HomeMy WebLinkAbout _ 4.11(b)--Award Request for Proposal No. 5517 Butte St Boogie � � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: February 18, 2025 FROM: Michael Webb, Public Works
ITEIVI NO. 4.11(b) Director
***APPROVED BY***
�
�c a� � �bEi� 'c�r�Cs I7�reetcsr '?il�r'2t}`?� r5�' �p�i��,C�i �r� �, ?�'1(l�'2{�?.
mwebb@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.11(b)--Award Request for Proposal No. 5517 and Authorize the Signing of a
Consulting and Professional Services Contract for Engineering and Environmental Services for
the Butte Street Boo ie Network Pro'ect
Recommendation
Authorize and approve the following actions relative to Request for Proposals No. 5517, to
provide engineering and environmental services for the Butte Street Boogie Network Project:
(1) Award the Consultant and Professional Services Contract to GHD Inc., in an amount not
to exceed $1,134,848.61;
(2) Authorize the Mayor to sign the contract with GHD Inc.; and
(3) Authorize the City Manager, or designee, to approve contract amendments in an amount
not to exceed $70,000 in total.
Fiscal Impact
The City of Redding (City) was awarded an Active Transportation Program (ATP) grant in the
amount of $6,437,000 with an additional $806,000 in Shasta Regional Transportation Agency
(SRTA) funds and $805,000 in City match funds for a Butte Street Boogie Network Project
(Project) total budget of $8,048,000. There are adequate project funds to award the consultant
and professional services contract (Contract) to GHD Inc. (GHD) for a not to exceed total
amount of$1,134,848.61.
Alte�native Action
The City Council (Couneil) may choose not to award the contract for this project to G�ID. If
Council chooses not to award the contract, the City's Engineering Division does not have the
staffing resources to complete this project within the grant approved timeline. Engineering
would have to reprioritize staffing, project delivery and delay other City projects. Or, Council
could provide staff alternate direction.
Report to Redding City Council February 11,2025
Re: 4.12(b)--Award Rec�uest for Proposal No. 551�Butte St Boogie Page 2
Background/flnalysis
The project is on the west side of downtown Redding and includes a variety of improvements:
■ Beginning at the corner of Shasta Street and California Street, the project will construct a
new cycle track (protected two-way bike facility) on Shasta Street from the new Shasta
Bike Depot, west to West Street;
■ A number of neighborhood streets along Butte Street between Placer Street on the south,
Eureka Way on the north, and Pleasant Street on the west side;
■ Enhances Butte Street into a neighborhood "greenway" bike facility that wi11 facilitate
bikes through the neighborhood as an alternative to Placer Street and Eureka Way. Butte
Street will feature curb extensions for pedestrian safety, slow neighborhood streets with
traffic calming devices and enhanced bicycle crossings of the side streets. It will add an
off-street extension west on Butte Street through the open space and wi11 connect to
Manzanita Elementary School; and
■ On Placer Street, along the Benton Airpark gap, bicycle and pedestrian facilities wi11 be
added along the north side of Placer Street.
Overall, the project will complete bicycle connections on the west side of downtown Redding
from California Street through the neighborhoods to Pleasant Street.
Consul�ant Selection Process
On August 12, 2024, a formal Request for Proposals (RFP) (No. 5517), outlining the specific
scope of tivork for the railroad crossing was advertised. Requests were sent to 13 engineering
firms; a legal notice was in the Record Searchlight and the RFP was posted on the City's
Purchasing Division webpage. Proposals were due on September 10, 2024 - unfortunately, no
proposals were received.
After consulting with Caltrans, City staff received authorization to solicit a proposal from a
qualified firm. Based on their availability, expertise and experience with City ATP projects City
staff selected GHD, a local firm. A scope of work and fee was negotiated that is acceptable to
GHD and the City. The proposed total not to exceed fee is in the amount of$1,134,848.61 for the
required scope of work.
The consultant fee is estimated and based on actual work performed. However, because this is a
complex project, staff recommends the approval of an additional $'70,000 in contingency reserve.
If this reserve needs to be utilized, an amendment will be negotiated with the consultant and the
contract will be modified with City Manager approval.
The attached contract with GHD, has been approved as to form by the City Attorney.
Environmental Review
Consultant selection is not a project defined under California Environmental Quality Act, and no
further action is required. The consultant will provide design and technical study information
necessary to ensure environmental compliance as the project progresses.
Report to Redding City Council February 11,2025
Re: 4.12(b)--Award Rec�uest for Proposal No. 551�Butte St Boogie Page 3
Council Priority/City Manager Goals
• Public Safety — "Work to improve all aspects of public safety to help people feel secure
and safe where they live, work, and play in the City of Redding."
Attachments
^Location Map
^Contract
___ __�
---
__�' MIDOCE� , �-_____' . � ___
� - — -_,—__._.._._-._ _._-`.-_- REEKRD ` , \_
. OV�R���\ �\`��J
��\�
___�- ���` �y�cs <qK \\\\ "
�� T � F�iF
sT w�R -- —
_RIVERSIDE DR —.
'�i � rI��I I \
ZPr r '.'rc u�-'-��E
a Z
�
� y Am
,�, � A N� ,
� � � � � �
N� �
� ,�� � 0
, �ST ST �� �CO � �
�^�� GRTS
-� �� r
_ � � J��-- ------ --� � — - �P� mo�v`s1O S
\—C'� _��— EUREKAWAY _ � �URE� 2�, �
��
----_--- __--- -- - v� �� �� �N
----- - ------ � E� s� , `
---------- �NPS�P. �
�RZNsj v �
N G> �
�p p Pg�
� �2 v jENPM
° �'m ''�
v m � �
�y Am m ym y , m ` � pm
9 � A G y N C �
Pj F � N'� � 2
1 y� m N�g��ses� N�
. �tfE1'� � yG �� N� � .
� ➢ n ``
c ��� aV ���� N� �
g�� � SS
'CE oO A J�r`� v -(ENPMPsj v � Y�gP � �
- � �
G O �'�S��'.... � N � t�
G (
,` �
�� = ym gv�.. � � a A�
�,`Q- p 'Z N a ��
'� 2
P DZ N
� �
m m�' MEN��S��
O P� v�' SP�RP
SS
RP y� � P�GER SOUjNgT
� 2 9m � G)
�v�P� ��m Go�osz
� R SS
� P`PG=i ym g
� m N A�
�- 'J�
N� � s
Z C a
�F / S� ��
� cn� m � G��D
O 9 y-
��F � � N� �Z O oPKF\DGE�R '�--.
� ��\ o � m m ��/�/�� -
�\ v
"" 1_,"'H`yT---—'.- �� � GG UNG��Nsjm � "� ' SONOMAST
gVu, m RI GE P
- - (Y \ Q
O�
K �8
2 �
a � o0
i
LEG E N D � --------- _ �F _ ___ _ �A�
I SONOMAST--'- � - _ � j - �
2i .o
� - PROJECT LIMITS ��- � L �
cT �
F �2�
\
..
_-- -
� � pysza _---'—� [��� �T�_
o `1�___----_--� \-Ti� (-1 n_-1_
o� RFo CITY OF REDDING
���� BUTTE STREET BOOGIE
� � PUBLIC WORKS NETWORK PROJECT
��///=' �� DEPARTMENT
�°��Foa`' �OCATION MAP
CITY OF REDDING
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
CALTRANS—STATE OF CALIFORNIA FUNDING
THIS CONTRACT is made at Redding,California,by and between the City of Redding("City"),
a inunicipal corporation, and GHD Inc., ("Consultant") for the puipose of Butte Street Boogie
Netwoi�lc Project.
WHEREAS, City does not have sufficient pe1•sonnei to perform the seivices required herein
thereby necessitating this Conti•act for personal seivices.
NOW, THEREFORE, the Parties covenant and agree, for good consideration hereby
acicnowledged, as follows:
SECTION 1. CONSULTANT SERVICES
Subject to the terms and conditions set forth in this Contract, Consuitant shall provide to
City the services described in Exhibit A,attached and incoiporated herein. Consultant shall
provide the services at the time,place and in the manner specified in Exhibit A.
SECTION 2. COMPENSATION AND REIMBURSEMENT OF COSTS
A. In accordance with Exhibit B the method of payment for this contract will be based
on actual cost plus a fixed fee. City will reimburse Consultant for actual costs
(including labor costs, employee benefits, travel, equipment rental costs, overhead
and other direct costs)inctu�•ed by Consultant in performance of the worlc. Consultant
will not be reiinbursed for actual costs that exceed the estirnated wage rates,employee
benefits,travel, equipment rental, overhead, and other estimated costs set forth in the
approved Consultant's Cost Proposal, unless additional reimbursement is provided
for by contract ainendment. In no event, will Consultant be reimbursed for overhead
costs at a rate that exceeds City's approved overhead rate set forth in the Cost
Proposal. In the event, that City determines that a change to the work from that
specified in the Cost Proposal and contract is required, the contract time or actual
costs reimbursable by City shall be adjusted by contract amendment to acconunodate
the changed warlc. The maximum total cost as specified in Paragraph"I"shall not be
exceeded, unless authorized by contract amendment.
B. In addition to the allowable inciu•red costs City will pay the Consultant a fixed fee of
$124,658.68. The�xed fee is nonadjustable for the terin of the contract, except in the
event of a significant change in the scope of worlc and such adjustment is inade by
contract amendment.
C. Reimbursement for transportation and subsistence costs shall not exceed the rates
specified in the approved Cost Proposal.
D. When milestone cost estimates are included in the approved Cost Proposal,
Consultant shall obtain prior written approval for a revised milestone cost estiinate
fi•om the Contract Administrator before exceeding such cost estimate.
E. Progi•ess payinents will l�e tnade manthly in arrears based on services provided and
allowable ir�curred costs.A pro rata portian of Cansultant's fixed fee wi11 be included
in the inonthly p��ogress paynlents. If Consultant fails to submit the requi7•ed
deliverable items aecording to the schedule set far in t1�e Statement of Wox�l�, �ity
shall have t11e rigllt to delay payment a�• te�minate this Cont�-act in accordalice with
the provisions of Section 3 "Term and Terrnination".
�'. Na payment wi11 be made�rio�•ta approval of any worl�,nor for any worlc perfarmed
prior to approval of this cantract.
G. No retainage will be held by City from progress paytnents due Consultant. Any
�•etainage held by Consultant o�• subconsultants fram progress payments due
subconsultants shall be promptly paid in furl to subconsultants within thirty {30)
calendar days after the subConsultant's warlc is satisfactorily com�leted. Fedex•al law
(49 CFR 26.29} requires that any delay or�pastponement of payment aver the thirty
(30}days may take place only far good cause and with City's priar written appraval.
