effective alternative: Task 3: Support for Environmental Documentation and Permitting and Caltrans Local - Assistance sp 'Ittingthe perruitapplicationsand for paying all fees, The City will here' responsible for preparing and submi, associated with., environmental permits for the project.. Morrison Structures will -be, responsible for, coordinating with and providing technical support for City staff and -or their consultants on all -environmental requirements by all federal, state and local agencies and environmental support during each phase of the project; detailed scoping-, APS, preliminary engineering, final design, and -construction. These responsibilities shall include, but not be limited to: Support for the appropriate environmental documents and any associated technical studies to clear the project(s) for construction. Support for services may include but not limited to the following - 4i Coordination -and consultation with utilities for possible relocations and or conflicts # Mapping * Figures and Exhibits * Design information and:data e Alternatives analysis * Project descriptions including construction • Support for all"public meetings including, figures,, posters, attendance, comment solicitation and preparation of response, to comments. Morrison- Structures lnc: will be responsible for coordinating with and submitting all 'documentation and forms required by Caltrans Local Assistance. for federal aid projects. Morrison Structures Inc. will Exhibit 2 of,10 February,27,2013 Old Alturas Road Bridge Project provide service during all phases of the project: preliminary engineering, final design, and authorization for construction. Task 4: Advanced Planning Study Morrison Structures will prepare an Advanced Planning Study (APS), equivalent to 30% submittal, addressing at a minimum: * Conduct Bridge Type Selection Process Prepare Bridge General Plan • Access to existing business' adjacent to the project • Construction Staging Hydraulic Study (City Provided) • Geotechnical Studies • Utility Coordination 4- PG&E Gas ❖ PG&E Electric Redding Electric Utility (REU) -*e Water *e Wastewater 4t Storm Drain Cable Telephone* • RigliVof-way requirenients'(as needed) • Environmental Issues Task 5-.-: Data Collection And Field Survey Morrison Structures' with subconsultant SharrAh. Dimlap,Sawyer. will, conduct all data collection, field surveys an ' d all other information necessary to establish horizontal and vertical control, utility locations and property boundaries. This will include, but not be limited to the following: • Topographic andcontrolsurveys to establish elements required for plan -preparation and construction • Utility information ti • Building and structure location data for tie in control Record/as-built drawings. • Environmental, Geotechnical or:any other pertinent document review The basis for bearings will be -the City.of Redding monumentationand coordination with the State Plane Coordinate System NAD 83 and NAVD 88 datums. Task 6: Geotechnical Investigation Morrison Structures' subconsultarit. CGI Technical Services will perform a geotechnical investigation of the subsurface conditions in, the area of the bridge rehabilitation or, replacement, and roadway. The geotechnical investigations will be consistent,mdth,typical Caltrans requirements. and the data from the investigation -will be -used in the design of all underground structures, bridge foundation- designs, and roadways.. A log of all test borings will be made available, :to the, City Project Manager and -included in the bridge plansppr Caltrans standards. This -work will include, but isnot limited,to; the following,: Site investigation In -,situ, soil, sampling; pavement boring and laboratory tests.: -The tests shall include, but not be -soil "R" vilu in pavementareas and determination of existing limited to, determination of e Exhibit A 3 of 10. February 27, 2013 Old Alturas Road Bridge Project pavement structural section in areas abutting new paving work The City will provide design traffic index values & Determination of ground and slope stability • Log of test borings • Notification to City and Underground Service Alert (USA) of all sampling work. Morrison Structures Inc. and CGI will be responsible for obtaining all City and/or Caltrans encroachment permits -necessary for the geotechnical work and will coordinate with the City Project Manager at least 48 hours prior to any work on the site * Provide the City with five (5) copies of draft and final geotechnical report including recommendations for foundations and new pavement structural section design for roadways. Prior to exploring the site, CGI will review existing, available geotechnical information related to the design and construction of the existing bridge including the as -built drawings and 1.963 drill hole logs. Relevant geological maps of the project region and available plans showing buried utility locations in the development areas will be reviewed. Proposed exploration locations will be marked and Underground Service Alert (USA) will be contacted. Marking will consist of white paint marks and wood lathe (in unpaved areas) at the proposed exploration locations. CGI will contact USA and obtain a Digalert number and will contact the City. CGI will also obtain encroachment permits from the City for exploration within the Old Alturas Drive right-ofoway. Associated with that permit will be the preparation of a traffic control plan for exploration within and near the traveled roadway. It is anticipated that one of the drill holes will require a lane closure, thus, necessitating the plan. It is anticipated that the permit will be issued with no fees because this is a City project. We propose to explore the subsurface conditions at the site by advancing three exploratory drill holes. The drill holes will be advanced using rotary�-wash/diamond coring methods. The drill holes will advance through alluvial soils and into the underlying Red Bluff and/or Tehama Formations to a depth of approximately 60 feet below ground. Drilling will be performed by Diamond Core Drilling of Redding, California Two drill holes will be situated out of the traveled lanes close to the existing abutment locations. The third drill hole will be situated in the approximate center of the existing bridge. A 4 -inch diameter core will be used to penetrate the asphaltic concrete (AC) paving and the 20 -inch -thick concrete bridge deck and advance the drill hole through the bridge deck and within the active creek channel. A casing will be inserted through the core hole and hammered as far as possible into the mudline within the creek Drilling will then advance through the casing into the soils below. Upon completion of this drill hole, the drilling fluids will be evacuated from the casing and barreled for disposal. The concrete will be patched using quick -set concrete and the AC patched using AC cold patch materials. A CGI California certified engineering geologist or licensed geotechnical engineer will log the soils and rocks exposed in the explorations, and will obtain samples (at 5 -foot -interval) for visual examination, classification, and laboratory testing. Logging of soils and rock materials will conform with the 2010 Caltrans: Soil and Rock Logging Manual. Soil samples will be obtained during exploration using California Modified Split -spoon and Standard Penetration Test (SPT) samplers. Upon completion, the drill holes will be backfilled using bentonite -cement grout. In areas where AC has been disturbed, cold -patch AC will be used to patch the remainder of the hole to flush with the top of the existing AC surface. The excavated drill hole cuttings will be disposed of on-site within the City right-of-way. We will estimate exploration locations using a compass and tape measure from known geographic indicators available on site maps. Traffic control will be needed when exploring within the existing roadway and bridge. Traffic control will be provided by Traffic Solutions under the conditions set forth in the encroachment permit. Exhibit A 4 of 10 February 27, 2013 Old Alturas Road Bridge Project Soil samples obtained will be delivered to CGI's laboratory for testing. It is anticipated that the following laboratory tests will be performed during the course of this study: The actual types and number of tests that will be performed cannot be estimated until after the field exploration,has been performed. Upon -completion of testing the following evaluations will be made so that geotechnical recommendations mmendations can be prepared for the project: Those evaluations will include the following: Subsurface soil and rock profiles across the site; Areas- of concern regardinggr6undwater; K -Geologic hazards (liquefaction, landsliding, fault rupture, etc.) 0 Excavatability of the on-site soils and rocks; a Identification of areas that -might need ove'rexcavation during grading; 0 Nominal foundation bearing capacityAdth resistance factors (LRFI)); Axial and lateral pile loading curves, ■ Anticipated pile tip elevations; Anticipated total and differential settlement, values beneath the bridge foundations; Lateral earth pressures for retaining wall/abutment design;. Slope stability and maximum allowable slope inclinations; K Seismic design parameters using Caltrans Seismic Design Criteria (2009) - and 2007 Caltrans,Deterministic PGA Map; P Caltrans Acceleration Response Spectra; and ■ Soil chemistry evaluation for corrosion -and cement type suitability. Results of the field investigation, laboratory tests.. -and engineering analyses- will be -summarized and concluded in a report that will contain, at a minimum, the following: ■ A description of the proposed project including a site plan showing the approximate locations of the explorations advanced for this study, A description of the site surface and -subsurface conditions encountered, at the time of our field investigation; Recommendations related togeQtechnical aspects of - a) Site preparation,, pngineered'fill,, and subgrades; b) Suitability of on site materials for use as engineered fill, c) Engineered fill placement, including approach fills; d) Slope stability of bridge foundation areas; Exhibit A 50f10 February 27, 201.3 Old Alturas Road Bridge Project ANTICIPATED LABORATORY TESTING SCHEDULE Test Staridard'Test Method '_'umber of Tests In -Situ Moisture/Density ASTM D2937 20 to 30 Grain -Size Distribution ASTM D422 2 Atterberg Limits ASTM D4318 2 Direct Shear ASTM D 3080 1 Soil Chemistry (for cement typing) AASHTOIT290,/291 2 Maximum Density/OptimumMoisture ASTM D1557 I X -Value C41 301 .1 The actual types and number of tests that will be performed cannot be estimated until after the field exploration,has been performed. Upon -completion of testing the following evaluations will be made so that geotechnical recommendations mmendations can be prepared for the project: Those evaluations will include the following: Subsurface soil and rock profiles across the site; Areas- of concern regardinggr6undwater; K -Geologic hazards (liquefaction, landsliding, fault rupture, etc.) 0 Excavatability of the on-site soils and rocks; a Identification of areas that -might need ove'rexcavation during grading; 0 Nominal foundation bearing capacityAdth resistance factors (LRFI)); Axial and lateral pile loading curves, ■ Anticipated pile tip elevations; Anticipated total and differential settlement, values beneath the bridge foundations; Lateral earth pressures for retaining wall/abutment design;. Slope stability and maximum allowable slope inclinations; K Seismic design parameters using Caltrans Seismic Design Criteria (2009) - and 2007 Caltrans,Deterministic PGA Map; P Caltrans Acceleration Response Spectra; and ■ Soil chemistry evaluation for corrosion -and cement type suitability. Results of the field investigation, laboratory tests.. -and engineering analyses- will be -summarized and concluded in a report that will contain, at a minimum, the following: ■ A description of the proposed project including a site plan showing the approximate locations of the explorations advanced for this study, A description of the site surface and -subsurface conditions encountered, at the time of our field investigation; Recommendations related togeQtechnical aspects of - a) Site preparation,, pngineered'fill,, and subgrades; b) Suitability of on site materials for use as engineered fill, c) Engineered fill placement, including approach fills; d) Slope stability of bridge foundation areas; Exhibit A 50f10 February 27, 201.3 Old Alturas Road Bridge Project e) Seismic design criteria, including ARS curves; ' f) Inclinations for temporary cut slope slopes, and permanent cut and fill slopes; g) Shoring, and trench backfill; h) Foundation design and construction, -included recommended pile tip elevations; i) Retaining wall construction; j) Cement type based on soil chemistry; and k) Structural pavement sections; ■ An appendix presenting a summary of the field investigation including the Logs of Test Borings (LQTBs) denoting -sampling intervals and laboratory test results. ■ An appendix presenting our laboratory 'testing program and results of laboratory testing; and A inap.showintg the distribution of surficial geological materials across the site. We will submit a digital copy of the draft geotechnical report for review along with 5 copies. Upon receipt of comments concerning the draft report, we will edit the document and submit five final report hardcopies alongwith a reproducible file in a *.pdf format. Task 7: Hydraulic Study Report The City will be responsible for the hydraulic services for design analysis and stud_ y report that defines the effects of the approved bridge -project and its construction process on Churn Creek. In support of this effort, Morrison Structures. will coordinate. with and assist the City as necessary by providing technical support for the City staff. The hydraulic design. services and report will -include -at a minimum: • An evaluation of existing conditions • Identify changes in the water surface elevations as a result of the.proJed and potential scouring effects Identification of FEMA concerns. Task 8. Utility Coordination Morrison Structures will perform subsurface: utility. engineering in conformance with ASCE 38-02 and Caltrans Policy on high and low risk underground facilities to identify possible conflicts. The utilities include but are not limited to: PG&E, REU, Redding Municipal Utilities-{RMU), AT&T, and Charter. Morrison Structures will be responsible for the coordination with each utility, including the relocation of utilities as needed to eliminate a delay in the design project and will pian for all associated utilities in the design of the project Task %. Right -of -Way Morrison Structures will coordinate with 6tystaffto identify any right-of-way required for the project. If it is, determined that right-of-way will be required, Morrison Structures with their subconsuitant Sharrah Dunlap Sawyer will be tasked to provide additional right-of-way services. These services will be considered additional work and will require. an:amendment to the contract. These services would include: • Right-of-way- research • Right-of-waymapping , Acquisition Status Maps • Plat Maps and Legal Descriptions Appraisals Property Acquisition Exhibit A Old Alturas Road Bridge Project February 27, 2013 Task 10: Preparation of Contract Documents Morrison Structures will prepare all contract documents (roadway and bridge construction plans, specifications, and cost estimates) in accordance with City of Redding and Caltrans standards as detailed in the Capital Improvement and Maintenance Project Submittal Requirements, and as directed. Design services shall include, but not be limited, to the following: Design calculations, plan preparation, technical specification preparation, special provision preparation, engineers cost estimates and all other, appropriate engineering necessary to provide complete contract documents, ready for bidding. Morrison Structures will prepare geometric approval drawings, (base plans for the entire work site. The base plans will show the: existing roadway and drainage facilities, the right of way lines, all existing nearby structures, fences, -driveways, poles, signs and any trees and shrubs in the general facility of the Work site. The base plans will also show utility facilities such as fire hydrants, valves, manholes, and electrical equipment. The location of all utilities shown on the base plans will be verified with the appropriate utilities, Morrison Structures will submit for approval a sample plan. sheet and legend showing the proposed symbols, line work and lettering for. all -existing and proposed improvements. All designs shall comply with- any and all appropriate federal, state -and local design -standards and guidelines' including: • City of Redding Construction Standards • AA814TO guidelines • Caltrans Highway Design Manual • Caltrans Bridge Design Specifications o Caltrans Bridge Design Details, Caltrans Bridge Design -Aids Manual 4 CaltrAns Bridge Memos to Designers Caltrans Bridge Design Practice • Caltrans Drafting and Plans Manual Bridge and other design services shall at a minimum include, but not be limited to the following: • Prepare Bridge General Plan Estimate Bridge Design and Plan Preparation • Bridge Design Independerit.Chejpk • Prepare Bridge Specification Special Provisions, 0 'Prepare Bridge. Quantities & Other Design Services • Roadway • Drainage • Redding Municipal Utilities (Water and Wastewater) • Utilities (Telephone, Gas,'Electrical Cable)-Coordinatation with 'all, utilities to 'ensure horizontal and vertical conflicts are Intified and re'solved through design or relocations. Ari independent constructability, review for the project will be accomplished at the appropriate design A P stages. Final drawings. will be prepared on, 22" x 347 mylars for original signatures. -Submittals, for review will be. at the appropriate design stages- with drawings reduced by 50% and spe tific ations on 81h" x 11'r reproducible paper. Ten (10) sets will be included. at the review stages to allow the City and all other appropriate, agencies consulted to provide a thoroughreviewof th.e.prpject documents. A complete and final set of contract documents, including plans, specifications, and estimates will be submitted on reproducible compact disk.that meet all City requirements, Exhibit A 7 of 10 February 27, 2013 -Old Alturas Road Bridge Project Complete bid packages shall be prepared incorporating all City standard general provisions, instructions and notice to bidders, technical specifications, special provisions, federal provisions, if required and approved plans reduced by 50% Formal submittals (plans, specifications and estimates) Will occur at the 30 percent (APS), 60 percent, 90 percent, and 100 percent Final Package completion points for City and outside agency review. Submittal formats shall follow the City guidelines. Morrison Structures will respond to, and incorporate, if appropriate, any and all comments received from the City or any other regulatory or utility agency. EM Morrison Structures will have a Quality Control -Plan in effect to assist quality assurance during the entire time work is in effect. Morrison Structures has total responsibility for the accuracy and completeness of the plans, calculations, related documents, and all other work furnished and shall meet that responsibility through the implementation of a Quality Control Plan. Morrison Structures Quality Control Plan shall be in, effect throughout the entire Contract and, at a minimum, shall establish the process necessary to ensure the following and all design is done in accordance with good engineering practice and all work meets the standards set forth herein. a) The Quality Control Plan shall establish a -process. whereby all work is independently,checked, corrected and re -checked, in accordance with accepted practice, - by a qualified engineer, registered in the State of California. All,job'related:corresp6ndence and memoranda are routed And received by affected persons and then bound in appropriate job filcis. All original -drawings and. calculations shall beinaintained for the duration of the, design contract and submitted to the City at the completion of the work b) Coordination and checks are provided on those drawings that show different work in the same area fi.e. plans coordinated With specifications), to see that conflicts and misalignment -do not occur between plan sheets, and between the plans and specifications. c) Morrison Structures Will, verify the -construct4bilitv of the plans in relation to .City's Construction Standards, the 'Greenbook" 2009 edition (if utilized); modified CSI, format (if utilized)? Caltrans Standards, independent, technical specifications and the project special provisions. d) Delivery of plans and computatiohs must be accompanied'by supporting documentation that demonstrates Morrison Structures is following its Quality Control Plan. The documentation may include copies of appropriate lists of deliverables, -tables, plan sheet.punch lists, etc., which show columns for checking, revising back-cheddn& and quality control reviews. Design review submittals not accompanied by stifficient verification of quality control procedures will, be retutned-to its. Documentation of quality assurance procedures is considered,to be a requisite element of each review submittal, e) Prior to the above indicated submittals, Morrison Structures Will perform an internal quality control and constructability review with engineers experienced in the;appropriate discipline(s),, and identify personnel responsible. for this review, prior. to -the review. Morrison Structures will, then provide the review results to City. 30% -Design (General Plan Estimate)' For purposes of planhitig Work -hours we have assumed the structure will be. rehabilitated (widened). If the life -cycle cost study determines the structure is. to be replacedthiswill result in an increased level of effort required for bridge and approach design. Prior to 'pro ceeding with. 30% design, Morrison Structures Inc. will notify the City of any anticipated changes in. level of effort and negotiate equitable ExhibitA 8 of 10 February 27, 2013 Old Alturas Road, Bridge Project changes in fee. Design criteria, preliminary layouts, and alternative alignments for the bridge will be developed in close cooperation with the City. The height and length of the bridge will be determined on the basis of the hydraulic study results by the City and the site topography of the selected alignment. The bridge design will then be developed by considering, the required bridge length and height, foundation requirements, and other engineering, environmental, and economic considerations. A General Plan of the selected bridge alternative for the site will be prepared along with a General Plan Estimate and submitted to the City for, approval. 60% Bridge Design (60% PS&E) Upon approval of the General Plan, a 60% preliminary design, plans, -special provisions, and a construction costmarginal estimate for the bridge will be Prepared. The 601/6 plans,, special -provisions, and marginal estimate will be submitted to the City for review. The bridge design will be in accordance with the current AASHTO,guidelineg,'Caltrans Highway Design Manual, current AASHTO _LkFD Bridge Design Specifications and Caltrans: Amendments, Bridge Design Details Manual, BridgeDesign Aids Manual, Bridge, Memos to Designers, and City'standards. Design live loading will -be 1-11,93 with 'Low -Boy' and P45. Seismic design will be in accordance with current Caltrans Seismic Design Criteria (SDC). The new or rehabilitated structure will. be on curvilinear alignment and will likely' be about 143-f6ot- long, 65 feet wide, cast -in-place, conventional, or post -tensioned concreteslabsuperstructure on pile supported pier walls and diaphragm abutments. The road and structure details and specifications will be prepared in accordance with the 2010. edition of Caltrans Standard Plans, Standard Specifications; and Standard Special, Provisions. Morrison Structures, will coordinate. with the City in laying out the roadway and structure drawings, developing details; and providing consultation to the City during the environmental permit. application process. A set of quantity calculations will be prepared in accordance with the Caltrans Bridge Design Aids manual. These quantities will be used, as the. basis for the Engineers Estimate of construction cost for I - the road and bridge items. A list of SSP's, and a: specification issues log f6,r the bridge items will also be developed. 60% PS&E - Unchecked details, consisting of, 100 percent designed and detailed plans ready for the I independent check will be submitted to the City for. review and comment. Plan review subrhittAls will be half-size sheets (11"x1.7'). Deliverables: * 10 sets of I1x17 plans. * 10 sets of Outline Specifications. * 10 set of Engineer's Estimate. 90% Design -(90%PS&E) Morrison Structures shall "perform an independentplan check of the 60% unchecked structure plans. The check shall -include calculations, to verify structure -layout, geometry and conformance with the bridge design criteria. Discrepancies raised by the checker- shall, be discussed with the structural designer and shall be resolved. The 90%PS&E shallreflect agreement among the structural designer, and independent checker. Exhibit A 9 6f.10 February 27, 2013 Old Alturas Road Bridge Project Deliverables., • 10 sets of I1x17 checked and signed plans. 10 sets of Engineer's Estimate. • 10 sets of edited SSP's. Final Design (PS&E) Following the 90% PS&E review, by City, agreed upon revisions shall be made to I the 'PS&E. Morrison Structures -shall prepare final road and structure item quantities, and Engineer's Estimate to use in preparing the contract bid documents. The revised and final PS&E shall. be submitted, to the City for final approval. Upon the City's final approval of the PS&E package, original set of stamped and signed plans, special provisions and, engineers' estimate will -be provided to the City in hard copy and on compact disk for its use in, soliciting bids. Deliverables: 1 set of 11x17 plans and special provisions signed and sealed. I Mylar set of 22 x 34 plahs,signed and sealed. 1 copy of Engineer's Estimate. 1 copy of bid item quantity calculations. 1 set of final structural design calculations. A 1 set of final iadependent-check calculations. • C6m act disk copy of signed plans, special-provisiotis, and engineers'estftnate. Compact RE Pending File, including related information -as found in Section. 479- of the Caltrans OSFP Information and Procedures Guide. Task l: Assistance During Bidding& Construction Morrison Structures will provide assistance to the City during the biddingand construction phases of the project to ensure the contractor understands all technical aspects of the design and any design changes. This work will include the following: Participate in pre-bid -meetings for prospective bidders to answer contractor and supplier technical, questions, Review of technical contractor and supplier submittals, Coordinate through the City responses to contractor and supplier technical questions during bidding and prepare any addenda required, Provide any drawings, modifications and clarifications during the -bidding period, a Attend All pre -construction conferences, * Provide ongoing consultation andinterpretation -of contract documents as required, Assist the City with submittal, reviews, preparation of change orders., and response to requests for information related to technical design- issues encountered, Prepare design clarifications to clarify the design intent, Attend all final inspections, 'follo fig construction' from markups by. th o Prepare as -built drawings following 6 contractor and resident engineer. As -built markups will be made by hand, on the original mylars in permanent ink. The original designers stamp and signature, will be maintained on the as -built drawings. An 'As - Built" or "Record Drawing" stamp shall be added to the'drawings. Exhibit A 10 of 10 February 27,2013 Old Alturas Road Bridge Project Exhibit B CITY OF BEDDING CONSULTING AND PROFESSIONAL SERVICES CONTRACT. Proposed Cast and Fixed Fee for providing engineering design and construction support for the Old Aituras Road Bridge over Churn Creek Replacement or Rehabilitation Project Summary Morrison Structures Tabor Mise Description Hours Cost Expenses Subs Total Top Task -Design Services Advaneed Planning 342 $48,290.96 $363.50 $26,866,00 $75,520,46 Preliminary Design 584 $69;723.00 $363.50 $37,132.18 1107,21M Final Design 623 $80,261.50 $363.50 $31;153.00 $111,778.00 .Design Services Cost Subtotal 1549 . $198,275.46 $1,09050 $95,151:1$. $294;517.14 Top Task - Construction Services Bidding and Construction 181 $22,843.87 393 0 $23,236.87 Construction Services Cost Subtotal 181. $22,843.87 393 0 $23,236.87 Cost Total 1730 $221,119.33 $1,483.50 $95,151.18 $317,754401 Expenses & Sub Markup $0,00 Fixed Fee $28,745,51 Grand Total $346,49952 Contract No. Old Alturas; Road Bridge over Chum Creek Project Date: 27 -Feb -13 Consultant: Morrison Structures, Inc. DIRECT LABOR Classification Advance Planning Structural Engineer (136) Associate Engineer (133) Engineer (132) Technician (T2) Preliminary Design Development Structural Engineer (136) Associate Engineer (133) Engineer (E2) Technician (T2) Final Design Structural Engineer (136) Associate Engineer (133) Engineer (132) Technician (T2) Services During Bidding and Construction Structural Engineer (E6) Associate Engineer (133) Engineer (132) Technician (T2) Name Morrison, Jr, Bob Roesner Dean Maue Ben Galling Janet Morrison, Jr. Bob Roesner Dean Maue Ben Gallino Janet Morrison, Jr. Bob Roesner Dean Maue Ben Gallino Janet Morrison, Jr. Bob Roesner Dean Maue Ben Gallino Janet Subtotal Direct Labor Anticipated Salary Increases (Mumes 3.5% rate increase in 2014) - Applied to final Design and Services During Construction Total Direct Labor Cost Indirect Overhead Rate @ Subtotal Direct labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to attached detail) Expenses (mileage, binders, supplies, etc.) Subconsultants SDS (17opo Survey, R/W Easement, Util Surveys) Advanced Engineering Graphics (Technician Services) Curalium Consulting (DBE, Technical editing and writing) CGI Technical Services (Geotechnical Engineering Services) R Valentine, Inc. (Independent Check) Subtotal Other Costs Markup Other Costs Initial Hourly Hours Rate 133 $85.93 99 $ 54.40 M $48,52 24 $34.77 342 117 $85.93 190 $54.40 108 $48.52 169 $ 3437 584 163 $85,93 174 $54.40 118 $ 48,52 168 $34.77 623 44 $ 85.93 40 $54.40 47 $48.52 50- $34.77 181 1730 121,305a 1100% 0.000/0' I MIT $11,428.69 $5,385.60 $4,172.72 $ 834,48 $21,821.49 $ 10,05181 $10,336.00 $5,240.16 $5,876.13 $31,506.10 $14,006.59 $ 9,465.60 $5,725,36 $ 5,841,36 $35,038.91 $ 3,780.92 $2,176.00 $2,280.44 $ 1,73&50 $ 9,975.86 $98,342.36 $1,576,00 $99,918-36 $ 121,200.97 $ 221,11933 $ 28,745.51 $ 1,48150 $18,150.00 $36,210,00 $4,880,00 $20,911.18 $15,000.00 $96,634.68 $.00 !GRANT) TOTAL $346,499.52 Old Alturas Road Bridge over Churn Creek Replacement Subcontractor Chargeable Tasks, All Budgets, .without Budget Subtotals, Without Period Subtotals, without Estimating Frequency Subtotals TasWSubeentractorDescription Unit Quantity hate Amount Top Task -Design Services Advanced Planning SDS DOLLARS 16,107.00 1.00 16,107.00 Advanced Engineering Graphics DOLLARS 8,075.00 1.00 8,075.00 Cural.ium Consulting DOLLARS, 2,684.00 1.00 2,684,00 CGI Technical Services DOLLARS 0.00 1.00 0.00 R Valentine, Inc, DOLLARS 0.40 1.00 0,00 Preliminary Design Development .SDS DOLLARS 0:00 -1.00 0.00 Advanced Engineering Graphics DOLLARS 14,025.00 .1.00 14,025.00 CtiraliiunConsniting DOLLARS 2;196.00 1.00 2,196.00 . CGI Technical Services DOLLARS 20,911.18 1.00 20,911.18 R Valentine, Inc. DOLLARS 0.00 100 _ 0.00 Final Design SDS- DOLLARS 2,043:00 1.00 _ 2;043.00 Advanced Engineering Graphics DOLLARS '14 110.00 1.00 14,1.10.00 Cumlium Consulting DOLLARS 0.00 1.00 0.00 CGI Technical Services DOLLARS 0.00 1,00 0.00 R "Valentine, Inc, DOLLARS 15,000.00 1,00 15,000.00 Top Task= Construction Services Bidding & Construction Support . SDS DOLLARS0 -1;00 0.00 Advanced •Engineering Graphics DOLLARS 0 1.00'' 0.00 Curalium Consulting DOLLARS, 0 1:00 0.00 . CGI Technical Services . DOLLARS 0 1.00 0:00 R Valentine, Inc. DOLLARS. 