HomeMy WebLinkAbout _ 4.11(b)--Approve the Third Amendment to Contract (C-7377) � � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: March 4,2025 FROM: Michael Webb, Public Works
ITEIVI NO. 4.11(b) Director
***APPROVED BY***
�c a� � �bEi� 'c�r�Cs t7�reetcsr �f��12t}`?� te�r� , ;� � �:rr 2}`?�i.�?C}?�
mwebb@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.11(b)--Approve the Third Amendment to Consulting and Professional Services
Contract(C-73'77 for the Eastside Road Brid e at Can on Hollow Creek Re lacement Pro'ect
Recommendation
Authorize and approve the following ac�ions relative to Consulting and Professional Services
Contract(G'73'77) for the Eastside Road Bridge at Canyon Hollow Creek Replacement Project:
(1) Approve the Third Amendment to the Consulting and Professional Services Contract (C-
7377) with Dokken Engineering in the amount of$21,980.41 for a total not to exceed fee
of$456,171.77;
(2} Authorize the Mayor, or designee, to execute the Amendment; and
(3) Authorize the City Manager, or designee, to approve additional contrac� amendments in
an amount not to exceed $40,000 in total.
Fiscal Impact
The Eastside Road Bridge at Canyon Hollow Creek Replacement Project (Project) is estimated
to cost approximately $4.5 million. The project is 88.53 percent funded by the Federal Ilighway
Bridge Program, with the remaining 1 L47 percent being funded by the City of Redding's (City)
Transportation Impact Fee fund or the Streets Division Maintenance fund. The total project cost
includes a consultant contract with Dokken Engineering, (Dokken) to provide bridge design
services through construction. This amendment will increase Dokken's consultant contract by
$21,980.41.
See table below for a summary af amended costs to Dokken's consultant contract (table only
inc]udes amendments that adjusted the contract amount).
Original lst Amendment 3rd Amendment
Contract Revised
Amount Ad'ustment Total Ad'ustment Revised Total
$399,424.91 $34,766.45 $434,191.36 $21,980.41 $456,171.77
Report to Redding City Council February 25,2025
Re: 4.12(b)--Approve the Third Amendment to Contract(C-73��) Page 2
Alternative Action
The City Council (Council) may choose not to authorize the amendment and provide staff with
an alternate direction. Without the proposed amendment, Dokken wi11 not be able to complete
the bridge design or provide services during the construction phase of the project. This
alternative would delay or likely eliminate the replacement of this bridge and jeopardize federal.
funding.
Background Analysis
In August 2017, an engineering and environmental services contract was executed with Dokken
for the project. The project has been proceeding through the various stages of work with the
right-of-way phase nearly complete allowing Dokken to begin on the final construction
documents. However, before Dokken can proceed with preparing the final plans and
specifications, Caltrans has requested that additional and originally unanticipated environmental
studies be completed. For pokken to complete the necessary environmental tasks and complete
the construction documents for advertising, additional funds are required as requested in this
amendment. The amendment has been approved as to form by the City Attorney.
The Eastside Road bridge was constructed in 1950 and is currently designated as "functionally
obsolete" per Caltrans' Bridge Inspection Reports. This designation is largely due to the amount
of traffic using the bridge and the lack of shoulders and sufficient pedestrian facilities. The
project will replace the existing 27-foot-wide 2-lane bridge, with a 48-foot-wide bridge that
includes two, 12-foot travel lanes with 8-foot shoulders, a 6-foot wide sidewalk and barrier on
the east to accommodate pedestrian traffic, and a concrete barrier on the west side. These
improvements meet the requirements of both the American Association of State Highway and
Transportation Officials and the City.
Environmental Review
This action is not a project as defined by the California Environmental Quality Act (CEQA). As
the environmental studies and design progress staff will prepare CEQA documentation for future
Council approval.
Council PrioNity/City ManageN Goals
This is a routine operational item.
Attachmen�s
C-7377 Amendment 3
Contract C-'73'77
G7377 Amendment 1
C-7377 Amendment 2
THIRD AMENDMENT TO THE
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
WITH FHWA FUNDING/ASSISTANCE BETWEEN
THE CITY OF REDDING AND DOKKEN ENGINEERING, INC. (C-7377)
This Third Amendment ("Third Amendment") is made and entered into by and between the City of
Redding, a municipal corporation, ("City") and Dokken Engineering,Inc., ("Consultant") (collectively the
"Parties" and individually a"Party").
RECITALS
WHEREAS, the Parties have previously entered into Consulting and Professional Service Contract on
August 31, 2017, for the purpose of Engineering Services for the Eastside Road Bridge at Canyon IIo11ow
Creek Replacement Project (C-7377) (collectively referred herein as the "Contract") and amended this
contract on October 28, 2021, ("First Amendment"), November 3, 2022, ("Second Amendment")
(collectively referred herein as the "Con�ract"); and
WHEREAS, the Parties desire to amend the Contract to (1) add tasks to the Scope of Work (2) increase
the contract amount.
NOW, THEREFORE, the Parties for good and valuable consideration, the receipt and sufficiency of
which is hereby acknowledged, hereby agree as follows:
L Subsection A of Section 1 of the Contract is hereby amended and replaced in its entirety to
read as follows:
Subsection 1(A). Subject to the terms and conditions set forth in this Contract, Consultant
shall provide to City the services described in Exhibit A, Exhibit A-1, and A-2, attached and
incorporated herein.Consultant shall provide the services at the time,place and in the manner
specified in Exhibit A, Exhibit A-1, and Exhibit A-2. All Consultant personnel listed as
members of the project team in the attached exhibits shall remain on project unless prior
approval for the change in personnel has been granted by City's Contract Administrator.
All other subsections of Section 1 of the Contract shall remain unchanged and in fu11 force and
effect.
I. Subsection B of Section 2 of the Con�ract is hereby amended and replaced in its en�irety to
read as follows:
Subsection 2(B). Tn addition to the allowable incurred costs City will pay the Consultant a
fixed fee of$25,372.07. The fixed fee is nonadjustable for the term of the Contract, except
in the event of a significant change in the scope of work and such adjustment is made by
contract amendment.
II. Subsection I of Section 2 of the Con�ract is hereby amended and replaced in its entirety�o read
as follows:
Subsection Z(I). In accordance with Exhibit B, Exhibit A-1, and Exhibit B-1 attached and
incorporated herein,the total amount payable by City including the fixed fee shall not exceed
$456,171.'7'7
Third Amendment to Contract(7377)
Pa�e 1
All other subsections of Section 2 of the Contract shall remain unchanged and in full force and
effect.
III. Subsection E of Section 3 of the Contract is hereby amended and replaced in its entirety to read
as follows:
Subsection 3 ). The maximum amount for which the City shall be liable if this contract is
terminated is $456,171.77 dollars.
All othex subsections of Section 3 of the Contract shall remain unchanged and in full force and
effect.
IV. E °bits A=2 andB=l,attached to this Third en ent are herebyincorporated by this reference
and made part of the Contract.
V. The foregoing Recitals referenced therein are hereby incorporated by this reference and make
part of this Third Amendment.
VI. Except as expressly set forth herexn, all other terms and conditions of the Contract shall remain
in full force and effect.
I. The effective date of this Third Amen ent shall be the date that it is signed by the City.
IN WITNESS WHEREOF, City and Consultant have executed this Third Amendment on the days and
year set forth below:
CITY(�F REDDING
A Municipal Corporation
Dated: ,2025
By: JACK MUNNS, Mayor
Farm Approved:
Attest; CHRIST.IANM. CURTIS
City Attorney
SHARLENE TIPTON, City Clerk By:
DOKKEN ENGI��:�' �G,INC.
Dated: ,2025
=,;�p��,. �, �, � J�', , ��`�ic1�e.,�i--
T'hird Amendment to Contract(7377)
Page 2
� ��; � : � � fi � � s� � ,� �
January 7, 2025
Ms. Corri Vandiver, P.E.
City of Redding
777 Cypress Avenue
Redding, CA 96001
RE: Eastside Road Bridge Repiacement Project,Amendment No. 3
Dear Ms.Vandiver:
Dokken Engineering has obtained a scope and fee for Geocon Consultants, Inc.,to perform
the hazardous waste testing required by Caltrans District 2 for the Eastside Road over
Canyon Hollow Creek bridge replacement. Dokken will oversee this work as an amendment
to Task 2.11 for Caltrans Local Assistance Support as described below.
Task 2.0 Environmental Documentation and Permittin�
Task 2.11 Caitrans Local Assistance Support
Dokken will oversee Geocon Consultants, Inc., during hazardous waste sampling and
preparation of a Phase II Preliminary Site Investigation. The following hazardous waste
sources will be sampled and evaluated:
• Sampling and laboratory analysis to determine levels of lead, creosote,pesticides, and
petroleum products in soils to be disturbed or excavated during construction
activities.
• Test yellow thermoplastic paint and striping as needed.
• Assess and test for lead paint on the bridge.
• Conduct an Asbestos Containing Material (ACM) Survey by a Certified Asbestos
Consultant(CAC).
A Phase II Preliminary Site Investigation report wi11 be generated documenting the results of
the testing and any necessary protective measures recommended for implementation during
construction.
Cost Proposal
The not to exceed cost proposal to camplete the above tasks based on time and materials is
$21,980.41. Please see the attached cost proposal and rate schedule for billing rates.
If you have any questions,please contact me.
Sincerely,
DOKKEN ENGINEERING
4
1^ �
Brian Stephenson, P.E.
Project Manager
110�31u��avine I'c�, �uite 200,Fc�lsozrl,CA 95E��i�-�7]3 �TeI. 91�,45�.0642��'ax: 9Ef�,�5�,06�3 � _�v,�okkenen�ine�rin�.�c��n
COST PROPOSAL - ESTIMATED HOURS BY TASK
CITY OF REDDING
� �T � � � � � � � � � EASTSIDE ROAD BRIDGE AT CANYON HOLLOW CREEK REPLACEMENT PROJECT
AMENDMENT NO. 3
january 7, 2025
Exhibit B-1
Page 1 of 4
DOKKEN ENGINEERING GEOCON CONSULTANTS,INC.
:d �..... ..::� ..... .....
�I� W:o. y ��.� .....
,� 'e'o �: ��{$^^^ . .
a L G y�.,.N: O . ��..G, .�v w�.b9
C � � VE C7� N � w� w y G .�. �. .
�.� �y a . � �... `y �.� •u .y y ,�:� .. �: �..� GAAND ', CRAND. GRANTI
TASK DESCRIPTION �� R� T�TAL TOTAli � v �+' �,°.�` -.- u ^�� TOTAL OTHER TCITAL T[1TRLOTREFt
a' � c� d ° a 3 ..� �d a+ �;��°, TOTAL COST TEITAG CO5T
v�� s�:o HOORS COST��� ��� .�.°i .y���y� � �3 y s�rs� HOURS DIftECT COST '� NdURS DIRECT COST5
:d �,�'. _�C. 'yl�n .�.v �.�.y �i�9
Y.:�+I.�. N�..�� "�W� �❑... :.�Q .�F �mV ...��.o
.v.A� `'� . .d�b ....9 �3
m.a w g..o;. N .a:�,�� �...d
ro`.. o W.�.0 o � ...:� ..w
:'K .,� � ...v
..:v°Ji m: a�.� �.v
�. FULLY BURDENED RATE $24S 7$ $16b.99 $ 22b.93 $ 181.55 $ 177.82 $ SSb.tYi $i&6.42 $113.�k7
TASK 2:O ENVIRONMENTkL DOCOMENTATtON AND PERMITTING�. 1�. 3' 4 ( $749.1b 2 : 29'�. 7I 20 4 Z 64� $ Y0,255.00 $ 21,231.25 �. b8 �$ 10,255,00 $ 21,980.41�:
'Pask 211 Caltrans Local Assistance Support 1 3 4 $ 74916 2 29 7 20 4 2 64 $ ].0,255.00 $ 21,231.25 68 $10,255.00 $ 21,980.41
��� T4TAL H(YURS i.�: 3': 4 : 2 ���.. 29; 7�'�: 2p 4 2 64�: 68
T6TAL COST $2�8,78 $5t76';38 � $744.Y6 $ 453.87 $5,2b4�i$h $1,244.77 $3,120.17 $665.b7 $ZZG.93 $ 10�Z5S.Op $ 21,Z31.25 �: �:$ 1r7,ZS5.0€� $ Zi.98U.4i�:
Exhibit B-1
Page 2 of 4
COST PROPOSAL
COST-PLUS-FIXED FEE CONTRACT
(DESIGN,ENGINEERING AND ENVIRONMENTAL STUDIES)
N020: MdTk-UpS 31'8 IVOT E�I�OWOC� Q Prime Consultant ❑Subconsultant �2nd Tier Subconsultant
Consultant: DOKKEN ENGINEERING
Project No. -- Contract No. C-7377 Date January 7,2025
Project Name Eastside Road Bridge at Canyon Hollow Creek Replacement Project-Amendment No.3
DIRECT LABOR
ClassificationlTitle Name Ran�e Hours Aetuai Hr Rate"� Total
Project Manager t3rian Stephenson,PE* $65.00-$125.00 1 $ 88.00 $ 88.00
Principal in Charge STAFF $85.00-$165.00 0 $ 125.00 $ -
QA/QC Engineer STAFF $85.00-$165.00 0 $ 115.00 $ -
Senior Engineer STAFF $65.00-$125.00 0 $ 88.00 $ -
Associate Engineer STAFF $48.00-$78.00 0 $ 62.00 $ -
Assistant Engineer STAFF $36.00-$56.00 0 $ 45.00 $ -
Seniar CAD Detailer STAFF $60.00-$90.00 0 $ 82.00 $ -
Engineering Technician STAFF $25.00-$75.00 0 $ 45.00 $ -
Seniar Environmental Planner Zach Liptak* $50.00-$90.00 3 $ 59.00 $ 177.00
Environmental Manager STAFF $80.00-$120.00 0 $ 90.00 $ -
Principal Planner STAFF $70.00-$100.00 0 $ 85.00 $ -
Senior Enviromnental Planner STAFF $50.00-$90.00 0 $ 60.00 $ -
Associate Environmental Planner STAFF $37.00-$50.00 0 $ 48.00 $ -
Enviromnental Planner STAFF $33.00-$43.00 0 $ 39.00 $ -
Environmental Technieian STAFF $20.00-$35.00 0 $ 30.00 $ -
Right of Way Manager STAFF $70.00-$110.00 0 $ 79.00 $ -
Senior Right of Way Agent STAFF $50.00-$80.00 0 $ 63.00 $ -
Right of Way Agent STAFF $35.00-$65.00 0 $ 38.00 $ -
Senior Appraiser STAFF $50.00-$80.00 0 $ 58.00 $ -
Appraiser STAFF $35.00-$65.00 0 $ 40.00 $ -
Right of Way Assistant I Appraiser Assistant STAFF $25.00-$35.00 0 $ 3 L00 $ -
Right of Way Technician/Appraiser Technician STAFF $20.00-$30.00 0 $ 25.00 $ -
4
LABOR COSTS
a) Subtotal Direct Labar Costs $ 265.00
b) Anticipated Salary Increases $0.00
c) TOTAL DIRECT LABOR COSTS[(a)+(b)] $ 265.00
INDIRECT COSTS
d)Fringe Benefits(Rate: 72.00%) c) Total Fringe Benefits[(c)x(d)] $ 190.80
� Overhead(Rate: 7.00%) g) Overhead[(c)x(�] $ 18.55
h)General and Administrative(Rate: 78.00%) i) Gen&Admin[(c)x(h)] $ 206.70
�) TOTaL nv�rx�cT cosTs��e�+�g�+�,�� $ a16.os
FIXED FEE k)TOTAL FIXED FEE[(c}+(j)]x f xed fee 10%] $ 68.11
1)CONSULTANT'S OTHER DIRECT COSTS(ODC`�-PTEMIZE(Add additional pages if necessary)
Description of Item Quantity Unit Unit Cost Total
i)TOTAL OTHER DIRECT COSTS $ -
m) SUBCONSULTANTS'COSTS(Add additional pages if necessary)
•GEOCON CONSULTANTS,INC. $ 21,231.25
m) TOTAL SUBCONSULTANTS'COSTS $ 21,231.25
n)TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS[(I)+(m)] $ 21,231.25
TOTaL cosT[(�)+G)+tk�+��7�� � zl,9so.41
*Employees will be billed at flieir acfual pay rates within the ranges specified above.When aetual rates ehange,employees will be billed at their updated rate.
NOTES:
1.Key personnel must be marked with an asterisk(*)and emp(oyees that are subject to prevailing wage reqnirements must be marked with two asterisks(**).All costs must comply with the Federal cost
piinciples.Subeonsultants wi!!provide their own cosf proposals.
2.The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in aeeordance witll the consultanYs anni�al aceovnting period and established by a cognizant
agency or accepted by Calhans.
3.AnLicipated satary increases calcidation(page 2)must accompany.
Exhibit B-1
Page 3 of 4
COST PROPOSAL
COST-PLUS-FIXED FEE CONTRACT
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
1.CalculaYe Average Hourly Rate for Ist year of the contract(Direct Labor SubYotal divided by total hours)
Direct Labor Total Hours per Avg 5 Year
Subtotal per Cost Cost Proposal Hourly Contract
Proposal Rate Duration
$265.00 4 = $66.25 Year 1 Avg
Hourly Rate
1.Calculate hourly raYe for ali years(Increase the Average Hourly Rate for a year by proposed escalation%}
Avg Hourly Ratc Proposed Escalation
Year 1 $66.25 + 5.0% - $64,56 Year 2 Avg Hourly Rate
Year 2 $69.56 + 5.0% _ $73.04 Year 3 Avg Hourly Rate
Year 3 $73.04 + 5.0% - $76.69 Year 4 Avg Hourly Rate
Year 4 $76.69 + 5.0% _ $80.53 Year 5 Avg Hourly Rate
3.CalculaYe estimaYed hours per year(Multiply esfimate%each year by tota]hours)
Estimated%Completed Total Hours per Cost Total Hours per
Each Year Proposal Year
Year 1 100.0% * 4 = 4 Estimated Hours Year 1
Year 2 0.0% * 4 = 0 Estimated Hours Year 2
Year 3 0.0% * 4 = 0 Estimated Hours Year 3
Year 4 0.0% * 4 = 0 Estimated Hours Year 4
Year 5 0.0% * 4 = 0 Estimated Hours Year 5
Total 100.000% Total = 4
4.Calculate Total Costs including Escalation(Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost Per
(Calculated above) (Calculated Above) Year
Year 1 $66.25 * 4 = $265.00 Estimated Hours Ycar 1
Year 2 $69.56 * 0 = $0.00 Estimated Hours Year 2
Ycar 3 $73.04 * 0 = $0.00 Estimated Hours Year 3
Year 4 $76.69 * 0 = $0.00 Estimated Hours Year 4
Ycar 5 $80.53 * 0 = $0.00 Estimated Hours Year 5
Total Direct Labor Cost with Escalation = $265.00
Direct Labor Subtotal before Escalation = $265.00
Estimated total of Direct Labar Salary Increase = $0.00 Transfer tv Page 1
NOTES:
1.This is not Lhe only way fo esfimafe salary increases.Other meChods will be accepted if Lhey clearly indicate Lhe%increase,the#o�f years af Lhe contracS,and a breakdown of Lhe labor to be perfonned
each year.
2.An esLimation that is based on direct labor multiplied by salary increase%multiplied by the#of years is not acceptable.(i.e.$25Q000 x 2%x 5 yrs=�w25,000 is not an acceptable methodology)
3.Tl�is assumes thaL one year will be warked at Lhe rate on tl�e cost proposal before salary increases are granted.