Any vialation af this pravision shall subject the violating Consultant or subconsultant
to the penalties, sanctio�ls and other remedies specified in Section 7108.5 af the
Business and Professions�ode. These requirements shall not be constr-ued to lunit or
impaiY� any contractual, admini�trative, ar judioial i�er�edies, ather�vise available to
the Consultai�t az� subconsultant in the event af a dispute involving late payment o�•
nonpayment by Consultant, deficient subconsultant performance, ot•noncompliance
by a subconsultant.
H. Consultant will be r�eimbursed as pi•omptly as fiscal procedures will pernxit upon
��eceipt by City's Contraet Adrninistrator of itemized invoices. Invoices shall be
submitted no later than 30 calendar days after the performance of warlc fol� which
Consultant is billing.Invoices shall detail the warl�perfarmed on each milestone and
each project as applicable. Invoices shall follow the fo��rnat sfipulated for• the
approved Cost Proposal and s11a11 referellce this contract nuinber and project title.
Fina1 invoice must cantain the final cost arid al1 credits due City includirzg any
equipment purchased under t11is contract. The final invoice should be submitted
within b0 calenda�• days after completion of consultant's work. Invoices shall be
emailed to City's accaunts payable at the fallowing address: '
��c;�a�t������� ab�e��)��� c��'r�dd�n ��s�- ;
I. In accordance with Exhrbit B, attached and incorporated herein, the total amount
payable by City includizig tlze f�ed fee shall�ot exceed$1,134,848.61.
J, Personnel �•ate i11c��eases up ta 5°l0 one tin�e per year will be Y•eimbursable ar as
athe��vvise ap�roved by City's Contract Administrator.
F'ar personnel subject to prevailing wage rates; as desc�ibed in the Califof�nia Labot•
Code, all salary increases, which are the direct result of changes in the �revailing
wage�•ates are reiinbursa�le.
Cnitiiii�s State['uiided-Cons�i�t�ng and ProCessio�ml Sen�iczs Contract� p�.�e� 2
�Rcv.Ol/2S ���
K. Consultant agrees that the Contract Cost Principles and Procedures,48 CFR,Federal
Acquisition Regulations System, Chapter l, Part 31.000 et seq., shall be used to
determine the cost allowability of individual items.
L. Consultant also agrees to coinply with federal procedures in accordance with 2 CFR
200,Uniform Administrative Requirements, Cost Principles, and Audit Requirments
for Grants and Cooperative Agreements to State and Local Governments.
M. Any costs for which payment has been made to Consultant that are determined by
subsequent audit to be unallowable under 49 CFR Part 18, 48 CFR 31, Federal or 2
CFR 200 are subject to repayment by Consultant to City.
N. When a Consultant or Subconsultant is a Non-Profit Organization or an Institution of
Higher Education, the Cost Principles for 2 CFR 200, Uniform Administrative
Requirements, Cost Principles, and Audit Requirments shall apply.
O. Pursuant to Section 1781 of the Labor Code, Consultant is advised that some of the
worlc contemplated in this contract is subject to the payment of prevailing wages
including but not limited to Taslc 5 of Exhibit A and all other requirements of the
Prevailing Wage Law. The prevailing wage of each job classification may be found
by inquiiy with the California Department of Industrial Relations. Consultant shall
comply witil all laws related to the performance of public worlc including, but not
liinited to, the employment of apprentices pursuant to Section 1777.5 of the Labor
Code,work day/week hours and overtime rates pursuant to Sections 1813 and 1815of
the Labor Code and the obligation set forth in Section 1774-1776 of the Labor Code
in regards to payinent of prevailing wages and to provide the City of Redding and
Department of Industrial Relations certi�ed payrolls when required. A certified copy
of all payroll records relative to this pi•oject shall be submitted to the City of Redding
along with the related invoice. Receipt of certified payroll records is a prerequisite to
receiving payment.
P. No Consultant or subconsultant may be listed on a bid proposal for a public worlcs
project unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5. No Consultant or subconsultant may be awarded a
contract for public wot•lc on a public worlcs project unless registered with the
Department of Industrial Relations pursuant to Labor Code Section 1725.5. All
Consultants and subconsultants must fui�nish electronic cei�tified payroll records to
the Labor Commissioner. This requirement applies to all public worlcs projects,
whether new or ongoing. Consultant is fiu-ther advised that the work contemplated
herein is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
Q. Ail subcontracts in excess of$25,000 shall contain the above pt�ovisions G, J, K, L,
M,N, O and P.
SECTION 3. TERM AND TERMINATION
Culuans Smtc Fundcd-Consuiting and Pro(essional Szrvices Contract Page 3
Rev.01/25
A. Consultant shall coinmence work on or about March l, 2025 and complete said worlc
no later than March 1, 2029. Time is of the essence.
B. If Consultant fails to perforin its duties to the satisfaction of Ciry, or if consultant
fails to fulfill in a timely and professional manner its obligations under this Contract,
then Ciry shall have the right to terminate this Contract effective immediately upon
City giving written notice thereof to Consultant.
C. Either Party may terininate this Contract without cause on thirty (30) 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 right
to terminate shall be limited to termination for cause.
D. Consultant hereby acicnowiedges and agrees that the obligation of City to pay under
this Contract is contingent upon the availability of City's funds 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,
City may terminate this Agreement by furnishing at least thirty (30) calendar days'
written notice of its intention to terminate. In the event of a ter•mination pmsuant to
this subdivision, Consultant shail not be entitled to a remedy of acceleration of
payments due over the term of this Agreement, The Parties aclrnowledge 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,r•egulation oi•statute which conflicts with the provisions of this Section.
E. In the event that City gives notice of tei�nination, 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, chaits
or other work product.
F. In the event that City ter7ninates the Contract, City shall pay Consultant the
reasonable value of seivices rendered by Consultant pmsuant to this Contract;
provided, however, that City shall not in any maiuier 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 infortnation as in
the judgment of the City's representative is necessaiy to determine the reasonable
value of the services rendered by Consultant.
G. In no event shall the termination or expiration of this Contract be constiued as a
waiver of any right to seelc remedies in law, equity or otherwise for a Party's failure
to perform each obligation i•equit•ed by this Contract.
Caltrans S�ale�undzd-Consulting and Professional Servires Contract P$ge 4
Rev.0 t/2S
SECTION 4. MISCELLANEOUS TERMS AND CONDITIONS OF CONTRACT
A. City shall inalce its facilities accessible to Consultant as required for Consultant's
perforrnance of its services under this Conti•act, and, upon request of Consultant,
provide labor and safety equipment as required by Consultant for such access.
B. Pursuant to the City's business license ordinance, Consultant shall obtain a City
business license pi�ior to cominencing worlc.
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, lceep 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.
D. Consultant shall, during the entire term of this Contract, be constiued 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 ot•control over
the professional manner in which Consultant performs under this Contract. Any and
all taxes imposed on Consultant's incorne, imposed or assessed by reason of this
Contract or its performance, including but not liinited to sales or use taxes, shall be
paid by Consultant. Consultant shall be responsible for any taxes or penalties assessed
by reason of any claims that Consultant is an employee of City. Consultant shall not
be eligible for coverage under City's worlcers' compensation insurance plan,benefits
under the Public Employee Retirement System or be eligible for any other City
benefit.
E. No provision of this Contract is intended to,or shall be foi�the benefit of,or construed
to create rights in, or grant remedies to, any person ar�entity not a party hereto.
F. No portion of the worlc 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 cont�•actors 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 parry with
respect to all actions of its independent contractors and subcontractois, and shall
obtain such insurance and indemnity provisions from its contractors and
subcontractors as City's Rislc Manager shall determine to be necessary.
G. Consultant, at such times and in such form as City may require, shall fur�nish City
with such periodic reports as it may request pertaining to the worlc or seivices
Caltrans Stale�undcd-Consulting nnd Professional Services Conlmct Page 5
Rev.0 t/25
undertalcen pursuant to this Contract, the costs or obligations inctu•red or to be
ilicurred in connection therewith, and any other matters covered by this Contract.
H. Consultant shall maintain accounts and records, lllcluding personnel, pi•operty and
financial records, adequate to identify and account for all costs pertaining to this
Contr•act and such other records as may be deemed necessaiy by City to assure proper
accounting for all project funds. These records shail be made available for audit
purposes to state and federal authorities, or any authorized representative of City.
Consultant shall retain such records for tlu•ee (3) years after the expiration of this
Contract, unless prior perinission to destroy them is granted by City.
L Consultant shall perform all services required pursuant to this Contract in the manner
and according to the standards obseived by a competent practitionei•of Consultant's
profession. All products of whatsoever nature which Consultant delivers to City
pursuant to this Contract shall be prepared in a professional inanner and conforin 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 conteinplated by this Contract.
J. All completed reports and othei• data or documents, or computer media, 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 rights, in said documents,
computer media, and othe�• materials provided by Consultant. City shall release,
defend, indemnify and hold harmless Consultant froin all claims, costs, expenses,
dainage or liability arising out of or resulting from City's use or modification of any
reports, data, documents, drawings, specifications or other work product pr•epared 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 acquue any direct or induect 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 malce 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 Attoi�ney,
Consultant shall file financial disclosure forms with the City Clerlc.
SECTION 5. INSURANCE
A. Unless modified in writing by City's Rislc Manager, Consultant shall maintain the
following noted insurance during the duration of the Contract:
Caltrans State Funded-Consi�lting and Professional Services Contract P�lgB V
Rev.Ot/25 �
Covera�e Required Not Required
Commercial Genei•al Liability X
Comprehensive Vehicle Liability X
Worlcers' Compensation and Employers' Liability X
Professional Liability(Errors and Omissious) X
(Place au"x"in tlie appropriate box)
B, Coverage shall be at least as broad as:
1. Insurance Services Of�ce form number• CG-0001, Commercial General
Liability Insurance, in an amount not less than$1,000,000 pei�occurr•ence and
$2,000,000 general aggregate for bodily injury,personal injuty and properry
damage;
2. Insurance Services Office form number CA-0001 (Ed. 1/87), 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. Statutoiy Worlceis' 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 Worleers' Compensation and Employers'
Liability policies shall contain the insurer's waiver of subrogation in favar•of
City, its elected officials, officeis, 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 atnount not less than $1,000,000.
5. The City does not accept insurance certificates or endorsements with the
wording "but only in the event of a named insured's sole negligence" ar�any
other verbiage liiniting the insured's insurance responsibility.