0 1.00 0.00 ooct Ch000t.CD(D r--4Mt=t N r In C . Ch kn C) t? v-; o o tej 00 M io %0 cry c^t +�, M' vi N M c*i C vo ani t: H uo+oI'D 00ICMrn%0yrsn tn M 0 t> M M Nt ao M N rt of N t+ M of M .rN . N f4 M H N cyoall o C) 4D C>10 ocroo.-� wRRCO coc.oC>cc t- c) t -v3 r'oomCoC.4 6C;f4i cTcioatiur C t- . -%0 C> Cr 0 C>oC+000 It C^-C>Ot-;-t . Ch tn C? cy C " oo C� C> 00 1* , .�, C M K> M . M N •-• M C'h, t= c-; M "N, IDN VO , ch Lp V7 tfS M 'ch Cn Yi „¢¢ 00 M \ C M t"' c C� CIn AH mM kms'* . Clz 't N \0 M 00 M O N N . U C". 4 C> O Ct Cr O o Cs C> I= .Cx C+ C7 C+ C C+ C? C? C? o C; O C> o C+. C7 Ct a o C> Cr O C> CwO G C> CO CCCoo bA C.` to rn C? C? C> C> C> 00 d C3 C> 00 C'+ C> 0 C> 00 . .on G C?\0C+C*CV OOM+e C>C> Oo...4 tn N M M ow o, C> C? C7 C> C? C) C7 C> 0 00 Ci oC> C! co . In -C?le?cCa zv} oCr,�'v7 o Cm. t3t7�ct>CQ cti cit .n cn \04:D C) �oc�000�c ry.oc rrq c> o Ca o . C). c .n .a Ca c o0 o c> oo trs a0\ 4NyCC CCr. C'oci�'{ e rn oNo k 00 � : ewe No ko aG �42\po N N N C> o 0 4 C> —0 G pp .C'S C> C5 Ct tI- �iy et C> C� CT C> O M C? c) {'.i CF 0�t`� CN , C Cibo L Ch C7 CSC7+ C3 Cw CJ. CJ M - "Op Cs• C> 10 .rr 4 6 t16 616 06 6.6 ui N 6 C)H 00 ,N.' C C7ON ON ./. . C> C C> C7 C"J O O O O Cq 0000 - . A Fi, 74 3 Old Alturas Road Bridge over Churn geek Expense Chargeable Tasks, All Budgets, without Budget Subtotals, without Period Subtotals, without Esti hating Frequency.Subtotals Expense Description Univ Quantity . Rate Amount Top Task - Design Services Advanced Planning DOLLARS 363.50 1.00 363.50 Preliminary Design DOLLARS 363.50 1.00 363.50 Final Design DOLLARS 363.50 1 1.00 363.50 Design Services Cast Subtotal,. DOLLARS 1090.50 1.00 1090.50 Tap Task- Construction Services Bidding and Construction DOLLARS 393.00 1.00 393.00 Construction services Cost Subtotal DOLLARS 393.00 1.00 393.00 Subtotal far Mise Expenses 1483.50 Grand Total 1483.50 Contract No. Old Alturas Road Bridge over Chum Creek Project Date: 22 -Feb -13 Subconsultant: Sharrah Dunlap Sawyer, Inc. DIRECT LABOR Initial Hourly Classification Name hours Rate Tota! Tusk I - Topographic Survey Project Manager Josh Mallin 33 $39.62 S 1,307.46 Party Chief David Rovera 42 $ 41.69 S 2,594.9$ Chain Man Randy Clifford 41 $ 55.72 $ 2.,284,52 Projcet Administrator Melanie Hunter. 2 S31.78 $ 63.56 $6,246S2 Task 2 - 4 ex. Right of Way Easements Project Manager Josh Martin 20 $ 39.62 S 792.40 $ 792.40 Subtotal Direct Ichor $ 7;038.92 Anticipated Sa!xx increases $ 352.05 Total Direct Labor Cost S 7;390:97 Indirect Overhead Rate @ 145,57% 510,759.03 Subtotal Direct Labor and indirect Overhead Rate $19,150.00 FVKED FES $ .00 . OTHER COSTS (refer to attached detail) Expenses (mileage; supplies, etc.) Su6consultants Sub consult A f Sub consult B Subtotal Other Costs GROID TOTAL . S 18,150.110 1 . i a r Advanced Engingineering Graphics, Inc. Cost Proposal for Old Alturas Bridge over Churn Creek Project Contract No. Date: 21 -Feb -13 Subconsultant: Advanced Engineering Graphics, Inc. DIRECT LABOR Initial Hourly Classification Name Hours Rate Total Tack I . Adivanratfillanninn Technician Richard Uhlmann 95 $42.85 $.4,070J5 $.00 $.00 $.00 Task Total $4,070.75 I asst Z - Preummary uesign ueveiopmem Technician Richard Uhlmann 165 $ 42.85 $7,070.25 $.00 $.00 Task Total $7,070.25 Tzmk, 14 Fina[ no -,%inn Technician Richard Uhlmann '166 $ 42.85 $ 7,113.10 $.00 $.00 $.00 Task Total Subtotal Direct Labor, $ *254.10 -Anticipated Salary increases $.00 Total Direct Labor Cost $ 18,264,10 Indirect Overhead Rate @ 81.00% $14,786.82 Subtotal Direct Laborand Indirect -Overhead Rate $ 33,039.92 - FIXED FEE $3J70.08 OTHER COSTS (rafer to, attached detail) Expenses (mileage, supplies, etci) subconsultants. Sub consult A Sub consult, B Subtotal Other Costs $.00 GRAND TOTAL $36,210.00 Contract No. Old Alturas Road Bridge over Chum Greek Project Date: 212 1120 1 3 Subconsultant: Curalium Consulting DIRECT LABOR Initial Hourly Classification Name Hours hate Total 6A Documents, Advanced Planning Study, Life Cycle Cost Study Coral Cavanagh 22 $ 60.00 $1,320.00 $ .00 $M $ .a0 Task subtotal 22 $ 1,320.00 Environ Documentation NES Coral Cavanagh 18 $ 60M $1,080.00 $ .00 $ .00 $ .00 Task Subtotal 18 $ 1,086.00 " Subtotal Direct Labor $2,400.00 46 Anticipated Salary Increases $ 2,400.00 Total Direct Labor, Cost. Indirect Overhead Rate Q 84.851% $ 2,03636 Subtotal Direct Labor and Indirect Overhead Rate $ 4,436.36 FIXED FEE 10.00% $ 443.64 OTHER COST `S (irefer to attached detail) Expenses (mileage, supplies, etc.) Subconsultants Sub consult A Sub consult B Subtotal Other Costs $ .00 . $+4,880.00 GRAND TOTAL Contract No. Old Alturas Road Bridge over Chum Creek Project Date: 22 -Feb- 13 Subconsultant: CGI Technical Services, Inc. DIRECT LABOR Classification Task 1- Pre -Exploration Senior Geologist Task 2 - Field Exploration Senior Geologist Technician Task 3 -.Laboratory Testing Senior Engineer Task 4 - Geotechnical Analyses Senior Engineer Senior Geologist Task 5 - Reporting Senior Engineer Senior Geologist Name Jim Bianchin JimBianchin Patrick Smith Azeddine Bahloul Azeddine Babloul Jim Bianchin Azeddine Bahloul, Jim Bianchin Subtotal Direct Labor Anticipated Salary Increases Total Direct labor Cost Indirect Overhead Rate (0 Subtotal Direct Labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to attached detail) Expenses (mileage, supplies, etc.) Subconsultants Diamond Core Drilling Cooper Testing Laboratory HDR/Schiff Laboratory Subtotal Other Costs Initial Hourly Hours Rate 12 $ 58.00 24 $58.00 8 $50,00 32 2 $58.00 24 $58,00 6 $58.00 30 12 $58.00 6 $ 5&00 18 80 K00% 100% Total $696,00 $ 69&00 $ 1,39100 $400.00 $1,792.00 $116.00 $ 1160 $1,392.00 $348.00 $1,740.00 $696.00 $349.00 $1,044.00 $5,388.00 $ 5,388.00 $4,310.40 $9,698.40 $1,357.78 $,1,200M $7,900.00 $630.00 $125.00 $9,855.00 $20,911.18 Contract No. Old Alturas Road Bridge over Churn Creek Dale: 21 -Feb -13 Subconsullant. R N Valentine, Ina DIRECT LABOR Initial Hourly Classification Name Hours Rate Total Final Design Valentine, Bob 73 $96.00 $7,008.00 $7,008.00 73 $7,009.00 Subtotal Direct Labor 73 $7,008.00 Anticipated Salary Increases Total Direct Labor Cost $7,008.00 Indirect Overhead Rate @ 93.00% $6,517.44 Subtotal Direct Labor and Indirect Overhead Rate $13,525,44 FMD FEE 10.00% $1,352.54 OTHER COSTS Expenses (mileage, supplies, etc.) $120.00 Subtotal Other Costs $120,00 GRAND TOTAL $ 14,"7.98 Local Assistance Procedures Manual EXHIBIT 10-F Certification of Consultant, Commissions & rets EXHIBIT 10-F CERTIFICATION OF CONSULTANT, COMMISSIONS & FEES I HEREBY CERTIFY that I am the President and duly authorized representative of the firm of Morrison StrLIC111reS Inc. whose address is 1890 Park Marina Drive. Suite l04 Redding CA 96001 and that, iat, except as hereby expressly stated, neither I nor the above firm that I represent have: 0) employedor retained for a commission, percentage, brokerage, contingent -fee, or otl I ier consideration, any firm or person (other.than -a bona fide employee working solely for me or the above consultant) to solicit or secure this agreement; nor (b) agreed, as an express or implied condition for obtaining con th,is,tract' to employ or retain the services of any firm or person in connection with -carrying out the agreement; nor (c) paid,, or agreed, to pay, to any firm, organizationor person(other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donatiori., or -consideration of any kind, for or in connection with, procuring or carrying out this agreement; I Acknowledge that this Certificate is to be made available to the Californiaa iDepartment of Transportation (Caltrans) in connection with this agreement itivolving.participaCion of Fedi:ral�aidAighw4y funds, -and is subject to applicable state and federal laws, both criminal and civil. . 61February -13:.2013 (Date), (Signature} i Disirlbutiori: 1) i,6ca1.Ag'ency'Pr*ct Fiji: Wrijinat &'contract) 2) DLAE (with contract copy) Page I UB 12-03 June 20, 2012 Local Assistance Procedures Manual EXHIBIT 10-G Certification of Local Agency EXIBBIT 10-G CERTMCATION OF LOCAL AGFNcy I HEREBY CERTIFY that I am the Associate -0 of the -hil Engineer Qty of Redding and that the consulting fam of MO sJac Morrison %Mc_Lur_e or its representative has not been required (except as herein expressly stated), directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: (a) employ, retain, agree to employ or retain, any firm or person, or pay or agree to pay, to any firm, person or organization, any fee, contribution, donation, or consideration of any End. I a-elmowledge that this Certificate is to be made available to the-Caffornia Department ofTransportation (Caltrans) in connection with this Agreement involving participation of federal -aid highway funds, -and, is subject to applicable state and f h criminal and ederal laws, bot civil. L�L (Date(Signature) ) CITY OF REDDING 777 CYPRESS AVENUE, REDDING, CA 96001 P.O. Box 496071, REDDING, CA 96049-6071 OFFICE OF THE CITY CLERK PAMELA MIZE, CITY CLERK TERESA RUDOLPH, ASSISTANT CITY CLERK 530.225.4447 530.225.4463 FAX Bob Morrison, S.E. Morrison Structures, Inc. 1890 Park Marina Drive, Redding, CA 96001 SUBJECT: First Amendment to Dear Mr. Enclosed is a fully executed ori; between the City of Redding and Alturas Road Bridge over Churn 1 If you have any questions regarl Office of the City Clerk at (530) Enclosure c: Corri Vandiver/Engineering Division Finance October 12, 2015 and Professional Services Agreement, C-5900 subject Amendment to Agreement by and s, Inc., for engineering services for the Old <<FC3V% ontact the FIRST AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27, 2013, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 3.A is amended to read in its entirety as follows: Consultant shall later than July 1; All other terms effect. The date of this work on or about March 20, 2013, and complete said work no is of the essence. of the Contract dated March 27, 2013, shall remain in full force and shall be the date that it is signed by the City. IN WITNESS WHEREOF, City year set forth below: Dated: 6'1 30 , 2015 executed this Amendment on the days and Public Works Form Approved: BARRYE. De K City Atto"ey JACOB R. BALDWIN MORRISON STRUCTURES, INC. Dated: S=,�T, o23 , 2015 By: Taxpayer I.D.No.: �8- o4SSoS�' ,J1 0 IMMORMOMM PAMELA MIZE, CITY CLERK TERESA RUDOLPH, ASSISTANT CITY CLERK 530,225.4447 530 225,4463 FAX Dear Mr. Morrison: ive, Suite 104 CITY OF RFEDDING 777 CYPRESS AVENUE, REOWNG, CA 96001 PO, Box 49607 1, REDDING, CA 96049-6071 If you have any questions regarding this m Office of the City Clerk at (530) 225-4439. Enclosure c: Corri Vandiver/Engineering Finance rvices Agreement, C-5900 Second Amendment to Agreement or engineering services for the Old if we can be of assistance, please contact the ,vette Cates Executive Assistant SECOND AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Constilting and Professional Services Contract C-5900 ("Contract") dated March 27,2013, and amended September 30, 2015, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 3.A is amended to read in its entirety as follows: Consultant shall commence work on or about March 20, 2013, and complete said work no later than July 1, 2022. Time is of the essence. All other terms and conditions of the Contract dated March 27, 2013, and amended September 30, 2015, shall remain in full 'force and effect, Dated: -1 61 2017 6---30 Attest. - /V PAMIE�L�A MIZE, Ci-�,`Cie? k Dated: Tl� 2017 M M F-orm,4pproved: BARRY E DOV, Ci�y A ltorney 0 4W Taxpayer I.D. No.: ,,Ior ql'Pubfic Works TRANSMITTAL FORM HARD COPIES REOU/RED *DO NOT E-MAIL FOR REVIEW TO CITY ATTORNEY (225-4050) & CITY CLERK (225-4439) Agreements p Bonds* Contracts 0 Leases p Escrow Instructions p Deeds Q Securities* Resolutions* Ordinances p Opinions Date: 08/19/2020 From: Misty Kufner Dept. Name: Engineering Dept. # 501 Phone: 225-4170 Person most knowledgeable: Cord Vandiver Phone: 245-7120 INSURANCE REQUIREMENTS MET? When submitting contract for review, you must also submit an Insurance Transmittal Form to Risk so insurance can be requested and approved in PINS. If not, your contract will be held in the Clerk's Office. For help contact Risk Liability at Ddahl@cityofreddinq.org or(530)225-4385. DESCRIBE ATTACHED DOCUMENTfSI Document Title: Consultinq and Professional Services Contract Third Amendment Outside Party(ies): Morrison Structures Inc Project/Purpose: Old Alturas Road Bridqe over Churn Creek Project COUNCIL APPROVAL REQUIRED? No res [E] IF YES, DATE OF MEETING: 8/18/20 Agenda Item #: 4.11(b) Was contract/agreement the result of an RFP or Bid? No QYes n Bid Schedule # or RFP #: REQUEST FOR ATTORNEY SERVICES Attorney Reviews Draft - All documents must be reviewed & approved before obtaining ani" ups. When amending contracts, attach a copy of original contract and all prior amendments. Do riot e -m " documents without prior approval. Return drafts to: (to finalize & obtain oukstde sagnatq�e< ❑✓ Attorney Signs Originals. Approving As To Form After: (1) drat has been reviouslyivie$ d & approved by Attorney; (2) Dept. has obtained outside signatures. Please submit 2 originals. Ye pa ips - no staples - and affix "Sign Here" tabs on all signature pages. (Attorney approval mandatory - RMC §4.20.120.A) *Note: Signed originals will be forwarded to City Clerk for necessary City signatures, insurance & other requirement verification, and processing. Mailing/distribution Instructions: R r I U t"1TY OLERK'S OFFICE Prepare Certificate of Acceptance (easement & grant deeds) UG 2 4 2020 Memo or additional info is attached. F] Other: �.. City Attorney Log # Z-0 (J� Logged Out By: THIRD AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27, 2013, and amended September 30, 2015, and June 30, 2017, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 1 is amended to read in its entirety as follows: Subject to the terms and conditions set forth in this Contract, Consultant shall provide to City the services described in Exhibits A and A-1, attached and incorporated herein. Consultant shall provide the services at the time, place and in the manner specified in Exhibits A and A-1. The Exhibit A-1 attached to this Third Amendment is incorporated into the Contract dated March 27, 2013, and amended September 30, 2015, and June 30, 2017, as Exhibit A-1. Section 2.A.1 is amended to read in its entirety as follows: The City shall reimburse the Consultant for actual costs (including labor costs, employee benefits, overhead and other direct costs) incurred by the Consultant in performance of the work. Actual costs shall not exceed the total estimated direct labor, indirect overhead and other costs set forth in the approved Exhibits B and B-1, unless additional reimbursement is provided by contract amendment. The Exhibit B-1 attached to this Third Amendment is incorporated into the Contract dated March 27, 2013, and amended September 30, 2015, and June 30, 2017, as Exhibit B-1. Section 2.A.2 is amended to read in its entirety as follows: 2. In addition to the costs referred to in paragraph 1 of this section, the City shall pay the Consultant a fixed fee of $44,166.56. Said fixed fee shall not be altered, unless there is a significant alteration in the scope, complexity, or character of the work to be performed which is documented by contract amendment. The fixed fee can be invoiced monthly based on the percentage of actual costs expended compared to actual cost budget. Section 2.A.3 is amended to read in its entirety as follows: 3. In the event that the City determines that a change to the work from that specified in the Exhibit A and A-1 and contract is required, the contract time and/or actual costs and fixed fee reimbursable by the City shall be adjusted by contract amendment to accommodate the changed work. The total amount payable by the City, including fixed fee, shall not exceed t Five Hundred Fifty -Nine Thousand Eight Hundred Four Dollars and Ninety -Five Cents ($559,804.95). All other terms and conditions of the Contract dated March 27, 2013, and amended September 30, 2015, and June 30, 2017, shall remain in full force and effect. The date of this Amendment shall be the date that it is signed by the City. IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and year set forth below: CITY OF REDDING A Municipal Corporation Dated: '2020 By: ADAMM ELL VAI , Mayor MORRISON STRUCTURES, INC. Dated: 1�, i , 2020 ` Taxpayer I.D. No.: 5:5 0 S- EXHIBIT A-1 Morrison Structures, Inc. AMENDMENT #3 SCOPE OF WORK OLD ALTURAS ROAD BRIDGE over CHURN CREEK PROJECT CITY OF REDDING, CALIFORNIA MAY 2, 2020 AMENDED SCOPE OF WORK The following additional professional services will be provided under Tasks 1, 3, 6, 8, 9, and 10 of Exhibit A Scope of Work of the Consulting and Professional Services Agreement, C-5900. Task 1 - Project Management Review and Scheduling Morrison Structures will provide supplemental project management, review, and scheduling for additional services described below during the final design phase of the project. Morrison Structures will provide contract management and quality control for Right -of - Way services that include right-of-way engineering, surveying, appraisals and acquisitions, and certification during the final design phase of the project. Task 3 - Support for Environmental Documentation and Permitting and Caltrans Local Assistance Morrison Structures will provide supplemental technical support for City staff and their consultants on all environmental requirements by all federal, state, and local agencies during the final design phase of the project on an as -requested basis. The environmental documentation and permitting process and effort is unique to the project and site and cannot be predicted. At this time, NEPA documentation has been approved by Caltrans. Morrison Structures has assumed for our scope of work under this amendment that CEQA documentation and all permits will be completed by the City and their subconsultants no later than March 1, 2021. Task 6 - Geotechnical Investigation CGI Technical will review and update the draft geotechnical investigation report for current guidelines provide the final report. The draft Log of Test Boring Sheet will be reviewed and updated for current guidelines and a final Log of Test Boring Sheet will be prepared for contract plans. 20_0502_rl Amend 3 Scope of Work Page 1 of 6 Task 8 - Utility Coordination Morrison Structures has provided Utility Verification Initial Contact Letters for each Utility for City's use in April 2013 to notify each Utility of the project and request Utility Information. In November 2013 Morrison Structures provided Utility Relocation Letters - Identifying Conflict for each Utility for City's use in providing each Utility with preliminary design plans for their review, their confirmation of project identified facilities conflict, and to request their identification of any conflicts not yet identified. Within the Utility Relocation Letters the construction advertising date was indicated to be January 2015. Because of the delay caused by the environmental study and documentation for the project, the forward anticipated construction advertising date, and design changes, the Utility Relocation Letters - Identifying Conflict will be updated by Morrison Structures and provided to the City with updated preliminary design plans for their use in informing each Utility of relocation and identified conflicts. The following additional activities will be provided by Morrison Structures. Prepare Utility Conflict Maps and Relocation Letters Morrison Structures shall prepare utility conflict maps and the required Relocation Letter for use by the City and the utility companies in determining liability (cost share) of the utility relocations. The maps will be sent to each utility with the required Relocation Letterby the City. The Relocation letter will follow City standard format (current format to be provided by City to Morrison Structures), request the relocation plans (temporary and final as required) from utility, costs, and liability claims, in order to allow the right of way acquisitions to proceed concurrently with the utility relocation liability determination by the City. Preliminary Utility Relocation Plan Coordination This task addresses coordination of the Utility relocation plans with the proposed project's plans. The affected utility company will complete their relocation plans with input from City and Morrison Structures. Morrison Structures project managerwill attend up to 4 meetings with the City and the Utility Companies if requested by the City to coordinate relocation plan design by the utilities. Relocation plans may require temporary relocation to accommodate construction activities and final relocation following construction. Utility relocations (temporary and final) are assumed to be completed prior to construction, or by the utility purveyors' own forces. As such, relocation plans for electrical, CATV, and communication facilities will not be included as work items in the project's contract documents; instead, the relocated utilities will be shown as in-place on the plans. If it is necessary to perform some of the utility relocations simultaneously with project construction, coordination of the phasing of utility relocations will be addressed in the Special Provisions and on the Stage Construction Plans. 20_0502_rl Amend 3 Scope of Work Page 2 of 6 Utility Agreement Support and Notice to Owner Letters Morrison Structures shall be available to review the City's utility agreements for the relocation of utilities. It is assumed that the City will prepare and execute the Utility Agreements. Morrison Structures shall be available to review the Notice to Owner letters prepared by the City and City's subsequent delivery to the utility companies. Utility Certification Morrison Structures shall be available to review Utility Certification Forms prepared by City. Task 9 - Right -of -Way Morrison Structures with subconsultants Sharrah Dunlap Sawyer (SDS) and Bender Rosenthal, Incorporated (BRI) shall provide additional right-of-way services for the project. The review of the preliminary project map indicates that five (5) total parcels will be impacted. Both a permanent easement and temporary construction easement (TCE) will be required from two (2) parcels, and then only a TCE will be required from an additional three (3) parcels. No relocations of residences or businesses are anticipated. During the course of the project, Jeff Aldal of BRI will serve as the manager for right-of- way appraisal, acquisition, and certification tasks under BRI and will discuss the details and expectations with Morrison's and City's Project Manager to define a common understanding about project details, critical issues and processes, and roles and responsibilities associated with right of way support activities. Typical tasks include providing status updates, attending meetings, and making recommendations to the City on right of way issues. Once the property rights have been acquired, BRI will prepare a right of way certification to Caltrans' standards. Right of Way Engineering SDS will prepare right-of-way easements and temporary construction easements. This work will include the following: Research to verify existing property lines and ownership. Preparation of one legal description and one map exhibit for each easement. Temporary construction easements will be shown and described along with new right-of-way easements. • Preparation of an overall map for appraisal use. 20_0502_r l Amend 3 Scope of Work Page 3 of 6 Right of Way Appraisal For parcels requiring permanent easement, BRI will develop two (2) narrative appraisal reports. They will be prepared in conformance with and subject to the requirements of the Code of Professional Ethics and the Standards of Professional Practice of the Appraisal Institute, which fully incorporate the Uniform Standards of Professional Appraisal Practice (USPAP) of the Appraisal Foundation, requirements related to the Uniform Relocation Assistance and Real Property Acquisition Act and state and federal statutes. Appraisal Mapping, Deliverables: • An electronic version of each Appraisal Report that meet State and Federal Standards. Up to two (2) printed and bound copies will be provided upon request. Assumptions: • No residential or business relocation is involved. • No expert witness testimony. Waiver Valuations Contingent on the parcel impacts, and if approved by the City, BRI can prepare a waiver valuation in lieu of a full narrative appraisal for the three (3) parcels requiring TCEs only. The Code of Federal Regulations [49 CFRs 24.102 (c) 2] provides that an appraisal is not required for parcels with a valuation problem that is uncomplicated, and the fair market value is estimated at $10,000 or less based on a review of available data. The $10,000 amount includes severance damages but excludes any insignificant construction contract work. The "Waiver Valuation" is not an appraisal and is to be used merely for documentation in support of the estimated compensation to be paid to the property owner. Please note, Waiver Valuations cannot be used for condemnation of rights needed for a project. Should court action be determined necessary, an Appraisal Report will be required, resulting in the assessment of additional fees. Deliverables: • An electronic version of each waiver valuation. Up to two (2) printed and bound hardcopies will be provided upon request. Appraisal Review As federal funding is involved, BRI will also engage the services of an independent review appraiser to provide the Review Certificate. These will be desk reviews only and 20_0502_rl Amend 3 Scope of Work Page 4 of 6 therefore there will be no inspection of the subject property and provided comparable properties. The Reviews will be completed within two (2) weeks from receipt of the appraisal reports. Deliverables: • Two (2) Independent Appraisal Review Certificates. Right of Way Acauisition Upon Approval to Proceed from the City, BRI staff will prepare and deliver the first written offers (FWO) to the owners. Each offer package will be reviewed internally for quality measures. All acquisition agents will possess a Real Estate Broker's or Salesperson's License and will have a minimum of five (5) years of experience. All agents possess knowledge of the Uniform Relocation and Real Property Acquisition Policies Act and State of California Eminent Domain Law and will have the specific knowledge and experience applicable to the project. BRI then will meet with the owners and convey documents regarding necessary acquisitions until acceptance or impasse is reached. BRI will contact or attempt to contact each property owner at least six (6) times within the first 60 days of approval to proceed and will attempt to meet with each owner at least one (1) time in person and may make additional contacts by phone, e-mail or through the postal service. Deliverables: • Five (5) TCEs and two (2) permanent easements. Prepare Riaht of Way Certification Document BRI will provide Right of Way Certification coordination services with Caltrans, which will be necessary to obtain Caltrans Local Assistance approval. Prior to certification, BRI will identify any special issues that are likely to be encountered and how they will be addressed and ensure that all documents including mapping, legal descriptions, deeds, and purchase agreements comply with the City's standards. Deliverables: • One draft and one final Right of Way Certification that meets Caltrans standards. Title and Escrow Services BRI will deliver documents and checks to escrow company, review all documents for submission to escrow companies, review title and escrow documents, and apply 20_0502_rl Amend 3 Scope of Work Page 5 of 6 extensive acquisition experience so that the project acquires good title and property rights necessary for the completion of the project. BRI will coordinate escrow closings and file all applicable forms and documents with the County Assessor's office. Deliverables: • Five (5) Preliminary Title Reports. • Facilitate Title and Escrow support as outlined above for potentially two (2) properties. Task 10 - Preparation of Contract Documents Morrison Structures shall prepare contract documents for the project final design phase to incorporate the latest preferred project. The final design phase shall include the 90% Design deliverables and the Final Design deliverables. Bridge Design will include varying superstructure depth at the left slab widening to not encroach on hydraulic clearance beneath the bridge. Scour rehabilitation design in the channel will be incorporated. Stage construction will be designed to accommodate no -detour requirements, limited - time road closures, proximity of utilities, and limited right-of-way. Retaining walls will be included at each side of each approach roadway to retain the roadway embankments and reduce impact to adjacent properties. The road and structure details and specifications will be prepared in accordance with the 2018 edition of Caltrans Standard Plans, Standard Specifications, and Standard Special Provisions. Special provisions and cost estimates shall include the environmental commitments required by final approved environmental document and final approved environmental permits. 