4.Calculations for anYicipated salary escalation must be provided.
xhibit =1
Page 4 of 4
COSTPROP�SAL
C�rkification of�erect�osts:
I,the undersigned;certifyto the best af my knowdedge and beliefthat alf direct costs identified on the cast propasal(s}in this contract are actual;reasonable;altowable,
arrd aEtocable to the contract in accordance with the contract ternu and the foilowing requirements:
I GeneralEy Accepted,Accounting Pn�ciples(GAAP)
2 Teems and cand'otions of the contract
3. „T'ig1�, �3 CJ�iater��,t�t�s�`��S�e�icn 1 E' Letting of Cootracts
4. �t��c�sl�af��d�r�a1�e�t�lastasi�F'art 3!-Contract Cost Princdp8es and Procedures
5 "?3�`cad�°of d���iet"cl���utat�an�t��rt 47�-Fracurement,Manageei�ent;and Administrstion ofEngineering
and Design Etelated Service
6. <k;3 C:r,saic c�f�'eci�rsP 6t��esl�tt�n�f�ar�9��5� Cost t?ccountierg Standards Board{when appiical�le)
A!1 costs must be appiied consistently and fair(y to at1 conttacts.A(1 documentation of cornpliance must be retained in khe project fa(es and be in compliance with
applicab(e federaf and s4ate requirements:Costs that are noncompliant with the federai and state requirecnenis are not eiigibie f'or reimburseanant.Laca[governments
are responsible for applying onty cognizant agency approved or Caltsans accepted Indirect Cast Rate(s).
Primc Cnnsuliunt or Suirronsultant Ccrtifvine;
tolame**: John� ���iatt� ��„�r Ticle**: President -
Signat�are. .✓ Date of�erti6catian{mmJddlyyyy): � ",�'
Ernail�* €�t�!stecars�� csk��n� n r€�i ��� ; Phone Number: 916-&5$-4642
AdBiess 1 l d�lue Ravine Road.�uifie 2Q0,Foisam.CA 95630-4713
*�An ir�dovidual execative or financiai officer of the cansul4srit's or subconsuitant's organization at a tevet no lower than a Vice Presidee�t ar a Chief Financ�al Officer,
or equivatent,who has authority to represent the ftflanciat information uti(ized to estabtish the cost proposat for the contract,
List services the consuttant is ptow�zding under the "ro sctD contract
Professional Engineering,Environmental and Right of Way Services
CtJNSULTING AND PRUFESSItJNAL SERVICES CC}NTRACT
WITH FHWA FUNDINGIASSISTANCE
THIS CQ1+�ITRA�T is tnade at Reddin�,Califc►t-iaaia,by and betwe�n the City of Redding{"Cit�,,'},
�I71UI11Ci�'!�I CC32'�JOT`�tlOTl, and Dokken Engineering {"Cc�nsultant'°} fc�r the purpt�se of Engineering
Services fvr the Eastside Road Bridge at Canyon Hollc�w Creek Replacement Project.
WI3EREAS, a source of funding fc,r paymen# for prc�fessional services provided under this
Agreement is federal Funds from the United States Department of Transportati+�n,
WHEREAS,Consultant desires to perform�ad a�sume responsibility f�r the provisic�n of certain
prc�fessional services required by City on the terrns and canditions set forth an this Ccantract.
NOW, THEREFURE, the Parties co�venant and agree, for good consideratic�n hereby
acknowledged,as fc�llows:
SECTIUN 1, CC}NSULTANT SERVICES
A. Subject to the terrns and cc�nditic�ns set fc�rth in this Contract,�onsultant shall prc�vide
to City the services described in Ea�hibit A, attached and incorpc�rated herein.
Cansultant shali provide the services at the time,place and in the manner specified in
Exhihit A. Ali Consultant personnel listed as members of the project team in the
attached exhibits shall remain on praject unless pric�r approval far the ch.an�e in
persc�ru�el k�as been granted by City's CQntract�drninistrator,
B. �onsultant sha11 submit prc�gress reports at least once a month. Each pr�g�es�report
shc�uld be suf'ficiently detailed fc�r the Cc�ntract Administratar,as noted in Sectic�n 1(}.A,
tc�: 1) determine if Consultant is �erforrning t�r exp�ctatians and is on schedule; 2}
prc�vide coznmur�icatian of interim findings,and 3}sufficier�tiy address any dif�'lculties
c�r special prob�ems encountered.
C. Cc�nsultant's Project Manager, as nc�ted in �ectian 10.8., shall nzeet witl� City's
Contract Administrator as needed to discuss progress on.the scope of work.
L`�, l�tothing cantained in th�s Cantract c►r ot�erwi�e shall create any contracti�al r�lati�an
between City and any subcc�nsultant,and nc�subcontract shai�relieve Gonsultant of its
responsibilities and oblig�tic�ns hereunder, �c�nsultant agrees to be as�lly responsible
to City for the acts and c�missions�f its subconsuitants and afpersons either directly
c�r indirectly employed by any of thern as it is for the acts an.d omissic�ns c�f persons
directly employed by the C�nsuitant. Ccansultant's c�biigation to pay its subcc�nsultants �
is an independent ob�igatican from the City's c�bligatic�n to make payments tc�
C�rnsultant. �
-�..9
E. Consu�tant shall perform the work ccrnteznp]ated with resources avai��b�e wit�in its ��
own organization and no pc►rtion of the work pertinent to this contract shall be �
Consulting and Professional Services ContracUFFiW A n ����^f�����t� '{'�`�{"'� F � � g+��� 1
jf` c,�r<� �F�. C 7 ti'aL.�
subcr�ntracted without written authc�ri2ation by City's Contract Administratt�r,except
that,which is expressly identified in th�e apprc�ved Cost Propasai,
F. Cansuitant shali pay its subcansultants within ten (l4)calendar days from receipt c,f
each payrnen# made�o Consultant by City.
G. Any sub�ontract in excess of�25,{�00 entered intc� as a �esult of this cc�ntract shall
cc�ntain all the provisic�ns stipulated in this contract to l�e applic�ble to subcc�nsultants.
H. Any substitution a�subccrnsultants must be apprc�ved in writing by City's Contract
Administrator prior to the start c�f work by the subcansultant,
I. �or�sultant a�d any subconsultant shall permit City, the State of California, and the
Federal Highway Administration�`°FHWA"),if federai participating funds are used in
this Cc�ntract, to review and inspect the project activities and files at all reasonable
times during the perfc�rmance periocl of this Ccrntraci inciuding review and i�spection
crn a daily basis.
SECTIt?N 2t Ct)MPENSA,T�fJ1Y AND REIMBURSEMENT C}F CCISTS
A. The rrrethod of payment fc�r this contract�ill be based on actual cost plus a fixed fee.
City will reimburse Consultaz�t for actual costs (including labor costs, emplc�yee
benefits, travel, �quipment rental casts, overhead and other direct cc�sts) incurred by
Consuitar�t in performance of the work. Cr�nsultant will not b�reirnbursed fc►r actual
cc�sts th�t�xceed the estim�t�d wa�e rates,employee�enefits,travel,equipme�t rental,
averhead, and other estimated cc�sts set forth in the apprt�ved Consultant's Cc�st
Proposal,unless additional reimbursemen►t is provided for by contract arnendment. In
no event,wi11 Consultant be reimbursed fi�r crverhead casts at a rate that exceeds City's
appraved overhead rate set fc�rth in the Cc,�t Prc�pc�sal.In the event,that City determines
that a change to the work frc�m that specified in the Cost Prc�posal and cc�ntract is
required, the contract time or actual costs xeimbursable by City sha11 be adjusted by
cc�n�ract amendtnent to accommodate the changed work. The m�imurn total cost as
specified in Paragraph "I" shall not be exceeded, unless authorized by contract
amendment.
B. In addition to the allowable in�urred costs Gity�ill pay the�onsultant a fix�d fee of
$25.303.96. The fixed fee is nranadjustable fc�r the term ofthe coniract,except in the
event of a significant c�ange in tlae scc�pe af wc►rk and such adjustment is z�ade by
contract arnendment.
C. Reimbursernent for transportation az�d subsistence costs sk�all not exce�d the rates
specified in the approved Cost Propc�sal.
Ia. When milesto�e cost estimates�r�included in the apprcrved�trst Prapc�sal,Cc�nsultant
shall obtain prior written apprc�val for a revised milestone cost estimate frc�zn the
Contract Administrator befc�re exceeding such cast estimate,
Cvnsulti»g snd Prvfessiortal 5arvice5 CantractlFHWA pa,��.'�
E, Progress payments will be znade month�y in arrears based c�n serv�ces prt�vided and
a�lt�wable incurred costs.A prc►rate porti�an c�f Consultant's fixed fee will be included
in the manthly progress payments.If Consultant fails to submit the required deliverable
items according tc� the schedule set for in the Statement of Work, City shall have the
ri�ht to delay payment or t�rrninate this Cc►ntract in accc�rdance with the prc�visic�ns of
Section 3 "Term and Terminatian".
P. No payment wili be made prior tc�appr+�v�1 c�f any work,nor for a7ny work perforrned
prior tc�approval ofthis cc►ntract.
G. Nc� retainage will be held by City from prc�gres� payinents due �onsultant. Any
retainage held by Consultant c�r subconsultants from progress payrnents due
subconsultants shall be prc�mptly paad in fu11 to subconsultants within thirty {30�
calendar days after the subconsultant's�vork is satisfactorily cornpleted. Federa� law
(49 CFR26.29)requires that any delay ar�ostponement of payment c�ver the thirty(3{�}
days may take place only fc�r gc�c�d cause and�vith City's prior written approval. An�
v�olatian ofthis pz�ovisi�an shatl subject the vifllating Consultarit or subconsultant to the
�enalti�s,sanctians and oth�r remedies specified in Section?1 U8,5 c�f the Business and
F'rofessions Code. T�ese requzrernents shall nc�t be cc�nstrued to limit or impair any
contractual,administrative,or judicial remedi�s,otherwise available to the Ct�nsultant
c�r subconsu�tant in the event of a dispute invoiving late payment or nonpayment by
Cc�nsultant,deficient subcc�nsultant performance,or noncornpliance by a subconsultant.
H. Cansult,ant wi11 be reimbursed as prc�mptly as fiscal prc�cedures wil�permit upc�n receipt
by City°s C���ract Administrat�r c�f itemized invoices in triplicate. Inv�ices shall be
subrnitted na later than 45 calendar days after the performance af work for whieh
Consuit�nt is billzng. Invc�ices shatl detail the wc�rk perfc�rmed on each milestc�ne and
each praject as appiicable.Invt�ices sha11 fallt�w the format stipulated fc�r the apprc�ved
Cost Proposal and sha�l reference this cc�ntract ni�mber and projeet title. Fi�al invaice
must cantain the final cost and al�credits due City including any equipment pur�l�ased
unde�r the prc�visions of Section 4 "Equipment Purchase" c�f this cc�ntract. The �nal
invc�ice should be submitted within�0 calendar days�fter campletic�n of consultant's
wor�. Invoices shall be mailed to City's �ontract Administrator at the following
address;
City of Redding
Corri Vaz�div�r
77? Gypress Avenue
Redding, CA 9�{l01
I. The total amount payable by City includin�the fixed fee sha1�nat exc�ed$399,424.91
J, Sa�ary increases will be r�imbursable if the new salary is within the salary ra.zige
id�ntified in the approved Ccrst Proposal and is appraved by �ity°s Cc�ntract
Adminisfirator.
Consulting and Ptofessionsl Services ContractiFHLYA P����
Fc�r personnel subject ta prevailing wage rates, as described in the California Labor
Code,all salary increases,which are the direct result of changes in the prevailing wage
rat�s are reimbursable.
K. �onsuitant agrees that tha Contract Cost Principles and Procedures,48 �FR,Federal
Acquisitian Regulations �ystem, Chaptez� 1, Part 31.000 et seq., shall be used te�
determine the cc�st allowability af individual items.
L. Consultant also agrees to cc�mply with federal proced�res in accc�rdance with 49 CFR,
Part 18,Uniform Administrat'rve Requirements for Grants and Caoperative Agreements
tc� State and L+�cal Governrnents.
M. Any cc�sts fc�r which pay�nent has been made tt� Consuita:nt that are determined by
subsequent audit to be unallowable under 49 CFR Fart 18 and 48 CFR, Fed�ral
Acquisitian Regulations Systern, Chapter 1, Part 31,OOU et seq., are subject tc�
zepayment by Consultant to City.
N. All subcontracts in excess of$25,400 shall cc�ntain the above prc�visic�ns,
SECTION 3. TERM AND TERMINATIC}N
A.. This contract shall go intc� effect an August 28, 2017, cc�ntingent upon apprc�val by
City, and Consultant shall cr�mmence wark after notification to proce�d by City's
�c�ntract Administrator.The cc�ntract shall end on D�cember 31,2022,unless extended
by cc�ntract amendrz�ent.
B. Cansultant is advised that any recommendatic�n fc�r contract award is not bindin�an
City until the contract is fully executed and apprc�ved by City,
�. Ciiy reserves the rig�t to terminate this cflntract upon thirry(30)calenda�r days written
notice to Cc�nsultant with the reast�ns for termination stated in the natice.
D, City may terminate this contract with Consultant shouid Consultant fail to perf`orm the
cc�uenants hereir►contained at the time and zn the manner herein provided.In the event
c�f such termination,City ma�prc�ce�d with the wcrxk in any ma�zer deemed proper by
Ciiy.If City terrninates this contract with Consultant,Ciiy shall pay Cansultant the sum
due to consultant under this cc�ntract priar to terrnin�tian,unless the cost of cc�mpletion
t+a City exc�eds the funds remainin�in the cantract.In which case the overage shall be
deducted from any sum due consultant under this contract and the balance,if any,shall
be paid to Consultant upon demand.
E. The m�imum amaunt for which the City shall be 1iable ifthi�contract is terminated
is $ 399,424,91 dc���ars,
Cansuitingaa6Peofessional5esvicasContracUFfiWA pS�TI:�
F. It is mutually underst�od between the Parties that this Contract may have beer�written
befc�re ascertaining the avai�ability of futids ar apprc�p�iation of funds,or far the mutual
benefit of both Parties,or in order to avoid prcrgram and fiscal delays that wc�uld occur
ifth�Cc�ntract were executed after that determination was made. This Cantract is valid
and enforceabie oniy if sufficient funds are made auailabie to the City fc�r the purpose
c�f this Con�ract. �n additic�n, this Contract is subject tc� az�y additional restrictic�ns,
limitations,conditions,or any statute,ordinance or regulation enacted by the Congress,
State Legislatures,or City Council that may at'�'ect the provisions,terms,c�r funding c�f
this Contract in any manner, Consistenfi with Articie ld, Se�tion 1$,ofthe Califomia
Cc�nstitution, it is mutually agreed that if sufficient funds are not appropriated, this
Gontract shall be amended to reflect any reducti�n in funds. City may likewise void
the Crantract under Seetion 3.C.
G. In the event tlaat City gives nc�tice c�f terminatic�n, Cc�nsuitant shail prc�mptly provide
to City any and all finished and unfinished reports,data, studies, phatographs,eharts
�r other work product prepared by Consultant pursuant to this Cc�ntract.
H. In th�ev�nt that City terminates the Cc�ntract,City shal�pay Consultant the reasc�nabl�
value of services rendered by Consultant pursuant to this Cantract; provided,�owever,
that City sha�l not in any manner be liable for lost pro�ts which rnight have been made
by Consultant had Cc�nsultant completed the services required by this Ct�ntract.
Consultant sha11,not later than ten{10}calendar days after tertnination of this Cc�zatract
by City, fi�rnish to City such financiai infc�rmation as in the judgrnent c�f the City's
Contract Administrator xs z�ecessary ta determine the reasonable value of the services
rendered by Consultant,
I. In no evez�t shail the terrnin�tic�n or expiratian ofthis Contra�t be construed as a waiver
ofany right ta seek rernedies in 1aw,�quity or othercvise for a Party's failure to perfc�rm
each abiigation required by this Contract.
SECTIUN 4. E�l,_►t1IPMENT" PURCHASE
A. Pric�r authorization in writing by City's Contract Administrator shall be requir�ed bef�re
Consultant enters into any unbudgeted purchase order,ar subcontract exceeding$5,000
fcr�supplies,equipment,c�r Ct�nsultant services. Consuitant sha11 provide an evaluatic�n
o�'#he necessity c�r desirability c�f incurriz�g such cos#s.
B. For purchase ofany itetn,service c�r consulting work nc�t cover�d i�a Consultant's Cc�st
Proposal and e�ceeding$S,fl{l0,pri+�r authorization by City's Contract Administrator
is required. Three competitive quotations must be submitted with the request, or the
absence of bidding must be adec�uately justified and accepted by City'� Contract
Adr�in�stz�atc�r.
�. Pursuant to �9 CFR, Part l8 and fcrr any equipment purchased as a resuit of t�is
Cantract,Gc�nsultant shall mai�tain an inventory c�fali non-expendable prc�perty. NQn-
expendable property is defined as having a useful life af at least two years and an
Consulti�and Professioaal Serv'sces ContractlFHW A r t'����
acquisition cost af$5,{}00 or more.If the purchased equipment needs replacement and
is sold or traded in,City s1aa11 receive a proper refund or credit at the ctanclusic�n c��the
Contract, ar if the Contract is terrninated, Gc�nsuitant may either keep the equipment
and credit City in an arnount equal to its fair market value, or sell such equiprnent at
the best price obtainable at a public or �trivate sale, in accordan�e with City's
�stablished purchasir�g procedures and credit City in an armount�qual to the sales price.
If Consultant elects to keep the equipment, fair market value shall be deterrnined at
Ccansultant's expense, on the basis c�f a competent independent appraisal of such
equipment.Appraisals shall be obt,ained from an appraiser mutually agreeable#c�City
and�onsultant. The terms and cc�nditic,ns r�f such sale must be apprc,ved in advanee
by City.
l�. Ail subcontracts in excess$25,�0� shall cc�ntain the above pravisi�ns.
SECTICIN 5. INSLTRANCE
A. Unless modified in writing by City's Risk Manager, Cansultant sha11 maintain the
follc��vin�noted insurance during the duratic�n of the Contract:
Covera�e Rec�nired Not Rectuired
Cornmercial General Liability x
�ornprehensive Vehicle Liability �
Workers' Cornpe�satic�n and Employexs' Liability x
Professionai Liabi�ity�Errors and Qmissions) x
(Place an"x" in the apprapriate box)
B. �overa��s�all be at least as broad as:
l. Insurance �ervices t��c� fc�rm number �G-�0�}1, Cammercial General
Liability Insurance,in an am�aunt not less than$l,(}OO,OUO per occurrence and
$2,OUO,�UO general aggregate far bc�di�y injury, persona� injury and property
daxriage;
2. Insurance Services t�ffice fc�rrn number�A-OOU1 {Ed. 1187}, Cc�mpreh�nsive
Automobile Liability Insurance,�vhich pravides fcrr tc�tal limits ofnot less than
$1,000,0�0 combined single limits per accident app�icable to all c�wned, non-
owned and hired vehicles;
3. Statutory Workers' Cornpensati�n required by the Labc�r Code of the State of
California and Emplayers' Liability Insurance in an amQunt nc�t less than
$1,0{�(},OOt}per occurrence. Bc�th the Workers' Campensation and Employers'
Liability policies shall cc�ntain the insurer"s waiver of subrogatian in favc�r of
City, its elected c�fficials,officers,employees,�gents and vc�lunteers;
Consuking and Prafessionat Services ContracslFl�iWA I-c`�.��V
4. Professional Liability (Errc�rs and Clmissions) Insc�rance, appropriate to
Consultant's professic�n,against loss due to error c�r omissian or malpractice in
an amaunt not less than$1,Q00,0(?0.
5. The City do�� nvt accept insurance certificates or endorsements with the
wording`°but only in the event c�f a named insured's sole negligence" or any
other verbiage limiting the insured's insurance responsibility.
C. Any deductibles c�r self-insured retentions rnust be declared to and apprc�ved by City.
At the optian ofthe City,either: the insurer shall re�luce c�r eliminate such deductibles
or self-insured retentions as respects the Ci#y,its elected officiais,officers,empic�yees,
agents and vc�iunteers;or the Cc�nsultant shall procure a band guaranteeing payment c�f
losses and related investigations,claims adrninistratio� and defense expenses.
D. The General Liabi�ity sha�l cc�ntain or be endorse�ta c�ntain the fallc�wing provisic�ns:
1, City,its eiected officials,offieers,emplcayees,and agents are tc�be cc�v�red as
additi+onal insured as respects liability arising out of warl� or operatisans
perfarmed by c�r on behalf af Consultant; premises owned, leased c�r used by
Consultant;c�r automobi�es owned, leased,hired or borrc�wed by Consultant.
The coverage sha11 contain no special limitations an the scc�pe of protectic�n
aff'arded to City, its elected officials, c�fficers, employees, agents and
volunteers.