C. Any deductibles or self-insured retentions must be declared to and approved by City.
At the option of the City,either: the insurer shall reduce or eliminate such deductibles
or self-insured retentions as respects the City, its elected officials, of�cers,
einployees, agents and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations,claims administration and
defense expenses.
D. The General Liability shall contain or be endorsed to contain the following
provisions:
Caltrans Smte Funded-Consulting vid ProCessional Services Contract P$ge 7
Rev.Ol/25
1. City, its elected officials, officeis, employees, and agents are to be covered as
additional insured as respects liability arising out of worlc or operations
performed by or on behalf of Consultant; premises owned, leased or used by
Consultant; or automobiles owned, leased, hired or boiiowed by Consultant.
The coverage shall contain no special limitations on the scope of protection
afforded to City, its elected officials, of�cets, employees, agents and
volunteers.
2. The insurance coverage of Consultant shall be primary insurance as respects
City, its elected of�cials, of�cers, employees, agents and volunteers. Any
insurance or self-insurance maintained by City, its elected officials, officeis,
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 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 that it
shall not reduce its coverage or liinits on any such policy except after thit•ty
(30) calendar days' prior written notice has been given to City.
E. Insurance is to be placed with insurers with a current A.M.Best's rating of no less
than A-VII.
F. Consultant shall designate the City of Redding, 777 Cypress Avenue, Redding, CA
96001 as a Certificate Holder of the insurance. Consultant shall furnish City with
certi�cates of insurance and original endolsements effecting the coverages required
by this clause. Certificates and endorsements shall be submitted electronically via the
PINS Advantage system. A linlc will be provided for the Consultant, or their
insurance agent, to enter and upload documents directly to PINS Advantage. The
certificates and endorsements for each insm�ance policy are to be signed by a person
authorized by the insurer to bind coverage on its behal£ All endorsements are to be
received and app2•oved in PINS Advantage by the City's Rislc Manager prior• to the
coinmencement of contracted seivices. City inay withhold payinents to Consultant if
adequate cei�tificates of insurance and endorsements required have not been submitted
as described above or provided in a timely manner.
G. The requirements as to the types and liinits of insurance coverage to be inaintained
by Consultant as t�equired by Section 5 of this Contract, and any approval of said
insurance by City, are not intended to and will not in any inanner limit or qualify the
liabilities and obligations otherwise assumed by Consultant pursuant to this Contract,
including,without limitation,provisions concerning indemnification.
H. If any policy of insurance required by this Section is a"claims inade"policy,pursuant
to Code of Civil Procedlue § 342 and Government Code § 945.6, Consultant shail
lceep said insurance in effect for a period of eighteen(18)months after the termination
Caltrans State Funded-Consulting and PwCessional Services CoNract Pflge g
Rev.0112S
of this Contract.
I. If any damage, including death, personal injury or property damage, occurs in
comlection with tlie performance of this Contract, Consultant shall immediately
notify Ciry'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 Rislc
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 Consuitant's insurance company; and 4) a detailed description of the damage and
whether any City property was invoived.
SECTION 6. INDEMNIFICATION AND HOLD HARMLESS
A. Consistent with Califoi•nia Civil Code § 2782.8, when the setvices 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
fiillest extent perrnitted by law, indemnify protect, defend and hold harmless, City,
its elected officials,officeis, employees,and agents, and each and every one of them,
from and against all 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 of�cers, employees or agents
in the performance of professional seivices under this Contract, except when liability
arises due to the sole negligence, active negligence or misconduct of the City.
B. Other than in the perforinance 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 inderruiify protect,defend and hold harmless,City,
its elected officials,officers, employees,and agents, and each and eveiy one of them,
from and against all actions, damages, costs, liability, clairns, 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 eve�y type and description to which any or all of them may be
subjected by reason of the performance of the seivices required under this Contract
by Consultant its officers, employees or agents in the pei•foimance of professional
services under this Contract, except when liability arises due to the sole negligence,
active negligence or misconduct of the City.
C. The Consultant's obligation to defend, indemnify and hold harmless shall not be
excused because of the Consultant's inability to evaluate liability. The Consultant
shall respond within thirty (30) calendar days to the tender of any claim for defense
and indemnity by tlle 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) calendai• days, in addition to any other reinedy
Calunus Stnte Fundzd-Consulting and Pro(essional Services Contract Page 9
Rev,0I/25
authorized by law, the City may withhold such fiinds the City reasonably considers
necessaiy for its defense and indernnity until disposition has been made of the claim
or until the Consultant accepts or rejects the tender of defense in writing delivered to
the City,whichever occurs first. This subdivision shall not be construed to excuse the
prompt and continued perforinance of the duties required of Consultant herein.
D. 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. The policy limits of said insurance policies do not act as a limitation
upon the amount of indemnification to be provided by Contractor•.
E. City shall have the right to approve or disapprove the legal counsel retained by
Consultant pursuant to this Section to represent City's interests. Ciry 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, Califar-nia. All
questions regarding the validity, interpretation or performance of any of its terms or
of any rights or obligations of the parties to this Contract shall be governed by
California law. If any claim, at law oi• othertivise, 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 undeistanding each may have had
prior to the execution of this Contract. This Contract shall not be altered, alnended or
modified except by a writing signed by City and Consultant. No verbal agreement or
conversation with any official, officer, agent or einployee of City, either before,
during or after the execution of this Contract, shall affect oi•modify any of the terms
or conditions contained in this Contract, nor shall any such verbal agreement or
convetsation 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 covenant or condition in
question. Until performance by Consultant of said covenant or condition is complete,
City shall be entitled to involce any reinedy available to Ciry under this Contract or
by law or in equity despite said forbearance or indulgence.
D. If any portion of this Contract oi•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 enfoi•ced to the greatest extent perinitted by law.
Caitrm�s State Fundzd-Consulting and Prulessional Serviczs Contmet P$ge 1�
Rev.Ot/25
E. The headings in this Contract ai•e 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 constiued as a waiver of any
other provision or any succeeding breach of the same ot�any other provisions herein.
F. Each Party hei•eto declares and represents that in entering into this Contract, it has
relied and is relying solely upon its own judgment, belief and lcnowledge of the
natur•e, extent, effect and consequence relating thereto. Each Party further declares
and represents that this Contract is made without reliance upon any statement or
repr•esentation not contained herein of any other Party or any representative, agent or
attorney of the other Party. The Parties agree that they ai•e aware that they have the
right to be advised by counsel with respect to the negotiations, terms, and conditions
of this Contract and that the decision of whether or not to seelc the advice of counsel
with respect to this Contract is a decision which is the sole responsibility of each of
the Par-ties. Accordingly, no parry 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.
G. Each of the Parties hereto hereby irrevocably waives any and all right to trial by jury
in any action, pr•oceeding, claim or counterclaim, whether in contr•act or tort, at law
or in equity,arising out of or in any way related to this Agreement or the t��ansactions
contemplated hereby. Each Party further waives any right to consolidate any action
which a juiy trial has been waived with any other action in which a juty trial cannot
be or has not been waived.
H. In the event of a conflict between the term and conditions of the body of this Contract
and those of any exhiUit or attachment hereto, the tei�ns 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 hereto, those
prepared by City shall prevail over those prepared by Consultant.
SECTION 8. SURVIVAL
The provisions set forth in Sections 3 through 7, inclusive, of this Contract shall survive
termination of the Contract.
SECTION 9. COMPLIANCE WITH LAWS -NONDISCRIMINATION
A. Consultant shall comply with all applicable laws, ordinances and codes of federal,
state and local governments.
B. In the performance of this Cont�act, Consultant shall not discriminate against any
employee or applicant for employment because of race, color, ancestry, national
origin,religious creed, sex, sexual orientation, disabiliry,age,marital status,political
af�liation, or membei�ship or nonmembership in any or•ganization. Consultant shall
take affirmative action to ensure applicants are empioyed and that employees are
Caluans State Fmided-Consulting and ProCessional Services Coniract PagC,'1 1
Rev.OV25
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, i•eciuitinent or recruitment advei•tising, layoff or termination,rates of pay or
other forms of compensation and selection for training.
SECTION 10. REPI2CSENTATIVES
A. City's representative for this Contract is James Triantafyliou, email
jtriantafyliou@ciryofredding.org, telephone nuinber (530) 245-7232 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 Meghan Sigler, email
Meghan.sigler@ghd.com,telephone number(530) 691-5790. All of City's questions
pertaining to this Contract shall be referred to the above-named person.
C. The representatives set forth herein shall have authority to give all notices required
herein.
SECTION 11. NOTICES
A. All notices,requests, demands and other communications hereunder shall Ue deemed
given only if in writing signed by an authorized representative of the sender(inay be
other than the representatives referred to in Section 10) and delivered by facsimile,
with a hard copy mailed �rst class,postage prepaid; or when sent by a courier or an
express seivice guaranteeing overnight delivery to the receiving party, addressed to
the respective parties as foilows:
To City: To Consultant:
James Triantafyllou, P.E. Meghan Sigler, P.E.
City of Redding Engineering Division GHD Ine.
777 Cypress Avenue 330 Hartnell Avenue, Suite B
Redding, CA 96001 Redding, CA 96002
B. Either party may change its address for the purposes of this paragraph by giving
written notice of such change to the other party in the manner provided in this Section.
C. Notice shall be deemed effective upon: 1)personal service;2)two calendar days after
mailing or transinission by facsimile, whichever is earlier.
SECTION 12. AUTHORITY TO CONTRACT
�
Calumns State Fnndzd-Consulting and Professional Services Contract Page 1 2
Rev.01/2S
A. Each of the undersigned signator•ies hereby represents and warrants that they are
authorized to execute this Contract on behalf of the respective parties to this Contract;
that they have full right, power and lawful authority to undertalce all obligations as
provided in this Contract; and that the execution, perfot�inance and deliveiy of this
Cont�•act 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, the City Manager and/or the
Departinent Director having direct responsibility for managing the services provided
herein shali have authority to execute any ainendment to this Contract which does
not increase the amottnt of compensation allowable to Consultant or otherwise
substantially change the scope of the services provided herein.
SECTION 13. DATE OF CONTRACT
The date of this Contract shall be the date it is signed by City.
Caitrans State Funded-Consulting and Profcisional Sen�ices Contracl Pflg21 3
Rcv.01/25
IN�ITI�E�S WHEREQF,Ciry and Consultant have executed tl7is Contract on the days and year
set fo��th below:
�il i i.Jl' 111'i�l/11y1T9
A Munic�pal Ca�•pox�atiati
Dated: , 2025
By:
ATTEST: APPR{�VED A� TO Ft�RM.