20_0502_rl Amend 3 Scope of Work Page 6 of 6 Contract No. C-5900 Consultant: Morrison Structures, Inc. DIRECT LABOR Classification Amendment 3 - Final Design Structural Engineer (E6) Associate Engineer (E3) Technician (T1) Technician (T2) Old Alturas Road Bridge over Chum Creek Project Date: Amendment No. 3 - Cost Proposal Initial Hourly Name Hours Rate Morrison, Jr. Bob 259 $ 72.05 Roesner Dean 226 $ 47.50 Staff 0 $ 21.00 Gallino Janet 214 $ 32.88 699 Subtotal Direct Labor Anticipated Salary Increases (assumes 0% rate increase in 2021) - Applied to Final Design Total Direct Labor Cost Indirect Overhead Rate @ Subtotal Direct Labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to attached detail) Expenses (mileage, binders, supplies, etc.) Subconsultants SDS (R/W Easements) Advanced Engineering Graphics (Technician Services) CGI Technical Services (Geotechnical Engineering Services) BRI (R/W Appraisals, Acquisitions, Certification) Subtotal Other Costs Markup Other Costs 0 699 225.60% 13.00% 0.00% 2 -May -20 Total $ 18,660.95 $ 10,735.00 $ .00 $ 7,036.32 $ 36,432.27 $ .00 $ 36,432.27 $ .00 $ 36,432.27 $ 82,191.20 $ 118,623.47 $ 15,421.05 $ 8,214.00 $ 24,846.45 $ 1,750.00 $ 44,350.46 $ 79,260.91 $ .00 GRAND TOTAL $ 213,305.43 Advanced Engingineering Graphics, Inc. Cost Proposal for Old Alturas Bridge over Churn Creek Project Contract No. Subconsultant: Advanced Engineering Graphics, Inc. DIRECT LABOR Classification Name Task 3 - Final Design PSRF Date: 25 -Mar -20 Initial Hourly Hours Rate Total Technician Richard Uhlmann 197 $ 50.00 $ 9,850.00 $ .00 $ .00 $ .00 Task Tota/ $ 9,850.00 OTHER COSTS (refer to attached detail) Expenses (mileage, supplies, etc.) Subconsultants Sub consult A Sub consult B Subtotal Direct Labor $ 9,850.00 Anticipated Salary Increases $ .00 Total Direct Labor Cost $ 9,850.00 Indirect Overhead Rate @ 137.97% $ 13,590.05 Subtotal Direct Labor and Indirect Overhead Rate $ 23,440.05 FIXED FEE $ 1,406.40 Subtotal Other Costs $ .00 GRAND TOTAL $24,846.45 Form 10-H COST PROPOSAL EXHIBIT 10-H1 COST PROPOSAL Prime Consultant Flubconsultant 2nd Tier Subconsultant CONSULTANT Bender Rosenthal, Inc. PROJECT No. CONTRACT No. City of Redding - Old Alturas Rd Bridge Project Date 24 -Feb -20 DIRECT LABOR Actual/Average Hourly Classification Name Task Hours Rate Total ROW Project Manager 1effAldal PM 15.0 @ $ 65.00 $ 975.00 Appraisal Manager Dave Houghton Appraisal 2.0 @ $ 62.50 $ 125.00 Senior Appraiser TBD Appraisal 4.0 @ $ 67.70 $ 270.80 Appraiser TBD Appraisal 42.0 @ $ 48.00 $ 2,016.00 Sr Project Coordinator TBD Escrow/Acq Support 0.5 @ $ 58.05 $ 29.03 Project Coordinator TBD Escrow/Acq Support 80.0 @ S 30.00 $ 2,400.00 SR Acquisition Agent Jeannette Acquisitions 144.0 @ $ 57.00 $ 8,208.00 Acquisition Agent TBD Acquisitions 4.0 @ $ 42.00 $ 168.00 Researchers TBD Appraisal/Support 15.0 @ $ 30.00 $ 450.00 Administrator / Clerical TBD Support 16.0 @ $ 32.00 $ 512.00 Subtotal Direct Labor Costs $ 15,153.83 Anticipated Salary Increases $ - INDIRECT COSTS Total Direct Labor Costs $ 15,153.83 Rate Total Fringe Benefits Total Fringe Benefits 49.43% $ 7,490.54 Overhead Overhead 17.94% $ 2,718.60 General and Administrative Gen & Admin 50.20% $ 7,607.22 FIXED FEE Total Indirect Costs $ 17,816.36 Fixed fee 10% Total Fixed Fee $ 3,297.02 OTHER DIRECT COSTS Travel & Per Diem 1710 at $ 0.575 $ 983.25 Shipping 10 at $ 35.00 $ 350.00 Preliminary Title Reports 5 at $ 750.00 $ 3,750.00 Subconsultant (Sierra Valuation - Reviews) 2 at $ 1,500 $ 3,000.00 Total Other Direct Costs $ 8,083.25 TOTAL COST $ 44,350.46 r IV 'rl W O r .`f~ ACRD C? W 0,0 C Cl) aCD moo• z � •� h o O W y xt C NO ca Q O z G 0 � C �. y CL CD o o i 0 O "� x\ y � 17 zz � v ETI 5 � n � n C � ^ h CD d z CD J i •-1 i w z O � w o r ON Up o Z f � f II o C ' t w o, i � C) ♦ w claw "'3W f� 0 v A W g x IfQ E Cil N II In. a. E do, un d, rn .Y O �D CDc AA � E I O v A W iJ v F r O N a 0 00 hyo O Fn v a a o o $ O d O j N N O N o� O N w w 0 O ti N N I?J N N o CD o Y C ra r fA 69 69 aC N "C C W N Cn N �a UR � �r C 0 0 00 0 0 0 0 0 oco 0 00 o a 0 0 0o 0 0 0 0ID 0 0 o - w w w co oo a a a a $ A g 3Q $ o o CIm 0 o C yn. N � z`zz �t D DD UR R N O N .`f~ ACRD C? W 0,0 C Cl) aCD moo• z � •� h o O W y xt C NO ca 91 Q O 0 � C CL CL n O "� x\ zz 5 mG C a d z vf' •-1 w z O � ON n o Z f � f II o w o, i � C) f� 0 g Cil N II In. a. do, CD CDc O n O N a O Fn v 91 t� 10 E. CD 0 0, lo 0 s`a 0 0 Co .3 co so C. co 0 C, CD to 0-0 1 00 P3 .0 < 0, 8a 0, g 0- Nl- td to ro roco C CD 0 0 C) EL ,easCL ro- 0 CL En C=, cr ou" 2 n 0 CO CL .1 F_ g' 0 c, < c r. G• co 0 2. CL o CL 0 C) Fr cL O CD > P7 CL cn 0 co R ro pi C-.4 ca to VQ 4� < ol C; 0 S. O 0 ul 0 0 m w 0 rj> 0 C) 0 tri En 0 cn 0 Go9 02 69 b9 r" 09 CA p c. o, a 0 C) 0 0. c) C. (D CD C> C, (D CD c. C> b O b O 6 O b C:, b (M En 0 z o tv 0 ---------- 0 02 0 cn W EA Q3 (A fA f,, r., cp Cl C) 0 CD C> C:, C:, ID O O (D O O b -M 6 b b 6 b c. CD, C5 c, C5 CA 0 cn 0 z 69 Vf 69 69 ER 69 69 69 (/f to fie c) 0 0 :D w 0 rj> 0 C) 0 Contract No. Old Alturas Road Bridge over Churn Creek Project Date: 30 -Mar -20 Subconsultant: Sharrah Dunlap Sawyer, Inc. DIRECT LABOR $ 2,764.03 Subtotal Direct Labor $ 2,764.03 Anticipated Salary Increases $ .00 Total Direct Labor Cost Indirect Overhead Rate @ Subtotal Direct Labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to attached detail) Expenses (mileage, supplies, etc.) Subconsultants Sub consult A Sub consult B Subtotal Other Costs $ 2,764.03 197.17% $ 5,449.97 $ 8,214.00 $ .00 $ .00 GRAND TOTAL $ 8,214.00 Initial Classification Name Hourly 2020 Right of Way Easements Hours Rate Total Supervising Professional Josh Martin 26.00 $ 65.06 $ 1,691.56 Civil Engineering Technician Joel Donner 30.50 $ 31.90 $ 972.95 Project Administrator Melanie Hunter 2.00 $ 49.76 $ 99.52 $ 2,764.03 Subtotal Direct Labor $ 2,764.03 Anticipated Salary Increases $ .00 Total Direct Labor Cost Indirect Overhead Rate @ Subtotal Direct Labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to attached detail) Expenses (mileage, supplies, etc.) Subconsultants Sub consult A Sub consult B Subtotal Other Costs $ 2,764.03 197.17% $ 5,449.97 $ 8,214.00 $ .00 $ .00 GRAND TOTAL $ 8,214.00 PAMELA MIZE, CITY CLERK SHARLENE TIPTON, ASSISTANT CITY CLERK 530.225.4447 530.225.4463 FAX 777 CYPRESS AVENUE, REDDING, CA 96001 P.O. Box 496071 , REDDING, CA 96049-6071 August 31, 2020 Morrison Structures, Inc. Attn: Robert L. Morrison, Jr., President 1890 Park Marina Drive, Suite 104 Redding, CA 96001 SUBJECT: Third Amendment to Consulting and Professional Services Contract, C-5900 Dear Mr. Morrison, Enclosed please find the fully executed original of the above referenced Third Amendment to Consulting and Professional Services Contract by and between the City of Redding and SkyWest Morrison Structures, Inc. regarding the Old Alturas Road Bridge over Churn Creek project. If you have any questions regarding this matter, or if we can be of assistance, please contact the Office of the City Clerk at (530) 225-4044. Sincerely, Joan Twomey Executive Assistant Enclosure cc: Kufner Vandiver Grannis IMNSMITTAL FORM M -MIL E0_8 A 10 CITY ATTORNEY (225-4050) & CIDL-CLERK (225-4439) 4, el. DammwNistrzedlim 1 Secuirities,0ResoO OrdinancesO Opinions Date: 06/23/22 From: Stephanie McCollum Dent. Name: Engineering Dept. # 501 Phone: 225-4511 Person most knowledgeable: Cord Vandiver Phone: INSURANCE REQUIREMENTS MET? Prior to signatures, must submit Insurance Transmittal Form to Risk, have certificate uploaded by vendor and approved by Risk. If not, your contracts will be held in the Clerk's Office, For help contact Risk Liability- ndahlCecitvofreddiaaa orca (530) 225-4385 DESCRIBE ATTACHED DOCUMENTM Document Title: Fourth Amendment to C-5900 Outside Party(ies). Morrison Structures, Inc. Project (What/Where/Why?): -Engineering Services for the Old Alturas Road Bridge over Churn Creek Project COUNCIL APPROVAL REQUIRED? NoZYesF_1 IF YES, DATE OF MEETING: Agenda Item #: Was contract/agreement the result of an RFP or Bid? NoR,/ YesFj Bid Schedule # or RFP #: IS CONTRACT RELATED TO THE CARR FIRE? No ZYes R REQUEST FOR ATTORNEY SERVICES All documents must be reviewed & approved hgf2rg obtaining any signatures. When amending contracts, attach a copy of original contract and all prior amendments. Do not e-mail documents without prior approval. Return drafts to: (to finalize & obtain outside signatures) F7i A ve : (1) draft has been previously reviewed & approved by Attorney; (2) Dept, has obtained outside signatures. Please submit two (2) originals, Use paperclips - no staples -- and affix "Sign Here" tabs on all signature pages, (Attorney approval now mandatory - RMC §4.20.120.A) Note: Signed originals will be forwarded to City Clerk for necessary City signatures, insurance& other requirement verification, and processing. r_1 Mailing/distribution Instructions: Prepare Certificate of Acceptance (easement & grant deeds) Memo or additional info is attached. Other: J&JU 0,i s\ f.L)_= a4ppNa ti City Attorney Log# 2L12C Logged Out By: V PAMELA MIZE, CITY CLERK SHARLENE TIPTON, ASSISTANT CITY CLERK 530.225.4447 530.225.4463 FAX Morrison Structures, Inc. Attn: Mr. Bob Morrison, S.E. 1890 Park Marina Drive, Suite 104 Redding, CA 96001 CITY OF REDDING 777 Cypress Avenue, Redding, CA 96001 PO BOX 496071, Redding, CA 96049-6071 cityofredding.org August 2, 2022 RE: Fourth Amendment — C-5900 Dear Mr. Bob Morrison, Enclosed please find the fully executed original of the above referenced Fourth Amendment to the Consulting and Professional Services Contract by and between the City of Redding and Morrison Structures, Inc. regarding engineering services for the Old Alturas Road Bridge over Churn Creek Project. If you have any questions regarding this agreement, or if we can be of assistance, please contact the Office of the City Clerk at (530) 225-4044. Sincerely, Amber DalPoggetto Executive Assistant Enclosure cc: Stephanie McCollum Corri Vandiver Ellen Grannis CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27, 2013, and amended September 30, 2015, June 30, 2017, and August 31, 2020, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 3.A is amended to read in its entirety as follows: Consultant shall commence work on or about March 20, 2013, and complete said work no later than July 1, 2025. Time is of the essence. All other terms and conditions of the Contract dated March 27, 2013, and amended September 30, 2015, June 30, 2017, and August 31, 2020, shall remain in full force and effect. The date of this Amendment shall be the date that it is signed by the City. IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and year set forth below: CITY OF REDDING A Municipal Corporation Dated: 2022 fir 0,� k-: BARRY T1PPIV,,,k*" Manager PAMELA MIZE, City Clerk Dated:2022 By: a ei,2 r Ate, /Z eP i-svil Taxpayer I.D. No.: WHEREAS,MITIGATION MONITORING FROGAAM, AND APP&OVING THE OL ALTURAS ROAD AND CHURN CREEK BRIDGE REHABILITATIO PROJECT I the City of Redding, as lead agency for the Old A, turas load and Churn tree Bridge Rehabilitation Project reject), has conducted the following environmental review for the proposed Project: conducted and summarized in an Initial Stud dated 2. A p was circulated for review and coingito November 18 2016, and with reduced to a less than significlil, and been written as required by PAMELA MIZE, Ci Viler BRENT WEAVER, Mayor FEM NO. 4-1_I(n) MEETING DATE Feb 5,2013— OVE DEPARTME T DIR O CITY If NAGER x CITY OF REDDING REPORT TO CITY -COUNCIL DATE: January 24, 2013 B -050-100/S-070-050 FROM: Brian Crane, Public Works Director SUBJECT: Award Request for Proposal No. 4507 and Authorize Negotiation and Execution of a Consulting and Professional Services Contract for the Old Alturas Road Bridge over Churn Creek Replacement or Rehabilitation Project It is recommend` Proposal No. 4507 to'tsntrta�e;'n contract 2 authorize the Ma `execute a O YS� project management, prelims and final coordination, and technical assr�, ce during b t r Road Bridge over Churn Creek f ` lace men ,l $350,000; and (3) authorize the jjt�,`te $40,000. Funding for these services will come i Rehabilitation Program (HBRR) and will be Background : (1) select Alternative 1 to award Request for authorize staff to negotiate a consultant services (Tact with Morrison Structures, Inc., to provide ign, environmental compliance, right-of-way g and nstruction services for the Old Alturas ehaion Project for a not -to -exceed fee of �w ilv act amendments not to exceed ztlie Federal" way Bridge Replacement and " I'ed with City �ffic Impact Fees (TIF). On April 19, 2011, the Council approved the submittal of an applicalri for federal funding for the rehabilitation or replacement of the Old Alturas Road bridr' over `t��reek located Int ,WA approximately 500 feet east of Victor Avenue. The bridge was coutrp���'9 4 and is currently iii t i i 1,b'i designated as "functionally obsolete" per Caltrans Bre Inlargely due to the ap�p Reports, amount of traffic using the bridge and the lack of safety.''s" at ming -movement capacity. The project will either rehabilitate or replace the existing two-lane bridge with a three -lane, pedestrian -accessible bridge. The total project costs for the replacement or rehabilitation of the Old Alturas Road bridge are expected to be in the $3 million range. CONSULTANT SELECTION PROCESS In September 2012, a formal Request for Proposal No. 4507, outlining the specific scope of work, was advertised. Proposals were required to include separately proposed fees for the entire scope of services. Proposals and fee schedules were received on October 23, 2012, from four firms. A review and selection panel was formed with members from the Public Works Department. Based upon proposal review and experience, the panel ranked the firms as follows: Report to City Council January 24, 2013 Re Award RFP - Old Alturas Road Bridge over Churn Creek Replacement Page 2 Willdan Engineering (Redding, CA) 4 $485,209.00 Proposals were evaltt+�t}�}r� their understanding of the scope of work, ability to meet the proposed schedulr;,tnamtain thoject budget, experience and qualifications of the proposed staff, ability to'�with it staff,"� geographic location of the team. Applying the criteria to the proposalsselection team to interview the two top-ranked firms ----Cornerstone Structural EnV"Jr. ering Group andn Structures, Inc. After completing the interview process, the selection el determined that Mirison Structures, Inc. (Morrison), was more suited for this project. Most r��ntly, staff worked with Morrison on the design and construction support of both bridges within tax ttlwate�r Business Pa{ During these projects, staff formed a positive working <i s� x t S� t1 S { relationship with �'ts c��'i��r timely deliveryand final product. At this point, 40011Astaff has not had the opportumty,-�ork with erstone to develop this same level of comfort. In addition, Cornerstone'sofficetbcated in Fr J ftt, site, particularly during construMton, a potenti, IT selection team chose Morrison as`=the most au Federal funding requirements dictate thaf'� hV`c' by cost, as long as the fee is reasonable. After it is apparent to staff that Cornerstone under services during construction tasks, whilq ,alifornia, making immediate access to the job when timely decisions need to be made. The te�1` b provide the required services. telection� ,t, cess be qualification -based, not of the fees f {i4"the two top-ranked consultants, ,d the feeurvey,,utility coordination, and study and preparation of contract docurr)itt taskav ,J�p';,i`rl pre top-ranked consulting firm, Morrison, it was determinddthat based the time of proposal, the fee could be modified to $350,000. Based the other proposed fees, staff believes Morrison's modified feeds re$ for this project. the advanced planning Wry negotiations with the frsome assumptions made at projects and e of services As part of this project, the consultant is required to eudr`diiate with City staff to identify any right-of-way required for the project. If it is determined that right-of-way will be required, the consultant may be tasked to provide additional right-of-way services or other unexpected contract modifications. Staff recommends the approval of an additional $40,000 in contingency reserve for this contract. If this reserve needs to be utilized, a scope amendment would be negotiated with the consultant and the contract would be modified with approval of the City Manager. Issue Should the Council award Request For Proposal No. 4507 to Morrison Structures, Inc., and direct staffto negotiate and execute a contract for engineering and design services for the Old Alturas Road Bridge over Churn Creek Replacement or Rehabilitation Project for a not -to -exceed fee of $350,000 and authorize the City Manager to approve contract amendments not to exceed $40,000? Report to City Council January 24; 2013 Re Award RFP - Old Alturas Road Bridge over Churn Creek Replacement Page 3 Alternatives, Implication of Alternatives The Council has the option of selecting one of the following alternatives: I Award the Request for Proposal No. 4507 to Morrison Structures, Inc., and authorize staff to negotiate, and the Mayor to execute, a consultant services contract with Morrison for design services for the Old Alturas Road Bridge over Churn Creek Replacement or Rehabilitation Project for a not-to-exceed design fee of $350,000. Further, authorize a contingency of $40,000, and authorize the City Manager to execute contract amendments for the contingency amount. This will allow staff the flexibility to refine the scope of services as needed to complete a proje',i�e best interests of the City. (Staff Recommendation) s"tif�i t t't} t 2. Da not awe Request for Pr�sal No. 4507 at this time and direct staff not to pursue this project. alternative will deli r eliminate the construction of the improvements. Since this brida;,i`s designated as functxally obsolete, delaying or eliminating construction of this project � r lead to increased mai A enance costs as well as unsafe conditions for pedestrians. 3. Provide Fiscal Impact All funds are allocated from total project cost is estimate Conclusion This bridge has been design Morrison has the necessary i project for construction. The above. Attachment A. Location map etaff CV:amf Engineering\StaffReports-RFP-OldAlturasBridge-ChumCrk-CV-CC.wpd c: Chuck Aukland, Public Works Assistant Director James Triantafyllou, Project Coordinator Corri Vandiver, Associate Civil Engineer ercent). The tion Reports. prepare this ve 1 as listed CITY OF REDDING PUBLIC WORKS DEPARTMENT PROJECT LOCATION 0 SOUTN RIO�E Fs� EXHIBIT A OLD ALTURAS BRIDGE OVER CHURN CREEK LOCATION MAP ITEM_ REPORT TO REDDING CITY COUNCIL MEETING DATE: December 6, 2016 FROM: Brian Crane, Public Works ITEM NO. 4.11(i) Director [W-020-575] SUBJECT. 4.11(i) --Adoption of Old Alturas Road Bridge over Chum Creek Mitigated Negative Declaration ***APPROVED BY*** file tarnman If ian raise_, L b 2-3/2016 I Adopt Resolutioii" . .V A JI( . ..... .... I .... .. . Program, and appro described, thereby satisfying (CEQA Guidelines § 15074). Background The City of Redding Department of Public fic 143 -foot -long by 28 -foot -wide reinforced Road. Rehabilitation would include wide V, widening the roadway on either side of funded by the federal Highway Bridgel-l" five Declaration and Mitigation Monitoring Chum Creek Bridge Rehabilitation Project as the California Environmental Quality Act The first order of work will be completion of two temporary acl equipment and vehicles. The contractor may also create a tel bridge to be used as a road/work platform. The pad and access V A uncrushed, rounded river rock with no sharp edges; tip t flows through the site. All temporary work pads and s' the winter months as approved by the various resource agencies. the existing four -span, Creek on Old Alturas "Is, and abutments, and recut of the project is channel for beneath the tiid be made up of clean, s would divert any stream would be removed during Following completion of the access roads, the existing abutments would be extended to 67 feet. The existing 1 -foot -wide pier walls would be extended to 66 feet, and ten 50 -foot -long, 30 -inch -diameter piles would be installed to provide support for the pier extensions. Rock slope protection would be placed 21 feet upstream and downstream of the new pier walls and be placed in a 15 -foot -wide zone around the abutments. Upon completion of work around the pier walls and abutments, the bridge deck would be widened. The new concrete bridge deck would measure 67 feet wide and would include a 14 -foot -wide center turn lane and two 12 -foot -wide lanes, each with an 8 -foot -wide shoulder and a 6 -foot -wide sidewalk with a barrier. Pile driving may be required for the placement of falsework piles and for the installation of sheet piles around the pier walls and abutments for dewatering purposes and as temporary retaining walls. The Report to Redding City Council November 29, 2016 Re: 4.11(1) --Adoption of OldAlturas Road at Churn Creek Bridge Mitigated Negative Declaration Page 2 western and eastern approaches to the bridge would require ±600 and ±1,000 feet of road work, respectively; this would include minor widening of the roadway near the bridge to match the width of the new bridge deck. New storm drains and catch basins would be constructed to adequately drain the improved roadway along the north side of both the east and west approach roadways and along the south side of the east approach roadway. In addition, affected driveways would be modified to conform with the new roadway. Staged construction would be used to build the bridge while maintaining one lane of traffic in each direction; periodic traffic control may be required during critical construction events. An existing 12 -inch -diameter water line and a 4 -inch -diameter gas line would be relocated to the new edge of deck, and electric utilities would be relocated to the edge of the right-of-way. The project will require adds...... ., right-of-way to accommodate the new bridge and sewer line. Temporary constru q, ould also be required for construction access and staging. Construction is for sums pf 2018; with the goal of completing the project in one construction s Two construcU, `Lseasons may be required, however, depending on how early in the sol h construction begiol"I"I'll,j'jitconstruction efficiency, coordination with utilities, and other factors.ors. An Initial Stud � �;"111' tuA S) was prepared to satisfy the requirements of the California Environmental "I"'i"I "Y "'J Quality Act (C es whyI ,,6ect is being proposed and the potential impacts to the existing environ IS S#__O'"� '"'N",proposed Project could have a significant effect .. . . .... .... on biological and cultural reso;abut wi plementation of mitigation measures, those impacts will be reduced to a I consideredhan significant. Mitigation measures to be i implemented are common prac s and include111,11 are not limited to biological preconstruction 'M �'47 surveys, impact minimization, . .. . . . clus ionary fencing, erosion control, on-site restoration, and off-site c Based on the conclusions made in the IS, "'tigated Ne`#""ve Declaration (MND) was I prepared. The MND describes the proles eluding asures, and makes the determination that there will be noeffect on provided that the defined mitigation measures are ample .......... of t4 '71 In addition, a Mitigation and Monitoring Program (MMP) has beentten and iao p rporated into 114 ...... . . . . . . the MND (CEQA Section 21081.6). The MMP will be used by 't- rs, agencies, and monitoring personnel during and after the project to entation of the adopted mitigation measures outlined in the MND. The IS/MND/MMP documents were sent to the State Clearinghouse for a 30 day public review period and distribution to pertinent state agencies. They were sent to local resource agencies and the Shasta County Clerk, and posted on the Public Works Department website. A public notice was also sent to landowners in the vicinity of the project and posted in the local newspaper. One comment letter was received from the Department of Fish and Wildlife. A response to the comment letter has been prepared and is attached to the final MND. The City of Redding is the lead agency for the Project pursuant to CEQA. As the lead CEQA agency, the City Council is authorized to adopt the MND per Redding Municipal Code Section §18.24.070.E and state law. Upon adoption of the MND and approval of the project by the City Council, a Notice of Determination will be filed with the Shasta County Clerk's Office and the Report to Redding City Council November 29, 2016 Re: 4.11(1) --Adoption of OldAlturas Road at Churn Creek Bridge Mitigated Negative Declaration Page 3 State Clearinghouse, completing the environmental review process. The IS/MND is available in the City Clerk's office for review. Issue Should the City Council adopt the attached resolution relative to the Old Alturas Road and Chum Creek Bridge Rehabilitation Project? Alternatives; Implication of Alternatives` The City Council has the option of selecting one of the following alternatives: 1. Adopt the attaq4—,,"' 4hereby adopting the Mitigated Negative Declaration and Mitigation approving the Project as described. With this action, the Programs, rograml, Council w* compliance witpl.,1f, ie requirements of the California Environmental Quality Act (CEQ, }`guidelines §15074). Recommendation) 2. Do not adid"',"'i"I" the resolution and Mitigated Negative Declaration. Without approval of the envirorim„document; the project would not proceed forward as a City project. Fiscal Impact Adoption of the resolution a There is no fiscal impact as a Conclusion Adoption of the MND and approv environmental phase must be construction. Attachments: Mitigated Negative Declaration Resolution project t forward towards the construction phase, 6,.)-Anove orw alt of adp,, g the MND and MMP. -oceed. The ird towards 1 rr y of n a a f m 7..I (. rr}?„, S S 7..Js;gym zU 4ME Bsa.�NG �k 9 I Ch C eek Bridee Rehabilitation Project State Clearinghouse No. - • '-a� �. -#, a t ' i t i tae...- t :` .a , - - t a. .: Redding, and is situated in To p 3 North e 4 West, Section 32, of the G 0 ogic ", P"I �.:.. 4 ..._ # t ♦." .,.a.i. .t 4 _... .. • 'tt is .. i _... . .: t f... . ". t. # ii - . � a , -i � ' a - i i a- . "a f i't. i- ♦tt o a :. - -- t:. Ft. t i #" `t a t : f .:. f is • .. • a t # i .:.tt a: .: is `. !. _. . 8 i:.` i - is • f. .. a " •. . `t' . i t .. _ '.. a :. . _ ...:. : i. .. � .. OldA turas Rd and Churn Cr Bridge RehabilitationPro, Project Mitigated Negative Declaration Page l storm drains and catch basins would be constructed to adequately drain the improved roadway along the north side of both the east and west approach roadways and along the south side of the east approach roadway. In addition, driveways within the ESL would be modified to conform with the new roadway. Staged construction would be used to build the bridge while maintaining one lane of traffic in each direction; periodic traffic control may be required during critical construction events. An existing 12 - inch -diameter water line and a 4 -inch diameter gas line would be relocated to the new edge of deck, and electric utilities would be relocated to the edge of the right-of-way. The project will require additional right-of-way to accommodate the new bridge and sewer line. Temporary construction easements would also be required for construction access and staging. Up to four construction staging areas could be utilized for the site; no disposal or borrow sites would be needed. Construction is planned for summer of 2018, with the goal of comp etixlg the project in one construction season. Two construction seasons may be required, however, ' �` �' 4 'f �' lbw early in the season construction begins, construction efficiency, .t,.ws jr ,�a,,t coordination with uti�thds� �azid other S. SETTING The project WIN ated within and surf d by residential development with commercial businesses located within , dile. Old Alturas Road is an important traffic corridor between commercial areas to the west and reside `} s` developments near the project and eastward. As such, this segment of road receives high vehiclapproximately 550 ft above sea level, and is characterized by hot, �`� }t= �,. ers ap' �il" �,f�nters. At the nearby airport, the average annual precipitation is approx. 33 inches, w�fr�ost of the i�il occurring between October and May. FINVINGSAND The City of Redding conducted W��� project could have significant env proposal create the specific mitigation m mitigates the potentially significant env: environmental impact report will not be the whole record before the City, than environment. If there are substantial chz t���)Yllich determined that the proposed Sum gyent revisions in the project citified The revised project avoids or effects ide led, and the preparation of an There i `, bst'al evidence, in light of T°lt��,.',`' havgt�`,'ignificant effect on the oiaractei Impacts of the proposed project, another environmental impact determination will be The project includes measures to mitigate potentially sigmf tt�t,to biological and cultural resources. Prior to approval of the project, e lead�� lay conclude, at a public hearing, that certain mitigation measures identifiedttigated Negative Declaration are infeasible or undesirable. In accordance with CEQA §ection 15074.1, the lead agency may delete those mitigation measures and substitute other measures which it determines are equivalent or more effective. The lead agency would adopt written findings that the new measure is equivalent or more effective in mitigating or avoiding potential significant effects and that it, in itself, would not cause any potentially significant effect on the environment. 