2. The insuranc� caverage c�f Consultant shall be primary insurance as re�pects
City, its elected c�fficials, officers, ernployees, agents and volunteers, Any
insurance or self-insurance mair�tained by City, lt5 E'I�CtBC�ff��Cic'��5, offieers,
emptoyees,agents and vcrlunte�rs,shall be in excess of Consultant's insurance
and shaii not contribute with it,
3. Couerage shall state that the insurance of Consultant shall app]y separat�ly ta
eaeh insured agains#whom claim is made or suit is brought,except with respect
to the limits af the insurer's liability.
4, Each insurance pc�licy required by this Can�ract shall be endorsed to state that
cc�verage sha�l nat be caneeicd except after thirty (30} calendar days' pric�r
written notice has beer� �iven tc� City. In additic�n, C�nsultant agrees that it
shall nc�t reduce its cc�verage t�r limits c�n any such poiicy except after thirty{34}
calendar days' pric�r written natice has been given to City.
E. Insurance is to be piaced with insu.xers with a currenk A.M.Best's rating of no less than
A-VII,
F. Consultant shall designate the City crfRedding as a Certificate�Zalder c�f�he insurance.
Cc�nsultant shall furnish City w'rth certifieates of insura�nce and original endorsements
effecting the coverages required by this clause. Certificates and endorsernents shall be
Consulting and Pr�fessionet Serv3ces ContracxlFHWA ps�.�� t
fi�rnished to: Risk Management Department, City of Redding, 777 Cypress Avenue,
Redding, CA 96001. The certificates and endorsements far each insurance policy are
tcr be signed by a persan autharized by the insurer to bind coverage r�n its behal£ All
endc�rsements are tc�be received and approved by the City's Risk Manager pric�r tc�the
cc�mmencement of contracted servi�es, City may withhold payments to Consultant if
adequate certificates of insurance and endc�rsements rec�uired have z�at been provided,
or not been provided in a timely manner.
Cr. The requirements as to the types and limits c�finsurance coverage ta be maintained by
CQnsuitant as required by�ection S c�f this Contract,and any approval t�f said insurance
by City, are nat intended ta and will not in any manner limit or qualify the liabilities
and c�bligations otherwise assumed by Camsultant purs�aant tc�this Contract,including,
withc�ut limitation,�Tt?V151U�1S GCfxiCtyTIllll�1T1C��Tt1l11fIC3tlt}Il.
H. If any policy of ins�rance required by this Section is a"claims made°'pc��icy�pursuant
tc�Cod�of Civil Pracedure§342 and Gove�r�ment Code§445.6,Consultant shall keep
said insurance in effec#for a peric�d of eighteen (18}m�snths after th�t��rninatian c�f
this Contract.
I. If any damag�, including death, persana� inju�y or property damage, t�ccurs in
connectic�n with th�performance+�fthis Contract,Consultant shall immediately nc�tify
City's Risk Manager by telephone at{S3fl}225-4(}68. No later than three(3)calendar
days after the event, Consultant shall submit a wrifiten repart to City's Risk Manager
cantair�ing the foliowing infcrrrnation,as applicable: 1)name and address c�f izajured c�r
deceased person(s); 2} name and address of witnesses; 3� narne and address of
Consuitant's insurance cc�rnpany; and 4) a detailed description c�f the damage and
whether any City property was involved.
SECTIt)N 6. INDENZNIF�CAT�C}lY ANl?HULll HARMI..ESS
A. Ct�nsistent with California Civil Cc�de�278�.8,when the services to be pr�vided under
this Cc�ntract are design professic�nal services to be performed by a design prc�fessional,
as tha# term is de�ned under Section 278�.$, Consuitant sha11, to the fullest extent
permitted by law, indemnify pzotect, defend and hald harm�ess, City, its �lected
c�fficials, offieers, employees, and agents, and each and every or�e o�'thern, from and
against all actions, darnages, cc�sts, liability, claims, losses, penaities and expenses
(including,but nc�t limited to,reasanable attomey's fees of the Gity Attc�rney or legai
cc�unse�retained by City,expert fees,litigatic�n costs,and investigatic�n cc�sts)c�fevery
type and descriptic�n to which any or all of them may be subjected by reason c�f, or
resuiting from, directly or indirectly, the negligen�e, recklessness, or willful
misconduct of Consultant, its o�ficers, ernployees or agents in the perfvrmance c►f
prc�fessional services undear this+Contract, except when iiability arises due to the sc�le
negligence,active zaegligence or misccrnduct ofthe City.
B. {�ther than irt the performance ofprc�fessional services by a��sig,�p�c�fessiana�,which
is addressed salely by subdivisic�n �A} of this Section, and tc� the fullest extent
ConsuiSing and ProE'essinnai Secvices fontrac[1FHW A P'd��O
permitted by law,Consultant shall indemnify protect,defend and hald harmless,City,
its elected afficials,afficers,emplc�yees,and agents,and each and every c�ne crf them,
from and against all actions, damages, costs, Iiability, claims, lcasses, penalties and
e�penses{including,but not limited t4,reasc�nable attarney's fees of the City Attcarney
c�r Iegai counsel retained by City,expert fees,litigatic�n costs,and investigatian cc�sts)
c�f every type and descriptian tc�which any ar ail of them may be subjected by reasc�n
c�f the perforrnance af the servi�es required under this Contract by Consultant its
c�fficers, emplayees or agents in the perfc�rmance of prafessional services under this
Contract,except when liabi�ity arises due to the sole negiigence, active negligenc�or
miscanduct of the Gity.
C. The Cc�nsultant's obligatic�n to defend, indemnify and hold harmless shall nc�t be
excu�ed because afthe Consultant's inability to evaivate liability. The Consultant sha11
respvnd within thirty (3t}} calendar days tc� the tender af any claim for defense and
inde�nriity by the City,unless this time has been extended in writing by the Cifiy. If the
Cc�nsultant fai�s to accept ar reject a tender of defense and indemnity in writing
delivered to City within thirty (30� calendar days, in addition to any c�ther remedy
authorized by 1aw, the City may withhr�Id such funds the City reasonably cc�nsiders
necessary foz�its defense and indemnity until dispasition�as been made c�f the claizn
c�r until the Consultant accepts or rejects the tender c�f defense in writing delivered to
the City,whichever occurs first. This subdivision sha11 not be construed to excuse the
prampt and continued perf�rmance of the duties required of C�nsultant herein.
D. Th�c�biigation ta indemnify,prc�te�t,defend,and hold harrnless set�orth in this Section
ap�alies to a.11 clainns and liability regard�ess c�f whether any ins�rance pc�licies are
applicable. The policy limits of said insuranee policies da not act as a�imitatic�n upon
the amount of indemnificatic�n tv be prc�vided by Cc�ntractor.
E. City shali have the ri�lat to apprr�ve or disapprove the lega� cc�unsel retained by
Ccrnsul#ant pursuant t� this Section to represent City's interests. City shall be
reimbursed fc�r a11 cc,sts and attt�rney's fe�s incurred by City in enfarcing the obligations
set fart� in t�is Sectian,
SECTIUN 7. MISCELLANEC3US TER;MS�ND CONDITIOI'�S
A. This�c�ntr�ct shall be deemed to have be�n entered into in Reddin�, Califc�mia. All
questions regarding the validity,interpretatiun c�r performance of any of its terms c�r
c�f any rights or t�bligations t�f the parties to this Contract shall be gc�vemed by
Califamia law. If any claim, at 1aw c�r 4therwise, is made by either party to this
Ct�ntract, the prevailing partY shall be entitled to its cost� and reasonable attc�rneys'
fees.
B. This dc�cument, including ail exhibits, cc�ntains the entire agreement between the
parti�s and supersedes whatever c�ral or writtezx understanding each inay have had prior
to the execution of this Cc�ntract. This Cc�ntract shall not be altered, amended c�r
modified except by a writing signed by City and Consultant. No verbal agreetnent or
Consulting and Professinnat Services ContracttF'HWA �a�{:�
ct�nversation with any official,afficer,agent ar employee af City,either before,during
or after the execution of this Contract, shall affect or modify any of the terrns c�r
cc�nditions contained in this Ce�ntraet, nor shail any such vexbal agreement or
cc�nversati�n entitle Consultant to any additionat payrnent whatsoever under the terms
of this Contract.
C. No covenant c��canditit�n t+� be perfc�rmed by Cvnsultant under t�is Cc�ntract can be
waived except by the written cc�nsent of City. Farbearance or indulgence by City in any
regard whatsoever shall not �c�nstitute a w�.iver of #he covena:nt or conditian in
que�tion. Until performance by Ct�nsultant of said covenant or canditic�n is cc�mplete,
City sha11 be entit�ect to invoke any remedy availab�e to City under this Cc�ntract c�r by
law or in equity despite said farb�arance or indulgence.
L). Ifany portian of this Cc�ntract ar the application thereofto�.ny�rs�n c�r circ�mstar�ce
shall be invalid or unenfarceable tc�any extent,the remainder ofthis Ccrntract shall not
be affected thereby and shall be enfc�rced to the greatest extent permitt�d by law.
E. The headings in this Contract a�e inserted fc�r c�anvenience onJy and shali not constitut�
a part hereof A waiver of any party c�f a�y prc�vision ar a breach of this Cc�ntract must
be prauided in writin�, and shall not be construed as a waiver of any other prc�visifln
or any succeeding breach of the same or any othex provisions herein.
F. Each Par.ry hereto declares and represents that in entering into this Contra�t, it has
relied and is relying solely upc�n its c�wn judgment,belief and knawledge ofthe nature,
extent, ef�ect and cc�ns�equence relating thereto. Each Pariy further declares and
represents that this Ccrntaract is rnade withc�ut reliance upon any statement c�r
representation not contained herein of any c�ther Party or any representative,agent or
attc�rney vf the other Party. The Parties agree that they are aware that they have the
right to be advised by ctaun�el wit� respect ta the negt�tiations,terms,and conditic�n�
of this Contract and t�at the decisic�n c�f wheth�r ar not to seel€the advice of counsel
with respect to this Contract is a decisic�n which is the sa�e respansibility of eaeh ofthe
Parties, Accc�rdingly,nc�party shall be deemed tc�have been the d.rafter hereof,and the
principle of law set farth in Civil Code � 1654 that contracts are construed against the
drafter shall �ot appiy,
G, Each of the Parties heretc�hereby irrevc�cably waives any ar�d a1l right ta trial bY J�"Y
in any action,proceeding,clairn or cc�unter�laim,whether in contract or tort,at 1aw c�r
in equity, arising 4ut af or in any way related to this Agreement or the transactions
contemplated hereby. Each Party further waives any right to conso�idate any action in
which a jury tria�has been waiv�d with any ather actior�in which a jury trial cannc�t be
t�r has not been waived.
H. In the event of a c�anflict between the term and conditions ofthe body of this Ccrntra�t
and thase of any exhibit t�r attachment hereto,the terms and conditions set forth in the
bady c�f this Contract shall prevail. in#he event of a canflict between the terms and
Cortsutting and Professionat Servlces Contract/F'IibYk �c`�.�k�' ��
cc�nditions of any twa Qr more exhibits or attachments hereto, those prepared by City
sha�l prevail over those prepared by Consultant.
L Pursuant to the �ity's business licen�e ordinance, �onsultant shall obtain a City
business license prior to cornmencing work.
J. Consultant represents and warr�nts tc� City that it ha� ail licenses, permits,
qualifications and apprc�vals of any nature whatsaever that are legally required far
Consuitant to practice its prof�ssi4n. Cr�nsultant repxesents and warrants to City that
Consultant shal],at its sole cost and expense,keep in effect or obtain at a11 times c�uring
the term c�fthis Contract any licenses?pernazts a�d apprt�vals that are legally required
fc�r Consu�tant ta practice its professic�n.
K. Consultant shall, during the entire term c�f` this Cc�ntr��t, be construed ta Y�e an
independent contractor and nothing in this Contract is intenc�ed, nc�r shall it be
cc�nstrued, tc� create an emplc�yerle�tployee relationship, associatian, 3oint venture
reiationship,trust or partnership c�r to allcrw City to exercise discretioz�or eontrc�l over
the prafessional manner in which Consul#ant perfarms under this Contract. Any and
ali taxes imposed on C�ansultant's incc�me, impvsed or assessed by reas4n of this
Contract or its performance, including but not limited tc� sales or use taa�es, shall be
paid by Consultant. Consultant shall be xespc�nsible for any taaces Qr penalties assessed
by reason of any claims that Consultant is an empiayee t�f City. Cansulta�t shall nc�t
be eligible fox covera�e under City's workers' ccrmpensation insurance plan,be�efits
under the Public Empiayee Retirernent Systern c�r be eligible for any�ther City benefit.
L. No provision ofthis Contract is inten;ded tc�,c�r sha11 be far the benefit c�f,or cc�nstrued
to create rights in, or grant remedies to,any person or entity nt�t a party hereto.
M. No porti�n of the work or services to be performed under this Contract sha.11 be
assigned,trans�'erred,�onveyed c�z�subcontracted without the prior written approval of
City. Ccansultant may use the services 4f independent contractors a�d subcc�ntractors
to perform a pc�rcion of its c�bligations under this Gontract with the prior written
approval of City. Independent contractc�rs and subcontractors shall be prc�vided with
a capy ofthis�ontract and Cc�nsultant shall have an affarmative duty tc�assure that said
independent contractt�rs and subeontractors cr�mply with the same and agree to be
baund by its terms. Consultant shall be the respc�nsibl�party with respect to all actions
of its independent ccrntractvrs and subcc�ntractt�rs,and shali obtain such ins�rance and
indemnity pravisions from its ccantraetors and subcontractors as City's Risk Ivlanager
sha1�determine to be necessary.
N. Cc�nsultant shall perfc�rm a1i services required pursuant t+�this Cantract in the manner
and accarding ta the sta�dards t�bserved by a compe#ent practitioner of Consultant's
prt�fessit�n, All prc�ducts caf whatsoever natur� which Consultant delivers tc� City
pursuan.t tQ this Contract shal�be prepared in a pxc�fessionai manner and conform to the
standards of quality normaily observed by a persan practicing t�e professic�n c�f
con�,�tisn��a p�r�s«n�s�+��cont.��'HwA Page 11
�c�nsul�ant and its agents, employees and subcrsntractors assigned tca perform the
services contemplated by this Cc�ntract.
SECTIt?N$. SITRVIVAL
Th� provisions set �orth in Sections 4, 5, 6, 7.A, 7.D, 7.G, 7.L, 1�, 18, 19, a�d 20 c�f this
�ontract shail survive terrz�ination of the Ce+ntract.
SECTION 9. CUMPLIANCE WITH LAWS-NC1NDiSCRIMINATIUN
A. �on�ultant shal�comply with all applicable Iaws,c�rdinances,regulatic�n�and cc�des of
federal, state and local governments.
B. �c�nsultant's sigr�ature affixed herein,arrd dated, shal�cc�nstitute a certificatic�n und�r
penalty vfperjury under the laws ofthe State c�f Califamia that Consultant h�s,unless
exempt, ccrmplied with,the nc�ndiscr�z�inatic�n program requirements c�f GQvemment
Cc�de �ection 12994 and Title 2, �alifornia Administrative Code, Section 8143.
C. During the perf'ormance af this Cc�ntr�et, Consultant�ttd its subconsultants shall not
unlawfully discriminate,haras�,ar allow harassrnent a�ainst any employee or applicant
for emplayment because of sex,race,c41ar,ancestry, reiigious creed,national c�rigin,
physicai disability {inc�udin� HiV and AII7S), mental disability, med'zca� cvnditian
(�.g.,cancer),age(over 40),rrzarital�tatus,and den�al c�f fa�ily care leave.Cc�nsultant
and subconsultants shall insure that the evaluatic�n and treatment+of their employees
and appiicants far emplc�yment are free frc�m such discrimination and haras�mer�t.
Cc�nsultant and subconsultants shall comply with the pruvisions t�f the Fair
Emplc�yment and Housing Act (Gov. Cc�de §129�0 (a-fj et seq.) and the applicable
regulations promulgat�d thereunder{Califc�rnia Code af Regulations,Title 2, SectiQn
'7285 et seq.}. The applicable r�gulatic�ns of the Faix Employment and Housin,�
Commission implementing Gravernment Code S�ctian 12990{a-#�,set forth in Chapter
5 c�f Divisic�n 4 of Title 2 of the California Code c�f Regulations,are incorpQrated into
this Cc�ntract by reference a,nd made a part hereofas if set forth in full.Consultant and
its subcansultants shail give wcitten natice of their obligations under this elause to
labor organizations with which they have a cc�llective bargai�ning or other Agreement.
D. The Cc�nsultant shall comply with regui�.tions relative to Title VI(nondiscriminati4n
in federally-assisted pragrams c�fthe Department�afTransportation-Titie 49 Code of
Federai Regulaticrns,Part 21 -Effectt�ation of Title VI af the 1964 Civil Rights Act).
Ti#le VI provides that the recipients offederal assistance will irnplernent and maintain
a pc�licy c�f nvndiscriminativn in which no person in the state of Califarnia shail,c�n the
basis of race, color, natic�nal origin, religion, sex, age, disability, be exciuded from
participatic�n in,denied the benefits of or subject to discrimination under any prcrgram
or activity by the recipients of fedexal assistance vr their assignees and successcrrs in
interest.
Consulting and Professionat Serv'sces ContracUFHWA �.��jl'� ��
E. The Consultant, with regard to#he work performed by it during�he Agreement shall
act in accordance with Title Vi. Specifically,the Ct�nsultant shall not discriminate c�n
the basis or r�ce,color,national origin,religion,sex,age,or disability in the selection
and retentic�n c�f Subcc�nsu�t�nts, including procurement of materia�s and leases c,f
equipment. The Cansultant shall nc�t participate eith�r directly c�r indirectly in the
discriminatian prahibited by Secti+an 21.5 c�f the U.S. DOT's Regulativns, iz�cluding
employment practices when the Agreement covers a prc�grarn whose gcsal is
emp�oyment,
5ECTION 10. REPRESENTATIVES
A. City's Ct�ntract Admin�stratc�r fc�r thi� Cc�ntract is Corri L. Vandiver, email
cvandiver{a�,ci.reddin .�ca.us , telephc�ne number {53�}} 245-7120, fa� n�rnber
{530)_245-7U24. A�1 of Consultant's questions pertaining to this Contract shall be
referred tc�the above-named person,or tc�the representative's designee,
B. Cons�zltant's Praject Mana,�er for this Cc�ntract is Titn C7sterkamp, email
to�terkarn dakkenen ineerin .cc�m,telephc�ne number{316)858-f}642,�ax number
(916} 8S$-U643. A�1 of Ciiy's c�uestions pertaining to this Contract shall be referred
to the above-named person.
C. The representatives set forth herein shall have authority to give all nc�tices required
herein.
SECTIQI�T 11. NUTICES
A. All notices,requests,demands az�td otlaer cammunicati�ans her�under shall be�ieemed
given only if in writing signed by an authorized representative of the sender{may be
c�ther than the representatives referred te�in Section I O}and delivered by facsimile,with
a hard copy mailed first class,pc�stage prepaid;or when sent by a eourier or an express
service guaranteeing c�vernight delivery tc� the receiving party, addressed to the
respective parties as foilcsws:
To City; Ta Cansuitant;
Ms. Corri Vandiver Mr. Tirn�Osterkarnp
City c�f Redding,Engineering Divisian Dokken Engineering
77?Cypress Avenue 110 Blue Ravine Ro�d, Suite 200
Redding, CA 96001 Folsc�tzi, CA 95630
B. Either party may change its address fc�r the purposes ofthis paragraph by giving written
notice t�f such change to the other paxty in the rnanzler pxovided in this Section.
C. Nc�tice shal]be deemed effe�tive upt�n: 1}personal service;2}two calendar days after
mailing or transznissit�n by facsimile,whichever is earlier.
Consulking and Prnfessionat Services Cantract'F'1�tWA p"41�� ��
SECTIC}N 12. AUTH+QRITY TO CC}NTRACT
A. Each of tl�e undersigned signatc�ries hereby represents and warrants that they are
author�zed to execute this Contract c�n�ehalf c�f the respective parties to this Contract;
that they have Full right, pc�wer and lawful authority to undertake all obiigatic�ns as
pxr�vicled in this Contract; and that the executic��, performance and delivery c�f this
Ct�n�ract by said signatories has been�ully authorized by a11 requisite actic�ns t�n the
part of the respeetive parties ta this Contract.