CHRISTIAN M.CURTIS
City Attoi•ney
�HARLENE TIPTOZ�, City Clerk By:
CONSULTANT
GHD Inc.
�
Dated: ,2Q25 �
By: � � � '
� � �� '
�epartment of Industrial Rela�ions No.: ����� � �
Tax ID 1Vo,:
Calti�aiis Stnte Fuiided-Consulting and ProCessional Seivices Contract� pag�1.'4'
�Rev.O I/25
'�
�
�
Butte Street Boogie Network Project
City of Redding
Exhibit A
December 10, 2024
Scope of Work
Task 1 : Project Management Review and Scheduling
GHD will provide Project Management and Quality Control Services throughout the duration of the project,
including:
1.1 Project Management and PDT Meetings
— GHD will schedule and attend meetings, provide agendas and meeting notes
— Coordination and consultation with City Staff in support of environmental documentation and permitting
for project construction
— Schedules and schedule updates
— Prepare and submit monthly progress reports with monthly progress payment. The monthly progress
report will include:
• An overview of work accomplished during the previous month
• A description of current key activities and an updated schedule for each task and subtask. The
schedule shall be done in Microsoft Project
• A list of problem areas, and proposed corrective actions
• A list of tasks for the following month
• A bar graph showing total contract budget, monthly invoiced amounts, cumulative amount
invoiced and project billings to end of project
• An earned-value statement that shall clearly describe the relationship between fee to date,
percent work complete, and percent time remaining
• A Schedule Summary indicating whether the project is on schedule and any schedule concerns or
critical path items(a Recovery Plan/Schedule for any activities that fall more than two (2)weeks
behind schedule)
— Develop a Quality Assurance/Quality Control Program, including a formal project specific Quality Plan
(See Task 1.2)
— Correspondence and project file maintenance
GHD's Project Manager, Meg Sigler,will play an active role in the management and coordination of the
project to include monthly meetings with City staff to discuss project status, problems, budgeting, and other
areas that may have an adverse effect on the work.
1.2 Quality Assurance / Quality Control (QA/QC)
GHD will develop a QA/QC Program including a formal project specific plan for submittal to the City. GHD
will maintain the QA/QC Plan and monitoring project deliverables for conformance with the QA/QC Plan.
The QA/QC Plan will include the following:
— The Quality Control Plan will establish a process whereby all work is independently checked,
corrected,and re-checked, in accordance with accepted practice, by a qualified engineer or landscape
—� The Power of Commitment
12649623 � Scope of Work 1
architect,registered in the State of California.All job-related correspondence and memoranda are
routed and received by affected persons and then filed in appropriate job files.Ali original drawings
and calculations shall be maintained for the duration of the design contract and submitted to the City at
the completion of the work.
— Coordination and checks are provided on those drawings that show different work in the same area
(i.e., plans coordinated with specifications),to see that conflicts and misalignment do not occur
between plan sheets, and between the plans and specifications.
— GHD will verify the constructability of the plans in relation to City's Construction Standards,the
"Greenbook"2021 edition (if utilized), Caltrans Standards, independent technical specifications, and
the project special provisions.
— Delivery of plans and computations will be accompanied by supporting documentation that
demonstrates consultant is foliowing 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, backchecking,and quality control reviews. Design review submittals not
accompanied by sufficient verification of quality control procedures will be returned to consultant.
Documentation of quality assurance procedures is considered to be a requisite element of each review
submittal.
— Prior to the above indicated submittals, GHD will perform an internal quality control and constructability
review with engineers and landscape architects experienced in the appropriate discipline(s). GHD will
identify personnel responsible for this review, prior to the review. GHD will provide sample review
results to City.
— Evidence that the Quality Control Plan is functioning will be periodically confirmed by the City.
Deliverables that do not conform to the approved plan will be returned to GHD without review by City.
Task 1 Deliverables
— Meeting Agendas and Minutes
— Project Schedule and Schedule Updates
— Monthly Progress Report
— Prepare and Submit QA/QC Plan, Maintain QA/QC Plan, Monitor Project Deliverables for
Conformance
Task 2: Environmentai Documentation and Permitting
2.1 Wetland Delineation
GHD will review available National Wetlands Inventory(NWI)data and conduct a fieid delineation within the
38-acre Project Study Boundary(shown in Figure 1). All three-parameter wetlands will be delineated
utilizing the U.S.Army Corps of Engineers (USACE)Wetlands Delineation Manual (USACE 1987), and
Regional Supplement to the USACE Wetland Delineation Manual:Arid West(USACE 2008).
Vegetation and soil data will be collected at transects across the presumed wetland boundaries with two
plots(upland/wetland) per transect(intermediate plots may be placed without coilection of data as
appropriate). Soil pits will be dug to approximately 14-18 inches. Data on soil color, texture and
redoximorphic features will be collected. Data on hydrologic conditions will be collected if observed.
Vegetation data collection will consist of listing the five dominant species at each plot. The species will then
be classified as to whether or not they are wetlands indicators, using the most current standard reference
for plant wetlands indicators: National Wetland Plant List:Western Mountains,Valleys, and Coast 2012
Final Regional Wetland Plant List(Lichvar 2012). The list classifies plants based on the probability that they
would be found in wetlands, ranging from Obligate(almost always in wetlands), Facultative/wet(67%to
99°/o in wetlands), Facultative(34%to 66% in wetlands), Facultativelup(1°/o to 33°/o in wetlands)to non-
indicator(less than 1% in wetlands). Plants not listed are included in the uplands category. If 50%or
greater of the dominant plant species at each plot are classified as either Obligate(OBL), Facultative/wet
(FACW), or Facultative (FAC),the vegetative mix is determined to be hydrophytic(wetland plants).
12649623 � Scope of Work 2
A determination of the wetland boundary will be made based on soil, hydrology(if present), and vegetative
parameters (three-parameter approach)and mapped with GPS and Are software on an iPad. Wetland and
upland characteristics will be determined for each transect, and data points will be collected along the
wetland boundary.
The findings of the delineation (including anticipated jurisdictional status of all identified wetlands)will be
compiled into a draft and final wetland delineation report,which will be submitted to the City. GHD will
submit the final wetland delineation report to the USACE and Central Valley Water Quality Control Board
(CVWQCB)on behalf of, and in coordination with the City.
Task 2.1 Deliverables
— Draft Wetland Delineation Report
— Final Wetland Delineation Report
— Submittals to the USACE and CVWQCB
2.2 Biological Resources Report
GHD will provide a Biological Resources Report(BRR)that will include a summary of biological resources
within the PSB and immediate vicinity(within 500-feet). Biological resources include state and federal
special status plants,sensitive natural communities (SNCs)wildlife, insects, and habitats.These
investigations will compile data found during a record search of the California Natural Diversity
Database/Biogeographic Information and Observation System (CNDDB/BIOS),a list of federal endangered
and threatened species obtained from the USFWS and NMFS, and a California Native Plant Society
(CNPS) inventory for the project location.Additionally, any available maps,databases, and literature
specific to local ecology will be queried for biological resource data about the site. Finally, available project
information and any additional information from the client pertaining to the site will be reviewed.
The BRR will include a summary of one SNC survey, and two seasonally appropriate special status plant
surveys. SNCs on-site will be documented in the field and classified at the alliance level according to the
Manual of California Vegetation using the Rapid Assessment method. Documented vegetation communities
will be evaluated to determine whether they qualify as Sensitive Natural Communities. Sensitive Natural
Communities will be mapped using GPS and aerial imagery. GHD will complete seasonally appropriate
floristic surveys according to CDFW 2018 protocol to identify any special status plants that may occur
within the PSB. Potential sensitive wildlife habitat will also be assessed within the project footprint and
immediately adjacent habitat to evaluate potential for species dispersal through the project area. Conditions
on-site will be outlined in the report and will be used to provide an assessment of the potential for
occurrence of sensitive species during construction. No protocol-level surveys are proposed at this time.
Recommendations for further actions or conservation measures to protect potential special status biological
resources during project implementation will conclude the BRR. A single draft will be provided to the client
for review and comment prior to finalizing the BRR.
Task 2.2 Deliverables
— Draft Biological Resources Report
— Final Biological Resources Report
2.3 Cultural Resources Survey and Report
The Cultural Resource Survey and Report will include an evaluation of site conditions and pedestrian
survey for archaeological or historic resources within the 38-acre Area of Potential Effect(APE;which is
equivalent to the Project Study Boundary shown in Figure 1).The Report will also include the findings of
database record searches.
Prior to field work, GHD's Subconsultant, Roscoe and Associates (RA), a federally-qualified archaeology
firm,will obtain all archival records, reports, and plans pertaining to the APE. RA will also request and
review records from the Northwest Information Center, including a 1/4 mile radius around the project area
and coordinate with the Native American Heritage Commission for a review of the Sacred Lands File. RA
12649623 � Scope of Work 3
will then circulate a Project Notification letter to local Native American entities to provide input on potential
sensitive cultural or tribal cultural resources in the project vicinity. RA will perform a pedestrian survey of the
project APE. The archaeologists will survey the APE on foot, identify cultural resources within and
immediately adjacent to the APE, and make a determination regarding the potential impact of the project to
National Register-listed or-eligible properties.
All archival research, Native American outreach,survey results, resources,and mitigation
recommendations will be published in the CRIR to support project CEQA compliance and permitting efforts,
as National Historic Preservation Act(NHPA)Section 106 is a standard requirement within the USACE
Clean Water Act Section 404 permit.The Cultural Resources Report is strictly a surface resource and
archival base document and does not include subsurface testing or formal evaluation. Additionally, and if
desired by the City, RA can assist the City with required AB 52 consultation with appropriate tribal
governments.
Task 2.3 Deliverables
— Draft Cultural Resources Report
— Final Cultural Resources Report
2.4 Summary Floodplain Encroachment Report
Pursuant to Caltrans Local Assistance Guidelines, GHD will prepare a Summary Floodplain Encroachment
Report indicating that there is not an impact to FEMA floodplains.
Task 2.4 Deliverables
— Draft Report
— Final Report
2.5 Hazardous Waste Memorandum
Pursuant to Caltrans Local Assistance Guidelines, GHD will assess the potential for hazardous materials to
affect or be affected by the project. GHD will perform field resonance, review the Cortese List database,
review the Solid Waste Information System database, review the site for the potential for Naturally
Occurring Asbestos,Aerially Deposited Lead, Treated Wood Products, Lead-Based Paint, and Asbestos.
GHD will prepare a brief Memorandum documenting the investigation.
Task 2.5 Deliverables
— Draft Memorandum
— Final Memorandum
2.6 CaIEEMod Air Quality Model
GHD will prepare a CaIEEMOD Air Quality analysis that considers work types and durations.
Task 2.6 Deliverables
— Draft Model output
— Final Model Output
2.7 Scenic Resource Evaluation and Visual Impact Assessment
Pursuant to Caltrans Local Assistance Guidelines, GHD will assess the degree to which the proposed
project could affect the existing visual character of the project area.
Environmental Studies Assumptions
— No protocol-level surveys for listed wildlife species are included in the scope.
— Surveys will focus on special status species or communities. Common species incidentally observed
during surveys will be reported but will not be the focus of field effort.
12649623 � Scope of Work 4
— There are no historic properties present in the APE that will require recordation.
— Access to entire project site(s)will be provided to GHD. Additional site visits due to denial of access,
and/or other factors beyond the control of GHD are not included in our costs.
— No impacts to FEMA floodplains.
— The hazardous waste investigation will not involve testing and sampling. The investigation will
conclude that standard construction project best management practices, included in specifications and
special provisions,will address all hazardous waste issues.
— A full scenic resource evaluation and visual impact assessment will not be required.
2.8 CEQA ISMND
Based upon the findings of the environmental technical studies, use of a categorical exemption under
CEQA will be explored. If it is found that a Notice of Exemption is feasible, GHD will prepare one. If a Notice
of Exemption is not feasible, GHD will prepare an Initial Study/Mitigated Negative Declaration (ISMND)as
described below.
2.8.1 Project Description
To support the City through the CEQA process, GHD will first prepare a project description per CEQA
Guidelines Section 15124 to describe all project elements and activities.The project description will
sufficiently summarize the whole of the project to allow a proper analysis of potential environmental
impacts, including a summary of the project location, project characteristics, construction methods,
schedule,figures, and required permits/approvals. The project description will be provided to the City for
review, and upon receipt of comments,will be finalized.
Task 2.4.1 Deliverables
— Draft Project Description
— Final Project Description
2.8.2 Admin Draft IS/MND
Preparation of an Administrative Draft IS/MND will commence after the City approves the project
description.The evaluation wiil be based on the Environmental Checklist contained in Appendix G of the
most current version of the CEQA Guidelines and will be consistent with the content and process
requirements of CEQA. GHD will rely primarily on existing studies, data, and technicai project-specific
reports(wetland delineation, BRR, and cultural resources study). Impact analysis will consider applicable
policies in the City's General Plan.
GHD will assist the City with AB52 compliance with regional native American tribes to determine whether
the project could adversely impact tribal cultural resources(i.e. GHD will draft letters to be sent by the City
to regional native American tribes, and can assist the City with subsequent communication thereafter).
Task 2.4.2 Deliverables
— Administrative Draft CEQA IS/MND
2.8.3 Public Review ISMND
GHD will incorporate City staff comments into the Administrative Draft ISlMND and will prepare a Public
Draft IS/MND for City review. Per CEQA Guidelines Section 15072, GHD will prepare a Notice of Intent
(NOI)to Adopt a MND for review by City staff.The NOI together with the Public Draft IS/MND will be
publicly distributed for 30 days as required by the CEQA Guidelines. GHD will develop a mailing list in
coordination with the City and will distribute the IS/MND to the State Clearinghouse, responsible agencies,
affected property owners, and persons requesting notice. GHD will submit a copy of the NOI to the County
Clerk and will prepare an advertisement for a local newspaper(however it is assumed that the City will
coordinate posting the ad in the newspaper).
12649623 � Scope of Work 5
Task 2.4.3 Deliverables
— Public Circulation Draft CEQA IS/MND
2.8.4 Response to Comments and MMRP
Following the 30-day public review period, GHD will review any comments received, and will work with the
City to discuss a response strategy. If needed, GHD can provide written responses for comments that raise
issues with the environmental analysis. Because the number and type of comments cannot be determined
at this time, a total of up to 30 hours of technical time has been set aside in this scope for responses to
comments.
GHD will prepare a Mitigation Monitoring and Reporting Plan (MMRP)to identify and delineate responsible
parties for implementing any mitigation measures presented in the IS/MND.The MMRP will include all
mitigation measures, responsibility for their implementation, and method and schedule for reporting on their
impiementation. In addition, GHD will prepare a draft Notice of Determination (NOD)and Resolution for City
review. GHD would rely on the City to provide a check for the County Clerk and California Department of
Fish and Wildlife filing fees, and the City would be responsible for filing the NOD with the Office of Planning
and Research within five working days of project approval. GHD will then file the NOD with the State
Clearinghouse.All CEQA-related fees are to be paid directly by the City to each agency.
Task 2.4.4 Deliverables
— Notice of Completion &OPR Summary Form
— Notice of Intent to Adopt MND
— Draft and Final Responses to Comments/Final MND
— Draft and Final Mitigation Monitoring and Reporting Plan
— Draft and Final Resolution and Findings to Adopt MND and Approve the Project
— Notice of Determination
2.8.5 Public Engagement (Not in Scope)
Public engagement activities and support to the City for engagement activities is not included in the scope.
If requested by the City, and an contract addendum is approved, GHD will provide professional services in
support of public meetings as determined in the contract addendum.
CEQA IS/MND Assumptions
— The City will be the"Lead CEQA Agency"
— Budget will not be fully expended if a CEQA CE is determined to be appropriate for the project.
— The proposed project will not result in unmitigatable significant environmental impacts, therefore a
Mitigated Negative Declaration is the appropriate level of CEQA compliance documentation.
— Studies not explicitly included in this scope(e.g., noise,traffic, land use)will not be necessary to
complete CEQA.
— National Environmental Policy Act(NEPA)compliance is not required to be completed by the City.
NEPA-specific technical studies will be prepared as included in this scope for use by the City if federal
funding becomes available for the project at a later date.
2.9 Permitting
The following permits may be required for implementation of the Project.The findings of the Environmental
Studies will determine which permits are required. Budget would only be used to complete the permits
deemed to be required.
2.9.1 USACE Clean Water Act Section 404 Individual Permit
GHD will prepare a CWA Section 404 Individual permit application to be submitted to the USACE as
required for projects with the potential to impact jurisdictional Waters of the US (WOTUS).A draft CWA 404
12649623 � Scope of Work 6
permit application will be prepared pursuant to the requirements for a Section 404 Army Permit(33 CFR
Part 323). It is anticipated that the project will require an Individuai Permit, however may qualify for a
Nationwide Permit under Nationwide Permit 14(Linear Transportation Projects)which will be confirmed
with USACE staff once the project is initiated during pre-application coordination with the agency.
The Wetland Delineation (see task above)will determine the presence and extent of USACE jurisdictional
features within the PSB. Once verified by USACE,the permit process can proceed. GHD staff will prepare
a complete USACE Permit Package for review by the City and subsequent submittal to the USACE.
Task 2.5.1 Deliverables
— Draft USACE 404 Permit Application Package
— Final USACE 404 Permit Application Package
2.9.2 Central Valley RWQCB Water Quality Certification
Pursuant to the adopted 401 Rule(40 CFR Part 121, Section 121.5(b)), a Pre-Filing Meeting request must
be submitted to the Central Valley Regional Water Quality Control Board (RWQCB)prior to submitting a
Section 401 Certification Application. GHD will request a Pre-Filing meeting with the Central Valley
RWQCB on behalf of the City to discuss the preliminary project components. Once the Pre-Filing Meeting is
held, GHD will prepare a draft CWA Section 401 Permit(Water Quality Certification)application pursuant to
the requirements of the Central Valley RWQCB for projects that may impact Waters of the State. The draft
permit application will be submitted to the City for review,comment, and ultimate submission to the Central
Valiey RWQCB (no sooner than 30-days after the Pre-Filing Meeting was held or 30-days after the Pre-
Filing Request was submitted,should no response be received). GHD will coordinate closely with the
RWQCB regional office throughout the permitting submittal process.
Task 2.5.2 Deliverables
— Draft 401 Application Package
— Final 401 Application Package
2.9.3 CDFW Lake or Streambed Alteration Agreement (LSAA)
GHD will prepare a Streambed Alteration Agreement application in accordance with CDFW Code Section
1602.The CDFW requires a Streambed Alteration Agreement for projects with the potential to adversely
affect existing fish or wildlife resources, such as riparian habitat.The draft application will be submitted to
the City for review and comment. GHD will incorporate comments received into the final application and
complete the 1602 Streambed Alteration Agreement application package for online submittal to CDFW. If
the City does not yet have an online Environmental Permit Information Management System (EPIMS)
account, GHD will guide the City through the registration process.All application materials will be submitted
to CDFW through their online EPIMS Portal and GHD will coordinate with the local agent assigned to the
project. It is anticipated that this agency coordination will continue throughout the permitting process.
Task 2.5.3 Deliverables
— Draft�ake or Streambed Alteration Agreement(LSAA)Application Package
— Final Lake or Streambed Alteration Agreement(LSAA)Application Package
Permitting Assumptions
— Draft deliverables will be presented to the City of Redding as electronic copies in Microsoft Word
format(or PDF when word is not available)for editing in track changes.
— This scope of work includes incorporation of a single round of comments on each document or permit
by the City and their representatives.Additional revisions and client coordination can be provided as
the budget allows and thereafter will be billed on a time and materials basis as required.
— Final documents and permit packages will be provided to the City in electronic(pdf)format on a
mutually agreed upon date. It is expected that final versions will be submitted for regulatory review as
appropriate by the City.
12649623 � Scope of Work 7
— This scope of work does not include any other analysis,environmental review,or permit application
preparation other than those discussed herein.
— This scope assumes that impacts to wetlands subject to both state and federal jurisdiction can be
mitigated by the City. In addition, this scope assumes that the project can incorporate habitat
enhancement components(e.g., invasive species management and/or native plant installation)to
satisfy habitat mitigation (if necessary).
— GHD will participate in up to two(2)teleconferences with agencies to coordinate permitting.
— Permit application fees will be paid directly by the City.
— As noted above, the project will require a 404 permit from the USACE.As the federal lead agency,the
USACE wiil conduct Section 7 and Section 106 consultation for the project.
Task 3: Preliminary Design
GHD shall prepare preliminary plans equivalent to a 30%submittal prior to proceeding with the 60% design.