1. Based on the whole record (including the Initial Study and any supporting documentation) and the mitigation measures incorporated into the project, the City of Redding has determined that there is no substantial evidence that the project will have a significant effect on the environment. OldAlturas Rd and Churn Cr Bridge Rehabilitation Project Mitigated Negative Declaration Page 2 2. The Mitigated Negative Declaration, with its supporting documentation, reflects the independent judgment and analysis of the lead agency, which is the City of Redding. DOCUMENTATION The attached Initial Study documents the reasons to support the above determination. MITIGATIONME4SURES B-1. In -water limited to the jurisdictional work is propo from those age may be re qui beginningono resource ager , and all pile -driving activities in Churn Creek, will be and October 31, or as may otherwise be specified through {ssued by the NMFS, CDFW, ACOE, and/or RWQCB. If �ftside of the aaenapproved work windows, the City will obtain approval such work, and implement any additional measures that will only be conducted during daytime hours defined as id ending one-half hour prior to sunset, or as defined by ;s prior to conducts In -water pile driv hour after sunrise rmits and approvals. B-2. Temporary 0, washed, rounded gravol ` ` it specification No. 85. Unless project, all gravel, including a except for the last 6 inches o erosion and protect original stre the stream will be constructed using clean, nd will meet the Caltrans gravel cleanliness I by the Engineer, upon completion of the vel, will be removed from the creek bottom, ated „gWel will be left in place to prevent B-3. All temporary use areas will be restored �constructi�,conditions providing the same or higher density of native woody riparians m accordani4;jwlth the Riparian Restoration Plan - (old Alturas Road Bridge Reha�W ' ' Praiect a � burn eek. Existing woody vegetation will be pruned at ground lie � nt �, o work,,,,g,# rotes �i�during construction to allow regrowth upon completion of the`iject. �4,,{{4���,4`�}4r `,;�`'� ` t B-4. Environmental Sensitive Area (ESA) fencing will be pl to mid impacts and prevent unnecessary excursion into protected areas of the creek B-5. A Storm Water Pollution Prevention Plan (SWI�y,v� prepared for the project which will outline Best Management Practices (BMPs) for' ' . , I' bion control and spill prevention. Implementation of BMPs will minimize the potential for adverse impacts to fish, water quality, and the aquatic ecosystem. B-6. Preconstruction surveys for western pond turtles will be conducted by a qualified biologist immediately prior to the start of in -water work each day that in -water work occurs. Any western pond turtles, or foothill yellow -legged frogs, eggs masses, or tadpoles that are also found, will be relocated to a safe location upstream or downstream of the work area. B=?. Preconstruction surveys for nesting migratory birds will be conducted if vegetation removal or activities affecting swallow nesting on the existing bridge occurs between March 1 Old Alturas Rd and Churn Cr Bridge Rehahilitation Project Mitigated Negative Declaration Page 3 and August 1. A qualified biologist approved by the Engineer will determine if nests are present on the bridge and if work activities are affecting nesting. Surveys will be conducted within 3 days prior to the proposed work. If nesting birds are found, the nest site shall not be disturbed until after the young have fledged. If an active raptor nest is present, no vegetation removal or construction activities will occur within 250 feet of the nest, unless a smaller buffer zone is authorized by the CDFW. Appropriate buffer zones may be established for other nesting birds by a biologist approved by the City. The City may utilize a variety of measures to prevent birds from nesting on the bridge, including the use of bioacoustic deterrents (e.g., broadcast calls), installation of exclusionary materials (e.g., Teflon or plastic sheeting or other materials that would not entangle birds) in the winter prior to construction, or removal of partially constructed nests following confirmation by a qualified biologist that no eggs or chicks are present (completed nests mqt, J''f ` ' y d). B=8. All requ,'ermits and auth�ations shall be obtained from state and federal resource agenciesprior,zy construction ac" t''ies within Waters of the U.S. All terms and conditions of the reauired irrmits and authorizan shall be met. C-1. Environ tal Sensitive Areas (ESA) will be established at the project site as delineated in r i� } the ESA Action �laq, prepared for and approved by Caltrans who has lead authority over cultural resources pursuant t as int ri � C-2. A qualified archaeologist {'Native Ain will monitor excavation and initial ground disturbing construction activities the portion axe APE within 100 ft of known cultural sites, or as defined in the ESA Actio '"Ian. If mtagt o Mural posits are found, all work shall cease in the area, and the archaeolo � `� sk�all �� end " �prlate conservation measures to be f3"s hti ty } rtis tt r{7t t4 s ti implemented prior to re-initiation of�t,.i:'' C-3. In the event archaeological deposits ar £ir covered duri.�$t�mject activities anywhere on the project site, all work in the vicinity �}�scovery sh4111,116 sto { id immediately and the resident engineer and archaeologist chaeal sh�?t'ecommend appropriate conservation measures to be imnlement�'iirror to t!�fr ii It MW "of the tw�'k. C-4. If human remains are discovered during project activities, albrk will �t'n the vicinity of the find and the Shasta County Coroner's Office shall be noof the remains shall be conducted in accordance with the direction o the Corgi' the Native American Heritage Commission, as appropriate. PUBLIC REVIEW DISTRIB UTION Draft copies or notice of this Mitigated Negative Declaration were distributed to: State Clearinghouse • Shasta County Clerk California Department of Fish and Wildlife U.S. Army Corps of Engineers • Regional Water Quality Control Board All property owners along affected streets and within 300 ft Gild Alturas Rd and Churn Cr Bridge Rehabilitation Project Mitigated Negative Declaration Page 4 Draft document - t for comments No comments were received during the public review periol, I= P,Vflriira Date of Report i, A. Location B. Initial Study C. Mitigation Monitoring Progr D. Comments and Response to I oil ager Old Alturas Rd and Churn Cr Bridge Rehabilitation Project Mitigated Negative Declaration Page 5 s> ' S 1"0 �St , PROJECT Sz,t,,k tt�r F LOCATION it.r z Ski z Ss ## r k t k sy r st i, --- i "(rtt Sfl tti{ t� t2ti � lSt+, f 4J tk if } iit If 7 t; list {i, It s fi{ t1 t},I F,i r kt f ,Jj4t� t 4 t sk � V Y gi tf 0 Q oqN©R / ©F RFao CITY OF REDDING EXHIBIT A aOLD ALTURAS BRIDGE OVER PUBLIC WORKS .. i ���FQe CHURN CREEK DEPARTMENT LOCATION MAP CALIFORNIA ENVIRONMENTAL QUALITY ACT MITIAL STUDY £ Prepared b CITY OF REDDING Public orDepartment 777 Cypress Avenue Redding, oris 96001 OCTOBER "2016 PROJECT INITIAL STUDY 1. ProijectTit1c.- Old Altutas Road- aridd Chmm Creek Bridge Rehabilitation Project 2. Lead Agency Name and Address: city ol.Ked-ding Public Works Department, 777 Cypress Avenue, Rc-ddhig, CA 96001 3. Contact Peiunand Phone Number: Jonathan Oldham, Environmental compliance manager, (53U)225-4046 4. Project Location: On Old Alturas Road between Edgc-wood Drive and Vic-tu-, Avenue, Redding, Shasta County, California. 5. Px-ujJrt-t Sponsor's Name and Address; City of Redding, 777 Cypress, Avenue, Redding, CA. 96UU I 6. General Plan Designation: Residential: 2 - 3.5 units pe, atQie ial: 10 -2U units per acre 7. Zoning. -c Op n Space M ed Rebid ," -12) 4 RM R", "o,"'i �75 "M Single Fam"esidential (RS -3) 8. Description of Pro' Ihe City of Redding out of Public Works proposes to rehabilitate the existing four -span, 143 -foot -long by 28- toot -wide reinforced co er Chi "11 Old Altwas Road. Rchabilitat' ii would include widening of the bridge deck, pier walls,] ent gp M* of the roadway on either side of the bridge. As shown "'I Attachment A, the project area is I city of A,,#ing, and is situated in iownship 32 North, Range 4 West, N1131) 4 S""tctiiju 32, of the U.S. (ieulo -al S ve1 j, Write rse .i 7 5- i to quadrangle. the contractor would need two temp access roads excavators, loaders, pick-up trucks, etc ."jRf ,1,,J*,tern ti"", My", Constructed on each side of the bridge and w, of beneath the bridge to be used as a ioad/woik platfomr. between I and 4 inches m diameter, and would consist culverts would divert any stream flows through the during the winter months as approved by resource urce channel t6r equipment Mid vehlults, including ,,each approximately 25 teet wide, would be may also create a temporary access pd and aco"*1 roads would be made up of clean gravel .... ..... .. . § ;d, ioun, ilver iouk with no sharp edges, temporary Lry wor t ds ani strewn wosbuigs would be mirtoved Following C0111pletiou of the access wads, the emAnig ab ordinary high water mark of Chum Creek) would be eAtended to 67 feet. The e.&isting 1 -toot- rdinmy high water mark of chum Creek) would be extended to ()6 feet, and ten rill -holed (ClDH) piles would be installed to provide support for the pier extensions lol oles around pier walls (but would not extend above Wade). Rock blope protection would downstream of the new the "Pq 5 pier walls and be placed in a 15-tout-widezone aroLmuid the ab 14, � inpletion of work around the pier walls and abutments, the bridge deck would be widened. rhe new concrete"'`li`tfedeck would measuie 67 feet wide and would include a 14 -foot -wide center turn lane and two 12 -toot -wide lanes, each with an 8 -toot -wide shoulder and a 6. -foot -wide sidewalk with a barrier Pile driving may be required for the placement of falsework piles and for the installation of sheet piles around the pier walls and abutments for dewatering purposes and as temporary retaining walls. vibratory and/or impact hammer pile drivers may be used, depending on the structure being installed and the substrate type. The western and eastern approaches to the bridge would require ±6U0 and ±l,0U0 feet ot'road wuik, respectively; this would include minor widening of the roadway near the bridge to match the width of the new bridge deck. New storm drains and catch basins would be constructed to adequately drain the improved roadway along the north side of both the east and west approach roadways and along the bouth, bide of the east approach roadway. In addition, driveways within the ESL would be modified to conform with the new roadway. (See Attachmeut B.) 2 October 2016 Staged construction would be used to build the bridge while maintaining one lane of traffic in each direction; periodic traffic control may be required during critical construction events. An existing 12 -inch -diameter water line and a 4 -inch diameter gas lure would be iclocated to the new edge of deck, and electric utilities would be iclocated to the edge of the right-of-way. The project will iequiKe additioual light -of -way to acconmiudate the n7cw biidge and sewer Iiie. 'I�Vlllpuiaty coustructlull easements would also be required for construction access and staging. Up to four construction staging areas could be utilLed for the site; no disposal or borrow sites would be needed. construction is planned for summer of 2018, with the goal of completing the project in one construction season. two construction seasons may be required, however, depending on how early in the season construction begins, construction efficiency, coordination with utilities, and other factors. 9- Surrounding Land Uses ancl settings: The project is located within and surrounded by residential development with commercial businesses located within V2 mile. Old Alturas Road is an important traffic corridor between commercial areas to the west and residential developments near the project and eastward. As such, this segment of road ieceives high vehicle trathic un a daily basin. The picject is situated appiuAn"Inaely 550 tt above sea level, and is characteized by hut, diy summers and cool, wet winters. At the nearby airport, the average annual precipitation is approx. :33 inches, with most of the rainfall occurring between uqt,_,,, mancing approval or i i tio 10. Other public agencl 'k i"N""I"'I"I d g., P rtup C approva "i � permits, f agreement). Central Valley Rcg� W atcr oualitv Cui,W1,140"'11 Board of Cgifornia oep5r",` 01ri Fish and Wildlife U.S. Army Corps incers National Marine ENVIRONMENiAL FACTORS 'I he environmental factors checked belo impact that is a "Potentially Signiflummn Irrr indiv,atcd by the vhcuklist un the fullowing L! Aesthetics J Agricultural Resources Li Air Quality • Biological Resources • Cultural Resources Ll Gcolugy m7id Suilb FA Greenhouse Gas Emissions In U H dr, tul " stet ............ Ll Landand PI U Mineral Resources • Noise • Population and Housing iuE,i,Exm1NA,nON (To be completed by the Lead Agency) On the basis of this initial cvaluatiun: by this project, involving at least one pqpt Unless Mitigation Incorporated" as Public Services Utilities and Service Systems Maidr-wry Findings of I find that the proposed prujuva COULD NOT have a signifluainit r,56;1 un the envIrunment, and a NEGATIVE 1-)ECLARAT1UN will be prepared. I find that although the proposed project could have a significant effect on the environment, there will not be X a significant effect in this case because the mitigation measures described in this Initial Study have been added To the prujuut. A MITIGATED NEGATIVE DECLARATION will be prepared. I find that the proposed project MAY have a signifilum-it effect on the enviruittricitt, and aut LJ ENVIRONMENTAL IMPAC I RE.FoRl'is required. UfifAltum. Ruud Una LA.— G, urk B,;Ugr Auhabddat;--r, ujr�t 1,,Xv1 &Udy J. Ociober 2016 I find that the proposed project MAY have a significant effect(s) on the enviromnent, but at least one effect (l) has been adequately analyzed in an earlier document t su t to applicable legal standards, and ( s been addressed by mitigation measures based on the earlier analysis as described on attached sheets, if the effect is a"potentially significant impact" car "potentially sipificant unless mitigated," An ENVIRONMENTAL IMPACT p T is required, but it Gnat analyze only the effects that remain to be addressed. find that although; proposed project could have a significant effect on the environment, there WILL NOT be a significant effect in this case because all potentially significant effects (a) have leen analyzed adequately in an earlier l pursuant to applicable standards and (b) have been avoided mitigated pursuant to that earlier EI , including revisions or mitigation measures that are imposed upon the proposed project. 0,11111 f n z 5` SignIature 4t,i j date tiJ k`v f f Jonatban ildha�ri tt U,r te'if ; �"n'�✓�P Cirri. Clt ql` ee I� er 1, (Title) ifit t Sf tai r % r. 1dAltums Readand Chum Creek Bridge Rehabilitation Project Initial Study October 2016 EVALUATION OF ENVIRONMENTAL IMPACTS This smtiun analyzes the putunti@ onviruimiental impacts associated with the proposed project. The issue areas evaluated in this initial :study include: • Aesthetics • Air Quality • Biological Resources • Cultural resources • Geology and Soils • Greenhoubc Gas Emis:siuns • Hazards mid Hazardous Materials • Hydrulugy and Water Quality • Lmid Use and Planning • Mineral Rc:suLutxb • Noise • Pupulation m-ld Housing • Public Services • Recreation • Transportation/Circulation • Utilities and Service Systems `Yl$ 0, , The environm mental -1alysi bUi ftatterned after the Initig Study Checklist recommended b the CEQA N , N�li Guidelines and used by Rc in 111111""111p cliviluilmuntal review process. For the preliminary environmental assessment undertaken of this Initi R1, pdy s preparation, a determination that there is a putclatial for significant effects irtdi the need to more . . . . . . . . . . . .yzc the development's impacts and to identify mitigation. Furthe evaluation of impacts, the kions in the Initial Study Checklist are stated and an answer is provided according to 01 ybib undcrtakcn as part of the Initial Study. The analysis considers the long-term, direct, indirect, and c y iTp4$iW,pf the d5- ent. To each question, there are four possible responscb: tq ■ No Impact. The development willi gi*, e any ifi*Wable enviroruncrital impact un the environment. 0 Less Than Significant Impact. although this impact will be belo, ■ Potentially Significant Impact Unless' to generate impacts which may be considered as measures or changes to the development's physi levels that are less than significant. have the potential for impacting the cilvirumnent, are considered to be significant. n Potentially Significant Impact. The dev ent pac additional analysis is rcquired to identity mitigation measures that significam levels. Where potentig impacts are anticipated to be significant, be avoided or reduced to insignificant levels. List of attachments: A. Froject Location Map B. Project Area of Potential Effects PHur en viroon mental e valuaddons uppliva—ble to all or part of the project site; � development will havc the liotcntial the environment, although mitigation tacIristics call reduce these impacts to ch are considered signiticant, and reduce *,se impacts to less than required, so that impacts may 1. City of Redding Gcneriff PlariFinal Enviromnental Impact Report, 2000, SCH#1998072103 UrdAlt— IMEWwul Chu— C .. Initiul 61aa—Y 5 October 2016 INITIAL STUDY CHECKLIST 1. AESTHETICS. Would the pioposal: a. nave a substantial adverse effect on a scenic vista? b. Substantially damage scenic resources, including, but not limited to, wo-cs, iock outciopphigs, and histu-ivv buildiligs within a state scenic highway? c. Substantially degrade and its surroundings? d. Create a new so adversely affect Discussion a- the project will of the area lb. The pi-tf'eut site is not j niifttime views i c- The project is compatible with the d. 'The picjvut will nest add any new to character or quality of the site Documentation Uity of Redding General Plan Natural Resource City of Redding Zoning Ordinance Chapter 18.40 090 Mitigation None necessary. which would J Li vistas or represent a significant change to the overall scenic quality highway. the property and its surroundings. 11. AGRICULTURAL RESOURCES. Would the proposal: a. Convert Prime Farmland, Unique Farmland, or Farmland of Statewide Importance (Farmland), as shown on the inaps picpatud pursumn to the D D 0 0A Farmland Mapping and Monitoring Program of the California Resources Agency, to non-agricultural use? b. Contlict with existing zoning tbr agricultural use, or a Williamson act contract's c. involve other 0anges in the existing environment which, due to their location or nature, could result in conversion of Farmland, to non- J Li ❑ A agricultural use? Discussion a, b, c.The project site has not been historically used for agricultural purposes, nor does it possess soils that are prime for agricultural production. Oid Alturas Road and Churn Creek Bridge Rehabilitation Project Initial Study 6 Octobe, A16 llvcumeutation City of,Redding` icuccial Plau Background Report, Chapter 9.4: Agricultural Lands United States Department ut Agriculture, Soil Cuusetvation Service aid-Fuiest Service, Soil Survey of Shasta County Area Mitigation None neuessaty. III. AIM QUALTI`Y. would the proposal: a. Conflict with or obstruyil' f St ;n of the applicable au duality { tit i § SJR# 7t plan, ffi b. ,'I'MR3, Violate any air y VIstandard or contrisubstantially to an existiing of ptoj " 'ail quality violation? U ❑ l�1 z,r� t�sttf`t, >r, iZcsult in a utt �tvcly Lunstdciable uet ease of'any ciiteria , z pollutant for w };, s{ .the project region is no under mi applicable feder�f Mate ambient air quality standard (including ❑ ❑ A releasing emission'�� exce�uantitaty,�rusholds for ozone , tl } zi} tH ft l A sr precursors)'1 t„int ty z fsr i},c it t' L/} d. a l .&Vose sensitive nGtiGptuns to SUbsta t%ptlllU t..t uutilw ❑ ❑ ❑ SCI G t }tratIUIIS! e. Create objectionable odors affeetin�fjsubstautial n ut people`! ins fns, Discussion 4 r<yi i t a, b, c. Shasta County, including the far n6fW”' ozone (sulug) aid particulates (tune,anbunie pM policy, especially when related to land use and emissions for individual projects, cumulative ii involved. For example, the primary source of emi vehicle trips has the potential of contributing ( eneial Phu, acknowledged and addressed this iss P12,1fitly exceeds the state's ambient standards for 'uetitly, th4ollutants are the focus of local air quality On planning l in with appli-i-�_;atiun of nicasuics to Icduce unavoidable , { n orte and/or particulate emissions arc rbutmg toy E �`'� rs fr�`vehicles. Any project that generates in. Th Mnvironmental Impact Report for the Under policies of the General Plan Air Quality Element, a project has the poal toquality primarily in two ways: (1) the project would generate vehicle -trip emissions (with NQx, RO s' ��`iat contribute cumulatively to local mid negiunal air duality conditions; acid (Z) fugitive dist (per u{� �,o) emissions are possible during construction activities. Application of standard air quality reduce Af` aso icquucd iu order to strive toward the uenerai plan policy of a net reduction objective of a percent"", s small-scale cumulative effects. in addition, pertinent SWPPP BMPs as discussed in Section vi and 1x would be applied as necessary to adiiress fugitive dust control. These ieyuuen tints are standard development and construction regulations used by the City, promulgated in the Redding Municipal Code mid Lalitoiuia Building Code, and apply to all projects involving grading and/or earth disturbance. At a minimum, the following standard regulations would apply dining grading- mud cianstructiun activities to Luntrul dust and YMia emissions during the project. Additional BM.Ps detailed in the project -specific SWPPP prepared at the tune of construction would also apply. 1. Nuutonic soil stabilizeis shall be applied aucuidnig to nianufactuici s'specitication to all inactive construction areas (previously graded areas inactive for 1 U days or Inure): 2. All grading operations shall be suspended when winds (as instantaneous gusts) exceed 10 miles per hour. 3. 1 emporary traffic control shall be provided as appropriate during all phases of construction to improve traffic flow (e.g., flag peisuii). OldAltu—. it—d and Churn Creek Bridge Rehabilttad�n r jrd r,ritierl Study r Ocraber 2016 4. Construction activities that could substantially affect trffTic flow shall be scheduled in off-peak hours. 5. Active construction areas, haul roads, etc., shall be watered at least twice daily or more as needed to limit dust. 6. Exposed stockpiles of soil and other backfill material shall either be covered, watered, or have soil binders added to inhibit dust and wind erosion. 7. All trucks hauling soil wid- ether louse material shall be covered or bhuuld maintain at least 2 feet of treebuard (i.e., minimum vertical distance between top of the load and the trailer) in accordance with the requirements of C V C Section 23114. This provision is enforced by local law enforcement agencies. 8. All public roadways used by the project contractor shall be maintained free from dust, dirt, and debris caused by cunstru�tion activities. Streets shall be hwcpt at the end of the day if visible suil matciials; arc carried untu adjacent public paved iujadb. Wheel washers or equivalent BAVb shall be used where vehh;les enter and FzAit unpaved ruad-b onto paved roads, or trucks and any equipment shall be washed off leaving the site with each trip. 9. Alternatives to open burning of cleared vegetative material on the project site shall be used unless otherwise deemed infeasible by the City. Suitable alternatives include, but are not limited to, un -site chipping and mulching and/oi hauling to a biumasb fuel bite. d, e. 'the proposed project jstantial pollutant concentrations or expose people to objectionable odors. , . .. . .. . ... .. .. P Documentation Shasta County APC Utdiry Mduiltellam;d', and Implementing Meabureb Redding (emeial P1onmentalImpactf�, 2000 M N Redding (jeneral Pi ral Resources and uality Elements, 20ou City of Redding Co tion Standards Mitigation None necessary. IV. BIOLOGICAL RESOURCES. Would the proposal: a. Have a substantial adverse effect, either dfliectly mudifik;at,uns, un any species identitied as a ca,, special status species in local or regional pl or by the Califbmia.UepA-=—ent of Fish and i41 Wildlife Service? b. Have a substantial adverse effect on any nparian habitat sensitive liatural wunnuility identified in local or region policies, regulations or by the California _uepartment of Wildlife or U.S. P'ish and wildlife service? habitat c. Have a substantial adverse effect on federally protected wetlands as defined by Section 404 of the Clean Wates Act (iu�luduilg, but net ]'United to, marsh, vernal pool, coastal, etc.) through direct removal, filling, hydrological interruption, or other meansl d. interfere substantially with the movement of any native resident or migratory fish or wildlife species or with established native resident 0, migratory wildlife K;ui i Ido-, b, u, inipede the use of native wildlife ,nursery sites'! e. conflict with any local policies or ordinances protecting biological resources, such as a tree preservation policy or ordinance? Vfi1A1turcu,Kuu7unZrT7A.r,, Mady LN LJ LJ Ll A October 2016 f. Conflict with the provisions of an adopted Habitat Conservation Plan, Natural Counuunity Couscavzaium Plan, w- othci-,uppi:ovcd local, Li Li regional, o, state habitat uo_uset vatiol, plan'! oiscussion a, d. Salmonids. Fall -run Chinook salmon and late -fall -run Chinook salmon are both considered Species of Special Conceit, by the National Marine Fisheries Se, vice and the State Department of Fish and Wildlife. Central Valley steelhead are considered to be Federally Threatened under the Federal Endangered Species Act. Chum Creek supports a luiltiried number of these saimonids at different times of the year. I)uring winter and spring when flows are adequate and water temperatures are less than 25°C, adult Chinook salmon (fall -run and late -fall -run) and Central valley steelhead have a high potential to inigrate throin salmon 4 R 211,11111111"Ill "o spawn in suitable habitats upstream. Additionally, juvenile Chinook __" ... .. ... a "q -ek within the ESL Ibi natal auduon- Ial To urilikc Chum Cre (tall -run and laic -fall -run) high potent natal rearing. Although 'i" d field studies of the ESL, the proposed work has the potential to th 0I""",Aftnonids were uring directly and Central valley ead, fall -run and late -fall -run Chinook salmon, the primary constituent elements (PCEs) of al habitat for Central "I"'I"""""J"'I ey steelhead, and essential fish habitat (EFH) for the fall -run and late - tall -mu. These ould ouctu as a le #i'* budge pieitabutment ojustruction. and concomitant streambed loss, .... . .. ... y M, pad inzaallation of the i I 0'o on i� to riparian ve-g-c-tation emoval, pile diiv- 'prary constructi ads and tug, and increased sedime the stream system. Direct effects on salmo "not en the work windows and other avoidance and minimization ted N9,",,,ec "00 meaziures pioposed. i -"M' avoid diieu effects on A. * �i?�warm swiunei mouths is designed to 'i" salmouids that may be present at other ti "'."i"101 me year. ct effects on salmonids could potentially occur it sediments or other pollutants enter Churn creek degrade rearm gr 1 t in the ESL and/or spawning habitat downstream. In addition, riparian scrub removalalong urn Creek c`;�contrrbute to a reduction in the invertebrate food supply, elevation sof water temperatures, and imp" t al of indirect effects on salmonids due to sediments of pollutants entering Chum Creek can ion of Best Manag—ement Piactk;es to, erosion control and spill prevention. Potential indirect effects on salmonids due to removaj"� vegetat expected to be negligible because: the acte4l' amount of invertebfate food potentially vu th, is not substantial, the new �y Nidge deck would provide more shade Too r ly dues turd would mote thdu uttb�et any potential loss of Shade; and planting n r il bed areas and in rip -rap around the �b �u native bridge supports would stabilize the stream b C 1 gf sediments into Chum Creek, which would minimize potential inipavts to water quality. . .. ... . ...... . . . .... Construction of the temporary access roads and gravel work padd could po earn flow and fish migration ,,,, corridor connectivity. installation of culverts to maintain flow No ensearn and downstream migration of , 'g salmonids and other aquatic life is not affected. The glected strewnbed and corresponding water column in Chum Creek include the following PCEs of critical habitat that are essential for the conservation of Central Valley steelhead, freshwater rearing sites and freshwater migration corridors. (jiven the negligible loss of these two PCEs in the ESL and the extent of these two PChs elsewhere in Chum Creek, in -water work would have a negligible effect on critical habitat for Central valley steelhead. 