B. When#he Mayor is signatory ta this Cc�ntract,t�e City Manager andlor the Department
Directc�r having direct responsibility fc�r mana�;ing the services prcrvided herein shall
have authority to execute any amendment tc�this Contract which does nc�t increas�the
amount ofcompensatic�n allowable tt�Consultant o�r otherwise substantially change the
scope of the services provided herein.
SECTI(}N 13. DISA.IJ►VANTA+GED BUSINESS E1�TTERPRISES PARTICIPATItJN
A. This Cr�ntract is subject to 49 CFR,Pai�it�{entitled"Participation by Disadvantaged
Busines�Enterprises in Deparrt�ment c�f Transpartatian Fixancial Assistance Programs".
Consultant sha11 be guided by,and cc�mply with,Exhibit 10-1 of the Loca1 Assistance
Proeedures Manual�"LAPM"), attached and incarporated herein.
B. �c,nsultant must give consideratic�n tt�I)BE firms as sp�cified in 23 CFR 172.5{�},49
CFR,Part 26. If the contxact has a DBE gc�al,Cazasultant must meet tl�e gval by using
DBE's as subcgnsultants or document a gagd faith �ffart tc� have met the gc�al. If a
D�E subconsultant is unable tc�pez�fcarm,Cc�nsultant must make a good faith effort to
replace hirnTher with another I)BE subconsult�.n#if the goal is not c�therwise met.
C. A DBE�nay be terminated c�nly with written approval of City and only fr�r the reasc�ns
speci�ed in 49 CFR 2C.53{�}. Prior tc� requesting Ci#y's consent for the prvpc�sed
termination, Consultant must meet the prc�eedural �equirements specified in 29 CFR
26.53(f}.
I). Cc�nsultant shail maintain recc�rds of materials purch�sed c�r suppiied £rom alI
subc+antracts entered intc�with certified DBE's. The records shall show the name and
business address ofeach DBE or vendor and the total doliar amount actua�ly�aid ea�h
DBE or vendor,regardless c�ftier.The records shall show the date afpayment and the
total dollar figure paid tc�a11 firms.DBE prime ec�nsultants shall alsc�sho�v the date of
work perfarmed by their own forces alc�ng with the cc,rresponding dallar value of the
wttrk.
E. [Tpon completion of the Cc�ntract, a summary caf these recc�rds shall lae prepared and
submitted on the form entitled, "�inal Report-Utilizatic�n af Disadvantaged Business
Enter�rxise{I7BE},First-Tier Subconsultants,"CEM-2402F{Exhibit 17-F,Chapter 1?,
c�f the LAPM},certified correct by Consultant or Consuitant's authorized representative
and shall be furnished to City's Cc�ntract Administrator with the final invc�ice. Failure
Cnnsultingand Professionet Services CantracilFI3WA Page 1�
to pravide the summary af DBE payments with the fina� invoice will result in 25
percent of the doliar value of the znvc�ice being withheld from payment until the fc�rm
is submitted.The arnount will be returned tc�the Consultant when a satisfactory"Final
Report-LTtilization af Disadvantaged Business Enterprises (DBE}, First-Tier
Subcr�nsultants"is submitted tcr City's C4ntract Administrator.
�, Tf a I�BE subcnnsultant is decertified durin�the life of this Contract, the decertified
subcor�sultant shall notify Cansultant in writing with the date of decertification. If a
subconsultant becomes a certif ed DBE during the life of the Cc►ntract, the
subcvnsultant shall nc�tify Cc�nsultant in writing �vith the date c�f ce�tification. Any
changes should be reported to the Agency's �c�ntract Administrator within 30 days.
G. Any subcc��nt�act entered zntc� as a result of t�is Cc�ntract sha�l contain all of the
prcavisic�ns af this Section.
SECTI{JI�T 14. CQNFLICT�OF INTEREST!UNLAWFUL CUNSIDERATION
A. Cc�nsu3t�nt,in�ludin�its employees,agents,and subconsultant�,sha11 nc�t maintain c,r
acquire any direct or indirect interest that conflicts with the perfarmance af this
Cc�ntract. Consuttant shall comply with all requirernents af the Pc�titical Refc�rm Act
(�overnment Code � 8100 et seq.} and c�ther laws relating to conflicts c�f interest,
ine�uding the following: l}Consultant shall nc�t mal�e or participate in a decisian made
by City if it is reasonably forese�able that the decision rnay have a material effect an
Cc�nsultant's econornic interest, and 2} if required by the City Attorney, Cc�nsultant
sha11 file financial disclosure forms with the City Glerk.
B, Ct�nsultant warrants,by executic�n ofthis coz�tract that no��rsc��c��se�lin���e�cy h�s
been emp�ayed, or retained, tc� scrlicit or secuxe this contract upt�n an agreement or
understanding,for a cc�mmissit�n,percentage,brokerage,or contingent fee,excepting
bQna fide employees, c�r bana �de established eommercial ar selling agencies
maintained by Consultant for the purpose of securing business.Far breach or violation
ofthis warranty, City has the right: 1}tt� terminate this Ccrntract withc�ut liability; 2)
pay only for the value of the work actually performed; and 3} to deduct frc�m the
et�ntract price or cc�nsideration, crr c�#het�ise recover the fu�l arnount c�f such
comrnission, percenta�e, brokerage,or contingent fee.
C. Cansultant sh�ll �iscl+�s��ny�nan�ial,business,or other relationship with City#hat
may have an impact upon the outcorne of this Contract, c�r any ensuing City
constructian project.Consultant shall alsc�list current clients who may�ave a financial
interest in the outcome of this cantr�ct�or any ensuing City construc#ion prt�ject,which
will follow.
I�. Cc�nsultant k�ereby certifies that it dc�es not nc�w have,nor shali it acquire any financial
c�r business interest that w�uld conflict with the perfc�rmance of services under this
�ontract.
Consutting and Professional Strvices Coniract/FHWA Pc$�`� 1 J
E. Any subcontract in excess of$25?OQ4 entered intc� as a result of this contract, shall
contain all of the provisions c�f this Section A thraugh E.
F. Consultant hereby certifies that n�ither Cc�nsultant, nor any firm affiliated with
Cc�nsultant will bid on any construction contract, or on any cantract tv presvide
cc,nstructian inspection f�r any construetic�n prc�ject resulting from this contract. An
affiliated firna is one,which is subject to the control of the same persons thrc�ugh jaint-
ownership, or atherwise,
G. Except for subconsultants whose services are limited ta providing surveying or
materials testing informatic�n,no subconsultant whcr has prc�vided design services in
connection with this contract shall be eligible ta bid on any construetion contract, Qr
on any contract to provid�constructian inspectic�n for any construction proj ect resulting
from this contract.
H. Consultant warrants that this contract was nc�t abtained or secured through rebates
kickbacks or c�ther unlawful cc�nsiderati+�n, either prc��nised c�r paid tcr any Gity
emplayee. Fox breach or vic�lation flfthis warranty,City shall have the right in its s�le
discretion: 1}to terminate the cantract withc�ut liability;2)ta�ay only for the value c�f
the work aetua�ly performed; 3) to deduct from the contract price, or 4)tQ c�therwise
recov�r the fuli amount c�f such rebate,kickbac� or t�ther unla�Fful consideratic�n.
SECTICII'+T 15. RETENTIC?N OF RECC�RDS1AUllIT
A. Far tla�purpose ofc�etermir�ing compliance with Public Cc�ntract Code� 10115,et seq.
an� Title 2I,Califarnia Cc�de of Reguiafiions, Gha�ter 21, Section 2540 et seq., when
applicable and other matters cc�nnected with the performance of the contract pursuant
tc�Government Gode§8546.'7;Ccsnsultant,subconsultants,and City shall maintain and
make available for ins�ectit�n ali bc��ks, dncuments,papers, accaunting rec�rds, and
c�ther evidence pertaining to the performance of the contract,including but nat limited
tc►, th� costs of adzninistering the eontract. Aii parties shall make �uch rr�ateriais
auailable at their respective+�ffices at all reasonable times during the contract period
and for three years from the date af final payznent under the contract. The state, State
Auditor, City, FHWA, or any duly authorized representative of the Federal
Grc�vernment shali ha�ve access tc�any books,records,and documents o�Cc�nsultant and
its certified public accountar�ts (CPA} work papers that are pertin�n.t tc� the cc�ntract
and indirect cost rates (ICR}for audit,examinaticsns,excerpts, and transactians, and
copies therecrf sha11 be furnished if requested, Subcc�ntra�ts in e�cess af$25,0�0 shall
contain this provision.
B. Any dispute crancerning a t�uestian of fact arising under an interim or pc�st audit erfthis
Cc�ntract that is not dispose�.c�f by agre�ment, sha11 be reviewed by City's I}irectt�r of
Finance ar her desi�nee. NQt later than thirty{30)days after issuance ofthe final audit
report,�ansultant may request a review by City's L)irector of Finance or hez�designee
c�f unreso�ved audit issues. All requests fvr review shall be sulamitted in writing.
CansuttiagandPrafrssionaiSarvicesContracUFNWA pr��T� ��?
C. Neither the pendency of a dispute nor its consideration by City will excuse Cansultant
from fu�l and timely perf'ormance, in accc�rdance with the terms of this cc�ntract.
D. In cases where the m�imum cc�mpensatic�n under this Contract exeeeds $15C3,000,
Gc�nsultant and subconsultant cc�ntracts,including cost prc�posals and indirect cost rates
(ICR),are subject to audits or reviews sueh as,but not�imited tt�,a Contract Audit,an
Incurred Cost Audit,an ICR Audit,c�r a certified public accauntant(CPA) ICR Audit
Workpaper Review.If selected for audit or review,the cont�act,cost propc�sal and ICR
and related workpapers, if applicable, will be reviewed to verify compliance with 48
CFR, Part 31 and ather related laws and reguiations. In the instance c�f a CPA ICR
Audit Workpa�er Review, it is Gansultant's respc�nsibility to ensure fedez�ai,state,+�r
lc�cal gavernment officials are allowed full access to the CPA's workp�pers including
making copies as necessary.The cantract,cost prapasa�,and ICR sha11 be adjusted by
Consultant and approved by City's Contract Adminisfiratar to conform tt�the audit or
review recommendations. Ct�nsultant agrees that individual#errns of costs identified
in the audit repc�rt shali be incc�rparated inta the contract by this reference if directed
by City at its sc�le discretion. Refusal by Consultant to incorporate audit c�r review
recc�mmendations,or to ensure that the federal,state,or�ocal governn3ents have access
tc� CPA workpapers, wi�l be cc�nsidered a breaeh of Car�tract terms and cause fe�r
termination of the contract a.nd disallc�wance af priur reimbursed cc�sts.
SECTICIN 16. IJ►ISPUTES
A. Any dispute,other than audit,cancerning a question of fact arising under this Ca�tract
that is not disposed ofby agreement shall be submitted in writing and decided by City's
DirectQr of Public�Vorks,who may consider written or verbal informatic�n subrnitfied
by Consultant.
B. Neither the pendency of a dispute, ncrr its consideration pursuant to this Section will
excuse Consultant fr+am full and timely perfc�rmance in ac�vrdance with the terms of
thi�Cc��tr�ct.
�ECTIC?N 17. SAFETY
A. Ccrnsuitant s�aail cc�mply with U�HA r�gulatians applicable tc� Co�su�tant regarding
necessary safety equipment c�r prc�cedur�s, Consu]tant sha�1 carnply with safety
instructions issued by City.Consultant's personnel shail weaz hard hats and safety vests
at al� times whi�e working an a construction prc�ject site.
B. Pursuant tc� the authority contained in Section 59� of the Vehicie Code, and when
applicab�e,Cc�nsulta:nt shall ct�mply with all of the requirements set forth in Divisic�ns
l 1, 12, 13, 14, and 1� c�f the Vehicle Code. Consultant shall take all reasonably
necessary precautio�ns for safe opera�ic►n c�f its vehieles and the protectic�n of the
traveling public from irtjury and dama�e from such vehicles.
Cansutti�and Prafessional Scrvices ContractiF'HWA p��t"' ��
C. Any subcontract entered inta as a result r�f this contraet, shall contain a1l c�f the
provisians of this Article.
SECTIUN 18. UVVNERSHIP tJF DATA
A. Upc�n comp�etian c�f al� work under this Contract or terminatic�n of this Cor�tract,
ownership and title to a11 repc�rts, documents, pians, specificatic�ns, and estimates
prcrduce as part of this Gontract will autc�matically be uested in City, and no further
agreemen# will be necessary tc� transfer c�wnership to City. Consultant shall furnish
City a11 necessary copies of data needed to coznplete the reuiew and apprc�val prc}cess.
B. It is understoad and agreed that all calculati€�ns,drawings and specificatians,whether
in haxd copy or machine-readable form, are intended for one-tirne use in the
constructic�n ofthe project far which this Cc�ntr�ct has been entered intc�.
C. Cc�nsu]tant is nat liable for claims,liabilities,or losses arising out of,or cannected with
the mc�dificatian, c�r misuse by Gity c�f the machine-reaciable infc�rmation and data
pravided by Consultant under this cc�ntract. Further,Consultant is not liable fc�r claims,
liabilities, or ic�sses arising out of, or c4nnected with any use by City of the projeet
dc�curnen.tation can other projects for additions ta this project,or for the ca�zapletion of
this project by others, except only such use as may be autharized in writing by
Cc�nsuitant,
D. Except as noted above, City may permit Cc�nsuitant to copyright rep�►rts ar other
cc�ntract-related product. If copYrights are p�rmitked, the City and the FI�WA shali
have a royalty-free nonexclusive and irrevocable right to reproduce, publish, c�r
otherwise use tlne work and to authc�rize c�thers to use the work for �overnment
purposes.
E. Any subcantract in excess of$25,OOC! entered into �s a result of this Cc�ntract shall
contain ail ofth�pravisic�ns af this Section.
SECTI(JN 19. CLAIMS�ILED BY CIT�'S CfJNSTRUCTItJI�T CONTRACTt�R
�►. �f c�aims are f led by Gity's construction cc�ntractor relating to wcark perfarmed by
�c�nsuitant's personnel, and additional infc�rmation or assistanee from Cc�nsultant's
personn�l is required in order to evaluate or defend against such claims, Consultant
agrees to make its personnel�uailable for consultati�rn with City's constructi�an cc�ntract
administration and legal staffand fc�r testimony,ifnecessary,at depasitit�ns and at trial
Qr arbitration praceedin�s.
B. Cc�nsultant's personnel that City considers essential tc� as�sist in defending against
cc�nstructian contractor claims will be made available on reasonable nc�tice frc�m City,
Cc�nsultation or testirnany will be reimbursed at the same rates,including tz�avel costs
that ar� being paid for Consultant's persc�nnel services uz�der this cc�ntract.
ConsultingandPrnfessional5ervicesCnntractlFHWA I-3�T'G' 10
C. ServiceS of Consultant's persanz�e� in cc�nnecti�an�vith City's constructic�n cs�ntract�ar
claims wili be perfarmed pursuant to a written contract amendmen#, if necessary,
extending the termination date of this contract in order tc� resalve the cc�nsfiructic�n
claims.
D. Any subcontract in excess of$25,04t7 ent�r�d into as a result of this ct�ntract shall
contain a�l of th�provisic�ns s�f this Sectic�n.
SECTIGIN 20. CUlYFII}ENTIALITY UF I}ATA
A. All �nancial, statistical,personal,technical, or vther data arid infarmation relative to
City's c�peration�, which are designated canfidential by City and made available tc�
Cvnsu�tant in order to carry c,ut this Contract, shail be protected by Consultant frc�m
unauthorized use and disc�osure.
B. Permission t� disclose infarmaticrn c�n one +accasion, c�r public hearin� held by City
r�lating to the Contract, sha11 s�ot authorize Consultant tv further dxsclose such
infc�rmation,or disseminate the same t�n asty other occasion.
C. Consultant sha�l not comment pu�licly t�the press c�r any other media regarding the
ct�ntract or City's actioa�s on the same, except to City°s staff, Consultant's own
personnel invc�l�ed in the per�'c�rmaz�ce of this contract, at public hearings c�r in
response to questians�rom a Legislative ct�mmittee.
I7. Consuitant shaJl r�c�t issae any news release c�r public relations item c�f�ny nature,
whatsoever,regarding vvork performed or tc�be pez-�'a�rn.ed under this contract without
prior review of the contents therec�f by Ci�y and receipt af City's written permissian.
E. Any subcontract ente�ed into as a result of this can#ract shali contai� al� c�f the
prc�visians of this Section.
SE�TIt�N�1. NATIt}NAL LAB{�R RELATIt}NS B�AR�► CE�TIFICATIC}N
In aceordance with Pub�ic Contract Code § 1{3296, and by signature an this Cc�ntra�ct,
Consuitant hereby states under penalty t�f perjury that no znor�than one final unappealable
finding c�fcontempt of caurt by a federal eourt has been issued against Consultant within the
imm�diately preceding twc�-year periad,because of Consulta.nt's failure to cc�mply with an
order crf a federal court tliat orders Cc�nsultant tt�cc�mpiy with an order ofthe Natic�nal Labc�r
Relatic�ns Bc�ard.
SECTIC?lY 22. DEBA.I�;.N�ENT AND SUSPENSI+ON CERTIFICATI4N
A. Consultant's sigz�ature affixed herein, sha11 cc�nstitute a certifieation under penal#y of
perjurY under the �aws c,f the State of Califart�ia, t�aat Consultant has ccrmplied with
Tit1e 2 CFR Part 1$0,"OMB Guidelines to Agencies an Government-wide Debarment
and Suspension {nonprocurement)", which certifi�s that he/she or any person
Consutting and Professianal5ervices ConxraetlF'HWA C r��E", S�
associated therewith in the capacity c�f c�wner,partner,director,officer,c�r manager,is
not currentiy under susp�nsion, debarm�nt,voluntary exclusion, or determination c�f
ineligibility by any federal agency; has not been suspended, debarred, voluntarily
excluded,c�r determined ineligible b�any federal agency within the past three(3)years;
dc�es not have a propased debarment pending,and has not been indicted,c4nvict�d,c�r
had a civii judgment rendered against it by a court of competent jurisdictic►n in any
matter involving fraud car afficial miscc�nduct within the past three {3} years. Any
exceptions to this certification must be disclosed to City pric�r tcr executic�n t�f this
Cantract.
B. Exceptions wil�not necessarily result in denial of recommendation fc�r award,but will
be cc�nsidered in de�terrnining Cc�nsultant respansibility. Discl4sttres rnust indicate tc�
whom exceptic�ns a�aply, initiating agency,and dates crf action.
C. Exceptians to the Federal Government Excluded Parties List System maintained by the
Genera.t �ervices Administration are to be determined by th�FHV�A.
SECT�CIN 23. PRU�3[IBITION OF E�PENDING�ITY STATE t)R FEllE�:AL�LTND�
FUR LUBBY�NG
A. In cases where federal funding�exceeds$150,000,Cc�nsultant certifies by signature on
this Cantract that,to the best r�f his or her knc�w�edge and belief:
t. No state, f�deral or Ic,cal agency appropriated funds have been paid,c�r will be
paid by-ar-an behalf of Consuitant to any persan for influencing 4r attempting
to influence an officer c�r emplc�yee Qf any state or federal agency; a Member
of the State Legislature or United States Congress; an officer or employee of
the Legislature ar Congress; ar any etnployee of a Member of the Legislature
or Congress,in connection with the awarding of any state or�ed�ral contract;
the malcing c�fany state c�r federal grant;th�making of any state c�r federal ioan;
the entering into of any cooperative agreement,and the extension,continuatian,
renewa�, arnendrnent, c�r mc�dification c�f any state or federa� contract, grant,
�c�an,or caoperative agreement.
�. If any funds other than federal appropriated funds have been paic�, or will b�
paid to any person fr�r influenczng or attempting to influence az� officer ar
employee c�f any federal ag�ncy;a Metnber of Congress;an c�fficer c�r employee
af Congress,or an empioyee of a Member of Co�agress;in cc�nnection with this
federal coz�tract, grant, laan, or coc�perative agreement; Consultant shall
complete and submit Standard Form-LLL, "Disclosure Fornn to Report
Lobbyin�",�n accordance with its instructions.