The preliminary design shall include improvements identified within the ATP grant application:
— Sidewalk infill and widening
— Multi-use path alignment and design components
— Mini-roundabouts at Orange Ave&Butte St, Orange Ave&Shasta St and Walnut Ave&Shasta St
— Intersection improvements and ADA Curb Ramps
— Roadway Lighting (REU Design)
— Trail Lighting(GHD Design)
— Landscape and Irrigation
— Redding Area Bus Authority(RABA)bus stops
— Access to existing businesses and residences within project limits
— Construction staging
— Drainage/Hydraulic Study
— Geotechnical studies
— Right-of-Way requirements
— Retaining Walls (Using Caltrans Standard Plans)
— Utility Coordination
• PG&E Gas
• PG&E Electric
• REU (overhead and underground)
• Water
• Wastewater
• Storm drain
• AT&T
• Spectrum
3.1 30°/a Plans and Estimate
GHD assumes there will be no significant modifications to the preliminary design developed for the ATP
grant application. GHD will refine the current design concepts to the 30%design level and incorporate any
revisions resulting from meetings and discussions with City Staff. GHD will prepare 30% plans and prepare
a preliminary engineer's estimate for submittal and review by the City.
Task 3 Deliverables
— 30% Plans and Engineer's Estimate
12649623 ( Scope of Work 8
Task 4: Field Surveys and AutoCAD Base Mapping (Not in
Scope)
This scope assumes that all field surveys and AutoCAD topographic base mapping will be completed by the
City and provided to GHD. GHD will coordinate with the City to determine locations and extents of
topographic surveys. GHD assumes that the topographic surveys provided by the City will be design ready
and will include right of way boundaries, horizontal and vertical control, all topographic elements necessary
for design, building and structure locations,wet utility flowlines, and approximately locations of all surFace
and underground City utilities(Redding Electric Utility, Water Utility, Wastewater Utility, and Storm Drain
Utility). The scope assumes that the City will mark all City-owned underground utilities prior to field
surveying and the utility marks will be recorded in the base mapping.
Utility Potholing is not included in this scope of work. If potential underground conflicts are identified and
additional exploration is required, a contract amendment will be prepared or the exploration will be
performed by the City.
Task 5: Geotechnical Investigation
Bajada Geosciences, Inc. (BAJADA), a subconsultant to GHD,will provide geotechnical engineering
services for retaining wall improvements associated with the proposed project.The scope of work includes:
5.1 Pre-Exploration
Prior to subsurface exploration, BAJADA will mark proposed exploration locations and will contact
Underground Service Alert(USA)to assist in identifying potential buried utility conflicts, as required by law.
BAJADA will obtain drilling permits from Shasta County Environmental Health for those drill holes deeper
than 10 feet. BAJADA will also obtain encroachment permits from the City to perform work within their
easements. Because this is a City project, it is assumed that the permits will be issued with no associated
fees.
5.2 Subsurface Exploration
BAJADA proposes to explore the project using exploratory drill holes. Drill holes will be advanced to depths
of up to 15 feet. Those drill holes will be advanced using a truck-mounted drill rig or by using an auger
attached to a miniexcavator. Sampling will be performed at approximately 5-foot-depth increments or less
using a California-modified split spoon (CM)or Standard Penetration Test(SPT)sampler. When using the
truck-mounted drill rig, CM and SPT samplers will be driven using a 140-pound hammer in accordance with
standard test method ASTM D1586-11. When using the miniexcavator,samples will be obtained using
hand sampling equipment. California modified split-spoon samples will be collected in 2.5-inch diameter by
6-inch-long brass or stainless-steel sleeves. Those sleeves will be capped, labeled, and transported to a
laboratory for testing.
BAJADA personnel will log the soils and rocks exposed in the explorations using the Unified Soil
Classification System(USCS). We will estimate exploration locations using a handheld Global Position
System (GPS)receiver. Cuttings from drill holes will be dispersed across the ground surFace of the sites
and the drill holes will be destroyed using Portland cement grout. Any asphaltic concrete (AC)disturbed
during drilling will be patched using cold-patch AC or using quickset cement dyed black.
Traffic control,consisting of signs and cones,will be utilized on Butte Street. More intensive traffic control
conforming to California MUTCD guidelines will be utilized for exploration on Placer Street.
5.3 Laboratory Testing
Soil samples obtained during Task 5.2 will be delivered to a laboratory for testing. It is anticipated that the
following laboratory tests will be perFormed for this study:
12649623 ( Scope of Work 9
� � C • • • ' �
Test Standard Test Method Nurnber of Tests
Tn-situ tl�foisture Content/Dr Densi r�ST\�I D2937 10
��ttcrUer Limits ASTI�t D4318 8
Grain-Size DistriUution AS'Iitif D422 8
Direct Shear ��ST\4 D3040 4
P�fas.Dr�Densi /O timum Moisture ASTD�I D1557 4
R-Value Cal 301 4
The actual types and numbers of tests that will be performed will be determined after the field exploration
has been performed.
5.4 Analysis
Upon completion of the above-noted tasks, BAJADA will perform evaluations of data obtained from the field
investigation with regard to potential improvement options for the project. Those evaluations will include
the following:
• Subsurface soil profiles at the drilling sites;
• Excavatability of the on-site soils;
• Evaluation of groundwater depths and distribution, if encountered;
• Evaluation of expansive soil influence on project foundations and improvements;
• 2022 CBC seismic design parameters;
• Allowable bearing capacities,friction coefficients, etc.;
• Lateral earth pressures; and
• General corrosion potential for steel and concrete based upon soil chemistry testing of selected
soil samples.
5.5 Reporting
Results of the field investigation, laboratory tests, and analyses will be summarized and concluded in a
written letter-report. That report that will contain the following:
• A description of the proposed project including site maps showing the approximate locations of
the subsurface explorations advanced for this study;
• A description of select, existing, available data collected, reviewed, and utilized during this study;
• A description of the site surface and subsurface conditions encountered at the time of our field
investigation;
• 2022 CBC seismic design parameters;
• Recommendations related to geotechnical aspects of:
— Grading and drainage, including compaction criteria and potential reuse of on-site soils as
select backfill materials;
— Allowable bearing pressures for support of shallow retaining wall foundations;
— Lateral earth pressures and coefFicients of friction for soil materials; and
— Corrosion potential for steel and concrete.
• An appendix presenting a summary of the field investigation including drill hole logs; and
• An appendix presenting the results of our laboratory testing.
12649623 � Scope of Work 10
BAJADA will submit a draft copy of the report in*.pdf format for review and comment. Upon receipt of
comments, BAJADA will revise the report then resubmit the finalized documents.
Task 5 Deliverables
— Draft Geotechnical Report
— Final Geotechnical Report
Task 6: Drainage/Hydraulic Study Report
GHD will prepare drainage/hydraulic design analysis and report.This report will be limited to the multi-use
path area only.The hydraulic design services and report will include:
• An evaluation of the existing and proposed drainage conditions
• Drainage shed maps (Pre and Post)
• Determination of incremental runoffs
• Initial design approach Memo
• Draft and Final Drainage/Hydraulic Reports
• Response to comments on draft report
The following analysis will be provided at spot locations for new sidewalk and ADA improvements along
Butte Street and Shasta Street:
• Catch Basin Spread Calculations
• Gutter Spread Calculations
The scope assumes a maximum of 10 individual spot spread calculations. Each spot location will include a
shed map, calculations, and written conclusions regarding the adequacy of the catch basin or gutter.
Culvert analysis is not included in the scope of work.
It is assumed that the improvements included in this project are exempt under the City's MS4 Permit and
therefore no stormwater treatment will be provided.
Task 6 Deliverables
— Initial Design Approach Memo
— Draft Drainage/Hydraulic Study
— Final Drainage/Hydraulic Study
Task 7: Utility Coordination
GHD will perform subsurface utility data collection in conformance with LAPM Chapters 13"Right of Way",
Chapter 14"Utility Relocations", and Caltrans Policy on high and low risk underground facilities, except as
noted in this scope of work.
The utilities include PG&E gas, REU, Redding Municipal Utilities(RMU),AT&T, and Charter. These utilities
will be plotted on the plans based on information available without perForming subsurFace explorations.
City-owned underground utilities will be located and included in the AutoCAD base mapping by the City.
Underground utilities for AT&T, PG&E gas, and Charter,will be approximately located by GHD based on
GIS-level information provided by these private utility companies. The approximate locations will be plotted
by GHD in the plans.
12649623 ( Scope of Work 11
Overhead utilities will be approximately located by GHD based on GIS-level information provided by utility
companies. The approximate locations will be plotted by GHD in the plans.
Subsurface explorations are not included in the scope of work.
The scope assumes that the only project utility work will be: '
— Minor vertical adjustments to City water valve covers, water meter boxes, sewer manholes, and storm
drain catch basins.
— REU street lighting that will be designed by REU.
7.1 Utility Conflict Maps
GHD will use the information collected in Tasks 4 and 7 to prepare utility conflict maps, based on the
proposed improvements, as part of the preliminary design (30% Plans).These plans will be used to identify
any potholing requirements and/or confirm conflicts and obtain any comments the utility purveyors may
have. One(1)set of conflict maps will be prepared for each utility involvement.
Subsurface explorations are not included in the scope of work.
7.2 Utility Policy Certification and Utility Matrix
GHD will prepare a draft and a final Utility Policy Certification and Utility Matrix, in conformance with the
latest Caltrans'guidelines,for approval by the City.
7.3 Preliminary Utility Relocation Plan Coordination and
Relocation Claim Letter (Not in Scope)
The scope assumes that utility relocations(other than adjusting City facilities to grade as described in
Task7)will not be required.
7.4 Utility Agreement Support and Notice to Owners Letters (Not
in Scope)
The scope assumes that utility relocations(other than adjusting City facilities to grade as described in
Task7)will not be required.
Task 7 Deliverables
— Utility Conflict Maps
— Utility Policy Certification and Utility Matrix
Task 8: Right-of-Way
The ATP application did not identify right-of-way acquisitions but did identify the requirement for a Caltrans
encroachment permit. During the preliminary design phase, GHD will work with City staff to identify any
potential needs for right-of-way acquisition and temporary construction easements. If it is determined that
right-of-way acquisition or temporary construction easements will be required, the City will perform all right-
of-way services, or an amendment to the contract will be prepared and a subconsultant to GHD will perform
these services.
8.1 Caltrans Encroachment Permit
GHD will coordinate with the City and Caltrans throughout the Encroachment Permit process. GHD prepare
and submit the Caltrans Encroachment Permit. In addition to design plan sheets, the following supporting
information will be prepared by GHD in support of the Caltrans Encroachment Permit:
— Construction Work Zone Positive Protection Determination
12649623 � Scope of Work 12
— Certification of Compliance with ADA
— Construction Work Zone Speed Limit Reduction Determination
— Permit Engineering Evaluation Report
The scope assumes:
— The following documentation will not be required: project study report, project report, structural section
recommendations,traffic operations analysis, design oversight project development checklists,
drainage analysis or report, DEER, SWDR, etc.