'Ibe effects of the ptoject on Central Valley steelhead, fall -run Chinook salmon, late -fall -run Chinook salmon, PCEs of critical habitat for Central Valley steelhead, and EER for the fall -run and late -fall -run could potentially be significant, however, the effects will be considered less than significant given implementation of the mitigation measures described below. Old Alturas Road and Chum Creek Bridge Rehabilitation Project Initial Study 9 October 2016 Western 11ond 'Turtle. The western pond turtle is a Mate Species of Special Concern. It's found in ponds; rivers, streams, ditches, and sloughs up to 6UUU it in elevation. It prefers ponds or slow 111uvi1ig streams with deep pools. Pond turtles are known to be present in Churn Creek, and although they were not observed during field surveys of the project area, the, is a high potential for them to forage or disperse through the area during the spring and summer months. Potential direct effects on pond turtles cuuld oix;m if they are plese t dulnig ill -water work activities. If present, the animals could be trapped or injured/killed as a result of being crushed by construction equipollent or by plaueiueuT of construction -related materials. Potential indirect effects include habitat degradation if sediment -laden water enters Churn Creek. The effect of the project on pond turtles is considered to be potentially significant -,however, the effects will be uousideied less than significant given implementation of the mitigation measures described below Foothill Yellow -Legged Frog. The foothill yellow -legged trog is a State Species of. Special Concern. it inhabits lucky; perennial streams and rivers. During the summer months, frogs prefer stream channels that provide exposed basking sites wed cool shady areas. Although the frogs have not been reported in Churn Creek„ they have been reported in watersheds north of Keddiiig. No flogs weir) doling field studies for the project. The site has a low potential to provide the habitat required for the frVg^t fit �11",{ �'Fa4 t ��tib tf t Potential direct effects ,,''othill yellow-leg�`zfrogs (including their egg masses and tadpoles) could occur if frogs are plosent in in water wdrr,�eas during construe `r t } k If present, the animals could be trapped or injured/killed as a result of bClug 41ushed by cction equipment or 'placement of construction -related materials. Potential indirect effects include habitat degr on if sediment -laden enters Chinn Clerk. Given they lack offrog; the protect area, the low potential for them to occur in the project area, and the low potential for suitable habitat, the e�';� tie ect on ss considered to be less than significant_ However, measures {Y t LI { Y> t t# implemented tui the westelYi r��t wll a �� t nti b t le is no putelltial for adveise affects on the frogs. Any frogs', _ 1 tit j, ) d , egg masses, or tadpoles will be relocated hate locationream or downstream of the wink arca. Western Red Bat. The western red bat¢ state Speciesl�pecial Concern. u1 iipariart habitats and are strongly��d with In { 511parlshabitats Ifflagexpected to occur primarily in the largest �artan #� `ipa�trWultr syca t S,. reported approximately I U miles southwest tib X" `Itiparlt;dg�ldi v r. .,iL ,<„ „s foraging and roosting habitat for the bat. vegetation removq; result in F � habitat for the bat.' r Given that there is a low potential tur this bat toat the plul� western red bat are considered less than significa`jtittiwev`ei}�ns�f� not adversely affected during protect construction,',:{s bat survL� `t, yd`C'onI start of construction_ If bats are found to be roosting in the ESL, approp biulugiatto ensure that bridge demolition and riparian vegetation reinoval do western red bats typically forage and roost that are over 50 meters wide. Roosting is molca and wrtorlwuuds. The but has been the PSL may provide marginally suitable inor loss of potential foraging and roosting 1111 utial effects of the project on the �d bats and other bats of concern are a qualified bat biologist prior to the aures shas3 be prescribed by the bat Migratory Birds. the federal Migratory Bird Treaty Act requiredagn that nest ` , ory birds not be affected by human activities. No active bird nests were observed in the ESL d**z�nspections, although several bird nests constructed in prior nesting seasons were observed in trees upsaf the bridge, just outside the ESL. Nesting illiglatury buds, it picaent in future neatuig seasons, could be direr tly o1 old metly affected by vegetation removal and construction activities. Direct effects could include mortality resulting from removal of vegetation containing an active nest with eggs or chicks. Indirect effects could include nest abandonment by adults in response to loud noise levels or human encroachment, or a iedt ,t 6511 n1 the amount of food avallable To young bnda due to %1aligG3: in tecdlllgbehavior: by adults. Given the potential for the project to impact nesting migratory birds during construction activities, the effects of the project are considered to be potentially significant; however; the effects will be considered less than significant given implementation of the mitigation measures described below ik3AlturzultoardunaChum UreekBn3gzRghaDdita6anYrajauPtuitialStuay 10 Ociobe, l016 b. implementation of the project will Weci Chum Creek and iiparian scrub habitat along the creek. Extension of the bridge piers and abutments, installation of bridge supports, and placement ofrock slope pruuieUiUrt taide, the bridge will result in the permanent fill of approx. 0.08 ac of Chum Creek. 'lhe project would also permanently impact about U.U7 ac on riparian scrub vegetation within the ESL There would also be approximately 0.03 ac of riparian scrub temporarily impacred by pla�euierti: of a teinpulaty aiuess load- and work pads in the creek. Although these impacts are not considered significant, measures will be implemented to teduce and iiiiiiiinize adverse project effects to the extent feasible. lemporary use areas will be restored to preconstruction conditions, iiccluduilg ievegetation providing the same or higher density of native woody riparian species, in accordance with the Riparian Restoration Plan - Old Alturas Ruad Bridge Rehabilitation Project at Churn Creek. C_ A wetland delineation was conducted within the ESL to determine if wetlands are present. the study detc-nuilied there are no wetlands present within the ESL. e, f. 'I*hc- city has adupred al i lull Oidinance (Chapter 18.65 of the Redding Municipal Code) that promotes . . .. ... g, V, e design rie w d7recognizes` the conservation of mature 4"" 0014 1 010'; "Im, -1 ati Cutance gn Fit evelopment. '11i Tiee Piese v un 0 d that the preservation ofiii sometune �t 10, ict with normal land -development considerations. are lio cullthas with th 1, , , that will preveallf, 0 "ipleme ion of the Tree Preservation Urdinance or other resource - associated wi e pf"01101t ntat R ie is nu Habitat Co') Plan, Natural Community Conservation Plan, or other approved ya 'oil t . -the p, oJect site. t us v i i local, regional, o, 3 ra i;u et at u a veirtig Documentation r 1,(Ig V 1,&A,,,,'g,; Old Alturas Road at Creek Bridge Rehabilitation Project, Natural Environment study (minimal impacts), ENPLAN, 2015 MR, A'24Pro at Chum Cieek, ENPLAN, 2015 % Riparian Restoration 1i -a"" SN" ANAWAI', Redding Ueneral Plan Natural Resources i Rilt, 201JU City of Redding municipal Code 18,45, tManagement City of Redding General Plan EIlt, 20 "I"R"6, MA Mita the following mitigation meas . . . . . . ri "IN ts are less than signiticarit: es will be , "J16 1. In -water construction activities, and all pile -driving iffies in Chu - Julie I and October 31, oi as may other wise be s ....... . .... thruugh Jur NNIFS, U.&W, ACOS; an7d/or XWQ 'B. ltd woreed outside will obtain approval from those agencies prior t ct 111""'Y", 7 be required. In -water pile driving will only be coiiducted d sunrise and ending urge -half hour prior- to sunset, or as defined by resource 2. 'lemporary work pads or crossings within the stream will be inches in diameter, and will meet the Caltrans gravel cleanliness l Engineer, upon completion of the project, all gravel, including A� butto-in, except to, the last 6 iicches of Weart, uncuutaminated an original streambed conditions. will be limited to the period between hermits and approvals issued by the 4appiuvcd work wuiduws, the City hint any additional measures that inay dined as beginning one-half hour iifter rmits and auvrovals. 'ii5ut* a iuuiid dv 1 1-4 tt gfa e 5 NOP unless otherwise approved by the adg,ravel, will be removed from the creek left in place to prevent erosion and protect 3. All temporary use areas will be restored to preconstruction conditions providing the same or higher density of native woody riparian species, in accordance with the Riparian Restoration Plan - Old Alturas Road Bridge Rehabilitation Prcject at Churn Creak. Existing woody vegetation will be pruned at ground level prior to work and protected during construction to allow regrowth upon completion uttlife; piqjeut. 4. Environmental Sensitive Area (ESA) fencing will be placed to minimize impacts and prevent unnecessary excursion into protected areas of the creek. 5. A Storm Wate, Pollution Prevention Plan (SWPPP) will be prepared t6i the U piqL*cut which will uutlilve Best management Practices (BM.Ps) for erosion control and spill prevention. Implementation of BMPs will minimize the potential for adverse impacts to fish, water quality, and the aquatic ecosystem. UI&AII.— Amd—dCh— CLLK1$r;ZrgV MXulNay I] oclah., Zvi U 6. Picuoustruction surveys for western pond turtles will be conducted by a qualified biologist immediately prior to the start ofi-ware, work ezwh day that i-ti-wate, work occurs. Any western poud turtles, or tbothill yellow -legged frogs, eggs masses, or tadpoles that are also tound, will be relocated to a sate location upstream or downstream ot the work area. 7. Preconstruction surveys for nesting migratory birds will be conducted if vegetation removal or activities affecting swallow ncstitig ort the cxistuilg bridge oucuts berwe-cri March I and August 1. Surveys will be cuiidducted withirt 3 days prior to the ptupused work. it uestuiigg birds are tbund, the nest site shall not be disturbed until aHer the young have fledged- it an active raptor nest is present, no vegetation removal or construction activities will occur within 250 feet of the nest, unless a smaller buffer zone is authorized by the CDFW. Appropriate buffer zones may be established for other nesting birds by a biologist approved by the City- The City may utilize a variety of measures to prevent birds from nesting on the bridge, includilig the use of bioacoustic deterrents (e.g., broadcast calls), installation of cAclusimituy malciials (-cg., Teflon or Plastic sheeting or other materials that would not entangle birds) in the winter prior to construction, or removal of partially constructed nests following confirmation by a qualified biologist that no eggs or chicks are present (completed nests must not be removed). 8. All required perrrrit5,,�,11,111'14# uthorizatrvii r �11 be obtauted tkoui state and tedeial resource agenciesi, To - p airy - the uUnstrucT1011 aFAIVIT17cs .. . . . .. I I I wg_x, i Waters of 11 terms and conditions of the required permits and authorizations shall be met. V. CULTURAL RESOURCES- Would a. Cause a substantial adverse change in resource as dermed i. CEQA (j,idelb b. Cause a substantial adverse change in the resource pursuant to ChQA (juidelines § c. Directly or indirectly destroy a unique paleontological unique geologic; feature? d. Disturb any human remains, irtuluduiig those cemeteries? of Discussion a, c. No historical resources as detrued Hii CEQA Sec. 15064.5 are located addition, nuo unique geologic teatures, tossil-bearing strata, or paleon'tologica. utuntial Ettecas (APE). In to exist on the project site. b, cl. Archival research, consultation with the Native Americ4`h�r p)oinity, and an intensive archaeological survey indicated the presence of cultural resources in the project area. Intensive field studies were conducted to detcrumile the potential significance of tboste ie5uutuces. As a result, it was deietuthfed that there are nu know,, archaeological resources as dutuied "'I CEQA Guidelines Section 15064.5 that will be altdcted by the project. However, in order to ensure that no presently undocumented and potentially significant archaeological resources that may be located in or adjacent to the project site will be affected, mitigation will be implemented. With implementation of mitigation measures, the project will not have a significant effect on archaeological resources. Ducumeutatiou Archaeological survey Report for the Proposed Old Alturas Road bridge xehabilitationproject at Chum Creek, ENPLAN, 2015. Archaeological Evaluation Report (Phase 11) Proposed for the Old Alturas Road- Btidgc RchabiliTatiun Picject at Chum Creek, ENPLAN, July 2016 01dAltu_,K..d and Churn Creek Bridge Rehabilitation Project Initial Study 12 Ocloher 2016 Mitigation 1. Envirumneiital Sensitive Areas (ESA) will be established at the project site as delineated in the ESA Action Plan, prepared for and approved by caltrans who has lead authority over cultuial resources pursuant to federal law. I A qualified archaeologist and Native AmeilcwT will nionito, eAcavation and initial ground disturbing construction activities in the portion of the APE within 100 It ot"known cultural sites, or as defined in the ESA Action Plan. if intact utiltuial deposits are found, all work shall cease in the area, and the archaeologist shall recommend appiopriate conservatiom measures to be implemented prior to re-initiation of the work. 3. In the event archaeological deposits are discoveic2 duii-tig project activities anywhere on the project site, all work in the vicinity of the dlsuovciy shall be stopped immediately and the resident engineer and archaeologist notified. The archaireologist shall recommend appropriate conservation measures to be implemented prior to re-initiation of the work. 4. if human remains are discovered during project activities, all walk will stop in the vicinity of the find— and the Shasta County Coroner's Office shall J'I eatmeit of the I emams shall be conducted in accordance with the direction of the C oi u-nei dua7icji the Natio ""I", 041, commission, as appropriate. Jti vi. GEOLOGY AND SWould the proposal Wo .... ... . . ... 12.. ..... .... a. Expose people or structure x� iff su including the risk of loss, injury, I ded # 11 8 Ivnig: .... (1) Rupture of a known e5RHq uak "111"......... It,as delineat the most ssued .. the I eciz�iit Alquist-P, iolo Euffiqu jg y . .... grantral il 11 iice State Ueologist lot the area orU bw I on other,14ii, ci ca ,h 1"A of a known fault? Refer to Divis Publication 42. 18 (2) Strong selsinic ground-slidKing! .......... (3) Seisinic-related ground failure, including VON, C3 C3 C9 (4) Landslides'! Li J, b. Result in substantial soil erosion on the loss of topsoil? c� Be located on ageologic unit oi soil that is unstable, or that would beconic unstable as a result of the project, and potentially result in o ut oft --site landslide, lateral spreading, subsidence, liqiiefactiJL,,,,, r collapse7 "a d. Be located on expansive soil, as defined 1112010 Calibbirma Building LJ C-3 U Code Section 1803.5.3, creating substantial risks to lilt or property! e. Have soilh incapable of adequately supporting the use of septic tanks or alternative wastewater disposal systems where sewers are not available Li Li LI T1 for the disposal of wastewater7 Discussion a, c, d. There are no Alquist-Priolo earthquake faults designated in the Redding area of Shasta County. Thcic are no othe, douLunented eUffiquake faults in the vicinity that pose a significant risk, and the site is louatcd I, an area designated in the Health and safety Element of the General Plan as haviig a low gru-und-shUing potential. 'Ihe project is not located on or near any documented landslide hazard areas, and thele is no e v idence of ground slippage or subsidence occurring naturally on the site. The type of soils and underlying geology is identified as having no potential for liquefaction. No portion of thu site falls within the 100 -year floodplain of the Sacramento River - Old AfturasRoad and Churn Creek Bridge Rehabilitaliurveraj.vt JnWul ,)Tui5i is 0clobere0A b. The majority of the project site is located on a flat and busy city street sunijunded by suine residential developutent. The bridge crosses ovex Chum Cieek wheie thete is the pouteutial Wr erosion to occur during construction. The project is subject to certain erosion -control requirements mandated by existing city and state regulations. These requirements include: City o:T Redding Storm Water Quality Management urtU Dischurge Contral Or-27irtarivu, 'rhis ordinance requires picpai-ation of a Stun„ Watei Pullutt—UH Pieventiou Phu i (SWPPP) for projects such as this.'rhe objectives of the SWPPP are to identify the sources of sediment and other pollutants that affect the quality of storm water discharges, and to describe and ensure the implementation of Best Management Practices (BMPs) to reduce those sources of sediment and other pollutants in storm water discharges. State Water Resources Control Board "Construction Gerwrul Perrnir. "This penuit suinewhat overlaps the City's storm watet oidiinuice by applying state sttuidards for erosion-co„trol measures during construction of the project. The permit requires that a S WPPP be prepared to address storm, water management. e- The project does not J"J"'du) tanks or alternative wastewater disp sal. Documentation City of Redding Ston uality mn Discharge control Ordinance, KMC Sec. 14.19 City of Redding Uvw,; laii mckground 9 Soil Survey of Shasta ty AreaUSDA , , Soi r nservation Service and BuiesE Setvict, August 1974 Division of Mines an&WO'gology Special Publicatioul, 42, 'titled: Fault -Rupture Hazard Zones in California; figure 4(j, Official Maps ofFault Zones State Water Resources eral. J Storm water Discharges Associated with Construction and Land ....... . . . .. .. . Disturbance Activities,U1 13j rte X 011 NWV,2,, VA Mitigation None uccesstuy. A vii. GREENHOUSE GAS EMISSIONS. Would a. (jenerate greenhouse gas emissions, either ty or F-) may have a significant impact on the enviiwiffient? b. Conflict with an applicable plan, policy, 6, tegulati0i, adopted fur the Ll puipuse of teducu*ig greenhouse gas emissions'! Discussion "A' that it is the State of California's goal to a- in 2uu5, the Governor of California signed Executive Ulael N J14"I"I""RN, x reduce statewide geenho—use gas (GHG) emission levels. Suosequenfi"""'i the California state Legislature adopted Assembly Bill AB 32, the California Ulobal Warming solutions Act. in part, AB 32 requires the California Air Resources Board to develop and adopt regulations to achieve a reduction in the state's GHG emissions to 1990 levels by Year 2020. Subsequently, California Senate Bill SB 97 was adopted establishing that all Bdlvidual piujeci's effect oil UHC eillissioll levels and global warming must be assessed wider CEQA. SB 97 further directed that the State Office of Planning and Research (OPR) develop guidelines fur the assessinent of a project's uti(i emissions. Ihose guidelines for (jHG emissions were subsequently included as amendments to the CEQA (juidelines. the united States Environmental Piotection Agency (EPA) identifies tour primary constituents that are most representative of the GHG emissions. 'They are: - Carbon Dioxide (CO2)- Emitted primarily through the burning of fossil fuels. Other sources include the bunting of solid waste and wood and/or wood products and cement manufacturing. Old Alt—v. Road and Chum Creek Bridge Rehabilitation Project Initial Study 14 O.it7b.r 2016 * Methane (CH4)_ Emissions occur during the production and transport of' fuels, such as coal and natural gas. Additional emissions are generated by livestock and agricultural land uses; as well as the decomposition of solid waste. Nitrutis Oxide (N,O) Thee piiucipal euiittcis occlude agricultural and industrial land uses and fossil fuel and waste combustion. * Fluorinated Gases: 1 hese can be emitted during some industrial activities. Also, many of these gases are substitutes for ozone-depleting substances, such as CFCs, which have been used historically as refrigerants. collectively, these gases are often referred to as "high global -warming potential" gases. The primary generators of u lu emissions in the United States are electricity generation and transportation. The EPA estimates that nearly 85 percent of the nation's Uflu emissions are comprised of carbon dioxide (CO2). 1'lle majority of CO, emissions is generated by petroleum consumption associated with transportation and coal consumption, which is in turn associated With electricity geuccatiun. The ieecnaiuihig emissions arc piedounulately the result of uatutal-gas conbumption associated with a va ,t }ses. According to the Califoti�E t J ,it Pollution al Officers Association's (CAPCDA) publication, CE QA and Climate Change, published in y 2008, there is ntly not a single computer model that is capable of estimating all of a piuject'b dice,, and rt utioemisSivna'�weVci, thee Urban Emissions Model (URBEMIS) is likely the most consistently used mil to estimate a projejf direct tiHtr emissions. URBEMIS is designed to model emissions associated with deo ent of urban land uW uR13tmis summarizes criteria air pollutants and cue emissions that would occur during { ' ` traction and operation of new development. URBEMIS was developed and is approved for statewide use by Com'; �e of the shortfalls of URBEMIS is that the model does not contain emission tactats fog GHGs other than COA except 't� � ane H4) truss b� strucies which is couverted to CC),. Thismay not be a natio, problem since CUA is the rnf t CiH f2an'telopment projects. With regard to the project, the predomin associated GH CO, generated by motor -vehicle travel to and from the site. The California Air Resources Board (C 4"1", has cecomme�d the use of 10,000 metric tans of carbon diuxidc equivalent pct year (uctCU cq/yc) as the "de mu ,4,16, ' as eu issiun eshwld',t� its Climate Change proposed Scoping Plan, which .— ftt is., ��'irt was approved by CAR13's Board on i uai�t . g 1 'OA, the 10,1100 mtC Uzeq/yr is equivalent to 55U L00N r dm t '� ,,, t ,s, dwellingunits, 400,000 square feet of office' '��ti'squa � �' t or 70,000 square feet of supermarket use. The proposed project emissions due to construction are � lly U11del 1 _ iay r of these pw'ects. Given the scope and nature of the ��d prc,Ject, em the thresholds put forth by CARR, as well as the � `mol �*ldmg s contribute significantly to unu emissions in th i% `basi i j e t{,�';;.r effects from GHG emissions, as discussed in Vection III 7W,} .'{=,«qty co implemented dur;cig the piuject. Many of these measures are also listed iii measures to reduce C HCir emissions. D. The project does not conflict with any applicable plans, poligi s, or greenhouse gas emissions. As noted in `°a" above, acid in Sec" Redduig's au quality policies and thresholds, and with state guidelir" equivalent levels iequucd to, construction is from the project are significantly below t 1, thr*holds. therefore, the project will not Icer potential contribution to :negative an standards and ineasuies will be _ Matt'. Attumov, Oeueial's reuvuunended idopted for the puiposee of ieducilig is iii couturinanuc with the City of llocumentation uRBtmiS (2007,v 9.2.4) Air Quality Computer Model Redding General Pian Air Quality Element, 2000 CAPCOA webbite, July 2010. California Office of the Attorney (jeneral, "'The California Environmental Quality Act Addressing ulobal Warming Impacts at the Local Agency Level," updated l)ecember 9, 2UU8. Mitigation None nets aty. MaAZtwa:4 Kaa a nnaGn.— G erg B,idgr 1M12ab;1;1af;V,, ',Vject J,,XRi ilial 1. Ociobei 2016 V111- HAZARDS AAD HAZARDUUS AINI'ERIALS. would the proposal: a. Create a significant hazard to the public or the environment through the routine transport, use, or disposal of hazardous materials'i El F -I b. create a significant hazard to the public or the environment throuili reasonably foreseeable upset and accident conditions 1-livolv"'ig the 0 ieleasc of hazardous mate-iialb iituo the enviroutitent! y. Emit hazardous emissions or, -41, ,,Aazardous or acutely hazardous fig materials, substances, or", mileof an existing , quarter in ,gq- or proposed schools " LI d. Be located on a sr l, J,16h is icluded oii W110 included ofhazardoub matc-iialb sites compiled ltt#-` . . . . . . . ecti-ou 65962.5 and, as to Govell"Ileilt C a iesult, would ate a significant ft e public or the environment" g"NO"O e. Fiji a plojet;t luc" ,within an airport land use plan or, where such a plan has not been withiri,two miles of a public airport or r I r I public use airport for people residing or work f. Eor a project within the vicinity of a,,,,,, R project result in a safety hazard for phi piojeut arca? 9- impair implementation of or physicals t emergency response plwi vi tuitigeucy h. ,e airstrip, wiW the , residing of 1,1111� '� I 'Big iii the El F1 Expose people or structures to a significant death involving wildland flues, includiiig wl adjaueut to ui banizod areas o, where iebidet wildlands*1 DisCuNblu-u ghazardous materials or a, b, c, d. 'I he nature and scope of the proposed project does not present a sr a t t to azar ous ,$'Wgg(#� e project site, staridard Best jai7g emissions. Althouili there are petroleum products and chemicals that . . . .... . . ... . . . p an manage spills should they occur. Management Practices (BM -Ps) will be impletueuTed to prevent b and., d tluh Plan (SWP.PP) will be prepared by the W10 M As equitcd by vounstruction standards, a stormwater PolhitiA11,11,111, i.ontractor to address prevention and management of spills. there ire'-fi�"o" documented hazardous material sites located on or near the project. e, L The prcqeut is nut withii, an au'port land use plan arca and would not contlict with operations of as airport or present a satety hazard to people working or residing in the area. There are no private airstrips in the project vicinity. g. the project does not involve a use or activity that could interfere with emeigeucy-response of emeigCii7uy-cva4u3tI-UIi plans for the area. Access to all arc -as with"ii the pi`cut arca will be available Tu euic-igicucy icbpoube vehiuJeb at all times. U9 h. Ibt� pqJeU site is located within a mostly developed residential area of Redding. Although that portion of the project near chum Ur is undeveloped, and portions of adjacent residential parcels contain remnant oak woodlands, the relative small size of the area and the wet creek environment will help prevent spread of fue give,, the type of veg-Uatl-uli and presence of watei. Iii additiou, standard specificatium require the contractor to prepare a fire prevention plan. the plan addiesscs tue prevention, management, and protocols in case oftire. OldAlturas Road and Churn Creelc Briage Rehubilita6ars FrviectirdGul 6YU4 Ito October 2016 Documentation City of Redding General Plan Health and Safety Element, 2000 City ofd Redding 6aneial Plan Ful ,al Euvilonineiiial Impact Report, ChaplF.1 8 (Health arid- `watery) City of Redding Ueneral Plan Background Report, Chapter I U, Health and Safety Element, 1998 City of Redding construction standards Mitigation Nunc accessary. 1_ ta �4 41 6, a. violate any water,A#W standards or , fi b. Substantially del N", W, with groundwait,,,� a4ulrcx vulunie the product.; which would not permits have been Would the proposal: requirements'! 0 igroundwater supplies.',",," terfere substantially charge such that theiq',*, % Id be a net deficit in lowe,mg ofthe local griiYniidwatei table level (e.g., gpreexisting nearby wells would drop to a level 6d existinp—Jand uses or planned uses for which ......... c. Substantially alter the existing drawl. elil of It ii icludilg through the alteration of' uIse of stre manner which would result in subslal erosion or * site*! tti d- Substantially alter the existing ain including through the alteration of the couiso"st bubstantially uilciease the >ate o, amount of surface I which would result in flooding on- or off-site? od e. create or contribute runoff water which wouldA existing or planned stormwater drainage s s ...................... additional sources of polluted i uiioffl t Othe, wise substantially degrade water quality? g. Place housing within a I Ott-year'flood hazard area as ma] federal Flood Hazard Boundary or Flood Insurance Rate flood hazard delineation;map? Fii area, itivei, in a on on or off - A^�vei or t in jfggp, a ln.anner h. Place withill a 100 -year flood -hazard area structures which wuuld El F-1 impede or redirect flood f1ows7 1. Expose people or structures to a significant risk of loss, injury or death involving flooding, including flooding as a result of the failure of a Fl F-1 levee or dam? j Inundation by seiche, tsunami, of inudflow? FJ El ":I K W 0 ca ca ca Discussion a, t. the project will not cause a violation of any waste -discharge requirements or water quality standards, or substantially degrade water quality. Permits will be obtained from the Regional Watei Quality Contrul Buard, Dupartincut of Fish and Wildlife, and the U.S. Army Curps of Engineeis which will allow coustructiun aciiviuts in wetlands, streams, and drainages that exist on the project site. The permits will condition the project to implement measures that will prevent UlaAtt.r.� Road and GA.— J.Xal by I/ October 2016 degradation of water quality. in addition, the city uses construction standards that require all projects to prepare a plant TV— address water pollution control. the construction standards and specifications for the project will require that a Storm Water Pollution Prevention Plan (SVYTPP) be prepared by the contractor prior to construction. The plan will ensure that waM quality standards are nut substaittially affected by the prujea. It is the City's standard— practice to incorporate resource agency permit conditions and required construction standards in the project plans and speciticatiutis. b. The project would utilize City water service for domestic uses and fire protection. The proposed project would not unpact groundwater supplies. c- The project will not substantially alter the e.