B. This certification is a material representativn ra�fact upt�n whi�ch reiiance was placed
vvhen this transac#ion was made or entered into. Submission of this certifica#ion is a
prerequisite for making t�rentering intcr this transaction impased by Section 1352,Tifle
31,US. Cc�de, Any person whcr fails to file the required certification sha11 be subject
Ca�suhieg and PrQFessionsl Services CoatrecUFHW A ���j���
to a civii penalty of not less than$1�},000 and ncat more than $1(}0,040 fc�r each such
failure.
C. Cc�nsultant alsc� agrees by signing this document that he or she shail require that the
langua�e oFthis c�rtification b�included in all lower-tier sabcontracts,which exceed
$100,004, and that all such sub recipients shall certify and disclose ac�ard�ngly_
SECTIGIN 24. STATE PREVAILING WAGE RATES
A. C�ansultant shail�omply with the State af Califorciia's General Prevailing Wage Rate
requirem��ts in accordance with California Labs�r Code,Section 1774,and all Federal,
State,and�ocal laws and c�rdinane�s applicable tt�the work.
B. Any subcontract enter�d intt� as a result of th�s contract if for mc�re than$25,0{�C} for
public wc�rks construction or mc�re than$15,Ot}0 for the�.lteration,demolition,repair,
or rn�intenance of public wtarks, shall contain a11 of the provisions c�f this Section.
C. When prevailing wages apply to the services described zn the scope crf wc�r�,
t�ansportatic�n and subsistence cc�sts shall be reirnbursed at the minimum rates set by
the Department of Industrial Relatians{DIR) as outlined in the applicable Prevailing
Wage T}etermination. See http:l/www.dir.ca.gav,
SECTIUN 25. EFFECTIVE IIATE{�►F CUNTRACT
The effective date of this Contract sha11 be the date it is signed by�xty.
Cbnsuiting and Prafessionai Services CuntraalFHwA Page 21
IN�VITNESS WHEREUF,City and Consultant have executed this Contract c►n the days and year
set farth below:
CIT�'�1F REDDIN�,
A Manicipal Corp�ration
Tfated: � ,2t}l7
By: BRENT WEAVE , ayor
ATTEST: APPRUVED AS TU FOP;M:
l3ARRY E.lleWALT
City Attorney
� „ ��� �
PAMEL �'VIIZE,+�'7 ::lerk Bys
CO►N�ULTANT
Dokken Engineering
Llated: ,2017 -������'
By:�'�"�-�"'",�.�' ..��i',Pr�',i��--�"`
Tax ID No.•. ,,;�,,,��`�����%'��
Atta+chments:
Exhibit A{Scope of�Vork)
Exhibit B (Cc�st Proposai)
Exhibit 10-I{Ncrtice tv Proposers DBE Information}
ConsultingarsdProfessianal5crvicesCpnirat'NF'l�IWA ������
Exhibit A - ,..
C1TY QF REDDING
CtJNSULTING AND PRQFESS[CiNAI.SERYICES CONTRACT
Scape af Services far Eastside Road Bridge aver Canyon liollow Creek Replc�tement Project
SrCC}�� GI�VIJC?C�C
TASK 1: PROJECT MANAGEMENT' REVIEW AND SCHEDUI.ING
Dokken Engineering {bokkena Projecr Managemerat includes regular in-person mestings, in-persan deliveries, presenta#ion of
work products, deveivpment and monitoring of qction items� mc�nagemerrt of subconsultanfis, mon#iiiy progress reports, work
pragress manitaring,budget monitorir�g,coordinatian and cammunication.
Ths Dokken Project Mpnqger will wark closely with the City Project Manager and continuausly iRfar�r the City PM af pll
project activities. The project mranqgemeni effart will be continuous thraugh project camp[etion.
The fc�qowing project managernent tasks rar�budgeted#o extend fihraugh the environmental and cfesign phase of the prc�ject.
Task 1.1 Praject Management
Coordination— Close eontact will be maintc�ined between the Prs�j�ct Manager, sub-consultants, the Cifiy Prr�ject Mpnt�ger,
project personnel,and regula#ary agencies. The Prc,ject Manager wilf oct as the principol liaison between City Staff and our
staff at Dokken.
C'ommeniccetion— Effective cammunieaticrn through in-person visits,focr►sed meetings, telephone calls and e-m�ails to the City
w311 6e performed fio discuss specific project issues by the Project Manager. E2eguldr eommunieation with t�am members,the
City ond other agency personnel wi[I be facilitated through the Pro(ect Mc�nag�r. '
Progress Reports will be subrnitted mcsnthly fio the City. 1'hese reports wil! include the work�performed during that period, a
discussion of issues�decisions, recommendations ta address issues, budget status, and anticipated work for tf� following
month. The pragress �eport will be submitted with the monthly invoice. Dokken's Project Manager is responsible for
mc�intoining cost control for each task,including those of our su6-cansultanfis.
[�okken will prov�de cand maintain a detafled Mierosaft Project Schedule fc�r each bridge, The Milestc�ne Schedule is a simple
ane page sch�dule ta assist in project communication, In qddition,a glolaal schedule using Microsoft Prrsject wil( be prepared
th�t will �dentify majar delivery milestanes far each bridge project ancE ic3entify the canstruction year for each peaject.
Dokken's Pro�ect Manager will clasely monitor the sche�dules and discuss upds�tes with the City Project Manager.
Dokken will coordinate with all majar stakehoiders to obtain their project suppart ar occeptance. Sttakeholder coesrdination is
antici�ated to include,property owners,City officials,State aff3ciats,Sd�vols,fire departments,and loctal businesses.
Task 1.2 Frogress Me€�Fings
Regular Prvject Delivery Team (PDT) mee#ings will be held with City staff and otMer representatives,as necess�rry,to discu5s
worlc pragress,decisians made,schedufe and considerati4ns for the City. PDT rneetings will be held at the City. Dokken will
prepare the meeting dgenda, disfiribute the agenda pr�or #o the meeting, arrange far appropri�te paeticipants ta attend,
and prepare and distribute the meeting minutes to the participqnts within five working days after the meeting. A{I i#erns that
appet�r on the milesto�e}aroject schedule are included in c�n"Acfiion Item list"prepared at the beginning of the project. The
list shows the work item,the date it is due, wha is responsible far the task, and tf�e date it was completed. The Action Item
�ist is reviewed and updated at every PI}7 meeting.
Dokken will schedule one-on-one meetings with the adjacent property awn�rs to discuss fihe project descriptiar�, timing and
answer any questions tfi�e property ar business owner may have. The City wil! be invited ta c�ttend these meetings. These
meetings will be us�d to assess the feasibility of abtaining tempc�rary canstruc�ian easements or permanent roadway
easements from the praperty owrrers adjacent to the bridge.
Task 1.3 Assist City vrrith S#ate Adminis#rati+�n Requiremeats
dokken will assist the City in the preparc�#is�n of Stote Administration Requirernents, including forms and applications as th�
projeet �ragresses through the State HSP process. Da�Clcen will prspare Request for Authorizations {RFA's) to Caltrans Lotdl
Assistance for City review and signature. it is a�ticipated that HBP RFA submittals will be necessary far right af way
{includes utility relocation� �and constructian authorizations. In addition to the extensive RFA pc�perwork,funding support rnay
also include Exhibit Form 6Ct scape revisicrns,or annual bridge programming surveys.
Task 1 A Quality Can#rat
t7okken will hove e� quality control plan in effect dur�ng the entire co�rse of the project and will develcap a pldn establishing
a pracess tc�ensure design cplculdtions are independently checked. Exhibits and p{ar+s will alsa be checked,corrected and
back-checked far aecuracy and cornpleteness. Dokken wil! review subconsultant enviranmentai and engineering report
submittc�ls to ensure that approprit�te background information, study methadology, interpretatir�n of da#a, format and
eontent are completed in accordance with current standards.
�DC}��EN Scape of Wo�k Page j 1
<_,,,,...K«�.,.
Exhibit A .
CITY C?F REDDINC
CQtdSU�TiNG AND pR�FESSIQNAI.SERVICES CQNTRACT
Scape af Services for Easfside Road Bridge over Cpnyon Hollaw Creek Replacemenf Project
DE�iYERABIES—TASK 1
■ Monthly Progress Reporr ■ RFA HBP Funding Suppart ■ Schedule Updates
ancf Invoice ■ Meeting Agersdas and Minutes ' Action ltem I.ists
TASK 2: ENVIRQNMENTAI. DOCUMENTATION; PERMI'�TING; AND CQ►CtRDINATIC3N WfTH
CAI.TRANS I.C?CA� ASSISTANCE
Doklcen will suppcsrt the City in preparation af the Environmentc�l document by preparing the following tecl�nicaE studies.
Task 2.1 Natural Environment Study—M�nimal(mpacts
A Dokksn biologist will conduct fieldwork in order trs assess the prssenc�f abs�nce of sensitive biological eesources (�,g.,
species ar habitats}, or to determine the potential far occurrence of such resources thdt mt�y not be detecttcble when the
fieldwork is conducred. In addition, literpture research will be conducted ta determine the potential for sensitive plant and
c�nimol species in the projeck carea. The location of any sensitive bi4logical resources present on site, including plonts ancf
plant communities, will !ae mapped. Based an initial research and experience with projects in this area, Canyon t-lolfow
Creek provides habitdt for both Central Va[ley Steelhead (Oncorhynchus my�Cess} and Centrpl Vqlley chinoak salmon
((�ncorhynciius tshawytschcr} and is designc�ted ras essential fish habitat. Uirect and indirect impacts to these protected fish
species qnc! essential fish habitafi are expected during construction and consultdtion with the Notianr�l Marine Fisheri�s
Service consistent wii�#t Se�tion 7 of the Endcangered 5pecies Act will be required {see discussion below). For c�p#ima! results,
bokken Engineering wi0 conduct fieldwork appropriate to the season; doing plant surveys during the blooming seasQn. This
will rnaximize aur ability to detect and pasitively identify sensitive species.
{�nce survey and database researc� is completed, Dokken �nginee�ing will prepare a Ncrtural Environment Stucly—Min9mal
Impaets in caccordance with the Caltrans approved farmat. This study wil!inc3ude�.r description of the field methads used and
the resuits flf the biological survey of the project area. The report will list plant and animal speeies present, c�long with a
g�neral ciescription of the plc�ns cammunities accurring within the �rr�ject qreq. If �any sensitive resources are found on the
site, Dokken wiil prepar� and include in the study a grdphic displc�ying the lacatian of the sens�tive plcarri communities c+n site
c�nd any sensitive biological �esources c�bserved. The report alsa wi#1 cantai� tablss describing sensitive species and their
habitats that are present or potentially preserrt; it also wiil identify and assess project impacts on the existing biological
resources, including any sensitive species. Avoidance, minimizption, pnd�or mitigatian mepsures wil{ be included qs
netessa ry,
Task 2.4 Endangered Species Act Secf�an T Co�sultation with NMFS
The praposed bridge repiacement pro{ects ex�ect�d to ht�ve dSr�t and indirect impacts tv federaliy listed fish species r�nd
essenfiial fish habitat in the �roject ar�a. Ce�nsultafiian with the I�lational Marine Fisheries Service will be requireci to identify
the extent �xf these impacts and how they can be avoidec�, minimized, or mitigated. Consistent with SectSan 7 of the
�ndangered Species Act and the Magnuson—Stevens Act�State Idw protecting qntadromous fish},a Biolagieal Assessment will
be prepared to initiate cansulfiation betweeri Cqltrons as the Federal Gead Agency and the Nationpl A+tqrine Fisheries
Senrice. The Bioiogical Assessment will provide a detailed description of the anticipated construction actions, how these
actions eould potentially nffect fish species in Canyon Hollow Creekr (7TI�I hOW @SS2t1TIpI �ISII F1C7I?IYQY WOUIC� I?� C7f�t'Ct@CI. This
tdslc includes csttendqnce at meeti�gs,caardination with the project team, responses to informatian requests, and research of
mitigdtion options.
Task 2.3 Histaric Property SurveyfArchaeotogical Sorvey Report
C?c�kken will prepare documentt�tian �n taccordance with Section l Ob of the 1`�lafiional Hist�ric Pr�servation Act. This work wil(
include the efforts to reeord orchaeological and historical resources identified within the study area, A Historic �roperty
Survey Report wifl be preparsd fio identify and ev4luate any cultural resources in the project area and evaluate the
potential far impocts this project might have on those�esources.
As an attachment to the Fiistoric Property Suruey Report, an Archaec�logica! Surv+�y Report will be prepared tc� evaluate if
can�+ ❑rc3�c�eological resources are liicely to !�e found in the arsa. An Area of Potentic�l Effects �AP�� map will be prepared
and approved by Ca1#rans to define the study area. A Doi�ken archaeologist and cultural resources specialist, meeting the
Caltra»s professionally qualified staff standards,wil) perform p pedestrian survey of the APE prior to pr�paring this report.
As part of this eff4rt,t?okken Engineering will contact ifie Pla#ive American Neritage Commission.The commission will provide
q list of N�ative American groops to contact regarding this project.With the City's approval,Dok�Cen Engineering wil) contcaet
et�ch tribe vics certified moil.After 28 days,Dakken Engineering will follerw up via telephone with those graups that have not
r�sponcled ta tt7c initiol lei#er. Dokken Engineering will document all Native American consultatian effarts.
�I}flK�fE�T Scope of 1Nark Pege�2
.�� >��:�,F
Exhibit A - ,�,
CITY OF REDD[NG
CbNSULTING ANd PROFE5514NA�56RVICES CONTRACT
Scape of 5ervices far Easfside Roud Bridge over Conyon HalEow Creek Replacement Proie#
Task 2.4 Construclion Naise Fechnical Memoranclum�opteonal)
The project is not considered a Type 1 proj�ct under the 2{?11 Caltrans Noise Analysis Protocfli because tf�e n�w roadway
would not be substantially ciifferent compared with the existing {t3ze distance besween residerrces and cars woulc� not be
haEved or otherwise substantially lesserced}. Wtrile the approved PES does not require a rnemarandum be prepqred, the
City requests a Noise T�chnical Memorandum be prepared to dacument temparpry cons#ructian impacts, locol noise
ordinantes,and suitable measures to minimize construction noise.
NEPAJCEGtA Clacumentation
t7okken will incarporqte the purppse and need, project descriptic�r�, and the technical studies into the draft environmentc�l
dacument, in coordin4tian with the City for CEQA and Caltrpns locaE Assistance for NEi�A. The required tasks to complete
the environmenta) documents pre provided below.
Task 2.5 Qraft CEQA InitiaE Study and Mitig�rted Ne�ative{�eclaration{i5jMNDj
Consistent with CEQA regulcations, Dokken will prepare a draft Initial Study using the environmental anaiysis prepared in the
environmentol technical studies. i'he lnitial Study wi31 evo[vate the existing environmental resources and identify any
potential impads associated with construction of the project. The technical studies will identify qny potential irnpoets and
appropripte mitigation mepsures will be included in the ISfMND which wou{d reduce those impacts tcs a less than signif9ccant
level.
Task 2,b Public Circula#ion and Ptrb[ic Me�#ing
Doicken will produee the 15fMND for public review.The IS�MN[} has a critical abjective of praviding a means by which the
general public and respansible agencies can participate in the environmental pracess by providing writ#en comments on
environmental and praject issues addresssd in the ISfMND. t3okken Engineering will prepare the requisite public ncstices qnd
hqrd copies of the dc�cument qnd technicpl studies for distribution of the IS�MhJD. Dokken Engineering will coordinate t#�e
preparation of the distribution list consistent witii City of Redding requirements. I?uring circulation of the draft environmenta3
document,Dokken wi11 coordinate with the City ta hold a public meet9ng to pnswer questions and address concems.
Task 2.7 Respanses ta Comments
At the clase of the public review periad f4r the ISfMNt}, C}okken will meet with City staff ta review csny comments on the
IS f MI�{[}that were received,and ta discuss pertentia!responses to these comments,
Dokker� Engi»eering wil! then formulate responses to #he camments on the (S�MND. C�nce responses hav� been prepared,
they will be submitted to the City for review. The City's direction wil! be incarporpted into the response ta comments
document,which will become pn appendix in the Pinal IS f tv1ND document.
Task 2.8 Pinal ISfMND
Aftee all public comments have b�en suitably address, Qakken Engineering wi{! prepare a Final {SfMND document pursuant
ta �EG2A guidslines. After fihe City has reviewed and approved the final environmental document, C}c�kklcen will prepare a
Notice of Determination to be filed with t�e Cifiy Recorder's C}ffice. Filing of this Notice of Determination will complete the
CEQA prcxess#or this project,
Task 2.9 Environmental Permits
t�okken wili prepare and provide ta the City t�e fallowing permit applications for th� bridge construction project; Section
dQ4 natiQnwide Permit 14, Section .d{}1 Wqter Quality Certification ond Sectipn 1602 Streambeci Alfierativn Agreement.
Dokken Engineering environmental str�ff will submit these permits to the regulatory agencies with City appravql and will
provide full service coardi�atian ta ensure the permits are obtained on scMedule prior to construction. �okken Enginesring
will review all draft permits to ensure the measures requested by #he regulqtory agencies are acceptable to the City of
Redding prior to finql qppravpl.
Task 2.1tI Public flutreach{optiona{)
t�okken will assist any public outreach necessary during the project's develc�pment.It is anticipated that an open house public
meeting {or twa for Cqnyan Road) may be held during project develapment to allow the public an opportunity io voice any
concerns with the propased widening. [}okken Engineering will prepare all neeessary materials, including exhibitsf handouts,
comment cards,advertisements,efic.for any proposed public meetings. Dc,kken Enginearing would mai)the advertisements to
loctal residents as well os coardinate publication of #he adverfiisement in the Redding Record Searchlight, to ensurs the
community is informed abaut the project as well as the pUblic meeting.Additionally,boklcen Engineering wi11 attend and hel}a
facilitate any additianal public meetings necessary for the proposed project.
�L}UKKEN Scope af Work Page�3
�..��:....,..>
Exhilait A • ,,,,
CiTl(f�F REDDING
CONSUCTING AND PRQFESSI4NAL SERVlCES Ct'�NTRACT
Scape af Services for Easfside Raad Bridge over Canyan Hallaw Creek Replacement Projecfi
Task 2.11 Caltrans Lacal Assistance Support
�okken will provide suppart ta the City when cQordinating with Caltrcans I.ocdl As�istdnc� fcrr the $ridge Proiect. Support
sholl consist of exhibits, plans, estimates, and attendanee ta meetings as requested by the City, as well as assistanee in
preparcation of ths h1EPA Categorical Exclusion{NEPA CE},if necessary.
DELIVERABLES—TASK 2
• Historiccal ProperEy Survey ■ Response to Pul�lic Camments = NEPA Categorica! Exclusion{CE}
Repart�Archaeotogicql Survey ■ Final 1S jMND,Natice c�f Cletermination • Section 401 VVater Quality
R�p°� ■ Histrsric Resources Evaluation Report Certificqtion
• Naturc�) Enviroament Study—MI ■ Gc�nstructio»Naise 7ech Memo ' Section A(}A Nationwitie Permit 14
■ Bialogica[Assessment r proiect Exhibits " Sect'ion 1 fi{�2 Streambed Alteration
� Draft ISfMND Agreement
• Public Natice of Availability
TASK 3; PRELIMINARY DESIGN
(7okken wil! begin tFre Preliminary Enginesring trask after the Kirk-off ineetir�g.
Task 3.1 Advanced Planning Studies
b�aicken wi11 prepdre a bridge Advaneed Planning �ivdy �APS} based on the geotechnical and hyciraukie design reports,
preliminary roadway a�ignment, and the topogrt�phic mapping prepared. The APS will document the propased bridge p1an,
prafile and cross section and the estimated construction cost. The APS will be submitted to the City far Review.
Task 3.2 Preliminary Pians
Dokken will prepare Preliminary Plc�ns for the approach roadway geometries {horizontal and vertieal}, roodway drainage
and pavemenfi delineatic+n that will be used as the bdsis for the tadvanced planning studies and the greliminary eng9neering
repc�rt. A list c�f potential Resign Excepticans will be generoted 6cased an the pr�limindry desi�n.
Task 3.3 Preliminary Engineer'sng Memo
C3okken w�ll prepore a Preliminary Engineering tvlemo documentir�g and summarizing the prel'tminary engineering phas�*
including identifying the purpose of the project, the existing condit9ons and propased improvements, any altematives
considered including stage eonstructian ahernatives,right of way impacts,environmental impacts,and a praject cost esYimate.