— Any Fees required by Caltrans will be paid by the City or the City's construction contractor.
— Neither a contribution agreement nor a cooperative agreement will be required between the City and
Caltrans.
— The City and Caltrans will negotiate an amendment to their Maintenance Agreements for Route 299
and that GHD will provide*.DGN files to Caltrans for the work area within the Caltrans right of way.
— REU will design and provide plans for electrical service to the RRFB and that any new lighting will be
on the same poles as the RRFB.
Task 8 Deliverables
— Supporting information listed above
— Caltrans Encroachment Permit application
— Coordination with City and Caltrans staff
— *DGN files for Caltrans
Task 9: Preparation of Contract Documents
GHD shall shall prepare all contract documents (construction plans, specifications, and cost estimates)in
accordance with City of Redding standards as detailed in the Capital Improvement Project Submittal
Requirements. Services shall include, but not be limited, to the following: Engineering calculations, plan
preparation,technical specification preparation, special provision preparation, engineers'cost estimates
and all other engineering products identified in this scope that are necessary to provide complete contract
documents, ready for bidding a road improvement project.
Landscape and irrigation are limited to locations(5)shown on the City's preliminary plans and to the trail
area.
GHD shall submit for approval a sample plan sheet and legend showing the proposed symbols, line work
and lettering for all existing and proposed improvements.
All engineering shall comply with appropriate federal, state and locai design codes and guidelines including:
— City of Redding Construction Standards
— American Association of State Highway and Transportation Officials (AASHTO)guidelines
— California MUTCD
— Caltrans Standard Plans
Constructability reviews for the project shall be accomplished at the 30%, 60%and 90%design stages.
Final drawings shall be drawn to scale(22"x 34")and submitted electronically. Submittals for review will be
at the appropriate design stages(30°/o, 60°/o and 90%)with drawings reduced by 50%and specifications on
8'/2"x 11"reproducible paper.A complete and final set of contract documents, including plans,
specifications, and estimates shall be submitted electronically to meet current City requirements,
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%.
12649623 ( Scope of Work 13
GHD shall conduct formal design review meetings with City staff and utility liaisons throughout ail stages of
the preliminary engineering and final design process. Meetings shail at a minimum be conducted at the
30°/o, 60%, and 90%stages of the project.
Formal submittals PS&E shall occur at the 30°/o, 60°/o, 90%,and 100% Final Package completion points for
City and outside agency review. Submittal formats shall follow the City guidelines. GHD shall respond to,
and incorporate, if appropriate,comments received from the City, State, stakeholders, regulatory or utility
agency.
9.1 60°/a Plans and Estimate
GHD will incorporate revisions based on review comments of the 30°/o Design, prepare the 60°/o P&E sets,
and revise the draft reports and memos accordingly.
GHD will provide a formal comment resolution table that summarizes design review comments received on
the 30%submittal.
The following Plan Sheets are anticipated and included in the scope:
ID Type of Sheef ' Number'i
Code ' Re uired
--- itle Sheet and Location Map 1
D Data Sheet 2
X ypical Cross Sections 4
K Key Map, Line Index and Control 1
L Layouts 40
C onstruction Details 40
WPC emporary Water Pollution Control 10
Details &Quantities
DP Drainage Plan and Profiles 4
DD Drainage Details 4
CS onstruction Area Signs 1
MI Motorist Information Plans 2
PD Pavement Delineation &Sign Plans& 44
Details
R Retaining Wall Pians&Details 8
I Irrigation Plans, Details and Quantities 15
PP Planting Plans, Details and Quantities 15
EC Erosion Control Plans&Details 6
E rail Lighting Plans&Details 8
E RRFB Plan &Details 2
--- Redding Electric Utility Plans and Details TBD
otal 207' '
9.2 90% PS&E
The plans prepared as part of the 60%design will be supplemented with additional details and information
to respond to comments received. Supplemental reports and other supporting calculations will be updated
and resubmitted as part of the 90% PS&E submittal packages.
GHD will provide a formal comment resolution table summarizing design review comments received on the
design plans and submitted reports. The cost estimates will be revised to incorporate any changes from the
60%submittal.
GHD will provide the special provisions and bid documents per City standards. It is assumed the City will
provide any front-end contract boilerplate language for use by GHD.
12649623 � Scope of Work 14
9.3 100% Final PS&E
GHD will update the 90% PS&E sets based on the agreement and resolution of comments for final
submittal of stamped plans and specifications to the City.This submittal will represent the final contract
documents that will be issued by the City for bidding, award,and construction.
Task 9 Deliverables
— 60% P&E
— 90% PS&E
— 100°/o Final PS&E
Task 10: Services during Bidding & Construction
GHD will provide design services to the City during the bidding and construction phases of the project.This
work will include the following:
— Participate in pre-bid meetings for prospective bidders to answer contractor and supplier technical
questions
— 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
— Attend all pre-construction conferences
— Provide ongoing consultation and interpretation of contract documents as required
— Assist the City with submittal reviews, preparation of change orders, and responses to requests for
information related to technical design issues encountered
— Prepare design clarifications to clarify the design intent
— Attend final inspections
— Prepare as-built drawings following construction from markups by the contractor and resident
engineer. Record drawings shall be made in accordance with the City's Record Drawing Procedures.
The scope assumes Caltrans will accept PDF record drawings and will not require conversions to
*DGN format.
Services under this task will be authorized by the City's Project Manager and a contract amendment will be
prepared if the required services exceed the allowance.
Task 10 Deliverables
— Bidding and Construction Support as Requested
— As-Built Drawings
12649623 � Scope of Work 15
� o n v
n o � �o
� n o �
. . ,.�N� ]J � C � O . 4/ .�O.f'.,9 ':9 n� ;O� a °� OJ
Azm-i� � a� a. �. o g _ �ga � N a c
.3� S _m y o �y u 2 �� 3 # ..,. . o S.m
���a _mm e�i � $ m '.:� 3� " .D� e `a r'`°
,,,.� �x � :.A ;o , o� ��;�a o
l N �
�.m _ ,.@• .fmii N m 3 �] �N
� '.N _ '"Oy^ y �
¢'� n 1'a ��v �G ta
tn c�o m
,o ' �,.� :2 ' '3 0
.�.� ' ,.� _ o.
5 A
m
3 w�3 c �' O
' �
v A£� (` y
�, � .� ,nj � � <.
i Q
_ 3 � � �
�W � � t� � } � v� �
� � '� � .� � �� `� ,� y.
_ _ 4 k Z
.a' <
— �. v�
�3�
a{p ni ,�r n ch r.� 1�m -0'!i N ts ��'ni °.�.
m m >,P � ,�. N o N n
� � ' R m p
�. . , ,.; , ;. o $B3
o �o �o ¢%O� ��o �A�?n '�m .�o �c P N �� 3e y
� � —
3 - ypy q
3 ��m N N �:o n
Zs'o �
a
� + � m
m
i
�
� Q
�o N� �o �o �� �m �
�ao �o �e � w
-
-TJ� „ ; ;. ; �, p D.
ta �N o
N �
C
a Gi @
� ;�o '�t m `�o _, o (/1� m '.
n ' m �
�@-.�f7.o'. �.�
m�S �o :�N m 4�i CU`'c p7. .�
� � O
o @ �p O�� �..
o '� -' �p'.'t1 O
X � `'n � � Z'LL��
m '° tn @ a'D�
o �
��o � �m �o �a ;�tN � � �",; °° �'� N
�oo ac ,� �
�
>; � o
�� � � N �m � � �.
�o � �o � � 3�0 �m �� r 6 .
� _ � �� � � � �� N ^
� � m � �� � p tl
� �, ��� N p �
a
.. ��S �, va m k"y� w x� � X�' o . �....
°�� r ��� �y �� � -
;��
x �� � ��
�� �. � �� � N
��o � t � ��
�� � �m � � o=
� � �
� � � �� �� � e�; =�
�; � � �
� �
i no
,- o;
4,.,� G��•�•
�' � v
y, : , ,. LL ., ; y ,�.
�, v :-, �� �m 4;, : ; .
.. , ,,. � � ,� y.y� ,,�,, m O
��� �, N � �� �m �� '�m � � �m ���� mr. � ..
'pt-,a N� � a 1 m w �t�n S+" ;�nY�w t.e .
� :h �• �y �. 'y p o 0 0 0 0 � o � p
� o � � o 0 0 .� o a o �
.�+ =' �. � '-� 1-+ � r+ � rn ,b r+ (�D
�S1 b m �� 'c3 � � � i i i .� r�
O ,� •r�tl0 N 'Cf � d CC Q� �"� '� �. �r '� r�j.
N O O
o a � io V� � � N J ^�i O "''_ Voi � �
�. � �'. �� p- p � � i 'J N'
i � i
,.�, b a � o � Fd C7 �-3 "d w y !�1
A i0 �n y7 'J �. � � � �Q `.Y � Q
y ro ~ �(� � � � �
rn �' o ? `� -�i p C7 � �o
.�'. � p F' ti
w a y• � � a' C/� �Q �' o" � N p t� �
v, rn �G p � v, to �o to
x y`� t'j 7
�o m � � •ty �i �)� Z
b r `D G P'-, ,o,� m � � � o
ry ;� .b � � � �s
o " � o � � � � x
5 Q, + S � �' �-r �sf
p: �• b � �
�• �i n CD �- rS � o w.
� � �.! W w �
� � t N � �� r �.�.�.
� ��t� y 1�1
ry � � � !C � G� O O
n V y A N y
� , � x � � � G
� � � � � Z �
�' � " ��` o �
o a � w r5.
� � o � � a � �
� a �y � � � A
N b
O UG O i-1
0 W � � 69 69 69 69 64 69 69 (/3 69 H3 EA � 69 EH 64 N N N � Z } W !�'�
v�Di � �O 00 �1 W IJ N �D Oo �7 O O �O �D 00 �] Q� V� W
� v�i W .A V� W �I O N Vi O V� O N .p �D
y � �1 in �l oo �A �P tJ � ili O� O� o� IJ :-� ih :-� Q� O�
� W N tn oo cn W �l �A tn tn W Go O N
� G w
°'* m rn O ✓`i
a O m � �
m w G O � � W � I�i
� � E/i EA Ef-T E!3 69 �i E/j 65 65 (f3 ffi 69 Ffi EH 69 .� `< � O ro �
� a (D N N N N � �--� N N tJ .� .-� N N N � � a, Q� n H
� �O �l O� O �D o0 00 �t cn tn v, �A co �l V� o I-y y
� p O O� W O r. N lli .-• 00 0o O W Cn � 0o .y k ��-. \ ° '�7
� � o rn �l 'v, �l iv w �I �l in �o �] w �1 �l � c � v p' o
nN b O O� Go Oo N .~-• N W �D .- O� �l N W �O w w N (/q � '�
� � � ^ O 'U �
a � � � p �. � o
� p' � s9 c� c� � c� c� s� c� Es, c>s f,s ss c� ss p ,� � � �
�v 6
ry p �q w w w N N N W W w N N w W w �]
Oo O� � O� tn �A 0o O� �P �--� O �O Oo O� .P
� � � �l �O �l �P N O N Vi � O N U N � � b
�p w sv .P O .A �l �O oo �A ia O w N �l A w O � 7"' �
.'T', � UtQo J N tn � O� N N �-' O� cli oo O N .-• O� W W N � � (� O
O � ..� /1 � Q
� � �l � �
`� (wi � � � � � � � � � � � � � � � � � � � � r7 Pt 0
7y ,.i• �-'. .� .-. .-. .-. .-� � � .-. .-. .-. r-. .-. .-. � � � .-. � �p � � Uj
p' � � N N N N N N N N N N N N N N N N N N < � � �
� � � O O O O O O O O O O O O O O O O O O Cy
.-y � IJ N N N IJ N N N IJ N N N N N N N tJ N ti �p
O� tn �P O� V� A O� tn �P O� V� �A O� Vi �P O� U �P O
O � � ry � a � ro
R �
.P'i H '� Cp O W
( Q tlQ
� s� � s, _' ° z "
y °' o. rn orn o. rn o. orn rn rn a� a� o� rn o. rn o. rn rn �. v,. � �`'
y c�o w w w w w w w w w w w w w w w w w w o "� o
5i �, o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � rt a- �
� a" pj IJ N N N N N N N N N N N N N N N IJ N �
�t O O O O O O O O O O O O O O O O O O �
o� a-. x' N N N N N N N N N N N N N N N N N N 0 � � �
� ry N �1 O� v� �I O� v� �1 O� ln �1 O� V� J O� tn �1 O� Cn �
°" a rn C� o
.� �. � w
a� ,�� y t" ,�_.
� o � w �
� r
d� � � o � u
� � � � � � � � � � �, � � � � � � � � � ., T •�
rn v� v� .p w w �n cn cn w w w cn cn cn oo �l �l w rr
� �• o � v� � co � rn a> w .-. o �o rn ;c> i.� oo cn � � p
� N o. � o �o � o 'v� � o o in o 'v� � o rn � o w Z
.A v� O O O O A O O Oo O O �A O O �O N O �
� � Z n
O ie R7 O
w y � � �
� � o �
� o cf' � �
P. � 5' y ,�� R,
� in .y `r �y �
n � U v� tn v, vi tn cr cn cn tn cn � � [ij
d � o 0 0 0 0 0 0 0 0 0 o y Z a' C7
q � o 0 0 0 0 0 0 0 0 0 0 �D o � w
� o 0 0 o a o 0 0 0 0 0 o il � � �
69 69 W 6s A � N' N
D b O� O� O O� O O � ,p
n O
Q � O O O O O O � O e��f e
fi�' .�L' W � 00 .P �O � r�"i •--
cn O vi O O N C� `� _a �
C � O O O O O � .�-' p� W �
� � O O O O O O � Q o � � �
O N v' � � �
p. N
`�G� � � H � N a'
� � .P �
�
� o �o 0 00 �,�, � rn in 7� w i.i �-- Z (�] C� � � b
� a � � O `� `� � � O� O
b a � c�c w d "> ti co �o ci 'nd � � `n ^ �U4 � G
�
o a o a � � �. � � � � o o 'b .°�° � � o p
� �
°= ". v, o �o ao o �'� � � a ;; � � y � � �
� � ,v° � � rn v,• � a. � � O a � o .Np w � �
a w �' N � � �' a ° '� � � � V � o �' � �-.
� i°o o w b � � � �D " c�o �D o � � w p
N N � � � �� a �' � � � N � � �
W �"h '� N Cs' ""h �
ry �, ,� c�o Q c�o � �' O � p � � � b
� tsr o � -, a ° �' �, N m 117
� � � o w �., G a' co a t/�
v"', � co �'.tr� � � a. w a' �• � ►�i7
� o o �. � � �, � � a�
� � �D � = CD o � ~
CD o a �o � c�o � � �' � n
� ~ rt � N � � �
w � o ci m, o � ?:
co < ,cs < =° �, p `° H
a `D o a. a. a' `D. ,� o O� � t�]
,�n-. o �io ,� _ � �, p
� � � �d
y �D � �, o° a. � � `� '� � C� �• �'r''
t�' v, co N ?' o a' ,�a- � C� � � �1
o � '� o �°-a �' '+� � � r�i� xi '� � �
v, o �a � •-' � C w �D w � �
� '� � � � w � � o d � � �7
� p' o � � o � �
� `C � v � ,�-r c� � �rn., C+ M (/j 1--i
o � �. � � �, � � � � p y ~3
� � � � � � �
� �' �' a O �
� � ° � o � �. � o- �rJ O
� o � � � � � � � � Z �
o � y ^
� � � a� � �' a' o `b '�i v' H
� �' v� w, � av � � r: H � trJ
m `� m � a� o � ; �. o `'� O �
a G" � o o' � � c�o � �
`D w � �0 � � � �' ' � �
� ��-' w k � � � ,--� ~
. c� a � �. Q b
o �, o � o a �. �O
� N' � a. � ?' �. � � � Z 0
� N. � � � � � N oN ~ � � y � t" �
� � � � �
�o' � � � rn �' a. � � o �-3 � r
M < p � ��-7
� � � v� � °. � � � � ,�_�, O �
'a � � � `o o a � � 77 a�
r„3 '� w
c'' o � °o �� � Z c�'n
� � � �
0 0 � � a. c�i � � � � d
'� � � v� t3' Ks'`C N '-' �
�' � �, � •� � d
o �D
� � o o d C'�
�' `� � � � co O
tY < o „
�, �, � �- a Z
� � c� dsss y
� � ~ � � �
� ti a p' �
� � � `D � y � �
� a � o � n N �
� C3; ry � b9 �l O � N
Ll. "�. � N� V� O OO � C/] N
a co O � O �l y O
w a � G,, ov, 00 �
0
� � � G
� � � �
�
o � � H
� �v
o w p' &s t� N N O
a . p °� y
� �"
a o�o � woo
� i-' o '-' oo
� cnov� oo
�
x
�
c�
�'
tc1
Page 4 of 5
EXHIBIT B COST PROPOSAL
❑ Prime Consultant ■ Subconsultant ❑ 2nd Tier Subconsultant
Consultant Bajada Geosciences, Inc.
Project No. Contract No. Date 11/26/2024
DIRECT LABOR
Actual Hourly;
ClassificationlTitle `Name ' Hours Rate Total
Engineering Geologist James Bianchin 52 $62.20 $3,234.40
Geoteclmical Engineer Jon Everett 40 $62.20 $2,488.00
$0.00
$0.00
LABOR COSTS
Subtotal Direct Labor Costs: $5,722.40
Anticipated Salaiy Increases: $0.00
TOTAL DIRECT LABOR COSTS $5,722.40
INDIRECT COSTS
Fringe Benefits Rate 81.0% Total Fringe Benefits $4,635.14
Overhead Rate 0.0% Overhead $0.00
General&Administrative 41.6% Gen&Adtnin $2,380.52
TOTAL INDIRECT COSTS $7,015.66
TIXED FEE 10% TOTAL TIXED TEE $1,273.81
CONSULTANT'S OTHER DIRECT COSTS(ODC)
Description'of Item Quantity' Unit Unit Cost Total'
Excavation Subcontractor 1 Lump sum $4,600.00 $4,600.00
Traf�c Conn�ol 1 Lump sum $2,300.00 $2,500.00
Laboratory Testing 1 Luuip sum $8,000.00 $8,000.00
Drilling Permit 1 Per permit $690.00 $690.00
Lump Sum $0.00
Lump Sum $0.00
Lump Sum $0.00
TOTAL OTHER DIRECT COSTS $15,790.00
SUBCONSULTANT'S COSTS
Subconsultant 1:
Subconsultant 2:
Subconsultant 3: �
TOTAL SUBCONSULTANT'S COSTS $0.00
TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS $15,790.00
TOTAL COST $29,801.87
Page 5 of 5
EXHIBIT B COST PROPOSAL
❑ Prime Consultant ■ Subconsultant ❑ 2nd Tier Subconsultant
Consultant Roscoe and Associates
Project No. Contract No. Date 12/05/2024
DIR�CT LABOR
Actual Hourly
Classificatiou/Title Name Hours Rate Total
Principal Investigator Jaines Roscoe 34 $150.00 $5,100.00
Co-Principal Investigatorr Jennifer Whiteman 36 $85.00 $2,890.00
Senior Research Associate Melinda Salisbuiy 47 $75.00 $3,525.00
LABOR COSTS
Subtotal Direct Labor Costs: $11,515.00
Anticipated Salaiy Increases: $0.00
TOTAL DIRECT LABOR COSTS $11,515.00
INDIRECT COSTS
Fringe Benefits Rate 0.0°/o Total Fringe Benefits $0.00
Overhead Rate 15.0% Overhead $1,956.20
General&Adminish•ative Gen&Admin $650.00
TOTAL INDIRECT COSTS $2,606.20
FIXED FEE $0.00 TOTAL FIXED I'EE $0.00
CONSULTANT'S OTHER DIRECT COSTS(ODC)
Descr�iption of Item Quantity; Unit 'Unit Cost Total'
Records Search(NEIC) 1 Lump sum $650.00 $650.00
Mileage-CA Rate'24(1 R/T to NWIC,2 R/T to Eureka) 300 $0.670/mile $201.00 $201.00
Supplies;Field equipment,copies etc. 1 Lump sum $25.00 $25.00
TOTAL OTHER DIRECT COSTS $876.00
SUBCONSULTANT'S COSTS
Subconsultant 1:
Subconsultant 2:
Subconsultant 3:
TOTAL SUBCONSULTANT'S COSTS $0.00
TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS $876.00
TOTAL COST $14,997.20