&isting drainage pattern of the area, including through the alteration of the course of a stream or river in a manner which would result in substantial erosion or siltation on- or off-site. *I he bridge will be rehabilitated and widened in place. d, e. the project will not substantially alter the eAisttig diairiagpe patten, of the area, "'icludding through the altutatiurt of the course of a stream or river it tease the rate or amount of surface runoff in a manner which would result in flooding on- or off-site. r"51 1,4 -off which wold exceed the capacity of existing or planned storm water drainage systems orprovlial addift", 0 s f polluted water. eut ucate 11 d100 utChuxjiCieek.tiydieLul*lsttfd-iescunipletc-dt�u-i year IV g, h, 1. plai I d within the I the project detert. there will be no se in flood risk as a result of the project. The project will not place or expose new structur41,,*,J a flood -hazard area o plain, nor will it expose people to flood risks. j. The threat of a tsuAW,,wave is not applicable to inland, central valley cuininunities such as Redding. Selches could yiii potentially be generated or I LiNes during an eRffiquRe. Huuwevc,, ireithe, lRe has been identified in the Heal em,c( 0 fW�,Vlan as having any risk to the City under such circumstances. et "V' There is no documented threat of d flo)�ctmg the �"ct site. DocumFuntati—o" City of Redding Floodplain Evaluation t fore t1i turas Bridge at Chum Creek, August 2U 16 City of Redding Storm Drain Master VIM, 1993 "s, City of Kedding Storm water Quality anag ante, RMC Sec. 14.19 FEMA Floodplain Maps Mitigation None necessary. X. LAND USE AND PLANNING. Would the proposal: a. Physically divide an established cUnrinuirtly. Li Li Li LIS b. conflict with any applicable land use plan, policy, or regulation of an agency with jurisdiction over the project (including, but not limited to, the gerteral plan, specific plan, local coastal ptugLam, ui zarting J J Li ca uidinartiuce) adopted for the purpose of avoiding or mitigating an environmental effect" c. Cuntl.t;.;t ic with any applicable habitat conservation plan or natural Li Ll ca community conservation plan? d. Have social M FzcUu7viiii4 impacts resulting in a physical deterioration of the environment (economic blight)'! Discussion a. The project does not have the potential to physically divide an established community. 047AItUm. j(.vZrunZrCh. Cvrkff,;dgr AcehabdJur.'-, t--jer? j.XvLr.dy 13 October 2016 b. the project is compatible with the applicable policies and regulations of the City General Plan and Zu-tiing Oidinance and is not in conflict with any otherPlan adopted by ajurisdictional agency for the purpose of avoiding or mitigating an envirom-nental effect. C. *lheic we iio habitat couseivatiFiii iii -f uatufal, cuunimiiity cumservatluu plans that me applicable to the site. d- There are no structures or other infrastructure elements that will be Wected by the project that could result in a physical deterioration of the environment. Ducumeutatiuu City of Redding (jeneral, Plan Community Developmeit EleweiA city of Redding ueneralPlan k'inal Environmental impact Report City of Redding Natural Resources -Element Mitigatium None necessary. XI. MINERAL a. Result in the loss of availability p;liiown mute resource that s9 would be of value to the iegioqe tate.„;",�1�,' "wag"T b. Result 41 the loss Uf availabili mmeA,#1 resource recovery site deline Q Ll U [a % plan or other land use plan? R Discussion a, b. The picjest site is not identitied in the Ueneral within any "Critical Mineral Resource Uverlay'areE Documentation111,1Q1,i1;, City of Redding Natuial Resuumes Eleweiii, 2000 Mitigation None necessary. XII. NOISE_ would the proposal result in: any kno”, meral-resource value or as being located a. Erpusuie of pe sots to 01 gCueiatiOu Of uOiSe levels in excess of standards established in the local general plan or noise ordinance, or u 71 0 applicable standards of other agencies? b- Exposure of persons to or generation of excessive ground -borne ❑ 0 0 0 vibration of guouA-buitte- uu1se levels? c. A substantial permanent incease in ambient noise levels in the pr6ject vicinity above levels existing without the project? MAIM= Road and Churn Creek Bridge Rehabilitation Pruject initial Study 19 October 20j6 d. A substantial temporary or periodic increase in ambient noise levels in 0 0 LN Li the project vicinity above levels existing without the project? e. Ful a ploject located withill an airport land use plan or, wheie such a plan has not been adopted, within two miles of a public airport or public use airport, would the project expose people residing or working in the project area to excessive noise levels? f For a project within the vicinity of a private airstrip, would the project re.xpose people iesiduilg v, working i1i the pruiect area to excessive nuise 0 El A levels? 'Ma 'Sl Z 0: P Discussion 1,1Y UL a, b, c. There will in noise of vibiation sources or impacts resulting from this project. The x p . . . . . . . . . . . I'll I:el an e.&i i- berier convey traffic on Old Alturas Road. pi ij eel proposes to d. During the cons tr# of the project, ther�',i be a temporary increase in noise in the project vicinity above existing ambient noise le e s '10 most noticeable construction noise will be related to pile driving operations. File driving will be necessary for insdurflil-g construction of soldier pile retainilig walls on each side of the eastern bridge appioaches, an Cul pile diiving is ezpected to tWe 8 tv 10 days spread out over the construction season,#,,,ttie day. File driving activities will be restricted to between the sr s hours of'/: UU a. Saidi ft" . Other noise impacts will occur from operation of standard 'ders defivery trucks- and other heavy equipment Back-up construction equipment trucks satety wamiugg devices will be distingui' 'hie ftoin other dent background noises. Any potential noise itupacts due to . . . . .. .. . . City Public Works Dep ent projects !I," is poise Ordinance. Noise related impacts are expected artm exempted by ... . . .. . e to be less than significant and no mitigati6#J*asuresposed 11 v P M�, g"j, wv- ding oi woiking in the ploject aria e, f. The proposed project will not result iii any. 1-044 le uesi a There are no private au strips hi the vicinity of the project Documentation City of Redding General Plan Noise Element, 20, City of Redding General Plan Transportation e City otRedditig Zujaing Ordinance Section 18.40. 100 Mitigation None necessary. XIII. PUPULAXIOIN AND HOUSING. Would the proposal: a. Induce substantial population growth in an area, either directly (tor example, by proposing new homes and businesses) or indirectly (for 0 U LI CM example, through extension of roads or other infrastructure)? b. Displace substantial numbers of existing housing, necessitating the r -I LI U A construction of replacement housing elsewhere? c. Displace substantial numbers of people, necessitating the construction El El Li A of replacement housing elsewhere? Old All., a. i<.ad and Chum Creek BridgeRehabdirarion Project Initial Study 20 October 2u]6 Discussion a, b, c. 'The pi-ect will rehabilitate tuid widen an existing bridge ou Old Alturas Road. Theie arc cutiently two liules of traffic on the bridge. The new bridge will also have two travel lanes and thus will not result in any increase in capacity. No new development is proposed that is dependent on or will result from this project, the project would not induce unplanned population growth and does not displace substantial numbers of people or substantial numbers of existing housing. Documentation city of xedding tieneral -plan Housing Element, 2000 Mitigation Nonc neueaaaly. XIV. YlJBL1C 5@,iZY�S. ,z4{ a. Would the p r t result indverse physical nrlpaits assoiiatcd wl��ti' the pluvisiull of 'n ur physically altered guvernme,Aal ` Mies, need for new or physically altered governmental ps the construction of which could cause significant enVltOillxin Qr t�' ",Vq, alntain acceptable service ratios, resporrs ' ttr other x3 t � lilar.Ci t eaivea fvr any of the public: seivwes: t 1 y (1) Fire protection's I (2) Police protection? (3) Schools? (4) :Parks? (5) Other public facilities? Discussion a (1), (2), (3) (4), (5). the proposed prolec government facilities, or negatively affect fire rehabilitate and widen a small bridge which ,v maintain performance objectives. Documentation city of xedding tieneral Plan Public Facilities Element, 2000 Mitigation None necessary. Q Ll LI Ll L CR associated with The project will ervice ratios and ataattW«Xoua-aUh.,,,,eekn,;dgeneh„b;l;t„tv,,r,aJe�ti,.;ti„lStudy October 2016 XV. RECREATION. Would the proposal: a. would the project increase the use of existing nei0iborhood and regional parks or other recreational facilities such that substantial Ll Ll U 0 physical deterioiatiou of the facility would u"ui uYi be aiudetated'! b. Does the piqujci-;t Mclude- reurzational hicilities u, require the construction or expansion of recreational tacilities which might have Q Q L1 ca an adverse physical effect on the environment! Discussion at b. 'Ibe piupused piUjeCt would not result -in airy puteutial impzwts to recreational tAcilities, such as parks, or require expansion or construction 01 new, 1tas Documentation M"', g! City of Redding Gener,, 1 - atuial ResouieqgReweatiu-ii, mid Public: FacilitiesElerneuts, 2000 Mitigation None necessary. XV1. um would a. Cause an iicicase uil trREu whiuh tanual e.&isting tratti4 loadd and capacity of a 011 EJ EJ LN r I substantial increase in either the be )lu capacity ratio on roads, or congestion at interse x b. Exceed, either individually or cumulatively, a Ig"I vimwv standar M"AN" ka"gvg' established by the uouitty cuitgestiou maitag "Ag f, r I r I . . . .. . . designated roads or hipwaysl c. Result in a change in air traffic patterns, including either an increase in traffic levels or a change in location that results in substantial safety risks? . . . . . . . . . . . d. Substantially iic, ease hazards due to a design feature (e.g., Cui Ves U1 darigerous intersections) or incompatible uses 3 equipment)*1 e. Result in inadequate emergency access? f Result in inadequate parking capacity? 0 U 0 g. Conflict with adopted policies, plans, ui piugrams supporting El 0 LA altemative transportation (e.g., bus turnouts, bicycle racks)t Discussion a, b, c, d, e, f, g. The proposed pruqjet;t will not cause mi increase in trRTic which is substantial in relation to the existing traffic load and 4apw4ity of the street system. 'rhe project rehabilitates an existing bridge. Temporary impacts to traffic flow will occur but the impacts are considered to be less than significant. minor traffic delays are unavoidable during- co-tistruaium Hil roadways, however, avoidance of peak traffic periods will minimize delays to the exteut tensible. Euizigein;y ac;t;ess will be Old Alturas Road and Churn Creek Br0ge Rebabili'tutiuriProject irtitialStuay 2-1 Umber 2016 provided at all times. The project will not have any permanent effects on traffic flow or patterns. the ,project will not disrupt local traffic levels of service or result in a change in air-traffic patterns. Road geometry, emergency access, and parking capacity will not be aflctcd by the proJGtit. 1'hG pillJctit will not conflict With adopted policies, plans, or programs supporting alternative transportation. Documentation City of Rcddinrg General Flan Tiansportatiou Element, 2000 Mitigation None necessary. XVll_ UTILITIES AND a. h2kceed wast;-;, Water Quality b. Require or resu treatment facili of which could 1+. .1 Equi1G 61. IGault facilities or expai could cause slim Would the piopvsal: applicable Regionnal .e construction ofneter or wastewater expansion of existirt` icilities, the construction Nignitivant cnvuulllllcnntal erects'? d. Have sufficient water supplies existing entitlements and resoi entitlements needed'? of new btu�rr water drainage i, ;`� �Ction of which al y", 1+ � 'to serve the p , t from new or ex e. Result in a determination by the waE serves or may serve the project that it has adoate cap a t } tt�`serve the project's projected demand in addition to the proy s existing culnnituitm`clits? , �; ii t t �t f Be ser ved by a landfill with buthuieut permitta "� 0,1 t'�,to i. accommodate the project's solid waste disp feeds'? 5', `4 syr}�.,arzu t . g. comply with federal, state; and local statutes and regulations related solid waste? Discussion a, b, d, e. The project pioposes to rehabilitate a small bnidge wastewater treatment systems or facilities. 'inhere are sufficient r u u ❑ ❑ tit u ❑ ca U LN Theie will be no ettclb vu: watervi. construction ofthe project. c. The project proposes to install a new section of 'storm drain pipe to divert drainage from the east end of the project, which will irnpiove efficiency of the stolnn drainn syAciin. The systuin will not be expanded and installation of"the ,new stunrrr dais pipe will not cauaG biggniticam enrviroruriental ettectb. 1, g. the proposed project will rehabilitate an existing bridge. Most of the bridge will be left in place. Some construction debris will be generated by the project, much of which will be disposed of in the local City -operated landfill. There is sufficient permitted capacity in the landfill to accommodate the project_ However, standard construction specifications ,equirc ieuycling of some mateiialb, bush ab bitel, con%i-rtc, and Other fumeiialb, to reduce Imid-till wabw. Through construction specifications, the City will ensure the project contractor complies with federal, state, and local statutes and regulations pertinent to recycling and disposal of solid waste. OldAlturats Road AhdChurr+Creek fSnt7gr XehubititutiurrYru�`ect lnititrl Study 23 Ocloher 2016 t ❑ it tit u ❑ ca U LN Theie will be no ettclb vu: watervi. construction ofthe project. c. The project proposes to install a new section of 'storm drain pipe to divert drainage from the east end of the project, which will irnpiove efficiency of the stolnn drainn syAciin. The systuin will not be expanded and installation of"the ,new stunrrr dais pipe will not cauaG biggniticam enrviroruriental ettectb. 1, g. the proposed project will rehabilitate an existing bridge. Most of the bridge will be left in place. Some construction debris will be generated by the project, much of which will be disposed of in the local City -operated landfill. There is sufficient permitted capacity in the landfill to accommodate the project_ However, standard construction specifications ,equirc ieuycling of some mateiialb, bush ab bitel, con%i-rtc, and Other fumeiialb, to reduce Imid-till wabw. Through construction specifications, the City will ensure the project contractor complies with federal, state, and local statutes and regulations pertinent to recycling and disposal of solid waste. OldAlturats Road AhdChurr+Creek fSnt7gr XehubititutiurrYru�`ect lnititrl Study 23 Ocloher 2016 muUmeutastiun City of Redding Uener4l Plzen Public .utilities Eleinunts, 2000 water and Sewer Atlas, City of Kedding Engineering lAvision MAigation None necessary. XVIII. MANDATORY FINDINGS OF SiGNinCANcE. a. Does the project have the potential to degrade the quality of the environment, subs tain ially reduce the habitat of a fish or wildlife below self g, species, cause a fish TY, 611011Ilk 9 pulation to drop - S', en to t a plant or animal "o I VPli,; 4" a sustaining levels g0'" . . . .. .... "i" rud ILU si&t thr, THI-1 Uummunity, llhr. r nbcr or 9C of a rbc of endangered animal or elimi imipartant examples of the major pen hf CRifurnim histo ruhistory? b. Does the prujo&ave impavts that ar ""individua—Ily limited, but IM cumulatively c era le? ("Cumulatively considerable" means that the inulz C a prujF,,, ji;unsiderable when viewed in connection cts, the effects P of other current prujcets mid . . ........ ..�ffec>t5 of projects)*! Ri *Obablu future J c. Does the project have enviro. substantial adverse effects on indirectly? or Discussion a. The project does not have the putenti5l to 1`1"�' . ........ .... . .. .. . . . ......quality 4he habitat of a fish or wildlife species, cause `t hr 11P ife eliminate anim5l communities, or reduce Wnumb e . . . . . . . . . . . . population. As discussed in Scutiun V, the pfujout may havc the puturil major periods of California history or prehistory; however, mitigation . reduce any putentidl effects to a level considered less than signiflum-11- A r-1 N 1-1 Ll Ll Ll C9 Ll r-1 r -I r -I 12 �,ynmznt, substmidlly reduce the trop bcluw bcIf sustaining levels, of a sensitive plant or animal affect in i octant examples of the -p s wilIlbb" nlemented which will ...... . b. As discussed in Section III, the project could . ... cumulative air quality impacts. idci policy of the General Plaut, applivatiun Huwcvcr, thcsr. impacts arc wrisidciod less than signifiuw—A ' of standard measures will eliminate the potential for air quality impacts from this project. c. As discussed herein, the project does not have characteristics which could cause substantial adverse effects on human beings, either directly or indirectly. Documentation Sue all scutiuns above. Mitigation See Mitigation Measures I through 4 in Section V. WAII—nu.a—aCh.— 24 October 2016 MITIGATION MONITORING PROGRAM M H 010194 N 1914 N so K-1 Ili I N I VIM N 19100 „N@ �MJKN This document is the Mi, , y 4,,4onitoring Program (MMP) for the Old Alturas Road and Chum Creek Bridge RehaNllate MMP includes a brief discussion ofthe legal basis for, and 3", 0, the purpose of, discdirection regarding complaints about noncompliance, a key to underling te monitorintrix, and the monitoring matrix itself. LEGAL BASIS, AND PURPOSE FOR, MITIGATION MONITORING PROGRAM California Pulft,lesources Code Section 21081.6 requires public agencies to adopt mitigation monitoring or re- W s 'Wh �vg qrtifying an environmental impact report (EIR) or a mitigatedne ati e 7, t rment facilitates implementation of all mitigation measures adopted through the C ia nvironlift �ptai Quality Act (CEQA) process. ............. F The MMP contained herein is i4'1 ed to sans e requirements of CEQA as they relate to the " 11 Initial Study/Mitigated e ativ ��� �g eared f�'a or project. It is intended to be used by City of Redding (City) staff,a ic iVictors, and mitigation monitoring ............ personnel during implementation of the ptoJect. . . . . . . . . . . . all 'J, Mitigation is defined by CEQA Guidelino,,,'f"e that does any of the following: ' Avoids impacts altogether by not taking a ce ion or p.,I of an action. X, • Minimizes impacts by limiting the degree or magnitude Rectifies impacts by repairing, rehabilitating 0 ,",gacted environment. um Reduces or eliminates impacts over time by preservation and maintenance operations during the life of the project. 0 Compensates for impacts by replacing or providing substitute resources or environments. The intent of the MMP is to ensure the effective implementation and enforcement of adopted mitigation measures and permit conditions. The MMP will provide for monitoring of construction activities as necessary, on-site identification and resolution of environmental problems, and proper reporting to City staff. Mitigation Monitoring Program Old Alturas Road and Churn Creek Bridge Rehabilitation Project October, 2016 MITIGATION MONITORING PROGRAM MITIGATION MONITORING TABLE The Mitigation Monitoring Table identifies the mitigation measures proposed for the project. These mitigation measures are reproduced from the Initial Study and conditions of approval for the project. The tables have the following columns: Mitigation Measure: Lists the mitigation measures identified within the Initial Study for a specific impact, along with the gygo ,<��ar each measure as enumerated in the Initial Study. {} u s rstJr+l ,. rl ir Timing: Identifythat point review process, or phase the mitigation measure will be completed with which cdWnation is required to Verification: a specific mitl' NONCOMPLIANCE Any person or agency may file plaii associated with the project. The 6"' specific information on the asserted viof,ati the validity of the complaint. If noncoml shall take appropriate action to remedy confirmation indicating the results of th particular noncompliance issue. Mitigation Monitoring Program Old Alturas Road and Churn Creek Bridge Rehabilitation Project ices the City department or any other public agency the identified mitigation measure. the individual designated to verify adherence to ig no,g ,Ipllance with the mitigation measures e e City in written form, providing { all cone an investigation and determine nth a mitigatt'neasure has occurred, the City [ation. Thplainnt shall receive written dation or „ L al an corresponding to the October, 2016 MITIGATION MONITORING TABLE FOR THE SAN FRANCISCO ST SEWER REHABILITATION PROJECT MITIGATION MONITORING PROGRAM Mitigation Measure Timing/implementation Enforcement/Monitoring Verification (Hate and Initials) ' Biological Resources B-1. In -water construction ac15 �,;k Mies; and all pile- cii traction Construction Management driving activities in Churn Cree`"ill be limited to the period between June 1 andber 31, o as ¢t ! kfS T ii t"5F17t2 map otherwise be specified throup�1 t tf; iit } kl} issued bytheNMFW permits and approvals t, � RtrT ` ACOE, and/or RWQCB. If work is proposgM]t ,kit kk outside of the agency -approved work windows, City will obtain approval from those agencies prl� t t } to conducting such work, and implement k additional that In-water'�''�s measures maybe required.. pile driving will only be conducted during daytime trjt�k hours defined as beginning one-half hour after s fF,' i sunrise and ending one-half hour prior to sunset, or �� i,�tz tt�f,} ;`r; as defined by resource agency permits and 1 "' approvals.��,,`},'t B-2. Temporary work pads or crossings within the 3 111 tl Construction J i i A k )& Cop�tliVlanagement stream will be constructed using clean washed, ?51 rounded gravel 1-4 inches in diameter, and will meet the Caltrans gravel cleanliness specification No. 85. Unless otherwise approved by the Engineer, upon completion oftheproject, all gravel, including any contaminated gravel; will be removed from the creek bottom, except for the last 6 inches of clean, uncontaminated gravel will be left in place Mitigation Monitoring Program Old Alturas Road and Churn Creek Bridge Rehahilrtation Project TOciober2076 Mitigation Measure Timing/Implementation Enforcement/Monitoring Verification Gate and Initials) to prevent erosion and protect original streambed Construction Construction Management conditions, 14r � i Sr ifs 1 t I s 8-3. All temporary use areas a restored to >( r �truction Construction Management preconstruction conditions proiig the same or 5 f higher density of native woody J, arian species m tts ty;{ t 1 } t accordance with the Ripar"ianI" toration Old Alturas Road Bridge Reha t ctionProject at Churn Creek. Existing woody��tion wil,J be �3iu s i t fE at level to word r 1f t 1 is pruned ground prior during construction to allow regrowth r completion of the project. 11 ` I' t f z}r B-4. Environmental Sensitive Area (ESA) fen Construe Construclt�,S`' {}s Construction Management will be placed to minimize impacts and prevent s,IIflzt, X317 s311H'vl 111171, `# 4t77 77tiftt$tjs { {t1tr t r„e 7 y unnecessary excursion into protected areas of the s , creek. J� t M, 74 B-5. A Storm Water Pollution Prevention Plan B-5. 71 st t (h Cons {,II struction Mana etnent g (SWPPP) will be prepared for the project which X1711)71 Ir�s }� tt{I ' 1 will outline Best Management Practices (BMPs) for erosion control and spill prevention. il'f1` Implementation of BMPs will minimize the for adverse impacts to fish, water Htit 17 ��� potential quality, t {71� 771 Fs f ; „ Ift`di. and the aquatic ecosystem. 7 i i ,tt jfesr�,h lit I s t""t t:�s B-6. Preconstruction surveys for western pond Construction Construction Management' turtles will be conducted by a qualified biologist immediately prior to the start of in-water work each day that in-water work occurs. Any western pond turtles, or foothill yellow-legged frogs, eggs Mitigation Monitoring Program Old Alturas Roan? and Churn Creek Bridge Rehabilitation Project 2 October 2076 Mitigation Measure Timing/Implementation Enforcement/Monitoring Verification Gate and Initials) masses, or tadpoles that are also found, will be relocated to a safe location upstream of the work area.jg tf. IRS B-7. Preconstruction surveys fo '� ting migratory C dj " ruction Construction Management birds will be conducted if ve ""tion removal or activities affecting swallow ne`n on the existing r g }' bridge occurs between Marchi August 1. A _ll qualified biologist approved by�'meer��lll l { , ; , z , �, �f y iz �rT determine if nests are present on they i. gx ., work activities are affecting nesting. Surveys will,��t7r ttf fih�l iE rf be conducted within 3 days prior to the propos�,4>4 tti t it S . work. If nesting birds are found, the nest site sh��,ff }{' not be disturbed until after the young have fl edged s} t ss l�4 If an active raptor nest is present, no vegetationifs#i�tP removal or construction activities will occur within-s'°�""`J'si irktt tr 250 feet of the nest, unless a smaller buffer zone is authorized by the CDFW. Appropriate buffer zonest�r may be established for other nesting birds by at�,�` i biologist approved try the City. The City may rr , �l � , t utilize a variety of measures to prevent birds from nesting on the bridge including the use of 41 ''f S bioacoustic deterrents (e.g., broadcast calls); installation of exclusionary materials (e.g., Teflon or plastic sheeting or other materials that would not 7 entangle birds) in the winter prior to construction, or removal of partially constructed nests following confirmation by a qualified biologist that no eggs or chicks are present (completed nests must not be removed). Mitigation Monitoring Program Old Alturas Road and Churn. Creek Bridge Rehahilitatlon Project 3 O,tober.2016 Mitigation Measure Timing/Implementation Enforcement/Monitoring Verification Gate and. Initials) B-8. All required permits and authorizations shall Construction Construction Management z be obtained from state and federal resougg i„ # prior to any construction activities eaters ,} the U.S. All terms and conditio�'p 'the required ££ £ and authorizations shat permits " t£4tN C-1. Environmental Sensitive ;£ ' as (ESA) will be Offitructlon Construction Management established at the project site a';r lineated in the l� tr t d for £,proven, by ESA Action Plan, preparegy Irst 7 £ tti l l {i tF£ 1$ 71' i }J F Caltrans who has lead authority £ £ }�I��1r�£, resources pursuant to federal law.'` C-2. A qualified archaeologist and Nati�'7{ Construction' ,„ Construction Management American will monitor excavation and init4, ground disturbing construction activities in `�_ the APE within 100 ft known portion of of cultural sites, or as defined in the ESA Action Plan. If intact cultural deposits are found all work shall cease in the area, and the archaeologist shall �£ recommend appropriate conservation measures to {£144i 4, ,�t } be implemented prior to re-initiation of the work. ;#,;,,4=£'£ tt C-3. In the event archaeological deposits are Construction {} CQR 2� }4 i £ ` 'Management N" F discovered during project activities anywhere on the project site, all work in the vicinity of the discovery shall be stepped immediately and the resident t , engineer and archaeologist notified. The archaeologist shall recommend appropriate conservation measures to be implemented prior to re-initiation of the work. Mitigation Monitoring Program Old Alturas Roan? and Churn Creek Bridge Rehabilitation Project 4. October 2076 C-4. If human remains are discovered during project activities, all work will stop ml of the find and the Shasta County C,,, 1's Office shall be notified. Treatment of t44r�i;!' $dins shall be conducted in accordance with ction of the x,. t� i� . Coroner and/or the Native r erican Heritage Construction Construction Management Alithgtation Monitoring Program Old Alturas Roan? and Churn. Creek Bridge Rehabilitation Protect 5 October 2076 Attachment D From: Oldham: Ton To: "DARRELL BRUNELLI" Cc: Vandiver, Corri; Bob Morrison Subject: RE: Old Alturas Road and Churn Creek Bridge Project Date: Tuesday, November 8, 2016 11:31:20 AM Hi Darrell—thanks for responding with your questions. I addressed each of them in red below. Please don't hesitate to let me know if you have any further questions or need clarifications on anything. We will try to answer all your questions as best we can. Once we are done with the env process in the next couple of months, then the ROW process will begin. Someone will contact you during that time to discuss the specific ROW/easement needs of the project, M From: DARRE Sent: Monday To: Oldham, J Subject: Old' ber 7, 2016 6:30 ., =63 OF-ITISINITWI :net] Bridge Project Thanks Jon for", ink to the Mitigated Negative Declaration report. After reviewing it I have several questions. How will the folio erty? Page 1 quire 1,000 feet of road work, storm drains and catch basins along ddition driveways will be modified. Given that the • Page2 -- The project will require adi Temporary construction easements to acct ired for • Figure 2-- Area of Potential Effects— The area circled wlI ,0,11W property. The APE line is just a study line for purposes doesn't mean vour Property within the lines will be affected, Thanks Jon, Regards Darrell Brunelli the w bridge and sewer line. onss and staging. We do a large portion of our State of California — Natural Resources Acency EDMUND G. ®ROW JR., Governor DEPARTMENT OF FISH AND WILDLIFE CHARLTON H. BONHAM, Director •` Northern Region f{,� 01 Locust Street t Redding, CA 96001 www.wildlife,ca.00v November 18, 201 Jonathan Oldham Public Works Division. City of Redding 77 Cypress Avenue Redding, CA 96041 Subject: Old AlturaIS R at burn reek Bridge Rehabilitation Project irtitia Negative Declaration, City o Redding Mata t ''gauss' #1ler 201610248 #4t t} r ( iInn, t "10V t ar} i tt Dear Mr. Idiq � The Californ��`4i�elaartrnent € f Fish air{,,;'" Jildlife (CDFW) has r viewed the InitialStudy/Mitigated Negative De tion (IVIND) and Mitigation Monitoring Program for the above -referenced project (Profe ity of Redding (City), pursuant to the California Environmental Quality Act (CEtA) andt ' � ,���t t}{�tj�c 1111'tltirt , f�,t ttt 4i ti zEs?3t i. �74ii It �; zit 717£ iii} 1y tl tso ti ! } t4is Thank you for the opportunity to de corer ' I and recommendations regarding triose activities involved in the F'rojec''t may affect�jifornia fish and wildlife, Likewise, e appreciate the ope aspects of the Project that CDFW, by law, may b require carry r uttp ` prov s£� ough the exercise of its own regulatory authority under the Firms},fid t rode '{', r „. J t;fir ri 3j i ri}r tt t�ii ti ids trat;,t4 iti CDFW ROLE j t $lt i 2i 7th CDFW is California's Trustee Agency for f �� wildlife rest ' s= a holds those resources �# i iii zt 4 a t ) t z in trust by statute for all the people of tire�;;��tsh & G.," subd. (a1842; Pub. Resources Code, § 21474; CE{ 0As � rdeli `�� �1� it1,11iubcl CDFW, in its trustee: capacity, has jurisdiction over the conservation, prdt d;''and m , ement of fish, wildlife, native plants, and habitat necessary for biologically sustainable plt} `'��ations of, species (Cd., § 1802). Similarlyfor purposes of CEGA, CDFW is chargee Iwo ; as available, biological expertise during public agency environmental reviei'ng specifically on projects and related activities that have the potential f , dver� � �� '°fish and wildlife resources. u!rcv. �+ es . CDFW is also submitting comments as a Responsible ,Agency under CEt A (Pub. Resources Cade, § 21464; CEQA Guidelines, § 15381). CDFW expects it may need to exercise regulatory authority as provided by the Fish and Gagne Code. As proposed, the Project will be subject to CDFW's lake and sire mbed alteration regulatory authority (Fish & G. Code, § 1444 et seq.). ' CEQA is codified in the California Public Resources Code in section 21000 et seq. The CERA, Guidelines ;are sound in Title 14 of the California Cade of Regulations, commencing with section 15000. ° in 'aqfioni a'.s Wildlife Since 187 Jonathan Oldham City of Redding November 18, 2016 Page 2 Likewiise, to the extent implementation of the Project as proposed may result in "take" as defined by State law of any species protected under the California Endangered Species Act (Fish & G. Code, § 2050 et seq.), related authorization as provided by the Fish and Game Code will be required. PROJECT DESCRIPTION The City's Department of Public Works is proposing to rehabilitate and widen the existing four - span 143 -foot -long by 28 -foot -wide reinforced concrete bridge over Churn Creek on Old Alturas Road. The purpose of the Project is to widen the bridge deck, pier walls, and abutments, and 0" widen the roadway oqyi J1," to the bridge. To begin the rehabilitation, temporary access roads t r and across the channel, as well as a temporary work pad in the c an W,I be necessior equipment and vehicle access. To widen Old Alturas "I"M' Road, the exp utments will be ` tided to 67 feet and the existing 1 -foot wide pier walls will be exxten to I I feet and t ::""iik� -long 30 -inch diameter cast -in drill -holed piles will be installed to p 0 L e support for the P xtensions. Rock will be added to the channel to fill lo scour holes at 'nd the pier walls, and7rock slope protection will be placed around the abutments an . I I I I I I " and downstream of the new pier walls. Pile driving in the channel may be g, required for the`entIt he falsew files and for the installation of sheet piles around the pier walls an r d 'g'_1""""ft,',,,poses and as temporary retaining walls. Work outside of Churn re6 i I lffifl,'A6ud es g an q ing roadwork up to 1000 feet approaching h 11 d I the crossing on either side of y, earn to mat, ,,,,,,,;he new bridge deck and adding new storm *' " drains and catchment basins t equately drai'ffie improved roadway. Traffic will be t, maintained across the existing ge duringuctio%,,but temporary construction easements will be required for i�ctiqn s aro" pg. PROJECT COMMENTS AND R Mitigation Measures B-1 and B-2 'a, 12'005j -run Central Valley steelhead (Oncorhyric #0 allevy run and late fall ... I .. .... . I ,p' k " tY Chinook Salmon (0. 