DELIVERABLES—TASK 3
• Pre(iminary Road Plans ' Bridge Advanced Plpnning Studies
■ PreEiminary Engineering Memo
TASl�4: t?A'fA C{7►LI.EC1'ION AND FIE�C}SlJlt"VEY
PACE Enginesring (PACE) wil[ perform topographic surveying for the project and recaver property corner ar�d�or record af
surrrey monumentation near the projeet sifie. PACE will provide the necessary trqffic consrcrl for the surveying. PACE will
p�-epare the RC?W base map and the necessary plat maps and legal descriptians fcsr acquisitions.
Task 4.1 �ield Survey
Land surveys will be tied to the California Caardinate System {CCS�3}ond based horizontnlly on the North Ameri�an Datum
of 1983 (NAD83j;and vertically on the Ncationt�l C,eodetic Vertical Datum of 1488 (NGVR88�,in#he pro��ct qrea.
PACE wil) perform field surv'eying by mepns o'f a Totcal Stt�tion Survey (TSS) to estcablish the existing fiopagrqphy af the
bridge site. The task also includes field surveying nearby monumentation or control such that a right of way base map can
be established with the existing fenee lines and recovera6le camer monumentation, Surveying will include 50f?feet of road
qpprcracfies in eaeh direcfiion, fence lines, creek crass sectic�ns (12}, abutrnent slc+pes, bridge c�mers, wingwalls,
p9er�abutment footir�gs and any utilities. Rc�ad approach surveys shovld be crass secfiions at 50 feet intervals that include
edge o#traveled way,hinge points,ditch flaw lines,fences,and tc�p�bottom of cvt banks or fifis.
Permanent, durable surveying and mapping cc�ntrol mc�numentation wifl be set or marked at three locatic�ns,suc� that they
wi!! be least likely ta be disiurbed by construetion,assure accessibility,pnd be clet�r of traffic throughaut the pro{ect.
��t(�KK�N 5cope of Work Page�A
Exhibit A - .,
C[TY CfF REDb11dG
CONSULTING AND PRQFESSIt?NAL SERVICES CdNTRACi'
Scope of Services far Eastside Raad Bridge over Canyon Holiaw Creek Replacement Project
Task 4.2 Right of Way Base Map
PACE wi[I perform a record data search {City record maps,deeds,easements,etc.} and prepare a Right of Way Bc�se Mqp
shawing exis#ing property boundaries ond a list of al) Assessor Parcel NumEaers (APN} researched and incluefed on th�e base
map. Informc�tion will include the assessor's parcel number,owner's name,street address, parcel dimensions,utilities,existing
right of wpy,eosements,stc.
PACE wil( locate and field survey the location of fence carners, praperty caeners and monurnentation in the vict�ity of the
bridge. SufFicient corners and rrtonumentation will be surveyed to create a tie befween the topographic Surveys performed
and the RQW Bqse Map estcrblished from records. A eamplete boundary iraverse is nat c�nticippted to be necessary.
PAC�will cc�mplete recanciliation of the RC}W Base Map. Any discrepancies be�ween record maps,deeds,and fi�Id surv�ys
wil! be reeonciled and presented to#he City for concurrence. This map will be the basis far ereating plai maps and legal
descriptions for the temporary constructic,n easemen#s or perrncsnent roadwqy epsements or in fee righ#o#way pcquisition.
DELIVERASLES-TASK 4
■ 7opographic Mapping � Etight Qf Way Base Map
TASK �: GECiTECHNICAL INVES�"IGATIt)N
GEfl�UN �csnsultants (GEC7C{�t�l� will perfarm geotechnical bc�rings pnd preppre a foundation repe�rt. At this time, na
Phc�se II Hpzardous Moterit�l Investigations are anticipated td be necessary. GEU�C7N will provide traffic ccmtrol necessary
for the field borings,
The geatechnical investigation will begin with a site reconnaissance by an engineer or geologist from GEC}CC?N. During the
site reconnaissance, the surface soil c�nd rock conditians wilf be observed, desired boring laccations marked, and access
conditions reviewed.
Task 5,1 Research
Fallowing the site recannaissance, GEOCC?T�I will �repar�entrc�tachment and boring perrnit applications, as requiret! by the
Cifiy,and coardinate the permit proeess wath Ci�y representatives.
1'ask 5.2 Field Investigqtions
Prior ta commencement of field exploration, GEC}CC7N persannel will mark the boring locations and natify Llnderground
ServEce AEert (llSA) for Iveatian of underground utilities. Field exp(oratian will be ccsordinated with City and �DFW
personnel in occardance with permit requirements as necessc�ry. For this projecF Inne ciasures with signs and traffic canes
(rvith fiaggers) is exp�cted to be appropriate for borings completed along the roadway at propased abutment loeations.
This phase will consist of drilling and logging three bvrings to bf7-ft dep#h. Exploration�testing in evcaluatic�n af roadway
subgrqde cc�nditians wil! include twa shollow test borings {5-8-}-ft deep} at fihe ap�rroad�es#o the bridge. Soil sampl�s will
be recoverec3 ot 3 to 5-ft intervals. Radc may be er�coun#ered a# this site a»d diamond coring equipment will be used #o
recover rodc cores ds necessary. Bulk soil samples wil( alsa be recovered far lqboratory testing and reference. Driil cuttings
wiil be disposed Off-site.
T�sk 5.3 Prepare Geotechnical Reports
La�raratory Testing- taboratory testing ta supplement field evaluatic�n of earth material parameters is expected to include
moisture-ciensit7, gradafiion,v�confined cornpressive strength,Expansion Index (EIJ,Sand Equivqlent(SE), point Ir�ad index on
suitcsble rodc cores, and soil corrosivity screening (pFl f minimum Resistivity �sulfate f chloride confient� on selected sc�mpGes.
C7ne R-value test will be performed to evaluate subgrade materials for new pavemen# sectic�n recommendations. Screening
for the presence c�f asbestas minerqls of soil�rodc samples campleted in accardance with the Cqlifornic� Air Resaurces Board
(CARB}Method 435 will atso [�e completed.
Engirteering Evaladfiort and Analysis - Engineering evp�uatian and analysis to cievelop geofieehniccal recommendqtions fcrr
this proj�ct is expeeted to inelude: bearing capaeity; latera! eapacity; site seismicity Gncluciing, deterministic f probabilistic
pracedurss cansistent with current Caltrans Se+smic Design Criterics and Caltrc�ns ARS (�nline toal to determine the site
accelerasion rssponse spectrum (ARS); latera� earth pressure and coefficient of friction to resist sliding; soi) ccsrrasivity;and,
rsew flexible pqvement design for roadway approaches.
�rpft and Final Foundatian Reports - GEC7C4N will prepare ane [}raft Fcsundation Report for bridge design. The report
will provide o sitsf project descriptian, summarize site geology, subsur#ace exploration and field and lalaoratory soil f rock
t@S�Sr �liscuss scour cansic#erations (based on Hydraulics Report prepc�red by athersj, and inclucie a "Lag o# Test Borings"
����E� Scope af Work Page�5
UtYKKMia�>
Exhibit A • .. �
CIT`f UF REDDING
CONSULTING Atdi7 PROFESSI4NAl.SERVICES CiJNTRACT
Scope af Services far Eastside Road Beidge aver Canyon Hoilaw Creek Replacement Projett
�LC}TB} cirawing. Earth materials and fc�undation conditions will be discus�ed including seismic criteria and t47e design ARS
curve. The repart wil) discuss structure faundation cvnditionsfennstraints{ recorrtimended type, level and loading of bridge �,
foundatian e(ements, and inelude construcFion consideratians {e.g., excavqtian, dewatering, storrn wqter qudlity, naturally c
occurring asbestas, etc.}. besign pavem�n# structural section{s) and earthwark recommendations for associated rQadway
improvements will aEsa be providecf. GEC�CON wiil cornplete p Finpl Foundatign Report incorporating the review camments.
DELEYERABL�S—TASK 5 ��
' Rra#t�oundation Report ■ Log of Test Barings(LC)TB) ■ �9na1 Faundation Repart "
i
E
7ASK fs: HYDRAUL�C STUDY REpC}RT ��
WRECC7 {DBE} wi(I conduct a detdilecf hydraulic ana�ysis ta prepare Preliminary Hydrologic and Hydrau�ic Memo, LQcation �
FEydraulic 5tucly, and $ridge Design Hydraulic Study as reqaired by Caltrc�ns c�nd City. Dokken will use the preliminary
results of this analysis to Qptimize the selected structure design such that upstream and downstrearn impacts are reduced
andfor eliminc�ted as needed ta satisfy Federql,State,qnd loceal requirements. ,
WRECC3 will perform a scour analysis t�at will consider pier, abutment,and cantraction scc�ur as appropric�te. The poter�tial �
for aggradation c�r degr�adatian will a3so be evaluated based on q review of c�ny recent survey da#a tagether with hisficsric '
data callected from USGS quadrangles, '
>
Based an the resul�s of the hydrqul�c ,pnd scour analyses, 1NREC{� will prepare a Draft Bridge C}esign Hydrauiic Report to ,
satisfy State and local criterira. The report will be submitted to the City for comments. WR�CC}'s preliminary qualitative
assessments indicates the PrQject may patentially result in a floadplpin encropchment. There#qre, WRE�C? will prepqre q �
Floodplain Evaluation Report including the Technical Informption for Loeatian Hydraulie �tudy and Flaodplain Evaluat9on
Repori Summary Farm to dvcumern the investigation c�nd determine the specific impacts to#he flooc{plain. �
buring the fina! clesign phase, cornments an the draft repart will be addressed and a f�n�al hydraulics rc�n for the bridge •
structure will be performed, incorporating any design changes mqde since completion of th�draft report.The Bridge Dssign �
Hydraulie Resign Repart will then be updated and finalized.
DELlVEi2ABLES—"�ASK 6 �
• Drdft Hydraulic and Scour Ancrlysis ■ Location Hydroulic Stutiy '
■ Final tiydraulic Design Report • �vo{uation Report Summory Form
7ASK 7: UTI�ITY CC?CiRt}INAT1t�N �
I
Task T,i Utility Caordination
Dokken will perform the necessary utility coordinotion throughout the project. Do�Cken will prepare Utility`A' letter packages
early in the preliminqry phuse, r�questing as-built or record inforrrtation of the location, size and depth (if applicable} of
et�ch utility campc�ny's fcscilities within the projecfi boundaries. Once existing utilities have been identified in a utility base
map, Dokken will pothole potenti4l impacted facilities to de#ermine exoct horizontal c�nd verticol lacation. litility 'B' letfier
pack�ges will fihen be sent along with the 60°to project plans notify utility owners af potential impacts. Dakken wi11 prepare
a Notice ta C}wner letter alang with final project plans ps finaE natification thQt the projeet is going to cpnstruction and verify
that nc�eonflicts exist ar that any necessary relocations hdve been addressed.
7ask T.2 Report of Investigpfion{itQl}
Due to the federal funding component,Dokken will prepare a Report of lnvestigation{RC}I}far rrecessary utility.
DELIVERABf.ES—TASK 7
• Utility`A',`B"r&`C' Leitars ' Report of Investigation ' Utility Pothole Results
TASK 8: RICHT 4F WAY
The pokken team will prepare the rigF�t raf way maps �n�! legal �ies�riptic�ns� pr�pqre dpprpist�ls, provid� �cquisition
services and prepare the Right af Way C�r#ifieation#orms for Gty and Caltrans review. These efforts will be based on the
design of the projecl-.
����K�� Scape af Work Page(6
Exhi3sit A - ,,,
CITY OF REt1DING
CQNSULTING AND PttOFESSIt�?NA�SERVICES Ct�NTRACT
5cope of 5ervices far Eastside Road Bridge aver Conyon Hallaw Creek Replacement Proiect
Task 8.1 Prepare Right of Way Maps and Legal Descriptions
Pc�ce Engineering will pr�pare necessary signed and sealed legal descriptic�ns and plats of any fe� title acquisiti�ns of
crdioiners parcels within the prc�ject �irnits, including temporary construction easements. Prepare and recard a Record c�f
Survey with the City if necessary.
Task 8.2 Right of Way Appraisals
Appraisals wil� conform to the Caltrans Manual,the requirements set by the Clffiee of Real Estate Appraisers of the State af
Gplifornia csnc( Uniform Stondards of Professional Appraisa! Practice Sfandard. For any federal funded prc�jects, a review
c�pproiscal is required. T�e appraisals will include but not fimited ta purpase and funrhian af fihe qppraisal, including limited
factors, descriptaon ot the physical charaeteristics af the property being ncquired, highest and best use �f the property,
c�utline all relevant and reliable ppproaches ta value,description of camparabl� properties,statement of value af praperty
rights ta be acquired and any damages to the remaincfer,ap}�r�aisc�l diary and sign�d certi#ication of ttie appraiser,and the
effected date of value.
Tosk 8,3 Right of Way Acquisition
Afte�- completion of the appraisal process, Dokken will prepqre al! trdnsc�ction documentot9an including but not limited ta
Purchase Agreements, Grvnt Deeds,and Terr�porary Construction Easement Deeds. Once appravcsl is pravided by the City,
Dokken will meet with owners in perspn to present and explain all offer package materiais. We wi31 work with each
praperty awner ta outline and address, ver'bplly pnd in writtng, all iheir� eoncerns and facilitate the camplet9on csf the
transactianal documents. Upon �agreement of the property owner, [7okken wi31 procure akl the requirec! documet�tatian tc�
trcansfer right of wc�y fio the City. For the convenience of the proper-ty owner our right c�f wa�r team has a Califc�rnia iVQtdry
who wil) be available to natarize any documenfiation that is requirecl. fJnce trpnsactianal dpcum�ntation is prvcured they
will be delivered tp the City fo�acceptpnce, Fuily executed agreements and other supporting information wi31 be proxided
to escraw to close the trpnsqction. After the camp(etion of eath acquisitian a complete parcel #ile af origina) documen#ation
will be provided#o the City. In the event impasse is reach with any property Qwner and condemnation is pursued C?okken will
supply the City with the �omplete parc�l file including pppraistal, negotitation records, csnd all the other correspondence.
Dokken will b� available to appecar as an expert witness in the eminent domain proceedings and wiil assist in locating
prvperty Qwners and other interest holders.
Dokken will cac�rdinate with Union Pacifie Railraad {UPRR} tc� complete d dit�gnosti� meeting cand ditc��ns rights of entry for
testing and survey.The praject is not affecting p cvrrent crossing therefar it will be unlik�ly a canstruction c�nd maintenance
agreement will be r�quired. We will work with the structures and right af way group within UPRR for a license#o enter and
modify the right of wc�y,
Task 8.4 Right of Way Cer�ifica�ion
Dokken will prepare q Cdltrans Right of Way Certification for the project. Poce Engineering wi11 set permanent survey
monuments alc�ng Right nf Way,resu�ting�rorn any f�e title acquisitions and pr�pare qnd reeord a �2eccyrt3 of Survey with the
City fsar al) permanent survey monuments set as part of the project.
DELIVERABLES—TA5K 8
' Right af Way Maps and �egal descriptions ■ Right-of-Way t�ffer Ppckqges&Parcel File
■ Right-af-Way Appraisals ' Right-of-Way Certifica#ion Forms
TASK 9: PREPARATi4N OP CON'fiRACT �}OCUNtENTS
Task 4.1 30°fo Roadway Design Desigrr
Based on the Preliminary Engineering and approved Env9ranmental aocument, I7okken wi11 prepare the Finc�l pesign plt�rrs,
estima#e and specitications for the project. �olTrans and City sttandards will be used in the design of the pro�ect, 3t?°/fl plans
will be preppred showing the p1an,profile and cross section praposed for the roadway and bridge. 7'he 3C7°lo plc�ns will be
submitted to the City far review.
Task 9.2 Prepare Design Exeep#ion faci Sheets
I}okken wil) use the pesign Exception list from the preliminary engineerin� pFrase and areas identified 4n the GAD thc�t dc�
nat meet the cu�rent �altrans Highway Design Manual stantiards for roddwqy and bridge geometrics and docurnant these
features w9th a Design Exeeption Fact 5heet as needed. The Fact Sheets will be submitted io the City for review. An7
comments rec�ived will tje addressed and the foct sheet revised,and resubmitted for approval,
�D{}KKEN 5cape of Woek �age�7
��n�,....�n,.
Exhibit A
CITY f}F REDDlNG ' ••
Sco�e af Serv�0�4��stNd Ro d BRidge ove�r Canyon Ho!o�w CrQN�ep acement Pra'ecfi
!
Tosk 9.3 Prepore Plpns,Specificptians and 6stimate(PSBrE}
Task 9.3.1 - b0°lo Plcrns Dokken will prepar�the bC�°lo plans that inelude all af the bridge and roadway pldn sheets far
submittql to the City fvr reuiew.
Tas�C 9.3.2- (ndependent Design Chetk b+akken w�ll parfc�rm an lndependent Design Check af th� bridge d�sign after the
60°lo plans t�ave been reviewed ond cc�mments receivec! and pcldressed. The results of this cheek wil( be documet�ted in a
memorandum,and submltted to the City for review at the 9t3% pSg�E submittql.
Task 9.3.3 _ Fina! Canstructian Quantities & Estimc�fe Bosed on comments received from the 6Q% review dnd the
lndependent Design Ch�ck, the Final Consiruetion Q�qntities qnc! Cast Estimate widf be prepc�red and subm�fited to the City
for r�view.
Task 9.3.4-9t}°lo PS&E Based on the comments received from the 60%review,Independent Cfesign Check and ttre review
of the finai quantitPes and estirnate, the 9{}°lo plt�ns, SpecificatPons and Estirnrrte (PS&E) wfR be preparec! pnd sulamitted to
the C�ty for review, A motrix of qN c,prnmenfis rece�y��j and responses to those cornments wi!! be submitted tQ did in the
review of the 9C7°1a P$c'�E.
'fask 4.3.5 -Final {100°la} P5&E Based on the camments received from the 90°lo review,the 100°la PSc4.E will be preparec!
and su6mi�ted to the City for r�view. A rr�atrix of all comments received and responses to thc�se comments wi!! be submitted
to aid in the review of the 1{�4°fo PS&E.
DELlY�RABI.ES-TASK 9
• Geometric Approvcrl Drpwing
" Design Exception Faer Sheets '" 90°lo PS&E
• b0°lo Plarrs ' Finat Quanti#ies& Estimate
" lndependent Desigrr Check ' F�na!PS&E
7ASK 10: ASStSTAN�� DGRIN� BIpDING AND CtJNSTRUGTIC)N
Task 1Q,t Bidcting Assistances
i7okker�will assist the City with preparation of the bid �ackt�ge,and be available tc� r�spantl to b�dd�r Enquiries as n�eded,
Dokken will be availt�ble to assist the City w�th a bic!evaluatian once bids have been opened.
Task t C1.2 Construction Support
Dakken wpll cc�nfiinue serving the City through the construction phas�: answering �uestions, providing clarificdtians, �r�d
deve�oping solations for unfc�reseen co�cfitions. Anticipptet! tcrsics inciude atfiending the pre_constructic�n m�eting, responding
to requests for infarms�fiion from the Resident Engin�r or Contractor,cand reviewing sh�p clrc�wings and fa�Sework plans.
Tnsk t ff.3 ftecord Drawings
The City wil! prc�vide a marked up set crf construction drawings with th� chcrnges mt�de in the field during ccrnstructian ta
Dokken to create the Recorci [}rqwing set from. Dc�kken wil( provide the CitY q comple#e set of Reeard DrowSngs, {22'x34"
Mylarj witirin b0 ctays that refiect those changes.
C�ELIVERABLES--TASK �0
' Fielr�RFI Sup�rort Y � Bid Addendum SUpport ■
" ShQp Drawing Review ■ Bid Evalva#ion(if needed}
�P�+'t' � Pr�-Construction Meeting � Mylar Record Drawing Set
' Btdder RF!su Contract Change Order Support
��oxx�rt
�,,,x.�.,�..
Scope Qf Wark Page+$
�--.��'Y'�..}..GJ�� �4��F
COST P8t7PCI5At
Eastside Road Bridge over Canyon Hallow Creek Replacement
City of Redding
Prnposa) Eastside Road Bridge nver Canynn Ho(Iuw Creek RepWcEment CS}NSUITANT fiC35T Pf#.OPOSAL
CONSULTANT: DokkenEngineering �atQ: Febru8ry16,2017
DIREt7 W66R
Intia2 Haurly
CIasSHitatian NdmB Range Hours Rate Total
PnncipalinCharge Richardliptak,P� $75.00-$S�{1.0� - $ 80.pp $ -
Fnajec2 Manager 7im Osterkarnp,PEi3 $50.00-$85.06 �.46 5 71.00 5 10,366.OQ
OAjQCEngineer $TAFF $56.00-$85.06 24 $ 68.Q9 5 1,632.d4
RoadwayEngineer 6rian5kephenson,PF.'ff $55.04-$?S.QR 83 $ 62.d4 $ 5,145.00
STructuresEng,ineer RosaGr�gs,PF.� $SS.Op-$?5.60 33 $ 59.00 $ 1,947.00
SeniorEngineet STAFF $54,p0-$$5.60 - $ 54.4Q S �
Asso[iateftoadwayEngineer STAFF $35.00-$55.00 84 $ 43.60 $ 3,612A0
AssaciateBridgeEngineer STAFF $35.00-$55.OQ 182 $ 45.06 $ 8,190.00
EnvironmentalManager STAFF $55.00-$85.66 22 s ao.oa $ 1,7NJA0
SetriotE�vironmentalPlanner STAFF $aO.OD-$65.60 90 $ 55.00 5 4,450.00
AssociateEnviranmentalPlanner STAFF $90.00-$50.00 Y62 $ 38.Od $ 6,156.00
EnvimnmentalPlanne� STAFF �i$.00-$38.Q0 360 $ 32.Ob $ ll,520.00
kssistantRaadwayEng(neer STAFF �2S.Q0-$46.00 22A $ 33.40 $ 7,392.00
Assistartt 6ridge E�gineer STAFF S25A�-$46.60 252 $ 33A0 $ 8,3I6.00
Engir�eering7echnician STAFF $18.0�-$38.Op i5S $ 24.00 $ 3,744.W
SettiarG4ppetailer 57AFF $38.0�-$68.00 iSd $ SS.QQ S 20,12f.i,Qp
RightofWayAgent STAFF $35.W-$65.06 2S2 $ S4.Q0 $ 13,84$,00
2,2SA
5utttotaiDireetLabaeCasts $ 98,459.D4
T{7TA1-6irect Labar $ 98,459.00
ftBtE
Fringe 8enafi# 72.00°b $ 7q840.48
TOTAi-Fringe BeneFts $ 76,890.45
in�reGt CpStS Rate Total
GeneralandAdministrative ?8.0056 $ 76,798.02
Overhead i.0a9b S 6.842-13
85.00%
TOTAL-Indirecktosts $ 83,S9U.15
FEE {1d.t}0%j TDTAi.-Fee $ 25,303.96
OTHERCOSfS(AtTUALCt)SfSa �u5rttity Unit Raie 7vW1
�Cukure)Retard Search 1 Eacfi 5 Si�4.00 $ 54D.00
•UtiUty Laqking Pathaling 6 Each $ 1,06Q.60 $ 6,OOD.L10
•Preliminary Title Reports 3 Eaeh $ 750.00 $ 2,250.DQ
�Appraisals 5 Each $ 2,750.00 $ 13,750.D0
•Appraisai Reviews S Each S I,50o.40 $ 7,504A4
T4TAL-Qther Costs $ 3p,00Q.00
Ttrtad-Dqkken Englneering $ 30S,3A3SB
SU6CONSUtTANTC05T5 Total
•C7Et?CQN S A6,$72$9
•FkCE Engineering $ 23,493_75
•WRECO S 20,71A.57
TOTAi.-Subconsultants $ 91,ti$132
TOTALCQST-NOTT4EXCEED $ 394,q28.41
COST PR4POSAk
Eastside Raad Bridge over C.anyan Nollow Creek Replacement
City o#Redding
Proposai Eastside Road 6ridge over CanYnn Hnilow fseek Replacemenf CONSUITANT C457 PR4PQSAL
C4N5tILTANT: 6EOCON Daf¢: FCbfuBry i6,2017
d[RECf tABt}R
lotial Hourly
C1�SSrfiCBtidA NarnL Ran$e HqurS t�te Total
tusociateEngineerJGeologist STAFF $55.00-575.44 A S b0.P2 $ 242,$8
SeniorEngineer/Gealogisi)6eophysicist STAFF $44.90-$65.QD 78 $ 52.51 $ 945.18
ProjedEngineerjGealagisi STAFF $35.00-$SS.QO 20 $ 42.67 $ 853.Aa
SeniorSta#EngineerfGer�lagtst STAFF $35.OQ-$SS.OQ E+5 $ 39.39 $ 2,599.74
StaffEnginee�fGeobgiSt STAFF $30.fl4-$S�.OQ 4 $ 3610 $ 544.4D
EngineeringfReseaechAssisCanYj7erhnicallllustrSTAFF $25AD-$4�.a0 10 $ 24.54 $ 295.40
Word Processor f Technical Editor STAFF $18.00-$3$.tYO 2 $ 24.62 $ A9.24
12A
TqTAL-6ir¢ctEdtlOr $ 5,13D.24
INa1RECTC45TS� Rate Total
Combined 4verhead i'76.98% S 9,D74.SD
TOTAI-Indirect Casts $ 9,679.SU
{?THER COSTS{,4C1'UAt CpSTSy QuantikN Unit Ra#e Total
+Erwironmental tfeaith Permits 3 Eath $ 292.06 $ 875_18
�4riiltng(Ca5cade�sdnic drilling} 3 Est. $19,833.Q0 $ 19,833.00
•Tra�c Controi(Statewide-up t❑1D hqurs jdap 3 Dag $ 1,730.00 $ 5,190.UU
•Core Boxes 6 Each $ 44.40 $ 2fi4A0
�Orvm Haul qff 6 C}rum $ 154.06 $ 900.00
+Quick-sztgrou# 1 Each 5 15.D0 $ 15.00
•tab Testing 1 Est. $ 3,604.04 $ 3,6fl0.Q0
•Per Diem 2.5 6ay $ 154.00 $ 375_00
+Miteage 3SQ Mi $ 4.54 $ 189.00
TO'fAL-OtherCosts $ 3i,242.i8
FfE (SO.Q17%� 707AL-Fee $ 1,42U.97
Tatal-GEOCON $ 46,872.88
CC?ST PROPOSAL
Eastside Road Bridge over Canyan tfailow Creek Replacement
City o#Reddarrg
PrOposa) Eastsid8 Road 8rtdge over C2nyon Ho(Iow Crpek Repiacement cqNSUi.TANT COST PROPf1SAl
C4NSUL7ANT: PACE Engineering 6ate: February ib,201T
RIRELT LABC}R
iniia!Haurty
Classification Name _ Ranqe Itours Rate Tata1
SurveySupervisar STAFF $40AQ-565,p0 13 $ SS.Op $ 715.00
ticensed tand Surveyor STAFF $35.p4-$SS.pO 39 $ AS.S4 $ �,8g1.50
SurveyJDraftingTe�hnician STAFF $25_p0-$90Ap 51 $ 32.02 $ X,633.02
2-Person fieW Crew{pYevai3ing Wage) STAFF $SSAO-$75.Op zp $ 63.00 � 1.26q,p0
ua
TOTAI.-pirectt,�bar $ 5,499,52
IND[RECf CdSiS
Cornbined Ouerbead R�e fotal
262.Q6% $ 1-0,408.74
PREVAlttNGWAGE TL77AL-IrtditeGtCasts $ 14,d08.74
RatE
kddRbnalDirectCostoaPrevailingWageHours $ i,423.@2
IndirecL Peyro(1 Cnst Aasociated with qdditional Pravaiting Wage pirect Gasts SZ,y S 174 a6
T67A1-�ctra Cost Reiated tb Prevalling Wag� $ �.,5gq_�g
07kERCOSfS{ACTUACCQ$T5j Quan#ity Unit Rate 7��
•other DirectGosrs $
TOTAL-Okl�erGOSt5 $ -
FEE {10.00%} TOTAL-FBS $ 1.99Q$3
Tpqi-PACE EngirteEriMg $ ���7�
casr a�QPosa�.
Eastside fioad Bridge over Canyon Hollaw Creek Replacement
City of Redding
Propasai Eastside Raad Bridge aver Ca�ryen ttoilaw Creek Repiacement CONSUtTANT COST pROPOSAL
CONSULTANT; WRECQ Date: fe6ruary 26,243?
D[RECi'lABpR
IMia1 Huurly
Ciass'fiication Name Ranp�� Hours Rate 7utal
Pd�ipai Engineer Han-$in tiang6 $7S.W-$12QA0 8 $ 43.51 $ ?q8.p8
Supervisi»g@ngineer STAFF $55.OQ-$75.00 2 $ 68.65 $ 137.3Q
SEniarEltgineer STAFF '$�t7.p0-$65.00 32 $ 55.71 $ 1,782.72
AsSociateE�ginee� S7AFF $35.OD-$SS.00 82 $ -04.11 $ 2,734.$2
' StaffEngineer 57AFF $25.0fl-$d0.6Q Sfi $ B3_27 $ 1,8G3.12
Senior7echnician STaFF $zs.ao-$ao.oa z $ 29.a2 S ss.a4
c����ai�re�n Edrto� sraFF Sis.oa•S3s.ao s � za.ss g la7.so
168
TOTAL-DirectLa6pr $ 7,d?2.?8
INDIREt7COSTS Rete Tntal
Combined Qverhead 134.97% $ 10,�86.t}i
T4Tpt-MdiCeccCasts $ SSI,UBBAY
OTHERCQSTS(ACTUALCOStS} q�antitY Unit Rate Topl
•Travel&Per Diem 1 EA 400 $ 404_OQ
•O�c�Misc.&Reprdductians 1 EA 14pt7 $ 1,006.t}4
TO7'Ai.-Other Costs $ 1,40p.tlp
FE£ (1p,pp°6} 70TAL-Fee $ 1,755.88
7okal-WREtd $ 20,714.67
STRTE{�F CAI.iFORNiA•DEPAR7MENT UF TRANSPORTATION Local Assistance ProCedures Manual
NC�T�CE TC► PRt3PtJSERS DBE INFCtRMATIC?N
EXHIBIT 1tl-I(NEW�1�2017} Page 1 tJf 2
IUC�TIGE TtJ F�FiC}Pt1SER5 DBE It+EFORMATIC7N
The Agency has established a DBE goa�for this Contract of 2.0 ¢/�
C}R
The Agency has not estabiished a goal fpr this Contract. However, prc�pnsers are encauraged to obt�in QBE participatic�n far this contract.
'1. TERMS AS USED IN T�i1S DCiCUMEi�T
• The term"Disadvantaged Business Enterprise"or"[�BE'"means a far-presfi#small busir�ess cancern owned and cantrol�ed by a socially
and economicaily disadvantaged person(s}as defir�ed in Title 49,Code of Federal Regulations(CFR}, Part 2�.5.
� The term"Agreernen�'also means"Contrac#."
• Agency alsQ means the it�ca!entity entering into this contraet vuith the Cc�ntractor ar Consu�tant.
• The term"Sma(I Susiness"or"SB"is as defined in 49 CFR 26.65.
2. AUTHCIRITY ANQ t�ESPOhlSIBILITY
A. DBEs and other srs�ail businesses are strongly encouraged to participate in the perfc�rntance af Contrac#s financed in whcrle t�r in park
with federai funds(See 49 CFR 26, "Pa�ticipation by Disadvantaged Business Enterp�ises in Department of Transportatie�n Financial
Assistanee Prcagrams"}.The CansuCtant must ensure that DBEs and oth�er small businesses t�ave the opportuni{y to participate in the
performance erf the w�rk that is the subject of this solicitatior�and should take aij necessary and reasona�le steps for this assurance.
The proposer must not disarirninate on the basis of race,color, natiana!origin,ar sex in the award and perFormance of subcontracts.
B. Proposers are encouragecE to use services affered by financial institutions owned and controlled by DBEs.
3. SUBMISStC}N OF DBE INFt}RMATIOId
If ther�is a[�BE goal on the contract, Exhibit 10-t71 Consutfant Prt�posaJ�78�Commrfinent rnust be inclu�ied in the Request f�r Propc�sal.
In order far a prc�poser ta be considered responsible a�d responsive,the proposer must make good faith efforts to meet the goal
established far the cantract. Cf the goal is not met,the proposer must de�cument adequate g�rod faith efforts,A(1 DBE participation will be
counted towards the contract goai;therefore,all DBE participatian shall be colle�ted and reparted.
Exhibit 10-C}2 Consultanf Contract D��tnfarma#fon must be in�luded with the R�quest for Prt�posaL Even if no DBE parkicipatic�n will be
reported,the successful proposer must execute and return the form.
4. DBE PARTICIPATIQN GENERA�1NFOFtMAT1C�N
1t is the proposer's responsibility to k�e fully informed regarding the requirernents of 49 CFR, Part 26,and the Department's DBE program
developed pursuant to#he regulations. Particular at#ention is directect ta the fall4wing;
A. A DBE mus#ba a small trusiness�irm defined pursuant ta 13 GFR 121 anct be certi�ied through the California Unified Cerkification
Program{CUGPj.
8. A certified E�BE may paekicipate as a prime consultant,subconsultant,joi�t venture partner,as a vendor of matsrial or supplie�,�r as�
trucking cr�mpany.
�. A[l8E proposer not proposing as a join#venture with a nQn-DBE,will be required to dacument ane or�cambination of th�following:
1, The proposer is a�}BE and will meet the goal by performing wqrk with its own forces.
2. The proposer will meet the goal through work performed by DBE subcansultants,suppliers c�r trucking companies.
3. The propaser,prior to proposing, made adequate good faitn efforts to meet the goal.
b. A DBE join#venture partner must be responsible for specific cantrac#items of work or clearly defineci portions therec�f. Respt�nsibility
means actually pertorming, managing,and supervising the wark with'rts awrt forces.Tt�e DBE joint venture partner rnust share in the
capital contribution,control, management, risks and profits c�f the jaint venture commensurate with its ownership interest.
ADA Natice F°r individuals wi#h sensory disabilities,this documenf is available in altemate formats. For information,call(91B}445-1233,
't�t'Y 711,orwrite to Recards and Forms Management,1120 N Stceet,MS-89,Sacramenta,CA 95514.
Sl"ATE OF CALIFORNIA•DEPARTMENT OF TRANSPOR7ATION �oca)Assistance Procedures Manual
NQTIGE TC� PRt)PtJS�RS DBE INFURMATIC?N
EXHIBIT 10-I{NEW 0112017} Page 2 of 2
E. A DBE must perform a commercially useful f�nction pursuant to 49 CFR 26.55, that is,a DBE firm rnus#be responsible for the
execution o€a distinct element of the work and must carry out its responsibility by actually per�orming,managing and supervising the
work.
F_ The proposer strall list only 4ne sub�onsuitant for each portian of work as defined in their praposal and ail DBE subcansultants shouid
be listed in the bicfJcQst proposal list of subconsultants.
G. A prime cc�nsuitant who is a cerkified DBE is eligible to clairn ait crf the work in the Cantract taward the DBE parti�ipation except that
portion of the wark tt�be perFormed by nan-DBE subconsuitants.
5. R�S{7URCES
A. The GtJCP database includes the certified DBEs fram all certifying agencies participating in the CUCP. If yau k�eGeve a firm is certified
that cannot be located an the database, please contactthe Caltrans flifice of Certification toll free number 1-866-8�0-6348 far
assistance.
B. Aee�ss the CUCP database#rom the�epartment of Transpartation,t�ffice af Business and Economic Oppc�rtunity Web site at:
http:ltwww.dot.ca. og vlhqlbe�/,
'i. Click on the link titled Drsadvantaged Business Enterqrise;
2. Click on Search for a DBE Firrn l9nk;
3. CGck on Access to tFre DBE C�uery Form located on the first line in the center of the page.
Searches can be performed by one or more criteria. Follow ins#ructions on the screen,
B. MA�"ERIALS tJR SUPPLIES PURCHASED FROM DBES CC}UNT TOWARC►S THE DBE GOAL UNDER THE�Q��C7WING
CQNDIT1flNS:
A. If the materials or supplies are obtained frorr�a DBE manufacturer,caunt 10fl percent of the cost of the materials or supplies.A DBE
manufaciursr is a firm that operates or maintains a factory,or estakalishment that procSuces on the premises the rnaterials,supplies,
atticles,or equipment required under the Contract and caf the ge�eral character described by the specifications.
B. tf the materia{s or supplies purchased from a DBE regular dealer,count 6t�percent of#he cost of the materials ar supplies.A DB�
rec�ular dealer is a flrm that owns, operates or maintains a store,warehause,or ather establisk�ment in which the materials,supplies,
artic[es or equipment of#he general character described by the specifications and required under tf�e Contract are bought,kept in stock,
and regular[y sold ar leased to the public in the usu21 course of business.To be a DB�regular deal$r, the firm must be an established,
regular business that engages,as its principai business and under its own narrre, in the purchase and sale ar lease of the produc#s in
question.A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement,gravel,stone or asphalt
without cswning,operating or maintaining a place of business pravided in this sect�an.
C. If the person bath awns and operates distribution equipment fo�the prt�ducts,any supplemer►ting of regular dealers'own distribution
equipment shal!be, by a bng-term lease agreement and not an ad hac ar Agreerrrent-by-Agreement basis. Packagers, brnkers,
manufacturers'representatives,ar ather persons who arrange or expedite transactions are not DBE regular dealers within the meaning
of this section.
C7. MateriaEs or supplies purchased from a DBE,wl�ich is neither a manufacturer nor a regular deaier,will be timited to th�entire amount af
�ees or comrnissions charged for assistance in the prqcuremen#of the materials and supplies, or#ees or#ransportation charges for the
delivery of materials or supplies required on tfle job site, provided the fees are reasonable and nat�xcessive as eornpa�-ed with fees
charged for simitar seruices.
ADA hlotice Foe individuals with sensory disabilikies,this documen#is avaitabte i�alternate farmats. For information,call(916j 4�M15-1233,
Tl'Y 711,orwrite to Records and Forms Management,112fl N S#reet,MS-89>Saaramento,CA 95814.
* • �^'• C�TX o� REc►rrEht�
� � � 5 r
. �� 777 CYP�z�ss AVEr�u�. RE�D�rv�, CA 960t71
s
• - .f f:C3. BOX 496t7?1, REDDING, CA 96t�49-${}71
C3FFICE OF'THE C[T"Y rCLERK
PAMEIJI MIZE,CI7'Y CLE}2K
SARAH�HEETZ,ASSISTANT Ci'T'Y CLERK
53C}.225.4447
53CY.22�.A.463�AX
AugtlSt 31y 201�
Mr.Tim C}sterkamp
Llc�kken Engineerirtg
11t}Blue Ravine Road, Suite 200
Folsc+m,CA 95b3Q
�UBJECT: Consulting and�ervices Agre�ment�, C-7371 & C-737$
Dear Mr. Qsterkaxnp:
Enciosed are two {2} f�lly executed c�riginals of the above subject Agreements between the City
of Redding and Dok�en Engineeri�g fc�r:
1} Eastside Road Bridge at Canyon Hollow Creek I�eplacement Prc�jeet.
2) Westside Road Bridge at Canyon Hc�llt�w Creek Replaeement Project.
If yt�u have any c�uestions regarding this matter, t�r if we can be c�f assistance, please contact the
Clffiee c�f the City Clerk at(530}225-443�.
Sincerely,
�- � � �
�C�-.�`-�""
Anette cates
Executive A.ssi�tant
Er�closure
c: Corri tlandiverlEngineerin,g
Finance
TRANSMIT"T,�,�F,ORM_
� ,� � � �� ,t�A�ti ,QPI�.�R�Cliltt2EA'*Dtt NOT E-MAIL FtJR RE��EW
� y �rc�c��rv a��rrc���v�Y r�2s-4oso.��e��ct,E����s-4o�s�
Agreemen#s{�Bands 0 Coutracts� Leases�Escrow InsKructians
Q Deeds<}Securities� Resolations i} Qrdinances
�. ... ;,
�_�., , .
Date; $l28/17 From: Steph��tie MCCt�llum �,��,�,� � W �°',�F'orFinance.