1shawy1scha) may e present1,''Mes ofequate flow and cool water i, temperature, but thermal barriers and low flow would preclude I s from Ib present during the typical instrearn work period of July I- October 15. t; Y,4 R" all salmonids, CDFW suggests modifying Mitigation Measure B-1 .. ... "The work window for any instream, or percu mill . .. .. i be limited to July 1 -October 15, or periods when the stream channelisnot flowing (disconnected pools), or when the average maKimum, water temperature is in excess of 250C to avoid impacts to salmonids. if the average maximum water temperature has not exceeded 250C by the requested instream work window, the City shag obtain approval from both National Marine Fisheries Service and CDFW " Temporary construction -related instrearn activities such as access roads, gravel work pads, and diversion pipe in the stream channel may affect habitat for fish and aquatic wildlife unless imported material is clean, washed spawning gravel and the affected reach is restored to pre -Project gradient and contours at the completion of the Project and prior to the return of high 0 . . 10 " 0 a Olt W6�t Ii Page 3 flows. Remaining gravel from work pads may be used to fill existing scour holes, as long as the overall stream gradient has not changed. Mitigation Measure B-3 Mitigation Measure B-3 mentions the Riparian Restoration Plan—Old Alturas Road Bridge Rehabilitation Project at Churn Creek to mitigate for temporary impacts due to the access roads and staging; however, there is no mention of permanent riparian impacts from widening the roadway and bridge by 39 feet. Elsewhere in the MND, there is discussion of permanently impacting 0.07 acres of riparian #!p scrub vegetation within the environmental study limits and 0.03 acres of riparian scr4 AW p prarily impacted by the access road and work pads The MND as well as t "'An on Plan need to include discussion of the habitat being 4 I . -. . . . . . . nt permanently re, by the Proje well as temporary impacts, including type and number A, of mature treei"I"' I ,, g removed. Ad 11 , the measure states, "areas will be restored to preconstructi'#*ndifions rovidin I e or higher density of native woody riparian species", ...... . *,"_.',re is no discussionM, at these species are or what the preconstruction condition is. e to le significant levels and ensure no net loss in wetlands (11f, mitigate to le §,,,,fully mitigat " and riparian hlt due to temporary and permanent impacts, CDFW recommends a replacement r ,;,l fors perma acts, and the City may choose to mitigate . . . . . .. . . p tempora i pa .t"I"T f,than 1:1. ME f The MND does not identify wh400 or not the o Ailte replanting will be monitored and A maintained and does not provi0i isuccess criter0e,1111b, i r the riparian mitigation. CDFW an in s e,,, recommends that any mitigatio ti b an ings e tore an f d� ,,,,,,d maintained for a period of 011 1, 0, five years following initial plantii*,,,',,,,�,,Plants, be "irrigated, protected from herbivores and vandalism, and W sling that time period. At the end of five years, plants should achieve 80 penti surviv eI the success criteria. Hity of this mimeasure, it would be Finally, so CDFW can adequately analyze" *g,, V, useful to include the Riparian Restoratio-,,;'IllIll'Pli!l�'l',e ,",�`,part of th ai"i,19N' 1,01, 1 ume� an appendix during public review. Al Mitigation Measure B-6 The measure states that to avoid impacts to foothill yellow -le go Q oyffi, and westernpond turtles (Actinemys mannorata), adults, t, poles masses would be . ... . relocated if found during pre -construction surveys at . ater work each day. CDFW does not recommend the relocation of amphibian egg s, however, it is very unlikely that there will still be egg masses present if in -channel work does not occur prior to July 1. Preconstruction surveys shall still be conducted as long as water is present, however if surveys do detect amphibian egg masses, instrearn work shall be delayed until the egg masses have developed into tadpoles and the tadpoles can safely be relocated to similar habitat nearby. Mitigation Measure B-7 CDFW recommends the removal of vegetation or other activities affecting bird nesting habitat occur outside the nesting season, generally February 1 through August 31, and not March 1 through August 1 as stated in the MND. If any special status bird species are found during preconstruction surveys during the nesting season, avoidance or mitigation measures for Jonathan Oldham City of Redding November 18, 201 Page impacts should be included to avoid any significant impact to the species or its habitat. Bats Discussion in the MND includes potential impacts to western red bat (Las crus blosse illil); however, no mitigation measures are written to address bats. CDFW recommends the addition of a mitigation measure to lessen potential significant impacts to bats and bat habitat, The measure may include similar language to the following: "Prior to habitat removal, bat surveys shall be conducted by a qualified bat biologist farrl„$�£�fqt species potentially occupying the site and their local eco exclu prevent reoccupation if that habitat feature will be pet an £ £` ` e' moved or a1 `'2 If bats are found roosting tarp the bridge, proper ex 16 - ,l�i: evices shall be in d to prevent roosting during bridge rehabilitation. Bats not be disturbed w' £'fit specific notice to and consultation with CDFW. If an tial status bat spe `are found, avoidance or mitigation measures for impa'houIrd be included to avoid any significant effects to the species or its habitai£' PILING FEE tt tl SY;1c t $ss { The Project, as proposed, wcjul,SR{£Rrre an impaxFi fish and/or wildlife, and assessment of filing fees is necessary. Fees are p`£ t le ue Notice of Determination by the Lead Agency and serve to help defre cost of��£ �nmert�� review by DPW. Payment of the fee is required in order for the under Pr oi;,��F£�£� jaerative, vested, and final dal. Code Cegs, tit. 14, § 753.5- Fish'' ,�£�'"�urces bode, § 21089). �1 tr CONCLUSION t{t t s t tf�t £: fyFf £ta £t ��sltFtst€ C tip,£ i41 } Sr t 1 }� i} (SFW appreciates the opportunity to pr ' moments dt 5, ££i�he e�nmental review process and assisting the pity in idea , �£r'Sl an 5� f;�ect in ts on biological resources. Questions regarding this lett6r or furth tl� dation s £ ld be directed to Kate Grossman, Environmental Scientist at (533) 225-22ger Kat eri t iossrnan amwildlifa.ca. ov. Sincerely, a£tt a,611 1£ 4'7i>£ . b r Curt Babcock Habitat Conservation Program Manager ec: Mate Clearinghouse Btate.clearin house o r.caaov Kate Grossman, Amy Henderson, Donna L. Cobb, R chelle Pile California Department of Fish and Wildlife Katherine Grossmant wildlite.ca. ov, Amy. Henders r wildlife,cawgov, Gonna.Cobb(@wildlife.ca. o , F aehelle.Pi e wildlife.ca.g�ov RESPONSE TO COMMENT LETTER #1 Response #1 Work windows for theproject have been addressed in Mitigation Measure B-1. The project received concurrence from the National Marine Fisheries Service (NMFS), the agency with jurisdiction over the federally listed species in the project area. NMFS agreed with and approved the work windows proposed. If different work windows are required in other regulatory agency permits obtained for the project, then the more restrictive windows will be implemented. Response #2 Comment Noted -ji,'10 6on Med'aft",,P-2 requires gravel used in -stream to be clean, washed spawning gravq,1111gravel will be Wed except approx. 6 inches of gravel will be left in the channel to pr9", gina stream contours and configuration, and to protect against ri I exposed soil could contribute 4Wion and sediment loss. Response #3 The Initial Study acres of Chum Crinei protection, abut 17 a impacted due to the widened bi ire, and 0.03 access roads and gravel pads.sq Himalayan blackberry which pro ffl individual trees has not been identifi details and impacts will be provided in pen -nit details for the restoration of the site, e.g. nin"A'i areas will be restored and revegetated wi -s (b) ons Page I I that there will be 0.08 )acted as a result of placing rock slope riparian scrub vegetation permanently f riparian scrub temporarily impacted by itat"", """'@J,,,,,narily consists of young willows and eek . The specific number of ect type of effort will provide the same or a ityvq y'.l r� ""gw to pre -project conditions. The City of Redding anti cipati w9bbinil Streambed Alteration pursuant to Section 1600 et seq of the Fish Response #4 pment. Specific design ,cifics will also provide the be planted. Temporary use ruetj a. The revegetation species when compared tification of Lake or As stated in Mitigation Measure B-3, the Riparian Resf6i*WMan for the Old Alturas Road Bridge Rehabilitation Project at Chum Creek (Plan) outlines the plan for restoring temporary use areas at the project site. The Plan states that the site will be monitored for 3 years or until the plantings are self sufficient, and that the same or a higher density of native woody riparian species when compared to pre -project conditions will be achieved. Response #5 Comment noted. The Plan is available upon request. Response #6 Comment noted. See Mitigation Measures B-1 and B-8. The City of Redding and Caltrans believes the nesting season windows proposed are appropriate for the area given climate, latitude, seasonality, species behavior patterns, and past project approvals. If nesting birds are found, the nest site shall not be disturbed until after the young have fledged. See Mitigation Measures B-7 and B-8. Potential prcjeqf,'cts to the westefiWd bat are discussed under Biological Resources in Section (a) age 10. Giveq�',",' , I , t there is a low potential for the bat to occur at the 10 project site, t te tial effects of significant; ject on the bat are considered less than signif Therefore, tigation measures are' posed. However, to ensure that bats are not adversely affected, a batt ey will be conducted by a qualified bat biologist prior to construction. If roosting bats are W scribed by the bat biologist to ensure that bridge demolition .... . . . .... t result in take of bats. In addition, such conservation in n Derntfitnnlications. such as the Notification of Lake or Streambed Alteration Section 160'11,01t, seq of the Fish and Game Code. .... ....... RESOLUTION NO. 2016-126 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF REDDING ADOPTING A MITIGATED NEGATIVE DECLARATION AND MITIGATION MONITORING PROGRAM, AND APPROVING THE OLD ALTURAS ROAD AND CHURN CREEK BRIDGE REHABILITATION PROJECT WHEREAS, the City of Redding, as lead agency for the Old Alturas Road and Chum Creek Bridge Rehabilitation Project (Project), has conducted the following environmental review for the proposed Project: 1. Environmentale re conducted and summarized in an Initial Study dated October18 OJE I W disit tj 2. A pro d" Mitigated Nee Declaration (MND) was circulated for review and com at the State Cleari use from October 20 to November 18, 2016; and with RM the Sa County Clerk... . 27 to November 28, 2016; and . . .. . . 3. Therd$11"1,1" re no substantive public comments that could not be addressed during the 1, MIT, public and WHEREAS, the MNI identifiedttlential sig0filicant environmental impacts which have been reduced to a less inco, tion of mitigation measures into the Project; and WHEREAS, a Mitigation Tv the California Environmental NOW, THEREFORE, BE IT RESOLVED'S',ftwhe City upon the entire record of environmentat,g"'s I" N or the Bridge Rehabilitation Project, hereby 4,, ate( and Monitoring Program, and approves thio project I HEREBY CERTIFY that the foregoing resolution was i meeting of the City Council of the City of Redding on the 6th duly adopted at said meeting by the following vote: AYES: COUNCIL MEMBERS: McElvain, NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: None ABSTAIN: COUNCIL MEMBERS: None ATTEST: Isl Pamela Mize PAMELA MIZE, City Clerk has been written as required by of the City of Redding, based tura§*oad and Chum Creek vediaration and Mitigation 4at a regular 2016, and was Winter, & Weaver IslBrent Weaver BRENT WEAVER, Mayor FORM APPROVAL: Isl Barry E. De Walt BARRY E. DeWALT, City Attorney CITY OF REDDING MEETING DATE: August 18, 2020 FROM: Chuck Aukland, Public ITEM NO. 4.11(b) Works Director ***APPROVED BY*** n zppin. Ci an, & 8/11/2020 L landl PaDirect BIGl2020 Al cauldandn�ei red 'a.us btippin@cityofredding.org SUBJECT: 1(b) --Approve the�fd Amendment to Consulting and Professional Services Contract (C 59) for the Old Alturas edge over Churn Creek Project t $ Y }t t t Recommendatzoit . i t :arseztt tF{ s: Authorize the following actior�tzr✓1at Y � Project; r } (1) Approve the Third A��dmE Services Agreement $213,305.43, for a total not` (2) Authorize the Mayor to execute Fiscal Impact to that 'old Alturas Road Bridge over Churn Creek (At�ment),{s{to the Consulting and Professional ���,�tMornph��'lructures, Inc. in the amount of The Old Alturas Road Bridge over Chu'"`'Creek ` Highway Bridge Program (HBP), and the remamin Redding's (City) Transportation Impact Fee (TIF) f approximately $6 million. This amendment will incur Alternative Action the Federal .he City of stimated at 213,305.43 The City Council may choose not to authorize the Mayor to execute this contract amendment. This alternative would further delay or eliminate construction of the rehabilitated bridge and jeopardize federal funding. Background/Analysis The Old Alturas Road Bridge over Churn Creek was constructed in 1964 and, per California Department of Transportation (Caltrans) bridge inspection reports, is currently designated as functionally obsolete. This designation is largely due to the amount of traffic using the bridge and the lack of shoulders, pedestrian facilities, and turning movement capacity. The project will rehabilitate the existing two-lane bridge with a three -lane, pedestrian accessible bridge. Report to Redding City Council August 12, 2020 Re: 4.11(b) --Approve Third Amendment to CPSC (C-5900) Page 2 The total project cost for rehabilitating the Old Alturas Bridge is expected to be approximately $6 million, which includes design, environmental clearance, permitting, right-of-way, construction and contingencies, and construction management. In January 2013, a consulting and professional services contract was executed with Morrison Structures, Inc. In September 2015, and again in June 2017, administrative amendments were executed to update the end date of the contract. At this time, staff is requesting approval of the third amendment which would provide additional funding to complete the project. There was a significant increase in professional services over the course of the Advanced Planning Phase and Preliminary Design Development Phase due to the extensive environmental studies and documentation which delayed the project by several years (project initiation wz March 2013). To complete the project, Morrison will continue to provide engin eerm�f;��.the environmental documentation and permitting process, in addition to perfon$Ie serviced" rRight of Way Acquisition and the Final Design Phase. Council Prior ,O ` ity Manager 0 This Aftda item is a routine otifrational item. Attachments ry. First Amendment (av, a e`on Second Amendment (available Third Amendment (available o Agreement (C-5900) (available FIRST AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27, 2013, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 3.A is amended to read in its entirety as follows: Consultant shi "' work on or about March 20, 2013, and complete said work no later than ;f ' '' OI'7 i of the essence. All other terms`{ "d conditions of the tract dated March 27, 2013, shall remain in full force and 5 t its s effect. The date of thiarnendment shall be the date that it is signed by the City. IN WITNESS WHEREOF, year set forth below: Dated: 6'1 30 , 2015 Dated'. c. o23 ,2015 executed this Amendment on the days and Public Works Form Approved: BARRYE DeK City Atto"ey JACOB R. BALDWIN MORRISON STRUCTURES, INC. zz-cg Za:�� By: Taxpayer I.D. No. , 8 - v4 S 5 o S$ ,J1 0 SECOND AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C- f eer -ineering Services for the Old Alt uras Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27,2013, and amended September 30, 2015, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 3.A is amended to read in its entirety as follows: Consultant s tz,. .... .. ..... lork on or about March 20, 2013, and complete said work no later than 22. Ti sf the essence. All other rint"11,1tract dated March 27,2013, and amended September 30, PA te """'J0"'Oconditions of the 2015, shall r in full force The date of OW endment shall be the date that it is signed by the City. IN WITNESS WHEREOF, year set forth below: PA MEI., A , MIZ E, executed this Amendment on the days and -or milpproved: BARRYE. DOE, City Attar ney qf Public ff'ork5 MORRISON STRUCTURES, INC. V /Y ...... .. . ... .... )- e-,� , � Dated: T 1 2017 I 4, 4"-f J LJ v: Taxpayer 1.D. No.: THIRD AMENDMENT TO CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-5900) Engineering Services for the Old Alturas Road Bridge over Churn Creek Project The Consulting and Professional Services Contract C-5900 ("Contract") dated March 27, 2013, and amended September 30, 2015, and June 30, 2017, between the City of Redding, California, ("City") a municipal corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows: Section 1 is amended to read in its entirety as follows: Subject to the t`Ed con et Eget forth in this Contract, Consultant shall provide to City the services dQ d m Exhibits �� A-1,,attached and incorporated herein. Consultant shall provide the , ces at the time, pl 'oWd in the manner specified in Exhibits A and A-1. ltt i tt`- The Exhibit AJ,Iftached to this Third'Wendment is incorporated into the Contract dated March 27, 2013, andded September 30, 2015, and June 30, 2017, as Exhibit A-1. { Section 2.A.1 is airel ntc,p,�*44"i.f„I1,,.,,�• 1. The City shall reimburse benefits, overhead and otl work. Actual costs shall i other costs set forth in the provided by contract ame The Exhibit B-1 attached to this Third Am 27, 2013, and amended September 30, 201 altant fs' tual costs (including labor costs, employee costs) iz�t�red by the Consultant in performance of the I the�''estim `� direct labor, indirect overhead and �'��ts B a,$�� t;,ess additional reimbursement is i� 4�Sr Section 2.A.2 is amended to read in its entirety as incorporate`;fto the Contract dated March 30, 2017,,,iik xhibi"'11 . E£t E 2. In addition to the costs referred to in paragraphs 1 of this s,06n, ,E«sliall pay the Consultant a fixed fee of $44,166.56. Said fixed fee shall rt E 4 �d;`unless there is a significant alteration in the scope,£ 'E work to be performed which is documented by contract amendment The 4�e°scan be invoiced monthly based on the percentage of actual costs expended compared to actual cost budget. Section 2.A.3 is amended to read in its entirety as follows: 3. In the event that the City determines that a change to the work from that specified in the Exhibit A and A-1 and contract is required, the contract time and/or actual costs and fixed fee reimbursable by the City shall be adjusted by contract amendment to accommodate the changed work. The total amount payable by the City, including fixed fee, shall not exceed Five Hundred Fifty -Nine Thousand Eight Hundred Four Dollars and Ninety -Five Cents ($559,804:95). All other terms and conditions of the Contract dated March 27, 2013, and amended September 30, 2015, and June 30, 2017, shall remain in full force and effect. The date of this Amendment shall be the date that it is signed by the City. IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days a year set ♦ below: I Dated: , 2020 By.- ADAMMcELVA17V, Mayor Formass roved: BARRYE. DOW CityAttorney I Dated: -J(;4 6 f EXHIBIT A-1 Morrison Structures, Inc. AMENDMENT #3 SCOPE OF WORK OLD ALTURAS ROAD BRIDGE over CHURN CREEK PROJECT AMENDED The following and 10 of Exh Agreement, C Task 1 - Prole4 Morrison Structu scheduling for c project. CITY OF REDDING, CALIFORNIA MAY 2, 2020 Weal � l�tt� 1tt ltd i f �t'�t}tir K} lr tonal profession gits rvices will be provided under Tasks 1, 3, 6, 8, 9, Scope of Work o } e consulting and Professional Services Morrison Structures will provid( Way services that include righ acquisitions, and certification Review and Scheduling suplaproject management, review,and e�crjbedilow during the final design phase of the �,, ,.l,,t,<. u., Task 3 Support for Environmental Assistance ment and quality control for Right -of- " &eyeying, appraisals and 40 f the project. and Perni gand Caltrans Local , Morrison Structures will provide supplexni 61 }hnicalJ � , di consultants on all environmental regLjV's# ents 15960""" J,j {dal, s' during the final design phase of the project on an as-requeste environmental documentation and permitting process and of project and site and cannot be predicted. At this time, NEPAjii approved by Caltrans. Morrison Structures has assu� fpf, amendment that CEQA documentation and all perr� Ott bE and their subconsultants no later than March 1, 2021. Task 6 - Geotechnical Investigation 7 staff and their IJnd local agencies is. The , is ue �0r�f6 tion has been scope HII of work under this completed by the City CGI Technical will review and update the draft geotechnical investigation report for current guidelines provide the final report. The draft Log of Test Boring Sheet will be reviewed and updated for current guidelines and a final Log of Test Boring Sheet will be prepared for contract plans. 20 0502 rl Amend 3 Scope of Work Page 1 of 6 Task 8 Utility Coordination Morrison Structures has provided Utility Verification Initial Contact Letters for each Utility for City's use in April 2013 to notify each Utility of the project and request Utility Information. In November 2013 Morrison Structures provided Utility Relocation Letters — Identifying Conflict for each Utility for City's use in providing each Utility with preliminary design plans for their review, their confirmation of project identified facilities conflict, and to request their identification of any conflicts not yet identified. Within the Utility Relocation Letters the construction advertising date was indicated to be January 2015. Because of the delay caused by the environmental study and documentation for the project, the forward ��� tt ponstruction advertising date, and design changes, he Utility Reloca Otffers Iden "! ing Conflict will be updated by Morrison Structures and provided t4,17'`«f�eCity with updttd preliminary design plans for their use in informing t{` „�7 each Utility of cation and identi���i conflicts. The following Witional activities wij'I`ti`e provided by Morrison Structures. Morrison Structur'e�'�ijtrt�tre util4, f ��ttt maps and the required Relocation Letter for use by the Cies int dj rmining liability (cost share) of the utility 7�>I�t r t�.. 3,ti relocations. The maps will be srl�to each utile' kith the required Relocation Letterby the City. Theollo Relocation letter v f j7 w City st � lard format (current format to be provided by City to Morrison St �`t�tures), refit the ftcation plans (temporary and final as required) from utility, costsk,t�4,111izlfy clalir'{{� Er to allow the right of way acquisitions to proceed concurrently rf i the it l y relocatt" "Iliability determination by the City:�,,tr tt{t7 I{t {tt••f$ ttt { Preliminary Utility Relocation Plan Coordilib U ttt` trot#t7 £. 7t a This task addresses coordination of thttility relt#��t,��dns wit7�,te proposed ttr�,,xt:7,tt}�, project's plans. The affected utility company will complete thei location plans with �+ff It t,t input from City and Morrison Structures. Morrison Structures prole�tariat nd up to tt. 4 meetings with the City and the Utility Companies if requested by th„ inate relocation plan design by the utilities. Relocation plans mcyreq�lrq,tary relocation to accommodate construction activities and final relocat�orfl��7rIconstruction. Utility relocations (temporary and final) are assumed to be completed prior to construction, or by the utility purveyors' own forces. As such, relocation plans for electrical, CATV, and communication facilities will not be included as work items in the project's contract documents; instead, the relocated utilities will be shown as in-place on the plans, if it is necessary to perform some of the utility relocations simultaneously with project construction, coordination of the phasing of utility relocations will be addressed in the Special Provisions and on the Stage Construction Plans. 20 0502 rl Amend 3 Scope of Work Page 2 of 6 Utility Agreement Support and Notice to Owner Letters Morrison Structures shall be available to review the City's utility agreements for the relocation of utilities. It is assumed that the City will prepare and execute the Utility Agreements. Morrison Structures shall be available to review the Notice to Owner letters prepared by the City and City's subsequent delivery to the utility companies. Utility Certification Morrison Structures shall be available to review Utility Certification Forms prepared by City. Task 9 - Right - Morrison Structis'with subconsultar=,tSharrah Dunlap Sawyer (SDS) and Bender Rosenthal, In borated (BRI) shall+ ide additional right-of-way services for the project. The review off f' limmary;sproject map indicates that five (5) total parcels will be impacted. Both aj����;f easri���,tem orary construction easement (TCE) will be requirethe"2- ly a ICE will be required from an additional three (3) parcels. Nc,,focations ofdences or businesses are anticipated. During the course of the proje iif", eff Aldal e as the manager for right-of- way appraisal, acquisition, and"', icajj nd will discuss the details and expectations with Morrison't f ii �}t{f�tt� tis{^�7 � z s c)ncfys Prol�r{'anag,tfo define a common understanding about project details, criticalproc�es, and roles and ry It y , i x t t responsibilities associated with right of wad `ort activitietJ�pical tasks include providing status updates, attending mee��s,i,,�nd makin`��eom��tidations to the a 4}�0 I,>�{t3t ri ] to tt tJ �s City on right of way issues. Once the pt�erty nit, ��'en q�ired, BRI will prepare a right of way certification to Caltrans' sta�a`rds. r, x t Right of Wav Enaineering """"Au tt k i ail SDS will prepare right-of-way easements and tempor0,11111, N'is'truction easements. This work will include the following: • Research to verify existing property lines and ownership. • Preparation of one legal description and one map exhibit for each easement. Temporary construction easements will be shown and described along with new right-of-way easements. • Preparation of an overall map for appraisal use. 20_0502 rl Amend 3 Scope of Work Page 3 of 6 Riaht of Way Appraisal For parcels requiring permanent easement, BRI will develop two (2) narrative appraisal reports. They will be prepared in conformance with and subject to the requirements of the Code of Professional Ethics and the Standards of Professional Practice of the Appraisal Institute, which fully incorporate the Uniform Standards of Professional Appraisal Practice (USPAP) of the Appraisal Foundation, requirements related to the Uniform Relocation Assistance and Real Property Acquisition Act and state and federal statutes. Appraisal Mapping, Deliverables: • An elec Standai request', Assumptions: • No res • No exi Waiver Valuations tion of elt, Appraisal Report that meet State and Federal two (2) pri�ff�J and bound copies will be provided upon al or business relocation is involved. ny Contingent on the parcel imp(ft and if'the City, BRI can prepare a waiver valuation in lieu of a full n 14,�traisc�,�pstb`'�ree (3) Parcels requiring , ,� x TCEs only. The Code of Federal [49{j�rs24.102 01x$2] provides that an appraisal is not required for parcels witha v t bion probler tl, hat is uncomplicated, it ' z{r and the fair market value is estimated att�,)�,� or less bc�� on cszfwiew of available u i 15{, st}t data. The $10,000 amount includes se, fgnce qma tl`excl rt�t � s any insignificant construction contract work. The "Waiv' `VaIuatiof" 6fan ap.isal and is to be used merely for documentation in support of the estimated coog 3,tk" nsation i' e paid to the prapertyowner . T.i7b.3F4,5'r. Please note, Waiver Valuations cannot be used for QQndemh,"", , "fo't rights needed for iFt4tYt titx $ ., a project. Should court action be determined nece��txt Appraisal Report will be required, resulting in the assessment of additional fees. Deliverables: • An electronic version of each waiver valuation. Up to two (2) printed and bound hardcopies will be provided upon request. Appraisal Review As federal funding is involved, BRI will also engage the services of an independent review appraiser to provide the Review Certificate. These will be desk reviews only and 20_0502_rl Amend 3 Scope of Work Page 4 of 6 therefore there will be no inspection of the subject property and provided comparable properties. The Reviews will be completed within two (2) weeks from receipt of the appraisal reports. Deliverables: 0 Two (2) Independent Appraisal Review Certificates. Upon Approval aeed frorri``Et;�,ttCity, BRI staff will prepare and deliver the first written offers (F��to the owners ��h offer package will be reviewed internally for qualitymeasur�tAll acquisition ag will possess a Real Estate Broker's or Salesperson's s�� nse and will hav1", inimum of five (5) years of experience. All agents posses,',, owledge of the Unfarm Relocation and Real Property Acquisition Policies Act ani=#pte of California Eminent Domain Law and will have the specific knowledge and �����r�plic�Ft� project. BRI then will meet with the owners and convey'i t ` Tents r�����1 ng n k,essary acquisitions until acceptance or impasse is reached. BRI willcontlt or ahem,` contact each property owner at I t y 7 f{ least six (6) times within the firs#t� days of appi�ral to proceed and will attempt to meet with each owner at least}`,., he (1) time ti��erso�d may make additional contacts by phone, e-mail or thrh, r3; it rt r 1,ta Deliverables. :fii ti �S r • Five (5) TCEs and two (2) permanent,j� ments. A}}Ait{`` BRI will provide Right of Way Certification coordination servicefth Cptr�',ihch will be necessary to obtain Caltrans Local Assistance approval Pit tj��rttcation, BRI will identify any special issues that are likely to be enco#ere ,gni �f�4sho'w they will be addressed and ensure that all documents includingrn�g, legal descriptions, deeds, and purchase agreements comply with the City's standards. Deliverables: • One draft and one final Right of Way Certification that meets Caltrans standards. Title and Escrow Services BRI will deliver documents and checks to escrow company, review all documents for submission to escrow companies, review title and escrow documents, and apply 20_0502 rl Amend 3 Scope of Work Page 5 of 6 extensive acquisition experience so that the project acquires good title and property rights necessary for the completion of the project. BRI will coordinate escrow closings and file all applicable forms and documents with the County Assessor's office. Deliverables: • Five (5). Preliminary Title Reports.. • Facilitate Title and Escrow support as outlined above for potentially two (2) properties. Task 10 - Pre ©�z,irrfra� arab P cuments s xs _ , xr Morrison Structr�''}lia(I prepare co!��act documents for the project final design phase to incorporate t latest preferred ppect. The final design phase shall include the 90% MIR Design deliver1es and the Final [fin deliverables. Bridge design will include varying superstructpfh at the left slabwidening to not encroach on hydraulic clearance beneath the 164' e Scour rehabilitation design in the channel will be incorporated: Stage construttrtu���gne( t,��nmodate no requirements, limited time road closures, p���ty'oftl)t;`and`tlfted right-of-way. Retaining walls will be £$ { ([ included at each side of eachp broach roa day to retain the roadway embankments and reduce imJP,,'6ot to adlacgh' roperties. The road and structure details specifi(w the 2018 edition of Caltrans Stand��it3,;�,'`�Sta Special Provisions. Special provisions and cost commitments required by final approved e�ajr environmental permits. �I`'J,' 20_0502 rl Amend 3 Scope of Work Page 6 of 6 ij , prepared in accordance with ' _ications, and Standard ates shd#t,clude the environmental ental dQp ,klianent and final aDr)roved Contract No. C-5900 Consultant: Morrison Structures, Inc, DIRECT LABOR Classification Amendment 3—Final Design Structural Engineer (E6) Associate Engineer (E3) Technician (TI) Technician (T2) Old Alturas Road Bridge over Chum Creek Project bate: 2 -May -20 Amendment No. 3 - Cost Proposal Initial Hourly Name Hours Rate Total Morrison; Jr, Bob 259 $ 72.05 $ 18,660.95 Roesner Dean 226 $ 47.50 $ 10,735.00 Staff 0 $ 21.00 $ ,00 Gallino Janet 214 $ 32,88 $ 7,036;32 699 $ 36,432.27 A (assumes 0% rate me Subtotal Direct Labor a OTHER COSTS (refer to attached detail) Expenses (mileage, binders, supplies, etc,) Subconsultants SDS (R/W Easements) Advanced Engineering Graphics (Technician Services) CGI Technical Services (Geotechnical Engineering Services) BRI (R/W Appraisals, Acquisitions, Certification) Subtotal Other Costs Markup Other Costs 0.00% $ 8,214.00 $ 24,846.45 $ 1,7%00 $ 44,350.46 $ 79,260.91 $ .00 GRAND TOTAL $ 213,305.43 Advanced Engingineering Graphics, Inc. Cost Proposal for Old Alturas Bridge over Churn Creek Project Contract No. Subconsultant: Advanced Engineering Graphics, Inc. DIRECT LABOR Classification Name Task 3 - Final Design PS&E Date: 25 -Mar -20 Initial Hourly Hours Rate Total Technician Richard Uhlmann 197 $ 50.00 $ 9,850.00 $ .00 $ .00 $ .00 Task Total $ 9,850.00 Subtotal Direct Labor Anticipated Salary increases Total Direct Labor Cost Direct Labor and Indirect Overhead Rate FIXED FEE OTHER COSTS (refer to aff Expenses (mileage, supplies, Subconsultants Sub consult A Sub consult B $ 9,850.00 $ .00 $ 9;850.00 $ 13,590.05 $ 23,440.05 $ 1,405.40 $24,846.45 Form 10-H COST PROPOSAL EXHIBIT 10-H1 COST PROPOSAL INDIRECT COSTS Fringe Benefits Overhead General and Administrative FIXED FEE OTHER DIRECT COSTS Travel & Per Diem Shipping Preliminary Title Reports Subconsuitant (Sierra Valuation - Reviews) 1710 at 10 at 5 at 2 at Total Other Direct Costs rect Labor Costs F]PrimeConsultant 15,153.83 XOSubconsultant $ F-12nd Tier Subconsultant CONSULTANT Bender Rosenthal, Inc. Tota La Direct LaborCosts $ 15,153.83 Total 49 �a PROJECT No. 7,490.54 17 .11, $ 2,718.60 5( $ ,�,�E 7,607.22 CONTRACT No. City of Redding - Old Alturas Rd Bridge Project Date 24 -Feb -20 DIRECT LABOR Actual/Average Classification Na`t�� Hours Hourly Rate Total t ROW Project Manager Jei��l'��rf 15.0 @ $ 65,00 $ 975.00 Appraisal Manageroughton Apprai�jlt 2.0 @ $ 62.50 $ Senior Appraiser 21111 F,j"� Appra� 4.0 @ $ 67.70 $ 125:00 270.80 Appraiser l"�fTAPPr 42.0 @ $ 48.00 $ 2,016.00 Sr Project Coordinator nt 1, Li'l A D Escrow/Ac � port 0.5 @ $ 58.05 $ Project Coordinator Escrow/AC ort 80.0 @ S 30.00 $ 29.03 SR Acquisition Agent gnette Acquisitions 144.0 @ $ 57.00 $ 2,400:00 8,208.00 Acquisition Agent T �; � � Acquisitions 4.0 @ $ 42.00 $ 168.00 Researchers TBD1,'�,r z , {, praisalJSu�¢�� z`} nittt t rs� t� i��� 15.0 °� 30.00 $ 450.00 Administrator / Clerical ,'N��� TBD �� t,f t , 6.0 @ $ 32.00 $ 512.00 INDIRECT COSTS Fringe Benefits Overhead General and Administrative FIXED FEE OTHER DIRECT COSTS Travel & Per Diem Shipping Preliminary Title Reports Subconsuitant (Sierra Valuation - Reviews) 1710 at 10 at 5 at 2 at Total Other Direct Costs rect Labor Costs $ 15,153.83 SalaryIncreases $ - � Tota La Direct LaborCosts $ 15,153.83 Total 49 �a $ 7,490.54 17 .11, $ 2,718.60 5( $ ,�,�E 7,607.22 ,ect Costs $ 17,816.36 Fixed Fee $ 3,297.02 3,750.00 3,000.00 $ 8,083.25 TOTAL COST $ 44,350.46 k" It IV z 91 0 n O II r Q. 1 p G Z Y °cp G) i '+ K h W O H El ' CD ti "t co W O Off" o N o O-* . D Q y tN' W x Q E ro � r + n 4 c'� n CD h � o mf r CL OIgN x 0 A 14 F { �t}� If yn m co A� ' Ott y � f CA {t i CL Jy 0 4 (; " M { t, \ fn fA FA h�C #t y #51 t t Nq fA fA O CD rt }} ik;,l-}.P O •^• 4 � } j }({} t } t4 t 5t#" O O it i J t S j1",`tttl #�N N ## # gg O i 3 z # 0 y} has t� t p oa_ � fA fA fA tC �. �1 t O 0 iJ 0 G O O O 0 O O O P O OC O O O P Ci O CS O O O O W W W O O O O O O o a `o° ii a off' 3E �Ao 0 0 o fD. t- 1 O O O z aan w� 0 ' N 91 0 n O II r Q. 1 p G R 7M °cp 5 '+ K h W O H CD ti "t co W O Off" o N o O-* . O 0w y tN' W x Q E ro � r + n 4 I O CD � o r CL OIgN x yn m co A� ' y � f � f {t i CL Jy " M { t, \ } 91 0 r Q. 1 ch W O n N o O tN' W ro n 4 91 to b �. 00. +1 O\. UI t (y pl •�' CT' O' N• CZ• G �. CCG �V PT..� .�� p in n*. �p•. C _ co N (D N Gr H cn w w G r9 G ¢ �N• � ^�1 0 .�3 � r , C�C N s^ ¢ N O ¢ o m as 03 Q 0)O Z yCL 'b0 Com' � y� go CL W � to CD 0 O¢ 2 sss H N fs II N � �. yA p CIL . G — o log`� n O N 0 in H H Z Com' W � to r 0 sss H N fs II lq Ov log`� t t�1 cs1 v1 vi to trs � � � H O t1 C O 0 O c. O O { o 0 0 0 p 0 C. O o C, a C? o l•l kk f M •{\/'����J, /fid-wy�( i f..tly{rt r J A. s4 yiE{> t tit rtxr4t 5� t i t s�z � t i t �s � H �a V t imi t ('� iO sill0 O a 0 0 0 O 0 i �y t ' � rr E It i 5 { z z � N u yH (A 01 H9 69 ER W f/q fA b1 Vf 6R 0 O O O b 0 0 0 0 0 0 0 0 0 n O N 0 Contract No. Old Alturas Road Bridge over Churn Creek Project Date: 30 -Mar -20 Subconsultant: Sharrah Dunlap Sawyer, Inc. DIRECT LABOR Classification 2020 Right of Way Easements Supervising Professional Civil Engineering Technician Project Administrator OTHER COSTS (refer to attached detail) Expenses (mileage, supplies, etc.) Subconsultants Sub consult A Sub consult B Name Josh Martin Joel Dormer Melanie Hunter Direct Labor ary Increases Initial Hourly Hours Rate Total 26.00 $ 65.06 $ 1,691.56 30.50 $ 31.90 $ 972.95 2.00 $ 49.76 $ 99.52 $ 2,764.03 $ 2,764.03 $ .00 $ 2,764.03 $ 5,449.97 Total Df jil abor Cost Indirect Overhead Rate @ 197.17%' ti CITY OF REDDING CONSULTING AND PROFESSIONAL SERVICES CONTRACT THIS CONTRACT is made at Redding, California, by and between the City of Redding ("City"), a municipal corporation, and Morrison Structures, Inc. ("Consultant") for the purpose of Engineering Services for the Old Alturas Road Bridge over Churn Creek Project. WHEREAS, City does not have sufficient personnel to perform the services required herein thereby necessitating this Contract for personal services. NOW, THERE] acknowledged, as SECTION 1. Subjec City t] shall p SECTION 2. A. covenant and agree, for good consideration hereby 1 the terms and condi ns set forth in this Contract, .Consultant shall provide to rvices described in Exhibit A attached and incorporated herein. Consultant o tt�e,the semi, es at the time place and in the manner specified in Exhibit A. is ti� C`lIp'NSA ' AN IMBURSEMENT OF COSTS ft rte, The method of pit ent for this ract will be based on actual cost -plus -a -fixed fee. `�AL 1. The City shall Yrct"set s`dt r actual costs (including labor costs, employee benefits ead and "I'll," direct costs) incurred by the Consultant in perfo z f the work., al casts shall not exceed the total estimated dire indirect o� ` `��ad ','other costs set forth in ,'� r} t tI 4�i i }`a,� t if5. the approved Exit B, hss ad�17 rei �sement is provided for by contract amen" ent. 2. In addition to the costs ron, the City shall pay the Consultant s fixed fee of $2 4{ t{k` ,std' fixed fee shall not be altered, unless there is a significant the scope, complexity, or character of the work to bepch is documented by contract amendment. The fixed fee can be invoiced monthly based on the percentage of actual costs expended compared to actual cost budget. 3 In the event that the City determines that a change to the work from that specified in the Exhibit A and contract is required, the contract time and/or actual costs and fixed fee reimbursable by the City shall be adjusted by contract amendment to accommodate the changed work. The total amount payable by the City, including fixed fee, shall not exceed three hundred forty six thousand four hundred ninety nine and fifty two cents ($346,499.52). FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] �P rr,,i. 2 - S-/3 Page 1 B. Consultant shall submit monthly invoices to City for work completed to the date of the invoice. All invoices shall be itemized to reflect the employees performing the requested tasks, the billing rate for each employee and the hours worked. C. All correct, complete and undisputed invoices sent by Consultant to City shall be paid within thirty (30) calendar days of receipt. D. Salary increases of three percent (3.5%) will be reimbursable if approved by the City. SECTION 3. TERM AND TERMINATION A. Cons'` a a c ce work on or about March 20, 2013, and complete said 1, 2015. Time is of the essence. B. 'Vht' Contract maybe4t$tt{ inated for cause by the City if Consultant fails r�y tantially to perforrn`'l , obligations under this Contract and does not commence of such nonperformance within 5 days of written notice and diligently he correction thereafter. If termination pursuant to this subdivision is given 7t��, in default'{br�t�e�'I in this terminatio Subdivision C of C. Either Party may tee t written notice. Notwifft of this Contract exceeds ninety right to terminate shall be limited later determines that the Consultant was not then the notice of termination provided for have been given without cause pursuant to e on thirty (30) calendar days' term set forth in Section 3.A, in duration, Consultant's sole D. Consultant hereby acknovlt�es arreos£y�ze obl on of City to pay under this Contract is Contin e upon `P r' ERR MCrt 's funds which are ge tlability y appropriated or allocated by the City Council. Shou t,'�ie fundinr the project and/or work set forth herein not be appropriated or cated ,, ` 01 City Council, City may terminate this Agreement by furnishing { at,>��) calendar days' written notice of its intention to terminated In the � � `'�` termination pursuant to this subdivision, Consultant shall not a remedy of acceleration of payments due over the term of this Agreement`, The Parties acknowledge and agree that the power to terminate described herein is required by Article 16, Section 18, of the California Constitution, and that constitutional provision supersedes any law, rule, regulation or statute which conflicts with the provisions of this Section. E. In the event that City gives notice of termination, Consultant shall promptly provide to City any and all finished and unfinished reports, data, studies, photographs, charts or other work product prepared by Consultant pursuant to this Contract. City shall have full ownership, including, but not limited to, intellectual property rights, and control of all such finished and unfinished reports, data, studies, photographs, charts or other work product. FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] Page 2 N, r F. . In the event that City terminates the Contract, City shall pay Consultant the reasonable value of services rendered by Consultant pursuant to this Contract; provided, however, that City shall not in any manner be liable for lost profits which might have been made by Consultant had Consultant completed the services required by this Contract. Consultant shall, not later than ten (10) calendar days after termination of this Contract by City, furnish to City such financial information as in the judgment of the City's representative is necessary to determine the reasonable value of the services rendered by Consultant. G. In no event shall the termination or expiration of this Contract be construed as a waiver of,' }" seek remedies in law, equity or otherwise for a Party's failure AP to perf# ; �fc o required by this Contract. t���YtI Fir P t.i SECTION 4 ,'f4';'t'J" MISCELLANE { TERMS AND CONDITIONS OF CONTRACT A. *10,0 shall make its facill s accessible to Consultant as required for Consultant's frrnance of its services under this Contract, and, upon request of Consultant, pro rlabor and safety equipment as required by Consultant for such access. ordinance, Consultant shall obtain a City business license C. Consultant repress* and warn' to qualifications and awls nat Consultant to practice 'ion. Consultant shall, at its sole cost "p during the term of this Contract cer required for.Consultant to pr prod D. Consultant shall, during Vie'' entire independent contractor and nothing in this C that it has all licenses, permits, Dever that are legally required for L ents and warrants to City that .e effect or obtain at all times that are legally Ito be an shall it be ig construed, to create an employer/employee relatio , ass�,p�� � � � joint venture relationship, trust or partnership or to allow City M" retion or control over the professional manner in whichnsult�`+ riiis under this Contract; provided, however, that the services toConsultant shall be provided in a manner consistent with the professional°'ustandards applicable to such services. The sole interest of City is to insure that services are rendered and performed in a competent, efficient and satisfactory manner. Consultant shall be fully responsible for payment of all taxes due to state and federal governments which would be withheld from compensation if Consultant were a City employee. City shall not be liable for deductions for any amount for any purpose relating to Consultant's compensation. Consultant shall not be eligible for coverage under City's workers' compensation insurance plan, benefits under the Public Employee Retirement System or be eligible for any other City benefit. No party shall be the agent of, or have a right or power to bind, the other Party without its express written consent. FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] Page 3 E. No provision of this Contract is intended to or shall be for the benefit of, or construed to create rights in, or grant remedies to, any person or entity not a party hereto. F. No portion of the work or services to be performed under this Contract shall be assigned, transferred, conveyed or subcontracted without the prior written approval of City. Consultant may use the services of independent contractors and subcontractors to perform a portion of its obligations under this Contract with the prior written approval of City. Independent contractors and subcontractors shall be provided with a copy of this Contract and Consultant shall have an affirmative duty to assure that said independent contractors and subcontractors comply with the same and.`.ft bound by its terms. Consultant shall be the responsible party with��`fio s of its independentcontractors and subcontractors, and t shain such in e and indemnity provisions from its contractors and �,t,�.. s 0htrators as City's„it,, Manager shall determine to be necessary. G. sultant, at such, tirnAz,; d in such form as City may require, shall furnish City wttlr such periodic reports as it may request pertaining to the work or services ours” ant to this Contract, the costs or obligations incurred or to be incurr�>} ion d any other matters covered by this Contract. ..... lr. r t H. For the purpose off, ermmmg c Hance with Public Contract Code 101 15, et , tG` tfornia Code >"`' egulations, Chapter 21, Section 2500 et seq., seq. And Title 21 when applicable ai'other matte nnect with the performance of the contract pursuant to GoveItant, subcontractors, and the City shall maintain all book�t„r,yt ants, c 'ng records, and other evidence jsT=, pertaining to the performance of t tract, incl g but not limited to, the costs of administering the contract. A es shall m i ch materials available at their respective offices at all reas lines durm e co ,t period and for three '21,0” state the State Auditor, years from the date of finah er��`�n� der th�,� �` > sb r t tj� li ;�l it s City, FHWA, or any duly adthorizei ���ive of federal government shall have access to any books, records, and` document„� the Con}ltant that are pertinent to the contract for audit, examinations, ts, a.pp `actions, and copies thereof shall be furnished if requester I, Consultant shall perform all services rt�'' j,rsuant to this Contract in the manner and according to the standards olis by a competent practitioner of Consultant's profession. All products of whatsoever nature which Consultant delivers to City pursuant to this Contract shall be prepared in a professional manner and conform to the standards of quality normally observed by a person practicing the profession of Consultant and its agents, employees and subcontractors assigned to perform the services contemplated by this Contract. J. All completed reports and other data or documents, or computer media including diskettes, and other materials provided or prepared by Consultant in accordance with this Contract are the property of City, and may be used by City. City shall have all intellectual property rights including, but not limited to, copyright and patent FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] Page 4 y rights, in said documents, computer media, and other materials provided by Consultant. City shall release, defend, indemnify and hold harmless Consultant from all claims, costs, expenses, damage or liability arising out of or resulting from City's use or modification of any reports, data, documents, drawings, specifications or other work product prepared by Consultant, except for use by City on those portions of the City's project for which such items were prepared. K. Consultant, including its employees, agents, and subconsultants, shall not maintain or acquire any direct or indirect interest that conflicts with the performance of this Contract. Consultant shall comply with all requirements of the Political Reform Act (Government Code § 8100 et seq.) and other laws relating to conflicts of interest, includmz�;zz '1?: 1) Consultant shall not make or, participate in a decision madel �,r,�' i tonably foreseeable that the decision may have a material eff�'n Consultant's omic interest, and 2) if required by the City Attorney, Cc .iltant shall file fin `x' 1 disclosure forms with the City Clerk. L. $� Consultant agrees t� „= the Contract Cost Principles and Procedures, 48 CFR, Wjfdl Acquisition Regulations System, Chapter 1, Part 31 et seq., shall be used to de �ne the allpwabilrty of individual items of cost. M. The Conanitt'"also '' to co with Federal procedures in accordance with 49 CFR, Part 1$, U Admini t ve Requirements for Grants and Cooperative Agreements to Staff`': d Local Gov ents. g z,t (r f { N. City agrees to copy wit gyral es in accordance with Office of Management and Bud`'t ftr`ar 'fin ''; , Administration Requirements for Grants -in -Aid to State and Loc iernments 1 O. Any costs for which payme 4 n made to J on dant that are determined by subsequent audit to runaole uq �� `i48 t �, Federal Acquisition Regulations System, Chapter 1, Part ��{�;�;'or O ;j lrcular A-102 Uniform * Administration requirements for Grants -in -Aid to St a 1" d" Local QQm vernents, or t 49 CFR, Part 18, Uniform Administrative Require m for 'Cooperative Agreements to State and Local Governments,u��,{`� `epayment by the Consultant to City. P. In providing opinion of costs, financial analyses, economic feasibility projections, and schedules for the Project, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality type management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate Project cost or schedule. Therefore, Consultant makes no warranty that City's actual Project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's opinions, analyses, projections, or estimates. When City requires Consultant to prepare quantity and material take -offs and/or opinions of cost from plans and specifications FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. lune 2009] Page 5 that are less than 100 percent complete, City will hold Consultant harmless from any and all loss, liability, or claims resulting from the incompleteness. Q. City will examine Consultant's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of any attorney, insurance counselor, accountant, auditor, and other consultants as City deems appropriate; and render in writing decisions required by City in a timely manner. R. City will give prompt written notice to Consultant whenever City observes or becomes aware of any development that affects the scope or timing of Consultant's services, or any defect in the work of Consultant. S. City { {,,�n4' en , or interrupt the services of Consultant for the convenience of��`fin the event" rce majeure or such suspension, delay or interrupt, an gg"eq�ie adjustment inf ` project's schedule, commitment, cost of Consultant's p` nnel and subcontraf { , and Consultant's compensation will be made. T. C,' ;,=may make or approve changes within the general scope of services in this Co If such changes. affect Consultant's cost of or time required for perfo t '�s e ser t quitable adjustment will be made through an amendment`o`°"is Ccs U. City will provide' ` onsultant all l in City's possession relating to Consultant's services on the pect. Cons wil easonably rely upon the accuracy, timeliness, and corovided by City. 5,2"Ktn} j,�3* k V. n soils, foundation, groundwater `"other sub ace investigations, the actual characteristics may vary sigm between s kssive test points and sample intervals and at locations ear" :than whey' �, bsery pns, exploration, and investigations have been Bette of terent certainties in subsurface evaluations, changed or unaiticipated'und co ions may occur that could affect total project cost and/or execution. These tions and,cost/execution effects are not the responsibility of Consultant. W. The presence or duties of Consultant's personnel t{� 4 ''coon site, whether as onsite representatives or otherwise, �rh dot r„ 'e ` `Consultant or Consultant's personnel in any way responsible for thoelutios that belong to City and/or the construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. Consultant and Consultant's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] Page 6 construction contractor(s) or other entity or any other persons at the site except Consultant's own personnel. The presence of Consultant's personnel at a construction site is for the purpose of providing to City a greater degree of confidence that the completed construction work will conform generally to the, construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Consultant neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. X. The Consultant warrants that he/she has not employed or retained any company or Y. person, othat a bona fide employee working for the consultant; to solicit or securethi t�' ` ' d that he/she has not paid or agreed to pay any company or pers,�r'l ter than a fide employee, any ,fee, commission, percentage, bro je fee, gift, or F 7 other consideration, contingent upon or resulting from the `uard,or formation ,. is agreement. For breach or violation of this warranty, ocal agency shall h the right to annul this agreement without liability, or at i�'riscretion; to deduct'om the agreement price or consideration, or otherwise r r the full amount of such fee, commission, percentage, brokerage fee, gift, or certification shall Z. City shall execute OW I be made a part of tht� z SECTION 5 INSURANCE the tt ; 'fication attached 1n Exhibit 10-F. Such apart off contract. ricationAffliched,in Exhibit 10-G. Such certification shall A. Unless modified in writing by Risk following noted insurance dr t,durat�+ shall maintain the Coverage t it n �,t " required required Not .it �iltYit it3 t11 t � Commercial General Liability Comprehensive Vehicle Liability Workers' Compensation and Employers' Liability ' ` " �X Professional Liability (Errors and Omissions) X (Place an "x" in the appropriate box) B. Coverage shall be at least as broad as: 1. Insurance Services Office form number CG -0001 or equivalent, Commercial General Liability Insurance, in an amount not less than $1,000,000 per occurrence and $2,000,000 general aggregate for bodily injury, personal injury and property damage; FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] Page 7 2. Insurance Services Office form number CA -0001 or equivalent, Comprehensive Automobile Liability Insurance, which provides for total limits of not less than $1,000,000 combined single limits per accident applicable to all owned, non -owned and hired vehicles; 3. Statutory Workers' Compensation required by the Labor Code of the State of California and Employers' Liability Insurance in an amount not less than $1,000,000 per occurrence. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers; tt j4 { t };It 4t�r 4 t tY} C.deductil C At the t� ,t de&l�tbles officer' guarantee`n and defense e D. The General provisions: 3. (Errors and Omissions) Insurance, appropriate to , against loss due to error or omission or malpractice Ian $1,000,000. )les or self - used retentions must be declared to and approved by option of the City, either: the insurer shall reduce or eliminate such >r self-insured retentions as respects the City, its elected officials, ale ' , r lunteers; or the Consultant shall procure a bond payme �,',t osses ` related investigations, claims administration City, its elected offc as additional insured performed by or on b Consultant; or autom The coverage shalf 'e afforded to City, it volunteers. to contain the following and agents are to be covered ig out of work or operations .se weed, leased or used by i borrowed by Consultant. t{ , h the scope of protection employees, agents and The insurance coverage of Consulttant shall{ rttt ,!Y insurance as respects City, its elected officials, officer 121 4`s, agents and volunteers. Any insurance or self-insurance maintained'" y City, its elected officials, officers, employees, agents and volunteers, shall be in excess of Consultant's insurance and shall not contribute with it. Coverage shall state that the insurance of Consultant 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. 4. Each insurance policy required by this Contract shall, be endorsed to state that coverage shall not be canceled except after thirty (30) calendar days' prior written notice has been given to City. In addition, Consultant agrees FECERAL LANGUAGE -Consulting and Professional Services Contract [Rev. June 2009] Page 8