22�-�511 D��t#
Dept.Name: Etlgineeriilg - - Phone: �:,�,-�,� ���_,°�,� �;1i�'�rder#
`�;L � ° 4 Gontract#
Pers�an rnost knowledgeable: Corri Vartdiver' Phc�ne:245-7120
Tip
C{?NTRACT INSURANCE REQUJREMENTS MET?lnsUrance must be obtained, approved arrd entered by Risk
befone obtainirag City signature(st. !f rtat comp/�ted,yout'r.�arttracts witt be held in the Clerk's d�c�. For heip confact
RrskLiabitlfYtcz�}.CC�rntort�{�Ci.reddfnq.c�.us. f53�}22;-4387. ot'rtttftvotdSf�Ci.reddrnp.�a.us. f530}225-4385.
DESCRIBE IIUCUMENTS ATTACH�D � ���t ��� rj( � 1 C- j�_:,���
�
DacumentTitle: �����Iting and Prcrfess�onal Services Contract with FHWA Funding #lS1��
Outside Party(ies�:C)okken Enqineerinq �j�-'�
�roject(tNhat/Where/Why?): Eastside Rc�aci Bridge at Canyon Ht�llaw Creek Re,placment "�U�NCE�
COUNCIL APPE�OVAL REQUIR�D? No�Yes� TF Y�S,DATE OF MEETING: ���117 �`�"�
Was contractf agreernent the result af an R�P or Bid?Na�}Yes�j Bid Schedule#or FtFP# � �--,---=---
Is the source of funding grant related? No�Yes�} ���.—,�
REOUEST�C1R ATTQRNE�SERVICE�
��xe�u�R�n Attorney Reviews DrafC-AlI docurnents must be reviewed�,.efore obt.�ini�a,�sig��tures,When amendin
� a contract,attach a cc�py of original contract and all priar arnendrnents.Do nr�t e-rnail dacuments uniess
speeifically requested.
� RPProve As To FarmA�: draft has been appraved by attorney a,�outside parties'signa�ures have
been c�btained. Sub;mit twv(2�ariginals. Use paperclips(t9 stapies)and put"Sign Here"tabs ctn all
signat�ure pages.
� Prepare Certificate of Acceptance�easement&grant deeds�
� Memo or additionai infa is attached.
❑ �ther:
RUUTING
� Return tv: '
(Then route signed ariginals to Clerk's�fftee for attesting,transmitting&Filing,etc.wJa transtr�ittal farnt.)
aFc�rward tc�City Clerk for necessary signatures and processing
❑ ��������
Qther{mai�ingjdistribution instructionsj: ���'°`G�-�����`'r��`
�4� �-���C�
` �" ity At#arney log# ��
�ogged out by: ��
. „!
Aev.5J17
��� �r:�� � ��i F �:_:
� � • CITY OF REDDING
� .� - -
�'i � �� i�,� C f"Ft4�5 =jv��'�.UE.. R-t�U:l�c. CA JGOO!
��y� P.Q. 8U,< -t.�„U'I R ou!,.�, �:� n6G:9 %,O;
_; ,
PAMELA MIZE,CITY CLERK
SHARLENE TIPTON,ASSISTANT CITY CLERK
530.225.4447
530.225.4463 FAX
November 1, 2021
Dokken Engineering
John Klemunes, Jr.
110 Blue Ravine Rd, Suite 200
Folsom, CA 95630
SUBJECT: 1st Amendtnent to Cansulting and Professional Services Contract, C-7377
Dear John Klemunes, Jr.,
Enclosed please find the fully executed original of th� �bc�ve referenced First Amendment to
Consulting and Professional Services Contract by and between the City of Redding and Dokken
Engineering for Eastside Road Bridge at Canyon Hollow Creek�eplacement.
If you have any questions regarding this mat��r, ar if we can be of assistance, please contact the
Office of the City Clerk at(530) 225-4044;
Sincerely,
'%%� ._---�,
Luisa Klapperich
Executive Assistant, II
Enclosure
cc: McCollum
Vandiver
Grannis
� FIRST AMENDMENT TO
i
I CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-7377)
WITH FHWA FUNDING/ASSISTANCE
Eastside Road Bridge at Canyon Hollow Creek Re�lacement Project
' The Consulting and Professional Services Contract C-7378 ("Contract") dated August 31, 2017, bet�veen
the City of Redding, California("City") a municipal corporation, and Dokken Engineering("Consultant") is
hereby amended as follows:
SECTION 1.A is amended to read in its entirety as follows:
A. Subject to the t�rrns and conditic�ns set forth in this Contract, Consultant shall provide to City the
services described in Exhibit A�nd Exhibit A-1, attached and incorporated herein. Consultant
shall provide the services at the time, place and in the manner specified in E,Yhibit A and Erhibit
A-1. All Ct�nsultant personnel listed as members of the project team in the attached exhibits shall
� remain on project unless prior approval for the change in personnel has been granted by City's
Contract Adn�inistrator.
The Exhibit A-1 attacl�ed fc�tl�is�irst'Amendn�erit is incorporated into the Contract dated August 31, 2017,
as E�ibit A-1.
SECTION 2.I is amended to read in its���entirety as fallc�ws:
I. The total amount payable b}� Ci�� i�tcludin� fxed f�e shall not exceed $434,191.36
SECTION 3.E is amended to read in its entirety as fallt�ws:
E. The n�aximum amount for whi�h the Gity shall be li�ble if this`contract is ter�ninated is
$434,191.36 dollars.
� All other terms and conditions of the Contract dated August 3l, 20l 7, slr�ll remai�t ii� fi�ll t'orce and effect.
Tlle date ofthis Amendment shall be the date that it is signed by the City. ���
�
J
CN
J
�
IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and year set
, forth below:
CITY OF REDDING
A Municipal Corporation
Dated: �' �/� o�� , 2021
� Barry Tipp n, City anager
Form Approved.•
Attest: BARRYE. DeWALT
City Attorrtey
,
���� ��� � j��
PAMELA MIZE, C"ity L�;:r . ' I3y:
Dokken Engineering
i
Dated: a� �G�6�212 2Q21
� �
By: �l�iv A kl e�►uhcs �
�I�lent
i
i ' r �
�
i `�`� .,:.�.. '�. �, � .. . � �.� . � �,. ..� � . � � ;. �
I
September 21, 2021
Ms. Corri Vandiver, P.E.
City of Redding
777 Cypress Avenue
Redding, CA 96001
RE: Eastside Road Bridge Replacement Project, Amendment No. 1
Dear Ms. Vandiver:
Dokken Engineering has been preparing the PS&E, environmental documents and right of way
acquisition for the Eastside Road over Canyon Hollow Creek bridge replacement. To complete the
project, unanticipated tasks and additianal coordination on several tasks, is being performed as
described below.
Task 6.0 Hydraulic Stud� �2+�riort
Task 6.2 Location Hydraulic Study
Dokken has coordinated with Caltrans to obtain approval of the Location Hydraulic Study.
Significant issues coordinated with Caltrans included wh�t the LHS would state for potential
damages caused by project, and the need it��a CLOMRILC?NIR. Multiple conference phone calls
and meetings have been conducted to discuss these issues. Th�LHS has been modified and
reviewed by Caltrans several times, and "Additic�nal Informatic�ri" was appended to explain the
project approach.
Task 7.0 Utilitv Coordination
Task 7.1 Utility Coordination
Staged bridge construction has complicated the utility relocatic�n by;requiring utility relocation to
be staged. In addition, underground utilities have conflicted uvith faundations, requiring designs to
be modified to avoid conflicts. These complications have required additional field meetings and
monthly status phone calls at the request of the utility owners and several exhibits to be developed.
Brackets have also been designed to carry the waterline on the bridge.
Task 8.0 Right of Way
Task 8.3 Right of Way Acquisition
Railroad coordination was assumed to consist of a diagnostic meeting leading to a license to enter
and construction, as has been obtained on previous projects. However, this approach will not be
allowed for the project, with a full Construction and Maintenance (C&M) agreement anticipated.
This process required significantly more time and effort than anticipated.
11Q �31uc K4ivinc Kd, Suit�e 200, l��lsotn, C'A 95630-4713 •'I'.eL• �'alfi.858.t)6�32 • I�ax: 91fi.85g.p(43 • wwv,-.dc�kkeni:n;inc�ring.conl
Ms. Corri Vandiver, P.E.
City of Redding
Eastside Road Bridge Replacement Project
Amendment No. 1
September 21,2021
Task 9.0 Preparation of Contract Documents
Task 9.3 Prepare Plans, Specifications and Estimate
Eastside Road grade has been raised to provide hydraulic clearance, creating a grade differential
between the sidewalk and business (Redding Transport Lumber) entrance on the east side of the
road. An ADA compliant path of travel is needed to account for the grade differential. A full sheet
has been added to the plans to account for the retaining walls and concrete pedestrian path needed
for access to the building.
Cost Proposal
The not to exceed cost`proposal of'additional and anticipated hours to complete the above tasks
based on time and rnaterials is $34,766. Please see the attached cost proposal and rate schedule for
billing rates.
Thank you for thi� c�pportunity to present this amendment request to the City. If you have any
questions, please cantact me.
Sincerely,
DOKKEN ENGINEERING
;'�'"�`�"`� �.-..,,
:/ `a--`.' _; ,rr., r�
� L- »r'I;,..�'_. -_._-
�
Tim Osterkamp, P.E.
Project Manager
attach
m � „ �
�� �
�so�,n�o�
�ap �
� � �
v �
z E �
�- � � —
z ,o ;,
W
f aai E
p a ,d, i5o�i�iaiou3Hio
a .. . .. ���.
i W � y�
QV
� �
�/1 0
d = Stlf10HM10 � n �M � �
N rv rv c�
. � � M m � �
� C . . . . . . .�:�:�.
C j. -
a c a.
v~i V �. ��g �
O � �� �y
� ' .�.i.��.m� vai � r
m =
�p -
m _
� rv8 w
� �.. - . ur ,n
� �� $
� -"3ua8yAVM1o..1481tlaorya �:. N R � m
�
A
W
.�i8 �
C n�X
�
� �aBeueWAeMlo14'I r � � m
K {2 .
o �
� W " . w
LLi _ e g
u � �e �
� uela�uy�al9uNaau�9u
1!
Y .
�
� M1$
��Iw3�'PI+9 iuv�s�s
�8 �
�
au�9u3AVMpvotl�14Y7f! .d v b � $ o
a8 �
�;� m
. aau�s�3asnMe>o i �
y$ �i
�v q
� 3
aw�eu3ArcMPYok?3af7us - r0 �
�$ �:
u�8u3 Aempva
3e'u uayday5 ueN d e
1"i�$ �
-�a9eueW laa�w �
�3d'tlwv�iaiz0w� �m
Q¢
e�
�a
�
�
O � �,
_ �
Y +' Z_
ww
N � � a
� �L O E
� V ° o
N �- ` U w
� � � a a
wz. � � o� o �
`'.'��° ? a z @ g p �
xi=: N ° �° Ys=
o � oo � 4r� �
QI' =g � ��qA
� 8 0 S a d
K $� F= " a n
_ �� � � � a M
r �µ+
Y �Y A Y A Y F. s 6
!�- ~ F ~ la- ~ la-
0 0
m e o
BILLING RATE SCHEDULE
Effective through December 31, 2022
Professional and supporting staff services will be billed at the following hourly billing rates:
CLASSIFICATION RATE RANGE
PROJECT MANAGEMENT Principal $270.00 to $375.00
Project Manager $150.00 to $275.00
QA/QC Manager $150.00 to $275.00
DESIGN 5�nior Engineer $150.00 to $270.00
Associate En,gineer $1 10.00 to $170.00
Assistant E�tgineer $80.00 to $120.00
Senior CAD/C}etailer $80.00 to $180.00
CAD/Detailer " $80.00 to $120.00
Engineering Technician $80.00 to $1 20.00
ENVIRONMENTAL , Environmental'Manager $190.00 to $255.00
Senior Environmentpl Planner $125.00 to $190.00
;Associate Enviranmental Planner $100.00 to $140.00
�����Environmental Planner �: $80.00 to $120.00
PUBLIC OUTREACH Commur�ity Engagement[3irector $170.00 to $200.00
Technical Editor $1 10.00 to $170.00
GrapMic�Designer $80.00 to $1 20.00
RIGHT OF WAY Right trf Way Managar $125.00 to $195.00
Senior Right of Way A;yent/Sp�cialist $130.00 to $195.00
Right of Wdy Agent/Specid�ixfi $120.00 to $155.00
Right of Way Aassistant;/GI$Technician $80.00 to $1 20.00
SURVEYING Professional Land Surueyor $150.00 to $225.00
* 1 Man Survey Crew $185.00 to $230.00
* 2 Man Survey Crew $230.00 to $280.00
Office Surveyor $80.00 to $135.00
CONSTRUCTION Construction Manager $150.00 to $200.00
Resident Engineer/Structures Representptive $135.{74 to $195.00
Office Engineer $11s�A0 to $155.00
* Inspector-Day $130.00 to $180.00
* Inspector-Night/Saturday/Cf7 $155.00 to $215.00
* Inspector-Sunday /Holiday $170.00 to $230.00
*Classification subject to California Prevailing Wage.
Ordinary supplies and equipment are included in the above hourly rates. The following are considered
project-specific items and their cost will be added at the following rates:
Construction Vehicle/Truck $80/day
Outside Reproduction Actual
Permit Fees/ Public Notice Advertisements Actual
Record Search Fees /Mapping Fees /Title Actual
Room and Equipment Rentals Actual
Traffic Control Actual
Utility Potholing Actual
�1']O BILi�>Pae�irac�T�<aacl,��ixile 20i),Tolsc��na,CE1 tl�Ei3t)-��7"1_� � Tc:le:��a�Ifi.h.i8.06���`? � �Fe�x:��"16.85$.t?ti��1�3 ° �vwcv.dc�l<kenc n��itle�e�ri���x;.c.t»Yt �
�'''
� TRA1tiTSMITTAL Ft}RM
�,�4 4�� 1�`S���.�#12�32*I��N�T`E`-I�AI��° � �°�#r
� . �r�cl�A�r�rc����� 2z -�a�o��c��r c�..��x�2�� �����
Agreements{�8onds¢ Contracts¢ Leases�}Escrow Instructians
¢Ueeds{}Sectirities t} Resolutions Q Ordinances p C}g#nfons
Date: 11101122 From: Stephanie McCallum ��,�_§
Dept. Name; Engineering Dept. # 501 Phone: �25-4511 �� �����" � �� � �, " ,��
Person most knowledgeable: Corri vandiver pho��. ` � ����,F„;
r��..�..� �y� �
N�:� ,..�
INSURANCE REQU/REMENTS MET?Prior to signatures, must submit tnsurance Transmittal Form to Risk, have
certit'icate uptoaded by vendor and approved by Risk. !f not, your contracts will be held in the Cterk's Office. For
help contact Risk Liability-�f��c��a� f f����€r� . r (530)225-4385.
DESCI2IBE ATTACHED DOCUMENTfSI
Document Title: Second Amendment to C-7377 and 7378
Outside Party�ies): Qakken Engineering
Project(WhatJWhereJWhy?): �stside Rd and Eastside Rd Bridges at Canyon Hollow Creek Bridge Fieplacement
COUNCIL APPROVAL REQUIRED? No�Yes� IF YES,DATE OF MEETING: Agenda Item#:
Was contractJagreement the result of an RFP or Bid?No �/Yes[� Bid Schedule#or RFP#:
iS��N'T��'T F��I.�'T�i�'T�`T���A�tR�IFi�? Nca����
REOUEST FOR ATTQRNEY SERVICES
� Attart�e�r lRev���,v�Iitr�ft-111I doc�zrrsents must be reviewed�appro�red befor�ola�air�in�an�r si�nat�zres.
Vt��Zen am�ndir�g contracts,attaeh a copy of c�rigir�al cc�ntract and atl p�ior�rrl�nd�nents. I��s not�-ma�i
doeumer�ts without priar approval.
❑ RetUi"11 d7'�fts to: (to finalize&obtain outside signatures�
/ � .. P . , • . , . .
V �.�� ' ' � ` "� �1� c�s°��� �k��� ��s�=��. ��T��f���a�;��,�•��=���ve� `�
Et���*e��=cc�������c�������_: ��� i�c�t,�a��ca�t�a�ec� ����t�i��s���z���z�°es. ������s�?�a���tc�vc� �?1 crr�����a�s. �:�s�
�a����Rci€��s -�,���t�����s --��s�s� �t�i�"�i�� �I��°�'"t�'�as�z��t�si���������������,
(Attorney approval now mandatory-RMC§4.20.12(�,A)
�`Note: Signed originals wilI be farwarded to City Clerk for necessary City signatures,insurance&� �,�,
other requirement verification,and processing.
❑ MailingJdistribution Instructions: �
�—
� Prepare Certificate of Acceptance (easement&grant deeds) �
❑ Memo or additional info is attached.
� Other:
G
Savc forAftorney's Notes . , >,. . �,�,�,.,,„,,,w,..�..
� .,,
City Attorney Log# �..� "' �� �
� ��
�� � . ���' Logged Out By: �����.� dw
��v.g��d
� � � � IT� I
_,.�,
r=^ -��;' 777 Cypress Avenue, Redding, CA 96001
� ��
' PO BOX 496Q71, Redding, CA 96049-6071
I� I � � I� ��f� eit��fr�cic�ir�g.car
PAMELA MIZE,CITY CLERK
SHAR�ENE TIPTON,ASSISTANT CITY CLERK
530.225.4447
530.225.4463 FAX
November 11, 2022
Dakken Engineering
Attn: John I�lemunes, Jr.
110 B�ue Ravine Road, Suite 200
Folsam, CA 95630
RE: Second Amendment—C-7377
Dear John Klemunes, Jr,
Enclosed please find the fully executed original of the a�ove referenced Secand
Amendment tQ Consulting and Professional Services Contract with FHWA FundingiAssistance
by and between the City of Redding and Dakken Engineering regarding the engineering services
for the Eastside Road Bridge at Canyon Hollow Creek replacement project.
If you have any questions regarding this agreement, or if we can be of assistance, please
contact the Office of the City Clerk at(530) 225-4044.
Sincere����-...._
�
, r�._ �.�.
� � � �,,
� t �.,,
+' �_-�€ �" ,.'._.� ��-»- "-.rv^.. .
--"'_,„,.�..
,. \. `""»w_ "-.".--•,..,,,,, •
".� r... — 'y� .'" _ - ,� .
- ...._ ____'.' '4.
�Q'Q'
.n"'�_ "` �7�7 ,� � '
' "--^-...., .. � ....g.
.w,.--^,✓^' +. . ., �� .,�. ._...
���- Amber Dal o etto
Executive Assistant
Enclosure
cc: Stephanie McColltun
Corri Vandiver
Ellen Grannis
SECOND AMENDMENT TO
CONSULTING AND PRQFESSIONAL SERVICES CONTRACT (C-7377)
WITH FHWA FUNDINGIASSISTANCE
Engineering Services far the Eastside Road Bridge at Canyan Hollow Creek
Replacement Project
The Cansulting and Professional Serviees Contraet C-73'7'7("Contract"}dated August 31,201�,and amended
Oetober 28, 2021, between the City of.Redding, California ("City") a municipal eo�poratian, ar�d Dokken
Engineering("Consuttant") is hereby ainended as follows:
SECTIQN 3.A is amended to read in its entirety as follows:
A. This contract shall go inta efE'ect on August 2$, 2017, eon�ingent upan approval by City, and
Consultant sha11 eommence work after notificatiort to proceed by City's Contraet Administrator.
The contract shall end on December 31, 2025, unless extended by contract amendment.
A11 other terms and conditions of the Contract dated August 31, 2Q17, and amended October 28, 2021, sha11
remain in full farce and effect.
The date of this Amendment shail be the date that it is signed 6y the City.
IN WITNESS WHEREOF, City and Consuitant have executed this Amendment on the days and year set
forth beiow:
CITY OF REDDING
A Municipal Corporation
� �..��� „ �...,�
I)atecl: , 2022 .��.��"��
By: BAR TIP City Manager
Form Approvecl.•
Attest.� BARRYE. DeWALT
M�
City Atta�ney
�� �`� �"* , � �� �M�" � � �„a�^�
r,� �'f,� � p� .� �,� <�� w� ��°"�
�„a�
`� fi � S�- �
� ��,�``�PA1I�ELA MIZE, Cily C'le�'k By.'
� ,,
Llokken Eng' eerin
Dated: �� , 2022
.��J�OHN A. KLEMt1 � S, JR.
President
�
�
�
