HomeMy WebLinkAbout _ 4.11(c)--Approve the Fourth Amendment to Contract (C-7378) � � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: March 4,2025 FROM: Michael Webb, Public Works
ITEIVI NO. 4.11(c) 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(c)--Approve the Fourth Amendment to Consulting and Professional Services
Contract(C-73'78) for the Westside 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'73'78) for the Westside Road Bridge at Canyon Hollow Creek Replacement Project:
(1) Approve the Fourth Amendment to the Consulting and Professional Services Contract
(C-7378) with Dokken Engineering in the amount of$22,011.95 for a total not to exceed
fee of$418,493.67;
(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 Westside Road Bridge at Canyon Hollow Creek Replacement Project (Project) is estimated
to cost approximately �5 million. The project is 88.53 percent funded by the Federal Highway
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
$22,011.95.
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 4th Amendment
Contract Revised
Amount Ad'ustment Total Ad'ustment Revised Total
$363,371.90 $33,109.82 $396,481.72 $22,011.95 $418,493.67
Report to Redding City Council February 26,2025
Re: 4.12(c)--Approve the Fourth Amendment to Contract(G�378) 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 and the
construction documents are almost complete. However, Caltrans has required some additional
environmental investigation and reporting that was not included within the original budget. For
Dokken 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 Westside Road bridge was constructed in 1957 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 36-foot-wide, 2-lane bridge, with a 41-foot-wide bridge that
includes two, 12-foot t�avel lanes with 4-foot shoulders, a 6'-2" wide sidewalk with a one-foot
wide barrier on the west, and a 1'-9" barrier on the east side. These improvements meet the
requirements of both the American Association of State Highway and Transportation Of�cials
and the City.
Envi�^onmental 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 1V�anager Goals
This is a routine operational item.
Attachments
C-7378 Amendment 4
Contract C-73�8
C-7378 Amendment 1
C-7378 Amendment 2
C-7378 Amendment 3
FOITRTH AMENDMENT TO THE
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
WITH FHWA FUNDING/ASSISTANCE BETWEEN
THE CITY OF REDDING AND DOKKEN ENGINEERING, INC. (C-7378)
This Fourth Amendment ("Fourth Amendment") is made and entered into by and between the City of
Redding, a Inunicipal 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 Westside Road Bridge at Canyon Ho11ow
Creek Replacement Project (C-7378) (collectively referred herein as the "Contract") and amended this
contract on October 28, 2021, ("First Amendment"), November 3, 2022, ("Second Amendment") and
December 23, 2024 ("Third Amendment") (collectively referred herein as the "Contract"); 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$23,789.98. 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
$418,493.6'7
Fourth Amendment to Contract(7378)
Page 1
Al1 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:
Su section 3 ). The maxim amount for which the City shall be liable if this contract is
terminated is $418,493.67 dollars.
All other subsections of Section 3 of the Contract shall rem.ain unchanged and in full force and
effect.
IV. Exhibits A-2 and B-1, attached to this Fourth Amendment are hereby incorporated 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 Fourth Amendment.
VI. Except as expressly set forth herein, all other terms and condit�ons of the Contract shall remain
in full force and effect.
I. The effect�ve date of this Fourth Amendment shall be the date thatit is signed by the City�
IN WITNESS WHEREOF, City and Consultant have executed this Fourth Amendxnent on the days and
year set forth below:
CITY OF REDDING
A Municipal Corporation
Datedc ,2Q25
By: JACK MUNNS, Mayor
Farrrt Approved:
Attest: CHRISTIANM. CURTIS
Ciry Attarney
S A ENE TI T N, City Clerk y:
DOKKEN ENGINEERING,INC.
Dated: ,2025
By��oh�. �,. ktQ,,�� J�. g D��s;��e..��-
Fo h Amendment to Contract(7378)
Page 2
� �� � : � � fi � � � � � �
January 7, 2025
Ms. Corri Vandiver, P.E.
City of Redding
777 Cypress Avenue
Redding, CA 96001
RE: Westside Road Bridge Repiacement Project,Amendment No.4
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 Westside 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 complete the above tasks based on time and materials is
$22,011.95. Please see the attached cost proposal and rate schedule for billing rates.
If you have any questions,please contact me.
Sincerely,
DOKKEN ENGINEERING
� ��... 1����
Brian Stephenson, P.E.
Project Manager
110�31u��'aavi�Te Ttc�, �uite 200,�s�iso�rz,�A 95(�(}-�7]3 �Te1: 9t(�,���.Ofi42�Fax:9lfs.�5�.06�3 � �v,e�okkenen�ine�rin�.cc��n
COST PROPOSAL- ESTIMATED HOURS BY TASK
CITY OF REDDING
E �r G z zv E E R z rr G WESTSIDE ROAD BRIDGE AT CANYON HOLLOW CREEK REPLACEMENT PROJECT
AMENDMENT NO. 4
January 7, 2025
Exhibit B-1
Page 1 of 4
DOKKEN ENGINEERING GEOCON CONSULTANTS,INC.
;� �..... . ..::� ..... .....
.c w��o " :.�° .....
..n 'nn �: ...r3' . .
aL 'a �
W y V�. O .� <p�.p �� w '�+�._ . ..
c° +.�' v � � a `m: �'= d�U 'u �"i, � `i'.v �. �: ..� . GIY�3.N6 �', GRAND�, GRANI}
TASK DESCRIPTION �� a TOTAL TOTAL w v �+' ,°.'� � ^� TOTAL OTRER TO1'AL TOTALfiTITEIt
a�, a � �c.� °'�° a�� � ��� v �m�c°. TOTALCOST � T4TALCOST��.
v: � o HOURS COST�. ���� .��.:� y�A?J^ �� ����� �s�a HOURS DTREGTCOST �� HOI7R5 UIRECTCOSTS
in:°' m:� s.�w: °C�`n �.�.� ..���a �'n �.�^d
C�a�. �' .0 Ir�.i �. [a .y.�
m V
�a � v `° "b '° 3
� .3�:a � �. o:.� ���.v
ro. �� W�.a� .o.�� �.�.�.� �w
.� � � v
...:H �.c�.
��: FULLY SURDENET}RATE $Z48.7$ $1&fr.79 $ 226.93 $ 181.55 $ 1'77.82 $ iSft.Ol $1b6.42 $113.47
TASK 2�.b ENVIRONMENTAL DOCUMENTATION AND PERMITTING', li 3 1 4 ' $949.16 Z '� 30�: 71 20 4 2 65�� $ 1D,105.00 $ 21,262.80 i 69 �:$ 10,105.40 $ ZZ,011.95'��
'Pask 2.11 Caltrans Locat Assistance Support 1 3 4 $ 749.16 2 30 7 20 4 2 65 $ 1Q105.00 $ 21,262.80 69 $50,105.00 $ 22,011.95
: T4TALHOURS l.: 3'.. 4 ; 2 ���.. 3fl�..: 7'. 2� h 2 65; 69
TOTAL COST $248.78 $500.38 $749.1b $ 453.87 $5�44fi.39 $1,244.?7 $3.i2�.17 $655.67 $226.93 $ 10,105.00 $ 2Y,262.80 + :$ 10,105.Ot7 $ 22,011.95:
Exhibit B-1
Page 2 of 4
COST PROPOSAL
COST-PLUS-FIXED FEE CONTRACT
(DESIGN,ENGINEERING AND ENVIRONMENTAL STUDIES)
NOtO: M3Tk-UpS 3YC NOT l�I�OW�C� Q Prime Consultant ❑Subconsultant �2nd Tier Subconsultant
Consultant: DOKKEN ENGINEERING
Project No. -- Contract No. C-7378 Date January 7,2025
Project Name Westside Road Bridge at Canyon Hollow Creek Replacement Project-Amendment No.4
DIRECT LABOR
ClassificationlTitle Name Ran�e Hours Actuai 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
F'IXED 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. $ 21,262.80
m) TOTAL SUBCONSULTANTS'COSTS $ 21,262.80
n)TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS[(I)+(m)] $ 21,262.80
TOTaL cosT��o)+��+tk�+�„�� � az,oll.9s
*Employees will be billed at their acfual pay raYes witl�in 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 mnst comply with the Federal cost
piinciples.Subeonsultants wi!!pirovide their own cosf proposals.
2.The cost proposal format shal]not be amended. Indirect cost rates shall be updated on an annual basis in aeeordance witll the consultanYs anm�al aceovnting period and established by a cognizant
agency or accepted by Calhans.
3.AnYicipated salary increases calcidation(page 2)must accompany.
Exhibit B-1
Page 3 of 4
COST PROPOSAL
COST-PLUS,FIXED FEE CONTRACTS
(CALCULATIONS FOR ANTICIPATED SALARY 1NCREASES)
1.CalculaYe Average Hourly Rate for Ist year oY 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 rate 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 FIourly 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.Calculate esfimated hours per year(Multiply esfimate%each year by YoYal 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 Esrimated 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 to Page 1
NOTES:
1.This is not the only way to esfimate salary increases.Other meChods will be accepCed if they clearly indicate Lhe%increase,the#o�f years of Che contracf,and a breakdown of the 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.$25Q000 x 2%x 5 yrs=�w25,000 is not an acceptable methodology)
3.Tl�is assumes thaL one year will be warked at Lhe rate on tl�e cost proposal before salary increases are granted.
4.Calculations for anYicipated salary escalation must be provided.
xhibit -1
Page 4 4f 4
COST PROPC3SAL
Certit�cation of Iairect Costs:
I,the undersigned,certify ta the best of my knowledge and beEief that at{direct costs identifaed on the cost proposa!{s)in this contract are actual,reasonabte,allowabte,
and attocab(e to the conts�act in accordance with the cantract terms and the foitowing requirements:
I, Generalty Accepted Accounting Pnnciples(GAAP}
2 Teems and conditians of the eantract
3, „fiirl a 23.�!�:c9�tates t'as9�Sa:C i«n 11?,-Letting af Cootracts
4. 4�Caade€rf fe:d�r=7C Re+�ul��rca�gs�'an 3!-Contract Cost Principles and Procedures
5 ?3 Code aaf Tudcr:�����ullaac�n�S�net t7"�-Procurement,Mana$ernent,and Administration ofEngineering
aa�d Design Retated 3ervice
6.. dR��aci�of Feda.t�!R��bslat�crwa�t'�rt 99tI�b-Cost Accounting Standards Board(when applicabie)
Atl costs must be applied consistent(y and fair(y to a(f contracts.A(1 documentatian of comptiance must be retained in the project fsles and be in comptiance with
appt+cab(e federal and state requirements.Costs that are nancompliant with the federaf and state requiraments are not eligibie f'or reimbursemenz.C.acaE govemments
are responsibte for applying oniy cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
Primc Consultant mr Subcansultant Ccrtiftine:
Name#�: John,4 C{��ittsa��s,1� ' Title**: President
Signature: Ltate oFCertification{enmlddtyyyy): � "/�
Emaii�*: kt�crta�r��s �s�k�i� �s ri�,e�rga Phone Number: 416-85$-Q6G2
Address: i I Q BIu�EZavine Road.Suste 2 y Folsom.�A 9563Q-+�713
��An individuai executive or Iinancial officer of the consultsnt's or subconsuttant's organization at a flevel no fower than a Vice President or a Chief Financia(Officer,
or equivatent,who has authority to repcesent the financial information utilized to establish the cost proposaE for the contract
List services the consultant is proc�idie��under the pro sed contrac�:
Professional Engineerirag,Environmental and Right af Way Services
CQNSY..TLTING Al'dD PRUFESSIfJNAL SERVI�ES C0�1TRA.CT
WITH FHWA FUNDING/ASSISTANCE
THI�Ct)1wTTF�ACT is made at Redding,Califc�rnia,by and between the City of Redding{44City"},
a municipal carpc�ratic�n, and I}okken Engineering{"Cransultant") fc�r the puipase of Engineering
Services for the Westside Road Bridge at Ca�yon Hcsllow Creek Replacement Prc�ject,
WHEREAS, a source of funding fc�r payment far professianal services provided under this
Agreeznent is federal funds from Ehe LTnited �tates Department of Transportation.
WHEREAS,Ccr�sultant desires tc�perfc�rzn and ass�me respor�sibility for the prc�vision of certain
prafessic�nal services required by City on the terms and conditians set forth in this Contract.
NQW, THEREFUF�E, the Parties caven�nt and agree, for �ood consideratic�n hereby
acknawleciged,as foliows:
SEC'TIl7N 1. CGIN�ULTANT SE�t'VICES
A. Subject tt�the terrns and condi�ic�ns set forth in this Cc�r�tract,Consultant shall�rc�vide
tc� City the services described in Exhibit A, attached and incor�aorated herein.
Consu�tant shall provide the senrices at the time,place and in the manner specified in
Exhibit A. All C�nsu�#an� pexsc�nnel listed as m�rribers of the pr�aject team in the
attached exhibit� shal� remair� t�n pro,�ect unless priar approval for the change in
pe�sonnel has been graa�ted by City's Cc�r�tract Administrator.
B. Gc�nsulta.nt shall submit pragress reports a#least once a month. Each prc��ress report
shoUld be suffieiently detailed for the Ct�ntract Administrator,as noted in Seetion 1 O.A,
to; I) determ.ine i�Cc�nsu�tant is performing tc� expectat�ons and is �n schedule, 2�
provide communic�tion t�finte:r�m findings,and 3)su:fficiently address any difficulties
c�r specia�prc�blems encc�auatered,
C. Cc�nsultant's Project Manager, �s �c�ted in Sectic,n lt}.8., shall meet wit1� City's
Cc�ntract Administratc�r as zae�ded to discuss progress on the scop�of work.
D. Nc�thing contained in this Cc�ntract c�r otherwise shall create any�c�ntractuai reiation
betw�en City and any subconsultazzt,a.nd nc�subcontract shali relieve Cc�nsultant c�f its
responsibilities and ob�igatic�ns hereunder.�onsultant agrees t+�be as fuliy respc�nsibie
to Cit� for the acts and omissic�ns of its subconsuitants and of persons either direc#�y
or indirec#�y empioyed by any of them as it is for the acts and omissions af persons
directiy emplayed by the Consultant.Consultant's c�bligation to pay its subconsultants �,,�
is an independent obligation frc�m the City's c�bligation to malce payments to
Consuitant. !�
�. Cc�nsultant shail perform t�e w�T� �or�ternplated with resaurces available within its �
oum 4rganization and no perrtic�n of the work pertinent to this contract shall be `�-�
�
fonsulting and professiaaal Services Cpniract.'FHWA �i1.�.(; t
��� �'�:�Z:�`�`' - � � �� ,� � �-
subcontracted without written authari�ation by City's Contract Administrator,except
that, which is expressly identified in the apprc�ved Cost Froposai,
F. Cc�nsultant shali pay its subcc�nsultants within ten{1�)calendar days frc�m recr:ipt c�f
each payment made to Consultant by City,
G. Any subcontract in excess af$25,t}�{� entered into as a xesult c�f this cc�ntract sha�l
cc�ntain a11 th�provisions stipulated in this contract tc�be applicable to subconsultants.
H. Any substitution c�f subconsultants must be approved in writing by Cifiy's Contract
Administrator prior to the start af wc�rk by the subconsultant.
I. Consultant and any subconsultant shall permit City, the State of Califcrrr�ia�, and the
Federal Highway Administration{"FHWA"},iffederal participating fiznds are us�cl in
this Contract, to review and inspect the project activities and files at all reasc�nable
times during the perforxnance period t�f this Contract including review and insp�ction
on a daily basis.
SECTIUN 2. CQMPENSATI�N AI�tT?REIIVIBURSEMENT C1F CCtSTS
A. The method of payment fc�r this contract will be based on actual cost plus a fixed fee.
City will reimburse Consultant far actual cc�sts (including labor costs, ernploy�e
benefits, travel, equipment rental costs, overhead and other direct cc�sts} incurred by
Cc►nsultant in perfoz�ance of the work. Cc�nsultant will not be reimbursed for actual
costs that exceed the estimated wage rates,ernplayee benefits,trave�,equipment rental,
overhead, and other estimated cc�sts set forth in the approved Consultant's Cast
Prc�pc�sal,unless additional reimburseznent is provided for by contract amendrnent. In
no event,wiii Gansu�tant�e reimbursed for overhead casts at a rate that exceeds City's
apprc►ved overhead rate set farth in the Cost Pz�c�posal.In the event,that City deterrnines
that a change to the work from that specified in the Cc�st Prc�posal and contract is
required, the cc�ntract time or actual casts reimbursable by �ity shall be adjusted by
cc�ntract amendment tc� accc��mmc�date the changed work, The m�imum total cc�st as
specified in Paragraph "I" shall nat be exceeded, unless authorized by c�ntract
amendment.
B. In addi�ion tcr the al��awab�e incurr�d cc�sts City will pay the Consultan#a fixed fee c�f
$ 23�721.8'1. The fixed fee is nonadjustable for the term of#he�ontract,except in the
event c�f a szgnificant change in t�e scope c�f work and such adjustment is made by
cantract a�mendment.
C. Reimbursement fc�r transportation and subsistence costs sha1� not exceed the rates
specified in the appraved Cost Prc�p�saL
T3. When xnilestone c�st estimates are included in the a�proved Cvst Propc�sa�,Cons�lta�r�t
shall obtain prior written approval for a revised rnilestone cost estimate frotn the
�Qntract Administrator befc�re exceeding such eost estimate.
Consulcin�t a»d Protassionsl Services ConiractlFNWA p����
E. Prc�gress payments�vill be made mc�nthly in arrears based an services prc�vided and
allawable incurred costs.A pro rate pt�rtic�n ofConsuitant's fixed fee wi11 be ineluded
in the mc�nthly progress pa3�ments.If Consultant faiZs to submit the required deliverable
items according tc�the schedule set fc�r in the Stateme�t of Work, Gity sha11 have the
right tc�delay payment or terrninate this Cc��tract in accardance with the prc�visians af
Sectic�n 3 "Term axld Termrinatic�n",
F. I�1c�payment wi11 be made prior to appraval t�f any work,nor for any wc�rk perfc,rmed
prior to approval of this contract.
G. Nc� retainage will be held by �ity frcrm progress payrnents due Cc��su�tant. Any
retaainage h�ld by Cc,nsultant c+r subccrnsultants frc�rn progress payments due
subcc�nsultants shall be paromptly paid in fuil to subcc►nsultants wi#hin thirty {�tl)
catendar days after the subconsultant's work is satisfactorily cc�mpleted. Federal law
(��CFR26.29}requires that any delay or pc�stponement of payment c�ver the thirty(3C�}
days may take place only for good cause az�d with City's prior written approval. Any
violation ofthis prc�vi�ion sha�l subject the violating Consultant c�x subcc�nsultant tc�the
penalties,sat�ctions and vkhex reznedies speeified in Section 7108.5 ofth�Business and
Prca�essions Code. These requirements sha11 �ot be �oz�strued to �imit or impair any
contractual,administrative,c�r judicial remedies,otherwise available to the Cc�nsultant
or subconsultant in tl�e event t�f a dispute involving �ate paynnent �r nonpayrnent by
Consultant,deficient subconsultant perfe�rznance,or noncompliance by a subconsultant.
H. Ct�nsultant wili be reimbuarsed as prc�mptly as fiscai pr�rcedures will perm'r#upr�n receip#
by City's Ccrntract Adrz�inistrat+�r c�f itemized invoices in triplicate. Invc�ices sha11 be
submitted no later than 45 calendar days aftex the perf4rmance af wark fc�r which
Cc�nsuitant is bi�lin�. Invoices shall detail the wc�rk perfc�rmed on each miilestone and
each project as applicable.Invt�ices shall follou�the farmat stipu�ated forthe approved
Ccast Proposal and sha11 reference this contract nramber and project title. Fina1 inv�ice
must contain the final c�ast and ali credits due City including any equipment purchased
under the prc�visions af Sectic�n 4 "Equipment Purchase" o£`t�is cQntr�ct. The final
invoice should be submitted within 6�calendar days after ec�mpletion c�f cansultant's
w�►rk. Invoices shali be mailed to City's Contract Administrator at the follc�wing
address:
City of Redding
Carri'Vandxver
�7'7 Cypress.Avenue
Redding,CA 9{{}Ol
I. The total amount payable by City includin�the f xed fee sha11 not exceed�363,37�.�Q
J. Salary increases wii] be reimbursable if the new salar�r is within the salary range
id�ntified in the apprc�ved Ccast Prtrposal and is apprc�ved by City's Contra�t
Administrator.
Consulting and PrafessionaS Services ContractlFHWA i-'a�,�T��
For persannel subject to pr�vailing wage rates, as described in the Califc�rnia Labor
Code,ail salary increases,which are the direct result ofchanges in the prevailing wage
rates are reimbursable.
K, Consuitant agrees that the Contract Cc�st�'rincipies and Procedures,48 CFR, Federat
Acquisitzon Regu�atic�z�s System, C�.apter 1, Part 31.OU0 et seq., shail be used tc�
detertnine the cost allowability of individual items.
�. Cc�nsu�tant also�grees to comply with federal procedures in acct�rdance with 49 C�'R,
Part 18,LTnifornn Administrative I2equirements fc�r Grarrts a�d Cc�operative A�;reements
tc, State a,�d Local Gc�verntnents.
M. Any cosis fc�r which payment has been made tc� Cansultant that are determined by
subse�uen�t audit ta be unallowable under 49 CFR Part 18 and 48 CFR, Federal
Acquisitian Regulatic�ns System, Chapter 1, Part 31.00tl et seq., are subject to
repayment by Cansultant to City.
N. All subcontracts in excess of$25,000 shall ccrntain the above provisions.
SECTIC}N 3. TEI�;M AI'd�TERIV�INATIC?N
A. This contract shali go into effect c�n August 28, 2t117, contin�ent upoza approval by
City, and �onsultat�t shall ec�mmence work after ncatification to praceed by City's
Ccrntract Administ�ratc�r.The eontract shall end on December 31,2022,unless extended
by contract amendtnent.
B, Consultant is advised that any recomrnendation far contract award is nc,t�rinding c�n
City u�til the contract is fizlly executed and approved by City,
C. City reserves the right to terminate this contract upc�n thirty(3(l)�alendar days written
notice tv Consultant with the reasoz�s for termination stated in the notice.
D. City may terminat�this contract with Consultant shouid Consultant fail tc�perf`orm the
covenants herein contained at the tzme and in the manner herein provided.In the event
of such terminatic�n�Ciiy ma�proceed with the wori�in any manner deem�d proper by
City.IfCity terrninates this contract with Consultas�t,City shali pay Consultan#the sum
due to consultant under this contract prior to termination,unless the cost of cc�mpletion
to City exceeds the funds remaining in the contract.In which case the overage shali be
deducted from any surn due cc�nsultant under this cont�ract and the balance,if any,shall
be paid to Consultant upon dernand.
E. The maximum amount fc�x which t�e City shal�be tiable ifthi�contract is termina#ed
is�363,371.9[l dollars.
Cqnsulting and Professional Se�vices Cnrtrar�fFFi4VA C`a'����
F, It is mutua�ly understaod between the Parties that this�ontract may have been written
before ascertaining the availability c�ffunds or appropriatian of funds,or for the mutual
benefit+�fboth Parties,t�r in ord�r tcr avoid prc►gram and fiscal delays that would occur
if the Contract were executed after that determination was made.This Cc�ntract is valid
and enforceable only if suffieient funds are made availab�e to t�e City fc�r the purpc�se
c�f this Gontract. �n addition, this Cr�ntract is subject to any additional restrictions,
limitatians�conditic�nsa or any statut�,c�rdinance ar regulation enacted by the Congress,
State Legisiatures,ar City Council that may affect the pxovisions,terrns,or funding of
this Ct�ntra�t in ax�.y znanner. Cr�nsistent with Article 16, Sectian 18,c�f the Califarnia
Constitution, it is mutually agre�d that if suff cient funds are not appropriated, this
Cc�ntract shall be amended to reflect any reducti�n in funds.City may likewise v�id the
Contract under Section 3.C.
�. In the event that City gives natic�c,f terminatic��, Consuita�rt shall promptly prvvide
to City any and a11 finished and unfinished reports, data, studies, photc�graphs, charts
or other work product prepared by Gonsultant pursuant to this Cvntract.
H. In the event that City terminates the�antract,City shali pay Cr�nsultant the r�asc�nabl�
value of services rendered by Cansultant pursuant to this Gontract;provided,however,
that�ity sha11 not in any rnanner be liable fc�r lc�st profits which might have been made
by Ce�nsultant had Consultant cc�mpleted the servi�es required by this Contract.
C�rnsultant shall,not later than ten(I O}calendar days after terminatiran�f this C�antract
by City, furnish to City such financial infarmation as in the jud�ment of the City's
Contract Administr�tor is necessary to determine the reasc�nable value c�f the services
rendered by Cc�nsultant.
I. In no ever�t shali the tez7minatic�n or expzration c�fthis Co�tract be co�.strued as a waiver
c�f any right to seek remedies in law,equity or c�therwise for a Party's failure tt�perfc�rm
��CI1 C}�?ll�c�tl4ri I"�C�ti1T�CI �f�t�ii5 COi1�Y�Ct.
SECTII�'1N 4. E4UIPMENT PURCHASE
A. Prior autharization in writing by City's�c�ntract Adrrrinistrator shall k�e required t�efar�
Consultant enters into any unbudgeted purchase order,or subcontract exceeding$5,000
fc�r supplies,equipment,c�r Consultant services.Consultant shall provide an evaluation
c�f the necessity or d�sirability c�f incurring such costs.
B. Fc�r purchase of any item,serviee c�r cc�nsulting work not covered in�onsultant's Cost
Praposal and exceeding$5,000,prit�r authorizatic�n by City's Contract Administrator
is require�i. Three competitive quotations must be submitted with th� request, or the
absence of bidding must be adequately justified and accepted by City's Contract
Administratc�r.
C. Purs�zant to �9 CF"R, Part 18 and fc�r any equipxnent purchased as a result af this
Cc�ntract,Consultant shall maintain an inuentory of alI non-expendabie property.Nt�n-
expendab�e property is defined as having a useful life of at least two years and an
Consuttiag and PraFessional Services CantractlFt�FLVA ['e'��E'J
acquisition cost of$5,�00 or more.If the purchased equipment needs replacement and
is sold or trad�d in,City shall rec�ive a proper refund or credit at the conclusian vf the
Cc�ntract, or if the Contract is terminated, Consultant may either keep the equiprnent
and credit City in an amaunt equal to its fair rnarket vaiue,t�r se11 such equipment at
the best price Qbtainable at a public r►r private sale, in accordance with City's
establisk�ed purchasing procedures and credit City in an amount equa�to the sales price.
If Consultant elects to keep the eyuipment, fair market vaiue shal� be determined at
Consultant's expense, on the basis af a competent independent appraisal of such
equipment. Appraisals shall be 4btained frt�m an appra'sser mutually agreeable tv City
and Consultant. The terms and c€�nditions c�f such sale must be approved in advanc�
by�iiy.
L�. All subcontra�ts in exc+ess$2�,0(?0 shal� �on#�in the above provisions.
�ECTI�JN�, INSURANCE
A. Unless rnodified in writing by City's Risk Manag�r, +Consuitant shall maintain the
f+al�owing z�aked insurance during the duratic�n ofthe Contract:
C�vera�e Reauired Not Renuired
Cc�mmercial General Liability x
Cvmprehensive Vehicle Liability x
Workers' C+�mpensation and Ernployers' Liability x
Prc�fessic�nal Liability{Errors and Clmissions} x
(Place an"x" in th� appropriate bc�x}
B. Cc�verage sha11 be at least as broad as:
1. Insurance Services C}f�ce �orxn number CG-0�}01, �ommercial C"reneral
Liability Insurance,in an amount nt�t less than$1,400,0{}0 per occ��rrence and
$2,Q�O,�OtI general aggregate for badily injury, persanal injury and property
darnage;
2. insurance Services Uffice ft�rm�urnber CA-0001 �Eci. 1/87), Cc�rnprehensive
Autamobile Liability Insurance,which provides for total limits�f not less than
$1,004,OU0 combined single lirnits per a�cident applicabie to ail owned,nc�n-
awned and hired vehicles,
3. �tatutory Workers' Compensation required by t�re Labor Cod�c�f the�tate af
California as�d Ernployers' Liability Insurance in an amount not less than
$1,0OO,OUO per c�ccurrence.B+ath the W4rkers' Compensation and Etrtplcryers'
Liabi�ity policies shail contain the insurer's waiver of subrogation in favc�r of
City, its elected officials,t�fficers, employees, agents and vo�unteers;
Cnnsutting and Professional 8ervices ContraatlFHWA �`t'���,�
4. Professionai Liabilit� (Errors and C?missions} Insurance, appropriate to
Consultant's profession,against loss due ta error or omissic�n or maipractice in
an amount nc►t less than$1,000,000.
5, The City dc�es nat accept insurance certificates or endorsements wi�h the
wording"but only in the event of a nam�d insured's sole negl�gence"c�r any
c�ther verbiage limiting the insured's insurance responsibility.
C. Any deductibles or self-insured retentic�ns�ust be de�iared t+�and approved by City.
At the c�ption of the City,either:the insurer�ha11 reduce or eliminate such deductibles
or self-insured retentions as respects the City,its elected officials,�ff'icers,emplt�yees,
agents and volunteers;or the�onsultant shall prc�cure a bond guaranteeing payment c�f
lc�sses and related investigatic�ns, claims administration and defense expenses.
I:�, 'T'he General Liability shall cc�ntain or be�ndc�rsed to contain the fc�l�ocving prc�visions:
l. City, its elected o�ficials,a�ficers,employees, and agents are tc�be cc�vered as
additiona� insured as respects liability arising out of worl� c�r c�peratic�ns
performed by ar on behalf of Cc�nsultant; premises owned, leased or used by
Cansultant; or automobiles c�wned, leased,h�red or borrowed by Consuitant.
The coverage shall cc�ntain nc� special �imitations on the scc►pe of prc�tection
afforded ta City, its eiect�d officials, officers, emplayees, agents and
volunteers.
2. The insuran�� cc�verage of Consultant shall be primary insurance as respects
City, its elected officials, c��cers, empicryees, agents and vc�lunteers, Any
insurance or self-insurance maintained by City, its elec#ed officials, officers,
emplayees,agents and volunteers,shall be in excess of�onsultant's insurance
and shalt not contribute with it.
3. Gaverage sha�� state that the insurance t�f Cansu�tant sha1� apply separately tt�
each insured against whom claim is made or suit is brought,except vvith respect
to the lirnits af the insurer's lia�ility.
4. Each insurance policy required by this Contract shali be end�rsed to state that
coverag� sh�ll nc�t be canc�led except aft�r thiriy (3(}} caiendar days' prior
written notice has been given ta City.In addition,C�nsultant�.grees that it shall
not reduce its coverage or limits on any such poticy except after thirty (30}
calendar days' prior written notice has been given to City.
E. Insu�rance is to be piaced with insurers with a cwrent A.M.Best's rating ofnc�less than
A-UII,
F. Cansuttant sha11 designate the�ity c�fReddin�as a Certificate Hcr�der c+fthe insurance.
Cansuitant shall furnish City with certificates of insurance and t�riginal enc�arsements
effecting the coverages requzred by this clause.Certificates and endorsements shall be
Con�tting and Professionat Services CoaYraottFHW A �c'�.��.'�
furnished to: Risk Management Department, City of Redding, 777 Cypress Avenue,
Redding, �A 9�041. The certificates and endcsrsements for each insurance policy are
tc� be signed by a person authorized by the insurer tc� bind coverage on its behalf.All
endorsements are ta be received and approved by the Gity's Risk Manager pric�r tc�the
commencernent af contra�ted services. �ity may withhold payments to Cc�nsultant if
adequate certificates of insurance and endarsements required have nc�t been provided,
or not been provided in a t,irnely manr�er.
�. The requirements as to the types and lirnits c�finsurance ccaverage tc�be maintained by
Cc�nsu�tant as required by Section S c�fthis Cr�ntract,and any apprc�val ofsaid insurance
by City, are not in�ended t�a and w�ll nc�t in any znanner limit or quaiify the liabiliti�s
and c�biigations otherwise assumed by Cc�nsultant pursuant tc�this Contract,including,
withc�ut limi�kation,provisions concerning iz�demnification,
H. If ar�y policy of insurance required by this Sectic�n is a"claims made"policy,pursu�nt
to Cc�de of Civil Pracedure�342 and Government Code�945.b,Consultant sha11 keeg
said ir�surance in eff'ect fr�r a period raf eighteen{18}months after the termination c�f
this Contract.
I. If any darrYage, inc�udi�tg r�eath, pe�sc�nal injury c�r prc�p��ty �am�ge, c��cu�s i�
connection with the perfarmance ofthis Ct�ntract,�onsultant sha11 immediately nc�tify
City's Risk Manager by telephone at(S34}�25-4068.Na later than three{3)calendar
days after the event, Consultant shaJ.l s�bmit a wwzlitten report tc�City's Risk Manager
containing the fallawing informatian,as applicable: 1)name and address of injured or
deceased person(s}; 2} name and address c�f witnesses; 3} narne and address c�f
Cvnsultant's insurance cc►mpany; and 4) a detailed description c�f the damage and
whether any City propea-ty was invc�lved.
SECTIUN 6. iNDEMNIFICATIC}N AND H(3LD HAR;MLESS
A. Consisten#with California Civil Code§2'78�.8,when the services ta be provided under
this Contract are design prt�fessional servic�s to be performed by a de�ign professic�nal,
as that term is defined cinder Sectic�n 2182.$, �onsultant shail, to the fullest extent
permitted by law, indemnify pr4tect, def�nd and hoid harmless, City, its elected
t�fficiais, officers, employees, and agents, and each and every one of them, from and
against all actions, darriages, cc�sts, liabi�ity, ciairns, lc�sses, penalties and expenses
(including,but not limite� tc�,reasonable attorney'�fe�s c�f the City Attorney e,r le�al
counsel retained by City,expert fees,litigation eosts,and investigation cc�sts)ofevery
type and descxiptian to which any or all Qf them may be subjeeted by reason of, c�r
resulting frc�m, directly or indirectly, the negligence, recklessness, c�r willful
miscanduct of Cc�nsultant, its t�fficers, ennplt�yees c►x agents in the performance of
prafessional services under this Contract, except when liability arises due to the sc�le
ne�ligence,active neg�igence�r misccrnduct c�f the City.
B. Other than in the performance ofprofessiona�services by a design prc�fessionai,which
is a�dressed sc�lely by subdivisic�n (A) of this Section, and to the fullest extent
Consutting and Prafessionat Services ComractlFHW A Ps��� O
permitted by law,Consultant shall indemnify protect,defend ar�d hald harmless, City,
its electe�officials,t�fficers,emplcryees,and agents,and each and every c�r�e af them,
frc�m and against alI actions, damag�s, costs, liability, claims, losses, penalties and
expenses(including,but nc�t limited to,reasonable attorney's fees ofthe City Attorney
or l�gal coiznsel retained by City,e�pert fe�s,litig�tion costs,and investigation cc�sts)
c�f everY tYpe and description to which any c�r a11 of them may be subjected by reasan
t�f the perforrnance of the services required under this Contract by Cc�nsultant its
c►fficers, employees ar agents in the perfc�rmance c�f prafessional services under this
Cantract,except when liability arises due to the se�le negligence,active negligence ar
misconduct of the City.
C. The Consultant's c�bligativn tc� defend, indernnify and ho�d harrnless sha]l nc�t be
excused because c�fthe Ctinsultant's inabi�ity tc�evaluate liability.The Consultant shall
respond within thirty (3�) calendar days to the tender of any claim ft�r defense and
indemnity by the City,unless this time has been extended in writing by the City. If the
Cc�nsultant fails tc� accept c�r reject a tender of defense an� indemnity in writin�
delivered to City within thirty (30} calendar days, in additian ta any c�ther remedy
authorized by 1aw, the �i#y may withhold such funds the City reas�nably cc�nsiders
necessary for its defense and indemnfty until disposition has been made of the claim
or until the Consultant accepts c�r rejects the tender of defense in writing deiivered to
the City,whichever occurs�rst.This subdivision shall not be construed to excuse the
prc►mpt and ccrntinued perfcrrrnance of the duties required c�f Consu�tant herein.
D. The c�bligation to indemnify,prc�tect,defend,and hold harmless set forth in this S�etic�n
applies ta ali claims and liability regardless of whether any insurance palicies are
applicable. The pc�licy limits c�f said insurance paiicies do not act as a limitatian upan
the amount of indemnification to be prc�vided by Cc�nfiractor.
E. City shall have the right tc� apprt�ve e�r disapprove the legal counsel retained by
Consultant pursuant to thxs Sectiern tq represen# City's �nterests. City sha�l be
reimbursed far a]1 costs and attc�rne�'s fees incurred by City in enforcing the c�biigatic�ns
set fc�rth in this Section,
�ECTICiN'7. MISCELLANECIIIS TERMS AN�i +CtJNDITICINS
A. This �ontract shall be deemed to have been entered into in Redding, CalifQmia. All
questions regarding the validity,int�rpretatit�n c�r perforrnance of any c�fits terms c�r of
any rights ar obligations of the parties tet this Cantract shali be governed by Calift�rnia
law. If any claim, at law or otherv�ise, is made by either party to this Cc�ntract, the
prevailing party sha11 be entitled tcs its costs and reasonab�e attorneys' fees.
B. This document, includin� a11 exhibits, contains the entire agreement between the
parties and supersedes whatever caral crr written understanding each may have had prior
to the execution c�f this Cc�ntract. This Cc�ntract shall not be altered, amended c►r
rn�dified exeept by a writing signed by City and Consultant.No verbal agreement or
cc�nversatic�n with any vfficial,a�cer,agent or employee of City,either before,during
Caasutting and Prafessianat Services CantractJFHWA I-���7
or after the execution of this Cantract, shal] affect ar modify any af the terms t�r
conditians cantained in this Contract, nor sha11 any such verbal agreement c�r
ct�nversatian entitie Co�sultant ta az�y additic�nal payment whatsoever under the terms
c�f this Cc�ntract.
�. h1a covenant or conditic�n tc� be perfarmed by Consultant under this Cc�ntract can be
waived except by the r�vritten consent ofCity.Forbearance or indulgence by City in any
regarc� whatsoever shail nvt cons�itute a waiver of the covenant c�r cc�ndition in
question. [Tntil perforznnance by Cc�nsultant of said covenant or cc�ndi�ic,n is cc�mplete,
City shall be entitled tc�invoke any remedy available zo Ci�y under this Contract or by
law or in equity despite said fc�rbearance ar indulg�nce.
Dt Ifany pr�rtion ofthis Ct�ntract or the application thereofto any person c�r circumstance
shall be invalid or unenfc�rceable to any extent,the remainder of thzs Contract shall nc�t
be affeeted thereby and shall be enforced ta the greatest extent permitted by law.
E. The headings in this Cc�ntract are inserted fc�r convenience a�ly and shall not cc�nstitute
a part hereof.A waiver of anY partY of arxy prt�vision or a breach ofthis Cantract must
�e provided in writing, and shall ncrt be construed as a waiver of�ny t�ther prc�vision
or any succeedin�breach of the same 4r any other provisions herein.
F. Each Party hereto dec�ares and represents that in ent�ring intt� this CQntract, it has
relied and is relying solely upc�n it�own judgment,belief and knawiedge c�fthe nature,
extent, effect and cor�sec�uence relating thereto. Each Part� further declares and
represents that this Con�ract is made without reliance upc�n any statement vr
representation not contained hexein of any other Party or any representative,agent or
attorney of the other Party.The Parties agree that they are aware that they have the right
tc�be advised by caunse�with respect to the negotiations,ternns,and conditions ofthis
C�rntract and that the decisicrn of whether or not to seek the advice of caunsel with
respect to this Contract is a decision which is the sole respransibi]ity �f eaeh c�f the
Parties.Accordin�ly,no party shatl be deexned to have been the drafter hereof,and th�
pr�nciple c�f law s�et forth in Civil Cc�de§ 1654 that contracts are ccrnstrued against the
drafter shal�ncrt apply.
G. Each af the Parties h�acett�hereby irrevc►cably waives any and all right to trial bYJ��'Y
in a�y action,proceeding,claim ar cc�untercta�m,whether in eontract or tort,at law c�r
in equity, arising c�ut of or in any �vay related to this Agreement or the transactions
cc�ntemplated hereby. Each Party fiarther waives any right to cc�nsolidate any action in
which a jury tr�a1 has been waived vuith any other action in which a jury trial cann�t be
c�r has not been waived.
H. In the event c�f a cc�nflict between the term and c�►ndxtions afthe body crfthis Contract
and those o£any exhibit t�r attachment heretc�,the terms and conditic�ns set fc�rth in t�e
bady of this Contract shall prevail. In the event of a conflict between the terms and
conditians of any two or more exhibits or attachments hereto, those prepared by City
shall prevaii c�ver those prepared by Cc�nsultant.
Caasutting and Professianai Services Cpntractltl�INFA ['��{�.' 1 V
I. Pursuant to the City's business license c�rdinance, Consultant shall obtain a City
business�icense prior to commencing work.
J. Consultant repres�nts and warrants tc� City that it has all licenses, �ermits,
qualifications and approvals c�f any nature whatsoever that are legally required for
Cvn�ultant to practice its prc��essxon. Consultan.t represent�and warrants to City that
Cc�nsuitant sha�l,at its sole ccrst and expense,kEep in effect Qr obtain at a11 times during
the t�rm of this Contract any licenses,perrnits and approvals that are legally required
fc�r Consultant to practice its profession.
K. Cc,nsultant sha11, during the entire term c�f this Contract, be cc�nstrued tc� be an
independent contractor and nothing in this Contract is intended, nc►r shall it be
construed, to create an employerlemplc�yee relationship, associati4n, jcaint venture
relationship,trust or partnership c�r tc�allow City to exercis�discretion t�r eontrc�l over
the prc,fessionai manner in which Cc�nsultant perfc�rms under this Cantrac#. Any and
all t�es imposed c�n Consultant's inct�me, impt�sed c�r assessed by reason of this
Cc��atract or its perfc�rmance, includin� but not limited to sales or use t�es, shall be
paid by Consultant.Consultant shall be r�spc�nsible for any t�es or penalties assessed
by reason of any claims that Consuitant is an employee of�ity. Consultant shall nc�t
be eligible for coverage under City's wc�rkers' campensatic►n insurance plan, benefits
under the Public Employee Retirement System or be eligible for any t�ther City benefit.
L. No provision of this Contract zs intended t�r,or shali be for the benefit c�f,c�r cc�nstrued
tt�create rights�n,or grant remedies to,any person or entity not a party heretc�.
M. No portion of the work ar seruices tc� be performed under this Cc�ntract shall be
assigned,transferred,conveyed or subeontracted without the prior�vritten approval of
City. Consultant may use the services of independent contractors and subcantractars
to perform a portion c�f its �abiigatic�ns under this Contract with the prior written
approval of City. Independent contractors and subcontractors shall be provided with
a copy of�his Contract and Consultant shall have an affirn�ative duty tra assure that said
independent contractors and subcontractors cc�mply with the same and agree to be
bc�und by its t�rms.Cansultant shall be the responsible party with respect to all actions
of its independent con�ractors and subcontractors,and shail obtain such insurance and
indemnity provisions from its contra�ctors and subcontractars as Gity's Risk Manager
shali det�rmine to be necessary.
N. Consultant shall perfornm�l�ezvi�es r�quir�d pur�uant to this+�ontra�t in t�e mann�r
and according to the sta.ndards c►bserved by a competent practitioner of Consultant's
prc�fessic�n. All products af whatsoever nature which Consultant delive�s tc� City
pursuant tc�this Ct�ntract shall be prepared in a prafessianai znalazser and cc►nform to the
standards of quali#y normally observed by a person practicing the professiorr of
Consultant and its agents, emplc�yees and subcontractQxs assigned tc� perform the
services canternpiated by this Cc�ntract.
SECTICIN 8. SURVIVAL
Cansulting and Profes5ional Services ContracttFHW A r`sl�� t A
The prc�visic�ns set forth in Sections 4, 5, 6, 7.A, 7.D, 7.G, 7.L, 15, �$, 19, and 20 t�f this
Contract shall survive terminatic�n of the Ct�ntract.
SECTIC?1tiI 9. CUMPLIANCE W�T�LAWS�NQNDISCRIMIIYATION
A. Consuitant shall comply with all applicable laws,c►rdinances,regulations and cc�des c�f
federa�, state and local governrnents.
B. Cc�nsultant's signature affixed herein,and dated,sha�l constitute a certification under
penalty of perjury under the laws of th�State�f California that Consultant has,�niess
exempt,complied with, the nondiscrimination prc�gram requirements of�'rvvemment
Code Section 12990 and Tit1e 2, Califomia Administrative Code, Section 8103.
C. During the performance c�f this Cc�ntract, Consultant and its subconsu�tants sha11 not
unlauTfully discriminate,harass,or allc�w harassment against any emplayee or applicant
ft�r employrz�ent because of sex,race,colar,ancestry,religious creed, national c�rigin,
physicai disability (including HI� and AII)S}, mental disability, medical condition
(e.g.,cancer),age(over 40),rnarital status,and denial af family care leave.Cansultant
and subeonsu�tants s�all insure that the evaluation alad treatrnent of their empic�yees
and appiicants far emplc�yment are free fram such discriminatian and harassment.
Consultant and subcansultants shall cc�mply with the provisions of the Fair
Eznployment and Housing Act {Gov. Code §12990 {a-�} et seq.} and the appizcable
�egu�ations promu�gated thereunder(Califc�rnia Code c�fRegu�ations,Title 2, Sectic�n
7285 et seq.). The applicabie regulatians crf the Fair Employment and Housing
Ccrmrnissioa�implementing G€�vernment Cc�de Section 12990{a-f},set forth in Chapter
5 of Divi�ion a of Tit�e 2 of the Califomia Code af Regulations,are incorpc►rated inta
this�ontract by reference and made a part hereQf as if set forkl�in fu11.Consultant and
its subconsuitants shall give written natice c�f their abligations under this clause to
labor c�rganizaticrns with which they have a collective bargaining or�ther Agreement.
D. The Cc�nsuita�t sha11�acnply with regulations rela�ive to Titie�II�nondiscrirt�inaticr�
in federally-assisted pragrams of the Deparcment 4f Transporta.tion-Title�9 Cod�of
Fe�erai Regulations, Part 21 -Effectuatian of Tit]e VI ofthe 1964 Civil Rights Act}_
Tit�e VI provides that the recipients of federal assistance will implement and maiz�tain
a palicy of nondiscriminatic�n in w�ich no person in the state of Califc�rnia shall,c�n the
basis of race, color, national crr�gin, religic�n, sex, age, disability, be excluded frc�m
p�rticipation in,dez�ied the benefits c�for�ubject tc�discricni�at�c�n under any program
or activity by the recipients�ffederal assistance or their assignees and successors in
interest.
E. The Consultant, with regard tc� the wcsrk perfc�rmed by it during the Agreement shall
act in accordance with Title�I. Specifically,the Cc�nsuitant sha11 not discriminate t�n
the basis or race,cotor,national origin,religic�n,s�x,age,c�r disabi�ity in the selectic�n
and retenticrn of Subconsu�tants, zncluding procurement of materials and leases of
equipment. The Consultant shall nc�t participate either directly or indirectly in the
discriminatian prohibited by Sectic�n 2i.5 of the U,S. �7t7T's Regu�ations, including
Caosulting and ProPessivnai Scrvicts CantractlFHWA 1-$.�� t L
employment practices when the Agreement cavers a progratn whQse gaal is
e�nployment.
SECTItJN 10. REPRESENTATI�E�
A. City's Cc�ntract Administratc�r fcrr this Cc►ntract is Carri L. Vandiver, email
cvandiver a,ci.redding.ca.us , tetepha�e number {530) 245-7120, f� nurnber
{�30}_245-'702�L. All of Consultant's questic�ns pertaining to this Contract shall be
referred to the above-named persan, c�r to the representative's designee,
B. Cc�nsultant's Prc�ject Manager far this Cc�ntract is Tim Ost�rkamp, email
tosterkamp�aQ,dol�kenen.gi�aeering:cc�m,telephane nurnbear{916�858-Ob42,f�number
(916}85$-0643,A1�of City's questiorts pertaining to this Contract shall be referred to
the above-named person,
C. The representatives �et forth herein sha11 have authority to give all z�otices required
herein.
SECTI{�1'V 11. N(?TYCES
A, A11 nc�tices,requests,demands and other comnlur�ications hereunder shall be deemed
given only if in writing signed by an autht�rized representative of the sender(may be
other than the representatives refezxed to in Section 10}and delivered by facsimile,with
a hard copy mailed first class,pastage prepaid,or when sent by a eourier or an express
service guaranteeing crvernight delivery to the receiving partY> addressed tc� the
respective parties as follows:
Ta City: To Consultant:
Ms. Cc�rri Vandiver Mr. Tim tJsterkamp
City of Redding,Engineering Division Dc�kken Engineering
777 Cypress Avenue 110 Blue Ravine Road, Suite 2�0
Rec�ding, CA 96041 Fc�lsc�m, CA 95d30
B. Either party may change its address for the purposes of this paragraph by giving written
notice of such chan�e to the other party in the manzYer prc�vided in this Sectir�n.
C. Natice shal�be deerne�effective upc�n: 1}persr�nal service;2�two calendar days after
mailing or transmissic�n by facsimile,whichever is earlier.
SECTICIN 12. AUT�It�RITIr T4 CClNTRACT
A. Each c�f the undersigned signatc�ries hereby represents and warr�rants that they are
autho�ized to execute this Cc�ntract on behalf c�f the respective parties to this Ccrntraet;
that they have fizli right, power and lawful autharity ta undertake al� obligations as
provided in this Gantract; and that the execution, perft�rrnance and d�livery af this
Consutting and ProfeSsionet$erviees ContracVFHWA �1�E.' 1�
Contract by said signatt�ries has been fully authorized by all requisite actions c�n the
part af the respective parties tc�this Contract.
B. When the Mayor is signatc�ry tv this Ct�ntract,the City Manager andlor the Departrnent
I�irecfor having direct respQnsibility fc�r managing the services prc�vided herein sha11
have authority to�xecute any amendment tc�this Contract which does ncrt increase the
amc�unt of compensation allc�wable ta Consultant or otherwise substantially ehange the
scope of the s�rvic�s prc�vided herein.
SECTIC}N 13. I}ISAD'�`A1�ITAGED BUSINESS ENTE�tPRISES PARTICIPATII�N
A. This Cc►ntract is subject tc�49 CFR,Part 26 entitled"Participation by Disadvantaged
$usiness Enterprises in l�epartment c�fTranspc�rtation�'inancial Assistance Pragrarns".
Consultant sha�l he guided by,and cc�mply with,Exhibit 1 U-I of the Locai Assistance
Procedures Manual �"LAPM"}, attached and incorpc►rated herein.
B. Cc�nsultant must give consideration ta DBE firms as specified in 23 �FR 172.5(b),49
CFR,Part 2fi. Ifthe cantract has a DBE goal,Cansultant must meet the goal by using
DBE's a� subcerz�sultants or documen.# a ge�t�d faith effort to have met t13e gaal. If a
I)BE subconsultant is unable tc�perfc�rm,��nsultant rz�ust make a goc�d faith effort tc�
replace him/her with another I�BE subcc�nsultant if the goal is not otherwise met.
G. A Z3BE may be terminated c►nly wath written approval of City and only fc�r the reasc�ns
specified in 49 CFR 26.53(�. Pricrr to requesting City's consent for the prapc�sed
terminaticrn, Cc�nsultant must rneet the prc�cedura�requirements specified in 29 C�R
26.53�f}.
D. �onsu�tant shall maintai� records c�f materials purchased or supplied frc�m �11
subcontracts ent�red into w�th certified DBE's. The recards shall sh4w the name and
busi�ess address of each DBE t�z vendc►x a.nd t�xe t�tal dollar amc�unt actually paid eaeh
DBE or vendor,regardless c�f tier.The reec�rds shall show t�e date of payrnent and the
total d4i�ar figure paid to all firms.I)BE prime eonsultants s�a�l also show the date of
wc�rk performed by their own forces along with the corresponding dollar value af the
work.
E. Upon completic�n of the Cctrttract, a surnmary of these recc�rds sha11 be prepared and
submitted c�n the f�rm entitled,"Final Repnrt-LTtilization of Llisadvantaged Business
Entezprise(I}BE},First-Tier Subc4nsultants,"CEM-2A02F(Exhibit 17-F,Chapter��,
c�f the LAPM),certified correct by Cc�nsultant or Consultazst's autharized representative
and shall be furnished to City's Cantract Administrator with the final invoice. Failure
to provide the summary af DBE payments with the final invoice will result in 25
percent of the dollar value c�f the invoice being withheld from payment until the fc�rm
is submitted.The amaunt wili be returned tc►the�r�nsultant when a satisfactory"Final
Reperrt-Utilization c�f Di�advanta�ed Business Enterprises (DBE), First-Tier
Subcansultants"is submitted to City's Cc�ntract Administrator.
Cansuiting and ProFessiona!Services Co�traNfFILYA �a�.�� 1�
F. If a DBE subconsultant is decertified during the life of this Contract, the decertified
subconsultant shall notify Consultant in writing with ihe date af decertification. If a
subcc�nsultant becomes a certified P�BE during the life of the Contract, the
subconsultant sha11 nc�tify Cc�nsultant in writing with the date of certification. Any
changes shauld be reparted to the Agency's Cc�ntract Administrator within 30 days.
G. Any subc�ntract entered into as a result of t�is Cc�nt�ract sha�l contain all of the
provisions af this Section.
SECTIUIY X4. CQNFLICTS OF INTEREST 1 UIYLAWFUL CflNSIDERATIt�N
A. �onsu�tant,including its employees,a.gents,and subconsu�tants,sha11 not maintain or
acquire ar�y direct or indireet interest that conflicts with the perforrnance of this
Gc�utract. Consultant shall coznply with all requirements Qf the Palitieai Refarm Act
(Government Code � 81 tJ4 et seq.) and c�ther laws relating to cc�nflicts of interest,
including the follQwing; l)�c�nsultant shall not malce or participate in a decision mad�
by City if it is reasanably foreseeable that the decision may have a materiat effect c�x�
C+�nsultant°s econo�nic in�erest, and 2) if required by the City Attomey, Cc�r�sultant
shall file fina.�cial disclasure forms with the Gity Clerk.
B. Consultant warrants,by execution af this contract that no person or selling�gency has
been employ�d, or reta�n�d, tc� sc�iicit or secure this contract upon an agreement or
uz�derstar�ding,far a commissiQn�percentage,brakerag�,c�r�antingent fee,excepting
bona fide ernp�oyees, or bona fide established commercial or selling agencies
maintained by Consultant for the purpose c�f securing business.For breach or vic�latic�n
nf this warranty, City has the right: l.) tc►terminate this Contract withaut liability; 2)
pay oz�ly for the value af the work actually perfQrmed; and 3) ta deduct fre�m the
contract price r�r consideratian, Qr Qtherwise recover the fu�l ainc�unt of such
cc�rnrnis�ic�n,pe�centage,brokerage, or contingent fee.
C. Cansultant shall disclose any financial,business, or other relationship with City that
may have an impact upan the t�utcc�rne of this CQntract, or any ensuing �ity
construction project.Ccrnsultant shall also list current clients who may have a financial
interest in the outcome of this contract,c�r any ensuing City construction project,which
wiil follow.
D. Cc,nsultant hereby certifies that it does ncst nc�w have,nor shall it acquire any finan,cial
or business interest that wc�uld conflict with the perfarmance of services under this
Contract.
E. A.z�.y subcontract in excess c�f$25,004 �ntered intc� as a result of'this ct�ntract, shall
cantain ail af the prvvisions c�f this Section A through E.
F. Cc�r�sulta�7t hereby certifies that neither Gc+nsultant, nor �.ny firrn a�filiated with
Cc�nsultant will bid on any constructit�n contz�act, or on any contract ta prc�vide
constructic�n inspection far any c�rnstruction project resulting from this co�tract. An
Conwiting and Frofessionat Services CantracclNflwA P��f'. ��
affiliated firm is c�ne,which is subject to the cantrc�i ofthe same persons throu�h joint-
c�wnership, or otherwise.
G. Except for subeQnsu�tants wh�se services are limited tQ prouiding surve�ing or
materials testing infarmation,nfl subcc�nsuitant who has provided design services in
connection with this contract shall be eligible tc�bid on any constructic�n contract,or
an any contract to provide con�truction inspectian far any construction proj ect resulting
frc�m this contract.
H. Ccr�sultaz�t warrants that this cc�ntract was not obtained c�r secured through rebates
kickbaeks or other unlawful cc�nsideratic�x�, either promised c�r paid tc� any City
�mployee.For breach c�r vioiati�an of this warranty,City sha11 have the right in its sole
discretion: 1)to terrninate the contract without liabi�ity; 2)to pay only fc�r the value vf
the work actuaily perfc�rmed; 3)tt�deduct frc►m the contract price; c�r 4)tc�otherwise
recover the fui�amc�unt of such xebate,kickback c,r other unlawful cansideratian.
SECTICIN 15. RETENTII'�N t}F RECt}RDSIAUDIT
A. Fc�rthe purpt�se c�fdetermining cc�mplias�ce with Public Contract Code� l Ol 15,et seq.
atzd Titie 21, Califomia Code c�fRegulations,Chapter 21, Section 25Q0 et seq.,when
applicab�e artd other matters cannected with the perfoz7mance of the contract pursuant
to Gc�vernment Code�8546.7;Consultant,subcc�nsultants,and City shall maintain and
ma1�e available for inspection a11 bc�c�ks, documents,papers, accounting records, and
ather evidence pertaining to the perfc�rmance ofthe cc�ntract,includin�but nc�t limited
ta, the costs of administerin� �he cc�ntract. All parties sha�i make su�h materials
availabie at their respective offices at all reasanable times during the contract period
and for three years from the date c�f final payment under the contract. The state, State
Auditor, City, FHWA, or any duly autho�ized representative c�f the Federal
Gov�rnr�ent shall have access to any bc�oks,records,and dc�cuments of Consultant and
its certified public accountants(CPA)work papers that are pertinent ta the contract and
indirect cost rates{I�R}fc�r audit,ex�.mia�atic�ns,excerpts,and transaction�,and capies
thereof shall be furnished if requested.Subcontracts in excess r�f$25,{}00 shall ec�ntain
this provisic�n.
B. Any dispute cc�ncerning a questic�n of fact arising under an interim t�r pc�st audit ofihis
Cc���ract that is not dispc�sed c�f by agreement,sha11 be reviewed by City's Directc�r c�f
Finance ar her desig,nee,Not iater than thzrty(30)days after issuance of the final audit
report,Consu�tant may request a review by City's Director of Finarice c�r her designee
c�f unresalved audit issues. All requests fflr review shal�be submitted in writing.
C. Neither the pendency c�f a dispute nor i#s consideration by City will excuse Consultant
from fi�il and timely perfc�rmance, in accordar►ce with the terms c�f this contract.
I). In c�.se� whe�re the maximum compensa�ic�n under this Contract exceeds $15�,000,
Cansultant and subconsultant ccrntracts,including cost proposals and indirect cc�st rates
{ICR),are subject ta audits c�r reviews such as,but not limited tcr,a Contract Audit,an
Cansuhing and Prpfessional5ennces ContractlFFiWA C���,: t V
Incurred Cost Audit,an ICR Audit,or a certified public accauntant{CPA) ICR Audit
Workpaper Review.If selected f�r audit or review,the contract,cost proposal and ICR
and related workpapers, if applicable,will be reviewed to verify cc►rnpliance with 4$
C�R, Part 31 and c�ther related laws and regulations. In the instance af a CPA ICR
Audit Workpaper Review, it is Cc�nsultant's responsibility to ensure federal,state,c�r
local gc�vernment crff cials axe atic�wed full access to the CPA's wor�papers ineludin�
making copies as necessary. The ct�ntrac�,cost pro�osal,and ICR shall be adju.sted by
Consultant and apprc�ved by City's CQn#raet Administratc�r to confarm to the audit or
review recommendations. Consultant agrees that individual terrns t�f cvsts identified
in the audit report shail be incorporated int�a the contract by this reference if directed
by City at its sole discretion. Refusal by Cc�nsultant to incorporate audit c�r review
recommendations,c�r to ensure that the federal,state,or local governments have aecess
to CPA workpapers, will be consider�d a breach of Contract terms and cause fc�r
termination c�f the cantract and disallowance of prior reimbursed costs.
�ECTXCtN 16. DISPUTES
A. Any dispute,other than auc�it,cc�ncerning a question of fact arising under this Contract
that is nc�t disposed c��by agreement shail be subrnitted in writing an�decided by City's
Directar of Public Works,vvho may cc�nsider written or verbal inforrnation submitted
by Consultant.
B. hTeither the pendency c�f a dispute, ncar its consideration pursuant tc�this Section will
excuse Consu�tant from full and tim�ly perforrnance in accor�anc�with the terzxts of
this Contract.
SECTIt3N 1'7. SAFETY
A. Cc�nsu�tant shall cc�mply with t�SHA r�gulations applicable to Cc�nsultant regarding
necessary safety ec}uipment crr prc�cedures. Consultant shail comply with safety
instrUctic�ns issued by City.Consultant's perst�n�xel shal�wear�►ard hats and safety vests
at all times while warking on a cc�nstr�ction project site,
B. Pursuant tc� the authority cc�ntained in Section 591 of the Vehicle Code, �tnd when
applicable,Cansultant sha11 comply with all of the requirexnents set fc�rth in I�ivisic�ns
l l, 12, 13, 14, and 1 S of the Vehicle Cc�de. Cansultant sha11 talce all reasonably
necessary precautions fc�r safe c�perativn of its vehicles and the prc�tection c�f the
traveling public frc�m injury and damage from such vehicles.
C. Any sub�c�ntr�ct entered into as a result c�f`this contract, shall contain all of the
provisic�ns of this Article.
SECTIC}N 3 8. U�"VNERSHIp C1F I?ATA
A. Upon cornp�etian of a11 work und�r this �c�ntract or termination c�f this Contract�
ownership ar�d titie to ali xeports, documents, plans, specifications, and estimates
Consuhing and Professianat Seevices C'omracUFFiWA Page 17
prc�duce as paxt af this Cantract will automaticaliy be vested in City, and no further
agreement will be necessa.ry tc�transfer ownership to City.Consultant shall fumisl�City
all necess��ry�copies of data needed to complete the review and approval process.
B. It is understc�c�d atrd agre�d that a.il calculati�ans�drawin�s and specificati�ns,wheth�r
in hard copy or machin�-readable form, are intended for one-time use in the
eanstruction af the project f�r which this Cc�ntract has been entered into.
C. Consultant is not liable fc�r claims,liabilities,or losses arising out of,or cc�nnected with
the modification, c�r misuse by City of the znachine-readable infozxnation and data
prrrvided by Consultant under this contract.Furtl�er,Consu�tant is not liable fc�r claims,
liabilities, or losses arising c�ut of, or cc�ntiected with any use by City c�f the projeet
dc�cumentation on other prajects for additic�ns to this prc�ject, or for the cornpletic�n uf
this project by others, except c�nly such use as may be authorized in writing by
Cc�nsultant.
I7. Except as noted above, City may permit Ct�nsultant to coPYri,ght reports c�r other
cantract-related prac3uc#.If cQpYrights are permitted,the City and the FH WA shall have
a royalty-free none�c�usive and izrevc�cable right to reproduce,publish, or otherwise
use the work and to authcrrize others to use the work far gov�rnment purperses.
E. Any subcontract in excess of$25,000 entered intc� �s a result of this Cantxaet sha11
c+�ntain a�l af the provisic�ns of this S�ction.
5ECTIi�N 19. CLAIMS FILED BY CITY'S CUNSTRUCTION CONTRACTtJit
A. If claims are filed by City's canstruction contractor retatin� to work perfc,rmed 1��
Cc�nsultant's personnel, and additional information or assistance from Consultant's
personnei is required in order ta evaluate or defend against such clairr�s, Cc�nsultant
agrees to make its persorrrael available for cc�nsultatic�n with City's canstruction cantract
administratian and legal staff and it�r testirn+any,if necessaryy,at depositic�ns and at trial
c�r arbitration prace�dings.
B. Cc�nsultant's persc�nnei that City ct�nsiders essen#i�i to assist in defending against
construction�ontractor claims will be made available az�reasc�nable noti�e frc�m City.
Consultation or tEstimony wxll be z�ezmbursed at the same xates,including travei costs
that are bein�paid for Consultant's personriei services under this contract.
C. Services of Consu�tant's persc�nnel in connectian with City's constructian cantractcar
claims wi11 be performed pursuant tcs a writt�n contract amendtne�t� if necessary,
extending the termination date of this cc�ntract in order to resc�lve the ct�nstruction
claims.
D. Any subcontraGt in exce�s of$ZS,�l40 entered into as a resu�t of this cc►ntract shall
contain a�1 of the provisi�ans of this Sectic�n.
Consutting aTtd ProYessionat Sarvices Contract7F'N W A r�,�� 1 O
SECTIt}N 20. CC}1'�FIDENTIALITY t3F DATA
A. All financial, statistical, personal$technical,c�r other data and information relative ta
City's operatians} which are designated canfidential by City and made available tc�
�c�nsuitant in arder to carr�y out this C�ntract, shal�be protected by �ans�ltant from
unauthc�rized use and discic�sure.
�. Permission to disclose informatic�n on one occasion, or pubiic hearing held by City
relatin� to the Con�ract, shail not authorize Cc�nsultant tc► further discic�se such
infarmation, or disseminate#he same Qn any other c�ccasic�n.
C. Cc�nsuit�.nt sha1�not cor�m�nt publicly#o the press or a�ny other media regarding the
contract or City's actions on the same, except to City's staff, Consultant's c�wn
persc�nnel involved in the perfc�rmance of this cantract, at public hearings c�r in
response ta questions from a Legislative corrunittee.
D. Consultant sha.l� not issue any news release or public r��atio�s item of any natur�,
whatsoever,regarding wor�C performed or to be perfarmed under this contract without
prior review c�f the contents thereof by�ity and receipt of City's written permissic�n.
E. Az�y subcontract entered int+a as a result c�f this contract shall contain all of the
prc�visi+�ns c�f this Sectic�n,
SECTIUN 21. NATIC}NAL LAStJR�2ELATIONS BGtARD CERTIFICATION
In accordance with Pub�ic Con#ract Cc�de § 10296, and by signature on this C��tract,
Consultant hereby states under pen�ity of perjury that na more than one final unappealable
finding c�f contempt vf court by a federal ct�urt has been issued against Cansultant within the
immediately preceding two-year�ezic�d, b�cause t�f Consultant's failure to cc�mply with an
order c�f a federal cc�urt that ord�rs Consultant to cc�mpiy with an order of the Natianal Lalac�r
Relatic�ns Bc�ard.
S�CTICEN 22. DEBARMENT ANI� SIJSI'ENSICIN CERTXF�CATIUN
A. Consuitant's signature affixed herein,shall cc�nstitute a certification und�r penalty af
per�ur3' under the l�ws of the �tate c�f California,that Consultant has complied with
Title 2 CFR Part 180,"(JMB Guidelines tc�Agencies on{"rovernrr�ent-wide Debarrnent
and Suspension {nonprc�curement)", which certifies that he/she or any person
associated therewith i�t the capacity of c�wner,partner,directar,officer,or manager,is
nc�t currently under suspension, debarment, vc�luntary exclusion, or determination of
ineligibility by any federal agency; has not be�n suspended, debarred, vc�luntaxily
excluded,or determined ineligible by any federal agency within the past three{3}years;
does�t�t have a pcoposed debarment pending;and has not been indicted,ct�nvicted,e�r
had a civil judgrnent rendered against it by a court o�competent jurisdictic�n in any
�natter involvizag fraud or offzcial misconduct within the past three (3) years. �rry
Cnnsutring and Professiana!Seruices CortractlFHW A i-a,�� i�
exceptions to this certification must be disciosed ta City prior to execution c�f this
�ontract.
B. Exceptions wili not necessarily result in denial ofrecammendatic�n for award,but will
be considered in determining Consultant respc�nsibility. I�iscl�rsures must indieate tc�
whc�m exceptions apply, initiating agency,and dates c�f actic�n.
C. Exceptions to the Federal Gc�vernment Excluded Parties List System maintained by the
General Services Administratit�n are to be determined by the FHWA.
SECTION 23. PRCII-IIBITIC}N t�►F EXPENDING CITY �TATE 1�R FEDERAL FLTI`�TDS
FfJR LC}BBYING
A. �n cases where federal funding exceeds$154,{�0{},Consu�tant certifies by�ig��ture t�n
this Contract that,to the best of his ar her kt�:owledge and belief•.
1, No state,federal or local agene�apprc�priated funds have been paid,c�r will be
paid by-or-on behalfc�fConsultant ta any persc�n for influencing or attempting
to influence an officer or employee of any state or federal agency, a Member
of the State Legislature c�r LTnited States Congress; an officer or empic�yee c�f
the Legislature or Congres�; vr any employee of a Member t�f tt�e Legislature
or Congress,in connectic�n with the awarding of any state or federal cc�ntract;
the malcing af any state or federal grant;the rnakin�of any state or federal loan;
the entering into c�fany cc�c�perative a�;reement,and the extension,continuation,
renewai, amendment, ox mc�dificatic�n of any state or federal contcact, grant,
laan,or cooperative a�reement.
2. If any funds other than federal apprc�priated funds have been paid, or will be
paid tc� any persc�n fc�r influencing or attempting to influence an officer esr
employee ofany federal a�ency,a Member of Congress;an officer or employee
c�£'Congress,or a�employee c�f a Mernber crf Can�r�ss;in cannection with this
federal con#ract, grant, loan, or cc�aperative agreement; Consultant shall
cc�mplete and submit Standard Form-LLL, "I}isclosure Form to Report
Lobbying", in accardance w%th its instructions.
B. This certification is a material representatic�n of fact upon whi�h re�iance was placed
when this transac#ic�n was made c�r�ntered into. Submission c�f this certifieatian is a
prerequisite for rnaking or ent�ring into this transaction irnposed by Section 1352,Title
31,US. �ode. Any person who faiis tc�file the required certificatic�n shall be subject
to a civil penalty c�f not less than $10,000 and not mc�re than$l OC},�Of} fc�r each such
failure.
C. Consultant also agrees by sign.ing this dc►cument tha# he or she shatl require that the
language ofthis certificatiQn be included in a�l lc�wer-fiier subcontracts,which exc�ed
$lOQ,OQ4, and that al� such sub recipients shall certify and disclose acet�xdingly.
ConsuttingandProfessio»atServices�'oarracctF'F1wA p��f'��}
SECTICl!lY 24. STATE PREVAILING WAGE RATES
A. Consuitar�t shall comply with the State of Califcrrnia's General Prevailing Wage Rate
requirements in accordance with Califc�rnia Labcar Code,Sectian 17"70,and all Federal,
State, and ic�callaws and ordinances applicable to the wark,
B. Any subcontract�ntered into as a result of this contract if fc�r more than$25,000 fc�r
public warks construction ar mc�re than$15,Ot�0 far the alteration,demolition,repair,
or maintenance of public wc�rks, shall contain a11 o�the provisions of this Section.
C. When prevailing wages apply tc� the services described in the �cop� of urc�rk,
transportation and subsistence c�sts shall be reir�r�bursed at the minimum rates set by
the Department of Industrial Relations{DIR)as outlined in the applicable Prevailing
Wage Determination. See http:/Iwww.dir.ca.gov.
SECT�t)N 25. ��"FECTIVE Il►ATE C1F CUNTRACT
The effective date c�fthis Contract shail be the date it is signed by City.
Cansutting and Profesaional5ervicas Cpntract/FHWA pc�.�l,`L�
�N WITNESS WHERE4F,City and Con�u�tant have executed this Contract on the days and year
set forth below:
CITY C!F REDDING,
A Municipal Corporatian
�
�`
Dated; �� ,ZtF17 .�-� �,- :'"� ��--�
By: BRE�TT WEAVER,Mayor
ATTEST: APPItC}VED AS TO FURM:
BARRY�. DeWALT
+City Attc�rney
V �
.
PAMELA MIZE, ., Clerk By:
CUNSLTLTAI`+TT
Dolzken Engineering
D�ted: ,�017 .�����'� <
By;l�"�'��� . t� � .�''P�"��~'�'
Tax Il�Na.� �,������''�'�
Attachmez�ts;
Exhil�it A{Scope of Work)
Exhibit B �Gost Proposal)
Exhibit 10-I(Notice ta Proposers I)BE I�fc�z��tat�on)
Cqnsulting and Prafessionat Sarvi¢es CnntractiFHWA �a.�T�LL
Exhibi#A - •r
CITY'4F RECtDItdG
CONSU�TING AND PRt�tFESSICtNAL SERVICES CtJNTRACT
Scope of Servites#ar Westside Road Bridge ove�Canyon Hoilow Creek Replacetnent Proiect
Scap� of Wark
TASK 1: PRCtJECT MAIVAGENtENT REVtEW AND SCH�DU�IN�
t7akken Engineering (Dakken} Project Management includes regular in-persan meetings, in-person deiiveries, preseniation of
wark proclucts, develapment and monitaring of action items, m�nagement of subconsultanis,monthly progress reporYs, work
progress monitoring,budget monitoring,coorckinatian and communication.
The C}akken Project Manager will work closel7 with the City PrQject Manager and cantinuously infarm the Ci#y PM af all
prajeet activities, The project management effort will be confiintrous through projeet eompleti�n.
The fallowing p�oject management tasks care budgeted to extend thrc+ugh the enviranmental and design phase af the praiect.
Task 1.1 Projec!Managemenf
Cocrclirrafion -- �lose contpct will be maintained between the Project Manager, sub-cc�nsultants, the City Prr�jeet Manager,
project personnel,and regulatory agencies. The Project Mpnager will pct as the principal liaison between City Staff and our
staff at Dakken,
Comr»anicafiorr- Effective communicatian thraugh in-person visits,focused rr7eetings, telephone calls and e-mails to the City
wil( be performed to discuss specific project issues by the Project tvlanager. Regulc�r eornmunication rvith tedm mem6ers,the
City and oiher agency persannei will be faeilitated thraugh tf�e f roject Ntanager.
Progress Reparts will be submitted mc�nthly to the City. These reparts w�ll include fihe work performed ciuring that peri4d,a
ciiscussion o# issues f decisions, recommendations to address issves, budget status, and anticipated work for tt�e foilowing
month. The progress report will be submitted with the monthly invoice. Dokker�'s Project Monoger is responsible for
maintaining cast control for eqch ipsk,inc[uding thase of our sUb-co�sultants.
bokken will provide and maintqiri c�detailecf Microsoft P�oject Sd�edule ft�r each bridge. The Milestone Schedule is a simple
one page sci�ed�le to assi5t in project communication. In ac�ditian,ra globa{schedule using Microsoft Project wiil be prepared
that wil! identify majar delivery milestanes for eaeh bridge project and identify the constructisx► y�ar for each praject,
pokken's Pr4jeet Mancager will closely monitor the schedules and discuss updates with the City Project Mc�nager.
Dc�kken wif!coardinate with all rnajar stokeholders to obtqin the+r proiect suppart or accep#ance. Stalceholder cot�rdindtion is
anfiicipated to include,properiy awners,�ity afficidls,Stc�te officials,Sd�ools,fire departments,and local businesses.
Task 1.2 Progress Meefings
Regu(ar Project Delivery Team {PDT)meetings will be helc# with City staff and other representatives,cas necessary,to discuss
w4rk progress,decisions made,schedule and eansiderafiions for the�ity. PpT rr�eetings will be held at the City. Doklcen will
prepare the meeting agencia, distribute the agenda prior to the meeting, arrange for ap�rapriate participants to attend,
and prepare and distribute the mee#ing minutes ta fi�e partieippnts within five working days after the meeting. All ifiems that
p}apear c�n the milestone project schedule are included in an "Acrion Item List" prepared at the beginning o�the project. The
list shows the work item,the dafie it is due,who is responsible for#he task, and the date it was complefied. TMe Action Item
I.ist is reviewed and updated at every P17T meeting.
Dokken will sehedufe ane-on-one mee#ings with the adjacent property owners to discUss fii�e project description,timing and
answer any c{uestians the pro}�erty or business owner may have. The City will be invited to a3tend these meetings. Th�:se
meetings will 6e used tcr assess the feasibility af obtaining tempors�ry constructir�n easements ar permanent roadway
easements fram#he property owners adjacent to th�bridge.
Task 1.3 Assist Ci#y with Stctte Administration Requirert►ents
[}okken wiil assist the C+ty in the preparation of State Adminisfiratian Reqvirements, including forri�s and app�ications r�s th�
project progresses thraugh tt�e State FiBP prc,cess. Dokken wifl prepdre Request for Authorizqtions �RFA's} to Caltrar�s Local
Assistance for City review and signature, It is anticipated thot HBP RFA subrnittais will be necessary far right of way
{includes uti{ity relocation? and canstruction authar3zc�tions, In additian t+�the extensive RFA paperwork,funding suppc�rt may
c�lso include Exhibit Form Er�scope revisions,or annual bridge pragrcamming surveys.
Taslc t.4 Quality Contral
Dakken will have a quality cantro{ plan in effect during the entire course of the praject and wil{ develop a plan estdblishing
a process to ensure design calculatians are independently checked. Exhibits and plt�ns will also be checked, c+�rrected and
back-checkeci for accurocy and compEeteness, Dokken wii! review subconsultant environmentpl and engine�ring repart
submittals to ensure thc�t c�ppropripte background Illfdf[11CiT4CNlr study methodology, interpretation of data, format and
conterrt are completed in accardance with current standards.
�DdKKEN Scape of VJork Page�1
Nlflt%FSMI�Ir
Exhibit A - ,,.
CITY OF REDDING
CQNSULTING AND PRC}FESSI{aNAL SERVICES CQNTRACT
Scope of Services for Westside Raad Bridge over Cnnyan Hollaw Creek Replacement Praiect
CtELIVERABLES—1"ASK 3
" Monthly Progress Raport Y RFA NBP Funding Support ■ Sch�dule Updates
and Envoice s Meeting Agendas and Mirwtes ■ Action ltem Lists
TASK �: ENYtRC3NMENTAL DC}CUMENTATIt3N; PERMI'fTING; AND C+Dt�RDItVATIt'�N WiTH
CALTRANS LQCAL ASSISTANCE
Dc�icEcen wifl support the City in preparation af the Environmentpl Document by preparing the following technical studies.
Task 2.1 Natural Environment Study—Minirnal Impacts
A Dc�kken bi�logist will conduct fieldwark in order to assess the presence�abs�n�e of sensitive biologicpl resources (e.g.,
species or habitats), or to determine the potentia! far occurrence of such resources that may nat be detecfiaE�le when the
fieldwark is ccmducted. In addition, literature research will be tonducted fio determine the pc�tential for ser�sitive plant and
c�nimal species in the project area. The locption of pny sensitive bio(agicp! resources present on sifie, including plqnts and
plant cornmunities, wiil be mapped. Based on initial research and experience w9th projects in this are�, Canyon Hollow
Creek provides habitat for both Central Valley Steelhead (Uncorhync3�us mykess) and Central Valley chinook salmon
{CJncarhynChus tshdwytse.ltcs} and is designated as essentia) fish habitat. C?irect and i�rdirect impdCts to these �rrotected fish
speeiss and essential fish habi#at pre expected during canstrucfiion and consultation with the Natic�nal Ntarine Fisheries
Service consist�nt with Sectian 7 of the Endangered Speeies Act will be required (see discussion below�. For optimal results,
C�okken Engineering wi11 conduct fieldwork qp�ropriate to the seasan; c{oing plt�nt surveys during the blooming season. This
witt mcaximiae our esbility to detect qnd positively identify sensifiive speci�s.
C3nce survey and dntol�c�se research is compieted,i�okken Engineering wiil prepcare a Naturol Environrnent$tucly—Minirrrc�!
Impc�cts in accordance with the Caltrans appraved formpt. This study will include a description of the field methods used and
the r�sults of th� biological survey of the project area. The report vriil [is# plant and anima� sp�cies present, along wi� a
general descriptian of the plant communities occurring within the project area. If any sensitive resaurces are fs�und on the
site, dokken will prepare and include in the study a grc�phic displaying the loca3ion of the sensitive plant cc�mmunities on site
anc3 c�ny sensitive biologicdl resaurces obsenred. 7he report c�lsa will contcain tc�bl�s descr�bing sensit9ve species and their
hat�itc�ts that qre present ar pat�ntiaiiy present; it also will identify and assess project impacts on the existing bia€ogical
resources, including any sensi#ive species. Avoidance, minimization, r�nd/or mitigation measures will be included as
necessa ry.
Task 2.2 Endangered Species Act Settion 7 Consultntion wiih NMFS
The propased bridge replc�cement projects expected ta have dir�ct and indirect impocts to federal3y listed fish species and
essential fish habitat in the praject area. Consultation wi�the hlatiana! Marine Fisheries Serrice wil! be required to icientEfy
the extent of these impacts ond how �ey cvn be avoided, minimized, �,r mi#igated. Ct�nsistent with Sectian 7 af the
Endangered Species Act and the Magnuson—Stevens Act(State law protecting anadromaus fish},a Biologicc�l Assessrnent will
be prepared to initiate cansultation between Caltrans as the Federal Lead Agency and the Nationa{ Marine Fisheries
Service. The Bic�logicql Assessrnent wil! provide t� detc�iled description af the an#icipated canstruction actions, hovr these
actions covld potentially affect fish species in Canyon Hollow Creek, and how essential fish h�bitcat would be affected. This
task includes attendance qt meetings, caordination with the project tet�m, responses to informatian reqvests,and research o#
mitic�ation aptions,
Tc�sk 2.3 Historic Praperty SurveyfArchaealvgical Survey Report
Dokken wi(I prepare documentati4n in accordanee with Sectic�n l t?E� of the National Historic Preservation Act, This work will
inctude the efforts to record archaeola�icaf qnd historical resources identified within th� study area. A Histaric Property
Survey Report will be prepored to identify and evaluate any cultural resources in the project rxrea and evalupie the
potential for irrrpqcts this project might have on those resaurces.
As an caitnchment to the Hisfioric Property 5urvey i2eport,an Arehc�eological 5urvey Report wil! !�e p�epcared io evaloate if
any archdeolog3cal resqurces are likely tv be found in the arera. An Area o# Potentiql Effeets (APE) map will be prepared
and appraved by Caltrans to define the siudy crrea. A pakken orchaevlc+gist and cultural resr�urces speciakist, meeting ti�e
Coltrans prc�fessianally quafified staff standards,will perfe�rm a pedestrian survey rsf the APE prior to preparing ihis report,
As part of this effort,Dokken Engineering will contaet the Native American Heritage Commissi4n.The commission will pravide
c� list af Nqtive Americqn graups fio contqd regcsrding this project.With the City's approvak, Dokken Engmeerir�g will contact
et�ch tribe vip certified mail.After 2$ dpys, Dokken Engineering will follow up via telephone with those groups that have nat
responded to the initial letter. Dokken Engineering will docurnent c�ll�lqtive Americqn consultation efforts.
�D�KI�EN Scope of Wprk Page�2
�„�.x.k�x,:
Exhit�it A - s r
CITY CtF REQt?ING
CQNSULTING AND PR{}FESSIONA�SERVICfS CC}NTRACT
Stape af Services fa�r Wes#side Road Bridge over Canyan Hollow Creek Replacement Project
Task 2.4 Constr�ction Noise TechnicaC Merncrandum�optional}
The projeet is not considered a Type I project under the 201 1 Ccaltrc�ns �lvise Analysis Protocol because the new roadway
would not be substantidlly different compared with the existing {the distance k�etween residences and cars woulci not be
halved or otherwise substantially lessenedj. While the approved PES daes no# require p memordndum be prepared, the
City requests a Naise Technical Memorandum be prepared to document temporary canstruction impacts, (ocai noise
prdinonces,and suitable measures to minimize construction noise.
NEPAJCEQA t,}ocumentation
De�kken will ine�srpvrate the purpose and need, projeet description, and the technica) studies into the dre�ft er�viranmental
document, in eoordination with the City for CEQA and Cahrans local Ass3stance for t�tEf'A. The required tasks to�ompl�te
the environmental documents care pr4videc! below.
Task 2,� Draff CEQA Initial Study and Mitigat+ed htega#iu�D+e�clt�ration�I$/MNDj
�onsistent with CEQA regulations, Dokken will preppre a draft Irsitial Sfiudy using the environmental analysis prepared in the
enviranmenta! technicaf studies. TY�� Initipl Study will evaluate the existing enviranmenta) resaurces cxnd identify qny
potential impacts assaciated with construction of the praject. The technical studies will ider�tify any patential impacts and
appropriate mi#ig�ation mecasures will be included in the IS�Mi�lD which would reduce those impacts to a less thtsn significant
level.
Task 2.6 Public Circulation and Pvbtic Meefiing
[}okken will produce the {S f MNb for yaublic review. The !S f M�ID has a critical objectiwe of providing a means by which the
general public and respansible agencies can participate in the environmental pracess by providing written camments an
environmentql and praject issues addressed in fihe lSfMND, Dokken Engineering will prepdre the requisite pubtic natices and
hard copies of fihe docum�nt and technical studies far distribution of the lSfMND. Dokken Engineering will coardinc�te the
prepara#ian of the distributian lish consisrent with City of Redding ret�uirem�nts. During circulation of the draft environmentt�l
document,Dokl�en will coordinqte wrth the�ity fio hoid a public meeting to answer questic�ns and address eaneems.
Task 2.T Respcnses ta �ommenfs
At the close of the public review period for the 15 f tvtt+lC�, pokken will meet with C9iy staff to review any comments on ih�
IS f MND thpf were received,and to discuss potential responses to these comments.
Dokken �ngineering will then formulate respanses ta the comments on the IS f NtNb, t7nce res�onses have besn prepared,
they will be submitted to the City for review. The City's direction will be incarporated irrto #he response ta comments
document,which will became an appendix in#he Fincsl ISfhAND document.
Task 2.8 Final IS/MND
After all public comments have k�eerr suitdbly c�ddress,Cfok[cen Engineering will prepare a Final ISfMNi� doeument pursuant
ta CEQA guidelines. After the �ity has reviewed and approved the fi�al environmental dc>eument, C�okken will prepare a
1`�lotice of Determindtion to be filed with the City Recorder's Office. Filing of this Notice c�f Determinatian will camplete the
C�QA process far this praject.
Task 2,9 Enviranmental Permits
Dokken wil) prepare and provide to the Cifiy the fallowing permit ap}�lications for the bridge ctanstructian projeet: Sectian
4a4 nationwide Permit 1 d, Sectio� dC31 Water Quality Certification and Section 1 b02 Streambed Alterqtion Agreement.
dokken Engineering �nvironmental staff will submit these permits to the regulator}r agencies with City appraval and will
provide fvll service coo�dination to ensure the permifs are abtained on schedule priar to cons#ruction. dokken �ngineering
will review al! draft permits tcr ensure the measures requested by the regulratory agencies are acceptc�ble to the City Qf
Redding prior to finai approval.
Task 2.10 Public filutreach (optional)
Dokken will qssist any public outreac� necessary during the project's development. It is anticipated that an open hause public
meeting (or two far Cdnyon Road) may be helt� during project develapment to a11aw the pub3ic an oppartunity to voice any
concerns with the propased widening. [7okken Engineering wi11 prepare all necessary mqterialsr including exhibits,hcandauts,
comment cardsf advertisements,etc.for any proposecf public meetings, Dqkken Engineering would mai) the qdvertisements ta
local res9dents as wel) as caardinate publication Qf the adverfiisernen# in the Redding Record Searchlight, ta ensure the
cc,mmunity is informed dbout the praject as wsll as the public meeting.Aciditionally, C�okken Engineering will attend and help
facilitate any additionql public meetings necessary for the proposed project.
�I}UKKEN Scope of Work Page�3
Exhibit A �. F,
CITY QF REppING
CONSlJL71NG AND PROFESSI�NAL SERVICES+Ct)NTRACT
Scetpe ot Services far Westside Road Bridge over Canyon Hallow Creek Replocement Project
Tasic 2,'!1 Caltrans Lacpl Assistance Suppart
t�okken will pravide suppart to the City when coordincating with Caltrqns Local Ass9stonce for the Bridge Project. Support
sha(I cansist o# exhibits, plans, estimates, and attendance to meetings as requested by the City, as well as assistdnce in
preparation of th�e NEPA Categorical Exclusion{NEPA CEj,if r�ecessary,
DELIVERABLES—TASK 2
• Historica)Property Survey ■ Response ta Public Comments ■ iJEPA Categarical Exclusion(CE)
Report�Archaeological Survey ■ FinaE 1S fMND,t�lotice af�eterminatian ■ Section dtJl Wc�ter Qvality
R��°i� ■ Hisfiaric Resourees Evaluation Report Certifieation
' hipturt�l EnvironmenT Study—M! ■ ���struction t�ioise Tech Memo • Section 4{�4 hlationwide Permit 14
" Biologica(Assessment ■ pro�ect Exhi#�its ■ Sec#ian 1 b02 Streambed Alteration
■ braft IS/MND Agreement
• Public Notice of Availability
TASK 3; PR�LIMIIVARY DESIGN
t7okken will begin th�Preliminary Engineering task after the Kick-off inee#ing.
TasEc 3.t Advc�ncec!Planning Studies
�okken wil) prepare a bridge Advanced Planning 5tudy {AP�} based on t�e geatechnical and hydraulic design r�p�rts,
pre�iminary roadway afignment,pnd the tapographic mapping prepared. The APS will dacument the propased bridge plan,
profile dnd cross section and the estimpted construction cost. �he APS wil( b�submilted to th�City for Review.
Task 3.2 Preliminary Plans
Dokken will prepare Prelimincsry Pldns for the approc�ch roadway geometrics {hori�ontal and vertical�, raadway dreainage
and pavernent deiir��ation that wili be used as the basis for the advt�nced plpnning studies and the }�reliminary engineering
report. A list of Ratential t?esign Exceptians wilt be generated based on the preliminary desEgn.
Task 3.3 Prelirninary Engineering Memo
Rflkkeri will prepare a Preliminary Engineering Memc� dacume�tirrg and summarizing the preli�rrinary engin�aring pF�ase
including identifying the purpose of the project, the existing conditions and proposed improvements, pny altemqtives
considered inc(uding stpge construction alte�natives,right of way impac#s,environmentql impacts,t�nd a project cost estimate.
DELIVERASLES—TASK 3
■ Preliminpry Road Plans ■ Bridge Advanced Planning Studies
■ Preliminary Engineering Memo
TA�K 4. DATA Ct?L�ECTIC}N AN[� FIEL.D SURVEY
PACE Engine�:ring �PACE} wil� perform topographic surveying for the project crnd recover prc�p�rty comer andfor recc�t`d �f
survey monumentcation near the project site. PACE wil) pravide the necessary trqffic control for the surveying. PACE will
prepare the ltC1W base map and fihe necessary plrat maps and Eegal descriptions for acquisitions.
Task 4.1 Field Survey
Land surveys will be fiied ta the Califamia Coardinate System {CCS$3)and based horizc�ntally on the Nvrth Ameriean Datum
of 1983 (NAp83);ond vertically on the National Geodetic Vertical Daturn of 1988 (NGVDB$�,in the praject area.
PACE will perform field surveying by means af a Totcal Stc�tior� Survey (T55j to establish the existing tapography of the
bridge site, The tas�C also includes field suroeying neorby manumentatian ar contral such that a right of way base map can
be esta6lished with the existing fence lines and recovert�b3e corner monumen#ation, Surveying wil(include 5{}Q feet of rotad
approaches in each directian, fence lines, �reek cross sections {7 2�, abutment slopes, bridge comers, wingwalls,
pierfabutment foQtings anci any utilities. Road approach surveys should be cross sections at 50 feet intervals that include
edge of traveled wpy,hinge points,ditch flflw lines,fences,and top f bottom of cut t�dnks or fills.
Permanent, durab(e surveying and mapping cc�ntrol monumentatic�n wiil be sefi ar mprked at three iaeatians,sueh tt�dt th�y
wil! be lepst likely fio be disturbed by constroction,assure accessibility,pnd bs clear af trpffic thraughoUt the project.
�I3dKF�EN Scope of Work Fage�4
u1YYKk>X��
Exhibi#A - „.
CITY QP REDDING
Ct3NSULTING AND PRt?FESS[QNAL SERVtCES Ct"�NTRACT
S�ope of 5ervices for Westside Road Bridge over Canyon Hallow Creek Replacernertf Rraject
Task 4.2 Right cf Way Base Map
PACE will perfcsrm a record data seorcJ� (City record maps,deeds,easements,etc,} and prepare a Right af Way Base Mqp
showing existing prc�perty boundar3es and o list af ol)Assessor Farcel Numbers (APN) researched and included rsn the base
mc�p. lnformdtion will inelude the assessor's parcel number,owner's name,street address, parce[ dimensions,utilities,existing
right of wc�y,eqsements,etc.
PACE wii! loeate and field survey the location of fence carners, property eomers and monumentation in the vici�ity of the
bridge. Sufficient comet's and manumerttation will be survey�d to create a tie between the to�ac�graphic surveys performed
c�nd the RC7W Base tviap established fre,rn records. A complete boundary trcaverse is not anticippted to be necessary.
PACE will compEete reconciEiafiion of the RC7W Base Map. Any discrepancies�etween record maps,deeds,and fie(d surveys
will E�e reconci(ed and presented tc� the City for concurrence. This map will be the basis far creating plat maps and legal
descriptions for the temporary canstruction easements or permanent roqdwqy easements or in fee right of way acquisition.
DELIVERABLES—TASK 4
■ Tapographic Mapping � Right of Way Base Map
TASK �: GEt?TE�HNICAI. INVESTIGA'fIC'�N
GEC}CC�h3 Cc�nsultants {GEt�C{�t�{} will perfonm geotechnica] borings ctnd prepare a foundation report. At this time, no
Phc�se 11 Hpzardous Materic�l Investigot�ons ore anticipated#o be necessary. GEb�ON will provide traffic cantrol necessary
for the fieid borings.
The geoteehnicp] investigption will begin with a site recannaissance by an engineer ar geolagisfi fram GEC3CC3N. During the
site reconnaissance, the surface soil and rock conditions will 6e olaserved, desired boring lacations marked, and access
conditians reviewed.
Task 5.1 Res�arch
Fallowing the site recannaissane�,GEC7CC}N will �repare encraqchment pnd boring permit applicatic�ns, cts required by the
City,and coordinate the permit process with City representatives.
Task 5.2 Field tnvestigpfions
Prior to commencement af field exploratian, GEC?CC7N persc�nnel will mark the boring locatians and notify tlnderground
Service Alert (USAa far (oeation of underground utilitiss, Field explorqtian will be coordinated with Ciiy and CDFW
personnel in accordance with perrrri# requirements crs necessary. For this project lane closures with signs and traffic cones
(with flaggers} is expected fia be apprapriate far barings compEetec! along the roadway at proposed abutment locatirans.
This phase wil! cc�nsist caf drilling and logginc� three borings to 6t}-ft depth. Explvratian�testin� in evaluation of roadwqy
subgrdde conditions wilf include two shal]ow test borings (5-8±ft deep} at the approaches to the bridge. Sail sampies will
bs recovered at 3 to �-ft intervals. Rodc may be encountered at this site anci diamond eoring equipment wi11 be used to
recover rock cores as necessary. $ulk soil samples will also be recovered for laboratary testing and reference. I7rill cuttings
will be disposed oft-sit�.
Task 5,3 Prepare Geatechnieal Reports
�abart�to�r Testing- Lpboratary testing ta suppkemer7t field ewaluativn crf earth matenai pc�rameters is expected to inelude
mr�isture-density, gradation,u�confined compressive strength,Expansian Index(E17,Sand Equivalent{SEj,poin# load index on
suitable rack core�,and soil corrosivity screening (pti �minimum Resistivity /s�lfate � chloride canten#) on selected samples.
C}ne R-value test will be perfarmed to evaluafie subgrade materials far new pavement xectian r�:commendations. Screening
fc�r the presence af asbestos minerals of sail�rodc st�mples campleted in accordonce with the Ccalitc�rnip Air Resources Board
(CARB}Methad�135 will plso be completed.
Engineering Evaluatian and Anaiysis- Engineering evraluation and analysis#o develap geatechr�ical recommendatir�ns fQr
this projecfi is expectecE to include: bearing eapacity; Iatert�! capaci#y; site seismici#y inclvding, deterministic � prababilistic
pracedures consistent with current Caltrans Seismic [�esign Criterica and Caltrans ARS {�nline tool to determine the sit�
accelerqtion response spectrurn (ARS); laterai earth pressure and caefficient of friction to resist sliding;soi) corrosivity; and,
new flexible pavement design for roadway appraaches.
t}rpfF and Final Foundqtion Reports - GEOCC}N will prepare ane Draft �oundation Repork for bridge design. The repart
will provide a site�praject description, summarize site gec7lagy, subsur#ace exploration and fielci and laboratary soil/rock
fiestsr discuss scour considerations (based on Hydrpulics Report preprared by others}, qnd include a "Log of Test Borings"
8����N Scope of Wark Page�5
s��,�x_: �Y.
Exhibit A - r„
CITY OP REDDING
CQPJSULTING AND PRQFESSIQNAL SERYICES CQNTRACT
Scope af Services for Westside Road Bridge over Canyon Haliow Creek Replacement Project
{LC1TB} drt�wing. Earth mc�terials and foundation conditions will be discussed including seismic criteria and the design ARS
eurve. The report will diseuss structure foundatian conditions�canstraints, recarr�mer�ded type, level and loading of bridge
foundation slements, and include construction �or�siderations {e.g,, excavation, dewaterin�, storm wpter quality, ns�turally
occurring asbestas� etc.). Design pavement structural section(s) and earthwork recammendations for associc�ted roadway
improvements will alsa be provided, GEC�CC?N will complete a Fina!Foundatian Report incorporating ths review comments.
DELIVERABLES-7ASK 5
'" Draft Foundafiion Report ■ I.ag of Test Borings(LC}TB) • Final Foundatlon R�part
TASI� �r: HYDRAU�IC STUDY REPt�RT
WRECC} (dBE) will conduct a detailed hydraulic analysis ta prepare Prel�minqry Hydrologic and Nydraulic Mema, �ocation
Fiydrau3ic Study, and Bridge Design Fiydrauiic Study as reqvired by Caltrans and City. Dokken wi11 �se the prelim9nory
resutts of this analysis ta aptimize the selected ssructure design such that upstredm dnd downstream impacts are reduced
and/or eliminatecE as neede�k to satisfy Fecieral,State,and Ivcal requirements.
WRECC} wil) perform a seour analysis fihat wi11 consider pier, abutment,and contraction scour 4s appropriate,The potentital
for aggradation or degradation wil] crlso be evqluated bpsed on a review of pny recent survey data tagether witti histaric
clata coilected frorn USGS quadrangles.
Based on #he results of the hydrauiic and seour analyses, WRECC} will pre�are a Draft Bridge [3esign Hydrauiic Report to
satisfy Str�te trnd locvl eriteriq. The report wili be submitted tb the City tor comments. WRECd's prelimintary qualitative
assessmeflts indicates the Project may potentially result in a floodplain encroachment. Therefore, WRECO will prepare p
Floodplain Evaluation Report including the Technical Informc�tion for �c�catian Flydraulic S#udy and �loodplain EvaluQtion
Report Summary Form to dotument the investigatian and determine the specific impacts to the fEoodplain.
C?uring the final design phas�, c�amments c�n the draft rep4rt wilE be addressed and a final hydraulics run for the bridge
structure will be perfarmed,incorporating any design changes made since compieti�n+�#fihe draft report.The Bridge besign
Hydraulic L?esign Report will then be updated and finalized.
dElIVERABLES-TASK 6
� Draft Hydrerulic and Scour Analysis " �cacatian Hydrauli�Study
■ PinaE Nydraulic Design Reporr ■ Evaluation Report Summary Form
TASK 7: UTII.ITY CfJ{)RDiNATIflN
Task 7.1 Utility Coordination
br�kken will perfc�rm the necessary utility�crordinafic�n through�aut the projeet. L7aklcen will prepare Utility `A' �etter packages
ecarly in the preliminqry phqse, reques#ing ps-built or record informotion af the location, size and depth {if applicdble} of
each utility corrspany's foci�ities within the project boundaries. t�nce existing utilities hpve been identified in a utility base
map, Dokken will pathole potential impacted facilities to determine exact harizontal and vertica) lacc�tion. Utility `$' lefiter
packages will then be sent along with the b4°lo project plans nc�#ify utility owners of pot�ntiaf impacts. Dokken will prepare
a Notice to C?wner letter alang with final project plans as final nr�tification#hat the praject is going ta constructicrn and verify
that no canflicts exist or that any necessary relocations hc�ve been addressed.
Task T.2 Report af lnvestigation(RC�1)
Due ta the federai fundircg component, Dokken wiN prepore a Repart flf lnvestigdtion{RfJlj far necessary utility.
DELIVE�2AB�ES-TQSK 7
■ Utility`A',`B',&`C' Letters ■ Report of Investigation • Utility Pathole Results
TASK 8: RIGHT t�F WAY
7he Dokken team will prepare the right af way maps and legal descrip#iaris, prepare a�prdispls, prc�vide acquisition
services and prepare tMe Right af Way Certification fcrrms for City and Caltrans review. These efforts will be based on the
design of the project.
DCIK,KEN Scope of Work Page�6
..wu�xr.rti:��.
Exhibit A • .,,
GITY UF REDDENG
CGINSULTING APED PROFESSl4NA1.SERViCES CGINTRACT
5cope af Serviees far Westside Road Bridge over Canyon Hallow Creek Replacement Froject
1'ask 8.1 Prepare Ri�ht of Way Maps and I.egal Descriptions
Pace Errgineering wili prepare necessary signed qnd sealed legcxl descrip#ic�ns and plats of any fee title acquisitis�ns of
adjoiners parcels witnin the praject limits, including temporary eanstrtrctian easements. Prepare and recard a Record of
Survey with�e City if necessary.
Task 8,2 Right of Way Appraisals
Appraisals w+ll canform tc�t�e Cpltrc�ns Manuai,the requirerrrents set by the �'tffice af Real Estate Appraisers of the State of
California and Unifarm Standards of Professianal Appraisal Practice Standard. For any federal funded projects, q review
qpprQisol is required.The apprtxisals will include but not limited to purpose and function of the appraisal, including limited
foctors, cfescriptian af the �hysical chcaracteristics of the praperty being acquired, highest and best use of the praperty,
c�utline all releuant and reliable approaches to value,description of comparable properties,statement of va(ue�rf�sraperty
ri�hts ta be acquired an�3 any dampges to the remqinder,qppraisal diary and signed certificatian of the appraiser,nnd the
e#fected date of vatue.
Task 8.3 Righ#of Way Acquisition
After eompletion of the appraisai process, Dokken wil( ptepare a{I transaction documentat3on including but noi limited ta
Purchase Agreements, Grant Deeds,qnd Temparary Cansfiruci'ion Epsement L7eeds. Once flppraval is provided by th� Cityr
Dokken wi13 meet with owners in person to present and explain al� offer package materipls. We will work with each
property owner to csutline dntf dddress, verbally and in writing, pll their cancerns and facilitate the corrpletian of the
transr�ctignal documer►ts, Upon agreement of the properfiy owner, Dokken will procvre all the raquired documentatian to
transfer right of way to the Gty. For the convenience of the praperty owner our right of way team has a Califomia Notqry
who wil] be avQilab3e to notarizs any dacumenta#ivn that is required. Qnce transactional documentation is procured they
will be delivered to ths City for qcceptcance. Fvlly executed csgreernents and other supporting infcsrmation wilE be provided
to escraw to close the transaetion. After the completion of each acqUisition a cornplete porcea file of original documentption
will be provided to the Ci#y. In the�vent impt�sse is reoch with any property owner and candemnation is pursued [?akken will
supply the City with the complete parcel fils inciuding app�aisal, negoti�ati�n recards, and dll the other correspondence.
pokken will be avc�ilable to appear as an expert witness in the eminent domain proceedings and will c�ssist in locoting
prc�p�rty awners and other interest holders.
Dc�kken will coord'anate with Union Paeific Railroad {UPRR) to complete a diagnostic meeting and attains rights of entry fr�r
testing cand survey. The project is not pffecting a current cr'ossing therefor it will be unlikely ta coRstruction and maintenance
agreement will be required. Vt/e wil!wor{c with the structures and right of wqy group within UPRR for a license to en#er anci
modify the right of way,
Task 8.4 Right af Way C+�rtification
C}okken will prepare a Caltrans Right of VYay Certifieafion for the praject. Pace �ngineering will set permanent survey
monuments ale�ng Right of Way, resulting fram any fee tifile acquisitions and prepare and record a Record af Survey with she
City for all permanent survey rrronuments set as part of the praject.
DE�IVERAB�.ES—TASK 8
� Right of Way Maps and Lega) Qescriptions ■ Right-of-Way Offer Packages&Parcel Fite
■ Right-of-Way Approisais � Right-af-Wray Certification�orrns
TASK 9: PREPAItATffl�N tJF CON7RACT DOCUMENTS
Task 9.1 38°fo Raadway Design Design
Based on th� Preliminary Engineering pnd approveci Er�virest7mental Document, Dokken will prepare the Fina) Design plons,
estimate and$pecifications for the project. Caltrans and City standards wilt be used in the design of the praject, 30°lo plans
will be prepared showing the pian, profile and crass section propc�sed for the roadway and bridge. The 30°la plans wil3 be
submifited to t4�e City for review.
Task 9.2 Prepare�esign Exception Fact Sheets
pokken will use the Desig� Exception list from fihe preliminary engineering �Shase and areas identified on the GAL� that dc�
nat meet the currenfi Caltrans Highway Design Manuai standards for roadws�y and bridge geometrics and document these
feotures w+th p Design Exception Fact Sheet qs needed. The Fc�ct Sheets will be submitfied tc� the Gty for review. Any
comments received will be addressed and ths fc�ct sheet revised,and resubmitted for ppproval.
�T I}(�KKE�T Scope of Wark Page�7
Exhibit A • .■
CITY Q� REpDING
C4NSUCTlNG ANd PRQFE551dNA�.SERVICES CONTRACT
Scope oP Services for Westside Road Bridge over Canyon Hallow Creek Replacement Project
Task 9.3 Prepare Plans,Specifications and Estimate�PS&E}
Task 9.3.1 - 60% Plans [?okken will prepare the 6C?% plans that include all of the bricEge and raadway plan sheets for
submittal t4 the C�ty far review.
Task 9.3.2-Independent Design Check Dakken wil( perfarm c�n Independent Design Check of the bridge desigr� after the
c50°fa plons have been rev9ewed and comments received and oddressed. The results of this chedc will be documented in a
memorandum,and submitted to the City for review at the 9Cl°lo PS&E submittal.
Task 4.3.3 - Final Constructian Quonfiities & Estimate Bpsed on comments received from the 6C1°!a review and the
Independent Design �heck, the Fina) Construction Quantities and Cost Estimate wril! be pre}�ared and submittet! ta the City
for review.
Task 9.�.4-9t?°�o PS&E Based on the eamrnents receivec! from the�iC}°lo review, Independent Design Check dnd the review
of the tinal quantities and estimate, the 9Q°lo Plans, Specifications and Estimate {PS$SE} will be prepcared and submittet! to
the City for review, A matrix o# afl comments received and responses ta those comments will be submitted to aid in the
review of the 4{}°/a PS&E.
Task 4.3.5- Final (1�7Q°la} PS&E Based on the camments received from the 40°lo review,the 140°lo PSc�E wii( be prepared
and submitted to the Gity for review, A matrix of call comm�nts received and responses to thase comments will be submitted
te+aid in the rev9ew of the 100°lo PSB�E.
DEllVERABLES-TASK 9
� Geametric Approvpl Drpwing • 90°fo PS&E
■ Design Exception Fact Sheets ■ Final Qvantities& Estimate
■ 60°l0?lans ■ Final PS&E
■ I�dependent Design Check
TASIC 1 f}: ASSISTANCE DURING BIDDING ANt� Ct�NSTRUCTttJN
Task 10.1 Bidding dssistances
Dcakken will assist the City with preparatian of#he bid pacleagef and be available to respond to bidder inquirie�as needed.
Dc�kken will be avai{able ib pssist the City with c� bid evtsluqtion once bids hpve been o�ened.
Task 1C1.2 Construction Support
pokken w91! cantinue serving the City through the tvnstruction }�hc�se: answering questions, providing ciczrifications, and
developing salutions for unforeseen canditions. Anticipated tasks include attending the pre-coristruetion meeting, responding
to requests for information from the Resident Engineer dr Ccsntracfior,and reviewing shop drerwings and fcslsewark plans.
Task 10,3 Record Drawings
The City will provide a mqrked up set of canstruction dre�wings with the chdnges rttpde in the field during construction to
C}okken to crea#e the Record Drawing se# from. Dokken will provide the City a complete set of Record Drawings, {22'x34"
Mylar�wit#�in 6{J days that refleet those changes.
DELIVERABL�S—TASK 10
■ Pield RFI Suppart ■ Bid Addendum SupporC '� Bid Evaluc�fiian(if needed}
■ Shop Drawing Review ■ Pre-�onstructic�n Meeting ' Mylar Record Drawing Set
• Bidder R�I support ■ Cantract Chcange 4rder Support
D(?KKEN Scope of Wo�k Page�8
Kx���xrGkt',sr:
�-� �..�..��_-�- t���c
CC}ST PROPOSAL
Westside Road Bridge aver Canyon Hollow Creek Replacement
City of Redding
P�oposai westside Raad eridge over Canyan Holtmv Geek Repiacement CQNSUtTANT tOST PROP#3SAL
CONSUtTAN7: oakken Engtneering Date: February i6,2017
DIRECftABOR
intiai Hourly
Classfircation Name Ran��u Hours R�te Tatal
PrincipalinCharge Richard�ipWk,P� $75.aa-$12o.a0 - 5 90.Q0 $ -
Gro3eQ Manager TEm Osterkamp,PE� $50.40-5$5.00 lA6 $ 71.�0 $ 10,366.00
t7RIGkCEngineer STAFF $50.00-585.00 24 5 58Do S 1.632.60
RoadwayEngineer BrianStaphenson,P� $SS.OiI-$]5.00 83 $ 62A0 $ 5,146.OD
ShucNres Engineer ftosa Gtiggs,P� $SS.flO-$�SAO 33 $ 54.OQ $ 1,94Z�D
Senior Engineer STAFF $Sfl.flO-$85A0 � $ 59.00 $ -
Assnciate Roadway Engineer STAFF $35.fl0-$55.00 84 $ 43.q0 $ 3,612.U�
Asmciate Brtdge Engineer STAFF $35.00-$55.00 182 $ 45.00 $ 8,190.00
Environmentai Manager STAFF SSS.DO-$85.00 22 $ Sq.ap 5 1,76p.Op
Se�iorEnvironmentaiRlannzr STAFF $A0.00-$85.00 90 $ 55.00 $ 4,950.00
ASsaciateErruimnmentatPianner 5TAFF $30.00-$50.90 162 $ 38A� $ 6,156A0
EnvieonmentalPianaer 5TAFF $18.fl0-$38.90 36fl $ 32A� $ 11,520.00
AssiStantRoadwayEngineer 57AFF $25A0-$40.00 224 $ 33.00 $ 7,392.OD
AssiztaniBrulgeEng7neer STAFF $25.fl0-$40.00 2S� $ 33.(70 $ 8,316.OD
EngineeringTechnician STAFF $iS.40-$38.00 iS6 $ 24.570 $ 3,7A4AD
5enicrrCADOeWiler STAFF $38.tlp-$68.00 184 5 SS.{ID $ 10,120.00
RightofWayAgent STAFF 535.Op-$65.00 138 $ 54.00 $ 7,452.00
2,144
5ubtMa)DirecY i.a6ar Cnsts $ 42,303.fl0
TOTAL-QirecY W6or $ 92,303.ti0
[tate
Fringe 8enefit 72A0% $ 66.45$.16
TOTA�-FringeBenefits $ F6,45R.16
ind"irectCasts Rate Tatal
GeneralandAdministesYive 7$.QO% $ 71,996.34
Overt�ead 7.00% $ 6,Ab1.21
SS-�4,°ti
TO7A�-indirestCasts $ 78,A57S5
FEE (i0.0096� 74TAi.-Fee $ 23,721.87
OTN£RC451'S{AGTUAI.C45T5} ��an#ity Unit Rate Tatal
•EDR ftepalt 1 EacM $ 350.06 S 350.��
•Utility locating Potholing 6 Each $ 1,000,oa $ 6,00D.00
•Preliminary Title RepOrts I Each $ 750.OD $ 750.441
•�PP��sals 1 Each $ Z,754.00 $ 2,750.00
•AppraSsalReview 1 Each 5 1,SQO,OC1 $ 1,500.44
T6TAL-Ot3teYCo4t3 $ 11,350A6
TOtal-Ddkki2»Engine�ring $ 2?2,290.58
SUBCOtJSUITANT Ci7575 TaW f
•GEbCON 5 d6,$�2.84
•PkCE Engineenn$ 5 23,A93.78
+WftECO 5 2Q,714.87
TO'fAi.-Su4wnsu]#an#s $ 9i081.32
SOTALCOST-NpTTdIXtEED $ 363,371.9b
CO5T PROPQSAL
Westside Road 8ridge over Canyon Holiow Creek Repiacernent
City a#Redding
Proposai Westside Road 8ridge over Canyon Hqllow Ct2¢k RQplacement CCINSU4TANTCQST FR4POSAC
CONSUL7AN7; 6E0[oN Date: Pepruary 16,2617
DIRECf tASC7ft
Mrrtial Hourly
Cias3ff'iCBttpn Name Rapge Hvurs Rate Tatai
AssadateEngineerJGealogist STAFF $55.0�-$75.Q0 4 $ 50.72 $ 2q2,gg
Senior Engineer J Geologixt J Geophysicist S7AFF $40A0•$55.00 18 $ 52.51 $ 9q5.18
Projeck EngineerfGealagis# S7AFF $35,00•$55.4Q 20 $ 42.67 $ $59.4p
SeniarSWffEngineerjGeolagist 57pFF $35.00•$55.00 66 5 39.39 $ 2,599.74
Staff£agineerf6eologist STAFF $30.p4-$SO.QO 4 $ 36.20 $ 144.40
EngineeriRg/ResearchAssisWntj7echntcallllustr57AFF $25.Q0-$40.90 10 5 29.54 $ 295.40
WnrdProcassorJTschnicalEditor STqFF $58.00-$38A0 2
$ 24.62 $ 49.24
124
TdTAt-Directtabor $ 5,138.2d
IN�IREC7C05"la Rate Tobl
Combined CNerhead 176.98% $ 9y079.50
Ti7TA1.-IndirectCnsts $ 9,DT9.54
bTHER CCiSfS(AtfllAL COSTS} QuanGty t7nit R8#C Tota!
+EnvironmentalHeahhPermits 3 Each $ 292A5 $ 876.18
•Driiling(Cascade-sonicdrilling} i Est. $19,833.00 S 19,833.4tl
•TrafficControi(4tatewide•up to 10 hqursjday 3 Oay $ 1,730.06 $ 5,19d.40
•coa eaXes 6 EaGb S aa.oa S z6a.aa
•Orttm Haul i3ff 6 [3rum 5 150,00 $ 900.Oa
•Quick-setgrout 1 Each 5 15.04 $ 15.00
*tab Testing 1 Est. $ 3,6��.06 $ 3,600.00
•PerOiem 2,5 Oay $ 15�.00 $ 375.04
+Milea&Q 350 Mi $ fl.SG $ 189.Q0
70ra�-OtberCosts $ 3i,242.i8
fEE {10.00%) rO7Ai-Fee S 1.420.97
Tota)•6EOCON $ 46,872.$9
COST PROPOSAL
Westside Roed Br9dge over Canyon Hotiow Creek Rep[acement
City of Redding
Praposa� WCstsldB R4ad Bridge aver{anyon Hoilow[reek Repiacement CONSULTANT CQST PRDPOSAI
tQMSULTAN7: PACE Engineering Date: Fektnlary i6,2Q3?
piRECT1ABDR
I�fial Hauriy
CIa55�catlon Narne Range Hpurs Rdt@ Total
SurveySupervisar STAFF $40.00-$65.00 13 $ SS.QO $ 715.69
ticensed�a�d Surveyt�r STAFF $35.40-$SS.OQ 39 5 4$.Sa $ I,B91.50
Survey f DraRi�g Technician STAFF 525.Op-$40.00 51 $ 32-02 $ 1,633.02
2-PersonfteidCrew{peeuailingWage7 STAFF 555,40-$75.00 2p 5 63-QO 5 1,260.00
123
TOTAG-oireCtLebOr $ S,A4sSz
INDIRECTCO5T5 Rate 7nWl
Com6ined Overhead 262.00% $ 14,448.?4
TOTAL-3ndirectCasts 5 in,ar�s.�a
PRE1/AI!!NG WAC�E RBtf
Additional Oirect Cast an Preveilirsg Wage Haurs 5 1,d23.82
indireCk PayAoll CaSt Asspciated wfth Additional Prevaifing Wage Direcf Casts 72% $ 170.86
TOTAL-6ctraCnstRelatedtoPrevailingWage $ 1,59d.68
OTHER C4ST5{ACTIIAL C�7STS� Qu2tftity Unit FWte TOAii
•Other Direct Casts S
TOTAC-4?thEtCAsts $ -
EEE {S6.{i�%) T{3TAL-Fee $ 1,496.$3
TOWI-P0.CEEngfnCCring $ 23,493.7T
COSfPROPOSAL
Westside Raad 8ridge ouer Canyon Holiow Creek Replacement
City of Redding
PropaSa) Westside Road Hridge over farryap Hoiiaw Qeek RepiaCemant CONSUL7ANT COST PROPQSAL
CpNSUi.TANT: WRECO Oate: Februaey16,201T
DIF?ECi LABOR
infral Hourly
dass�cation Name Range NouYs Rate TOTaI
Principal£ngiaeer Han-BinLiangl� 575.�0-$12fl.06 8 $ 9357 $ 748.f18
Supervising Engineer STAFF $SSAO-S75.Q0 2 $ 6$-65 $ 137.36
5eniof£ngineer STAFF $40A0-S65A0 32 $ 55.71 $ 1,7$Z.7z
f�.ssociateEngi�eer STAFF $35.Q4-$55.Oq 62 $ 44.11 $ 2.73A.82
StaffEngineer STAFF 525.49-540.40 56 $ 33.27 $ 1,853.i2
Se�iorTechnician STAFF $25.p0-540.�0 2 $ 29.A2 $ 58.8R
ClericaljTech�d3zor STAFF 518.60-$38.06 6 S 2A.55 S i47.90
168
'fOTAL-DireCti.ahnr $ 7,472.78
INOIRECTCOSTS Rate 7atal
Cam6inedOuefhead 13A.97% $ 14,086A7
Tp70.L-IndirectCasts $ 10,086.01
OTHERC05T5{At7UALCQ5T5a {�,uanNN Unit Rete Tqtal
•Trave)&Per Diem 1 EA 4dp $ 4p0.00
•CNfice Misc.&Reproductions 1 � �d�d � 1����•�
T4YAi.-4therCorts $ 1,4tl0.bi1
FEE {50.00%7 TOTAL-G2C $ 1�755.$8
Total-WRECO 5 24,714.67
�...:�-t�.��� �F �� -�
STATE OF CA�tFQRNtA�DEPARTMENT OF TRANSPORTATION Loca3 A58iSfanCe Procedures Manual
NC,�TICE TC} PFtt�PC�SERa DBE INFC?RMATICIN
EXHIBIT 1CI-t(�lEW�1t2017} Page 1 af 2
h10TICE Tt�PRCtP{7SERS DBE INFORMATION
The Agency has established a DBE goal far this�antraet af Z.0 4fq
C?R
The Ageney has not es#ablished a go�l for this Contract. Hc�wever, proposers are encouraged to ob#ain DBE participatipr�ft�r this contract.
1. TERMS AS USED IN THIS pQCUMENT
• The terrn"Disadvantaged Business Err#erprise"or"E7BE"rrreans a fc�r-prafit smail business concern owned an�3 controlled by a sa�ially
and ecanomieally disadvantaged person{s}as defined in Title 49,Cade of Federal Regulations{CFR), Park 26.5.
� The term"Agreement"alsa means"Contract.,,
• Agency also means#he local entity entering into this eerntract with th�Co�rtractor or Consuttant.
• The term°Srnall Business"'ar"SB"is as defined in 49 CFR 26.65.
2. AUTHt�RITY AND RESP�NSIBI�ETY
A. DBEs and ather smal!busin�sses are strongly encouraged to participate in the perFarmanc�of Gontracts fnanced in wt�c�ie or in part
with federal funds(See 49 CFR 26, "Participation by Disadvantaged Business Enterprises in Department of Transpcsrtatian Financial
Assistance Programs"},The Cansuftant must ensure that DBEs and other small businesses have the opportunity to participats in the
performance af the work that is the subject of this solicitation and shouid take all necessary and reasona�le steps for this assurance.
The proposer must not dis�riminate on the basis of race,color,national origin,or sex in the award and perfotmance of subcontracts.
B. Proposers are encouraged to use services affered by financiaf institu#ions awned and controiled by DBEs.
3. SUBMtSS10N t7F DBE INFORMATION
If there is a a8E gc�al on t�e contract, Exhibit 1{�-t�1 Consutfaraf Proposa!CJBE Gorrrmitment rr�us#be ir�cluded in the Request#or Proposal.
In order for a praposec to be cansidered respansible and responsive,the properser must make good faith efforts to maet the goai
established for the cc�ntract. If the goal is not met,the proposer rnust doeument adequats good faith efForts.Ali DBE parkicipation wiil be
counted tcswards the contract goal;the�efiore, all DBE participation shail be coflected and reported.
Exhibit iQ-02 Consutfant Cranfract C?BE Jnformation mus#be included witF�the t�equest for PropQsal. Even if no DBE participat9on will be
reported,the sc�ccessfui proposer must execute and return ttte frarm.
4. DBE PARTIC(PAT[QPt CaE1VERAL INFORMATIC}N
It is the proposer's responsibility to be fulfy inFormed regarding the requirements of 49 CFFt, Part 26,and the Departr'rtent's C7BE program
develpped pursuant#o the regulations. Particular attention is direc#ed tcr tYre f�allawing:
A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and bs certified through the California Uttifed Certification
Program(CUCP).
8. A certified DSE may parkicipate as a prime consultant,subconsultant,joint venture partner, as a vendar of ma#erial or supplies,or as a
krucking company.
C. A t7BE proposer not proposing as a joint venture with a non-DB�,will be required tc�document one or a co►nbination of#he follawing:
1. The propQser is a�BE and will meet#he goal by perForming wark witt�its own forc.es.
2. The proposer witl rneet the gaal through work perFormed by C7B�su�consultants,suppliers or trucking campanies.
3. The proposer,prior to proposing,rnade adequate gqod faith e�Forks to meet the goal.
D. A DBE jaint ventur�partn�r must be responsible for specifcc contract items of work or clearly defined partions thereof. Responsibi{ity
msans ac#ually pertorming,managing„and supervising the work with i#s awn forces.l'he DBE joint ver�ture partner must share in the
capital contribution,cerntraf, management, risks and profits c�f the joint venture commensurate with its�wnership interest.
ADA Not�ce F°r individuals with sensory disabilities,this dacurnent is avaiiable in alternate fflrrnats. Fo�information,call{816}448-1233,
TTY 711,or write ta Records and Farms Management,1124 N Street,MS-89,Saorarnento,CA 95814.
STATE OF CA�IFc7ftNiA•t��PARTMENT OF TRANSPt�RTATION �ocal Assistance Proeedures Manual
NC3TICE Tt� PRC►Pt'�SERS DBE INFORMATIt�N
E?tN181T 10-i{NEW 01/2017) Page 2 of 2
E, A C7BE mus#perfarm a commercially useful funcfion pursuan#to 49 CFR 26.55, tl�at is,a DBE firm must be raspansib(e ft�r the
exeeution of a distinct eiement of the wark and must carry out its responsibility by actually performing,managing and supervisir�g the
woCk.
F. The propaser shall list only one subconsuliant far each portion of work as defined in their proposal and a11 I]BE subccansultants should
be listed in the bidicast pr4pasal list�f subconsultants.
G. A prime cansultant wha is a certified C�B�is e{ig�ble to c�aim all of the work in the Contract toward the DB�participatian except that
porkion af the work to be perFormed by nan-DBE subcc�nsultants.
a. RESOURCES
A. The CUCP database inciudes the certified DBEs from atl c�rtiiying agencies participating in#he C�JCP. If you betieve a firm is ce�tified
that cannot be isacated an the datak�ase, please contact the Caftrans flffice af Certificatian toll free number 1-866-810-6346 fcsr
assistance.
B. Access the CUCP database from the Department of Transpartatian,t7ffic�of Business and Econa►nic C3ppc�rtunity Web site at:
htt�tlwww dot ca govthqfbepl.
1. Click an the fink titled Disadvantac�ed BUsrness�nferprise;
2. Click�sn Search far a C}BE Firm link;
3. Cliek on Access to the L7BE ue �orm located on tt�e first line in tfte center of the page.
Se�zrches can be per�ormed by one or more criteria.Follc�w instructions on the screen.
6. MATEFt1AL.S t7ft SlJPPLlES PURCHASED FRC1M DBES CC)UNT TOWARD3 THE DBE GtJAL UNDER THE FdLL.OW14+1G
COND1Tt4NS:
A. If the mater9als o�suppl3es are ob#ained from a DBE marrufacturer,caunt 100 percent of the cost af the materials c�r supplies.A DBE
manufac#urer is a firm that operates car maintains a factory,or establishment that produces on the premises the materials,supp�ies,
articles,or equ9pment required under the Contract and of the general et�aracter described by the specifieations.
B. tf the materia�s or supplies purchased from a DBE regular dealer,count 60 percent af the cast of the materials or suppli�s.A DBE
regutar dealer is a firm that owns,operates or maintains a store,warehouse,or other establishrnent in which the materials,supplies,
articles or equipment of the genera�character described by the specifications and required under the Gontract are bought,kept i�stock,
and regularty soid or leased to the public in the usual course of business.To be a DBE regular dealer,the firm must be an estab(ished,
regular business that engages, as its principal business and ucrder its own name,in the purchase and sale or lease af the products in
question.A person may be a DBE regular dealer in such bulk iiems as petroleum products,stee{,cernent,graveM,stone or asphalt
without owning,operating ar maintaining a plac.�of business provided in this sectian.
C. If the persc�n both c�wns and aperates distribution equipment for the praducts,any supplementing of regular dealers'awn distribution
equipment sha11 be,by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers,
manufactur�rs'representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning
af this se�#ion.
[7. Materials or supplies purchased from a DBE,which is neither a manufacturer nor a regular dealer,will be limited to the entire amount ofi
fees or cammissions charged for assistance in the proe�rement of the materials and supplies,or fees or transportation cha�ges for the
delivery af mater9als ar su�plies required orr the job site,provided the fees are reasonable and nc�t exc�ssive as compared with fees
charged for simiiar services.
AC}A NQiiCE'. �Or individuals with sensoty disabilities,this d�Ocument is a�rai4abte in alternate formats. For inf�rmation,call{998)445-1239,
TTY T1 i,or write to ftecards and Farms Mana ement,1124 M Street,MS-89,Sacramento,GA 958ti4.
� r y
CI'TY OF REDCltNG
� 1
� � �,p .�, ??7 CYPRESS AVENUE, RECiClENG, CA 9$4t7f
• - .f P.O. Box 49607 i, REoa�r��, CA 96C749-6071
O�PICE OF Th1�G[TY'CLERK
PAMELA MIZE,Ct7Y CL�}�}<
�ARAH SHEET2,qSSJSTA[V'1'C!7'y CL�RK
530.228.�1447
530.225.�i463 FAX
August 31, 2017
Mr.Tirn C}stezkamp
Dokken Engineering
�10 Blue Ravine Rtrad, S�ite 200
Folsom,CA 95630
SLTBJECT: Cc�nsu�ting and Sezvices Agreexnents, C-7�7'�& C-'7378
L?ear Mr. t�sterkamp:
Enclt�sed are twv {2}fu11y executed origznals c�f the abvve subject Agreements between the City
of Redding and I)okl�en Engineering for:
1} Eastside Road Bridge a�Ganycrn Hollow Czeek R�placernent Proj�ct.
2) V�estsic�e Road Bndge at Canyr�n Hollow Creek Replacement Proje�ct.
If yvu have any questions regarding this matter, or if we can be of assist�.nce, glease contact the
Offiee t�f the City Cxerk at{53t})225-4A�39.
Sincerely,
� �
�- �'- .,�
Anett�Cates
Executive Assistant
Enclosure
c: Corri Vandiver/Engineering
Finance
TI�I��I�i�.�'TA.L FORM
� � � � Ia�A�'�Cl1PLES RE{�tTLR,ED*D�N(/T E-M�,j�FUR BEV[EW
� Tt�CITXATTCIRNEY'�225-4�?50�&CITY CL�RK��25•���s�
Agreements 4 Bc�nds¢ Contracts¢ Leases��scraw[nsh�uctions
0 Deeds 1}Securiiies 4 Resalutia�s¢ Ordtnances
,.� �-._.-m,.-_f �-�-.. ,
�.<.._ .�., , --
Date• 8128f1? From: Stephani� N1eCoilum � . , �. ,�,�„��:
Dept.Name; Engineerirt9 Phone: �25-4511 �'�� � � 1�b��#der#
Person mc�st knawiedgeable: �orri V�ndiver Phe►ne:24�-71��R�' ;�^' ' �'`�'��'�#
Tip
Ct3NTRACT INSURANCE REQUIREMEIVTS MET?frrsurance must be obtained, approved and entered by Risk
befor�o�fairrrrag City signafure(s}. Jf nof compteted,your contr�cts will be hetd in fhe�lerk s C}�ce. for h�lp contact
Risk Liabitttv at">.ccarm�na a("').cLreddrnq.ca.us. (530) ���-4387. c�r mrfroads{cz"7.ci.reddinc7.ca.us. f53t1?22�-4385.
DESCRIBE I}t�CI1MENTS ATTACHED `�`�� � � !! �'���"�
.�.�'�a�.��"/�`�� [�1 �
Dacument Title: �onsulting and Prc�fession�i �ervices Cc►ntract with FHViFA Funding
Outside Party(ies�:Dokken Engineering 21�,--i,��
PrQject�WhatfUVhere/Why?�: Westside Roa� Bridge at Ca�c�n Hollc�w Creek Replacment �S��i��,
IND�t{���
COUNCIL APPR�VAL REQUIR�D? I�o�Yes�} IP YES,DATE OF MEETING:$/2117 SClI�
Was contracC/agreement the resttlt af an RFP or Bid?No�Yes�'j Bid Schedule#or RFP# �
Is the svurce caf funding grant reiated? No .'Yes�)
�dl�
�t�QUEST�{)it A'[`Tt3RNEY S�RVICES
l/ REQUiR£D �ttorney RevieW's Dt'�ft-All documents must be reviewed i n es.When arnendin
� a contract,attach a copy of original contract and all prior amendments.Da not e-mail documents unless
speci�ically requested.
o Apprave As To Forrn A ter: draft has been apprvved by attarney and outsid�parties'signatures have
been obtained. Submit two(2} originals. Use pap�erclips(� stapies)and put"Sign Here"tabs+�n all
signature pages.
� Prepare Certificate of Acceptance(easement&grant deeds�
� Mema ar additional in�o is attached.
� �ther:
Rt�UTING
� Return ta:
(Then raute signed ariginals to C)erk's t7ffice for attesting,transmitting&filing,etc.w f a tr�nsmittal form.)
� Forward to City Clerk for necessary signa�;�s�� ���9��
� Other(mailing/distribution instructions): ,d��'� � �;�
' .�"" ,/
.-.
. y���.� City Attorney�og#
. Logged out by. +
ft4v,5j17
� s�a� ��
�ti �� �� ' P2 �,
�'�s� � ¢`�� CITY OF REQDING
�S ��� 77'r C' r E:s .�u[-�;�i (,i-:[,O�!ve. C4 �j�00I
� y _ F?U. c3c»: :.JC307 f, F� �f�ir.tG. C� 9�U49-607(
PAMELA MIZE,CITY CLERK
SHARLENE TIPTON,ASSISTANT CITY CLERK
530.225.4447
530.225.4463 FAX
November 1, 2021
Dokken Engineerin�
John Klemunes, 7r.
110 Blue Ravine Rd, Suite 200
Folsom, CA 9563(�
SUBJECT: 1 st Amendrnent to Consulting a�d Professional Services Contract, C-7378
Dear John Klemunes, Jr.,
Enclosed please find the fully executed Qri�inal of th� abQve referenced First Amendment to
Consulting and Professional Services Cc�ntract by and between the City of Redding and Dokken
Engineering for Westside Road Bridge at Canyon Hollow Creek Replacement.
If you have any questions regarding this rnatter, ar if we can be of as�xstance, 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
CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-7378)
WITH FHWA FUNDING/ASSISTANCE
Westside Road Bridge at Canyon Hollow Creek Replacement 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 �erms and conditions 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 EYhibit A and EYhibit
A-1. All Cc�nsultant personnel listea 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 attached to thi�First'Amendrne�t i� incorporated into the Contract dated August 31, 2017,
as Eahibit A-1.
SECTION 2.I is amended to read in its'entirety as fallt�ws:
L The total amount payable by Gity including fixed f�e shall not exceed $396,481.72
SECTION 3.E is amended to read in its entirety as fc�llc�ws:
E. The maximum amount for whi�h the City,shall be li�ble ifthis contract is tenninated is
$396,481.72 dollars.
All other terms and conditions of the Contract dated August 31, 2017, shall remai» in #`u11 force and effiect.
The date of this Amendinent shall be the date tllat it is signed by the City. ����
�
�
J
CJA
J
c>C
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: �'C-�Q,��� , 2021 " ��i
Barry Tippin, Ci y Manager
Form Approved:
Attest: � BARRYE. DeWALT
� City Attorney
PAMELA �I�IZE, Ciry�l��r� By:
f � Dokken Engineering
� Dated: L� �G�6',�','12' 2�21
v� �6�l� fl kle�, r�es T�
����;�e��
�' r �p
,�,... � � , , , , � . .; , f . ,
September 21, 2021
Ms. Corri Vandiver, P.E.
City of Redding
777 Cypress Avenue
' Redding, CA 96001
RE: Westside 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 Westside Road over Canyon Hollow Creek bridge replacement. To complete
the project, unanticip,ated tasks and additional coordination on several tasks, is being performed as
described below.
Task 6.0 Hvdraulic Study Re�ort
Task 6.2 Location Hydraulic Stud�
Dokken has coordinated with Caltrans to obtain approval of the Location Hydraulic Study.
Significant issues coordinated with �altrans incl�tded wh�t�the LHS would state for potential
damages caused by project, and the ne�ci fc�r a CLOMRIL{�MR. Multiple conference phone calls
and meetings have been conducted to discuss these issues. The LHS has been modified and
reviewed by Caltrans several times, and "Additi�nal Informatian"' was appended to explain the
project approach.
Task 7.0 Utilitv Coordination
Task 7.1 Utility Coordination
Staged bridge construction has complicated the utility relocation by �equiring��utility relocation to
be staged. In addition, underground utilities have conflicted with foundations, requiring designs to
be modified to avoid conflicts. These complications have re�uired 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 Ri�ht of Way
Task 8.3 Right of Way Acquisition
Pacific Supply property will be required for construction activities. This will require the relocation
of materials stored on this area of the parcel. They are therefore entitled to relocation assistance,
which requires right of way activities coordination, documentation, and observation during the
relocation. In addition, special traffic and staging considerations are needed for stage construction
to maintain deliveries by large semitrucks, requiring the revision of the staging plan.
l 10 I31ue t2avinc Itd, SuiCc 2O0, l���olsom, C'A 95630-1171 i •'I'cl: 91 Er.h58.t)f,�2• F'ax: 91fi.8.58.b643 • www.doklce��enginc�,ring.com
Ms. Corri Vandiver, P.E.
City of Redding
Westside 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
Stage construction has required special consideration for maintaining pedestrian traffic. Plan
details have been included to facilitate passing pedestrians across the bridge during construction.
Cost Proposal
The not to exceed cost prc�pasa� c�f'additional and anticipated hours to complete the above tasks
based on time and materi�ls is $33,1�4. Please see the attached cost proposal and rate schedule for
billing rates.
Thank you for this t�pportunity to present this amendment request to the City. If you have any
questions, please cantact me.
�
�
Sincerely,
DOKKEN ENGINEERING
r�-�,,,'...-""`'-� ,,,`�`;
��� � s� rr
� �������✓ r,tr`�....
�
Tim Osterkamp, P.E.
Project Manager
attach
�-1 C rl
N N
Z E N � ; � n `q `.�
z " N � � � �
WC � � N
C Ol � . ' 150JM101 � � � f �
o z E
� �
Z Y
W �
Q V N '�
N
H �
O O
� = uo�uanianaHio
C p t% .
a >
F- C
�n m
O �
V �
O
� 5tlnox1Vlo �� d rv� M � �
�
a
m`
m . , .. . . �$ N
� �� �
m � w.asi.ron.mi>aa� ��', a S
C �
�
N
3 � �
e �� y
9 uaEtlAaMloW8ltl�olua u�i �i
C
W �
K �
O iC :
� �' Z �S "
u �x
y�j� �aBauvWAeMI°34HI d � � �
�i ''
W +
Y '
Y :.
8 �s
�
aulHu3 a8P1+8 iva�cl�
�8
�m
iaau�f�3 Avmpvotl FVY)5J5 � � � � �
a$ v�{
aa5u95u3Aarl'paoy s�i�o: �,
�
� ;.
�8 �
AYi�tn+3MrwP*� ro
ad�a�a�r�ao�,
�� �
or.�.w u.�w
. -�-3d'tlwe�yaisOwl � ry
��
�a
8�
g�
�
�
O — y
F-
Y }' =. z _
� w w
N Q- � a
� �L p m
� V ° E
H g � «
� � s a a
� a Z g � "
K � � p `o
> '¢ � ` v 'AS
� �z = � � �
y K .� > v Z
� "� � a a � �
� � � 8 0 3 z m
7>. � `a � u '' S i $
(�Y p R J �'� rn W rv
E
�i., S N� � C m a m
O� Y A Y q Y � Y F i U
Q'' �~ F ~F ~ � � o 0
�
m a a e a o 0
i
BILLING RATE SCHEDULE
Effective through December 31, 2022
Professional and supporting staff services will be billed at the following hourly billing rptes:
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 Senic�r Engineer $150.00 to $270.00
Associat�Engineer $1 10.00 to $170.00
Assistant Engirreer $80.00 to $120.00
Senior CADfdetailer $80.00 to $180.00
CAD/Detail�r $80.00 to $120.00
Engineering Tethnician $80.00 to $120.00
ENVIRONMENTAL Environmental Manager $190.00 to $255.00
Senior Environmental Planner $1 25.00 to $190.00
�,Ass€s�iate Envirc�nrner�tpl Planner $100.00 to $140.00
!Environmental Planner $80.00 to $1 20.00
PUBLIC OUTREACH Community Engagement'birector $170.00 to $200.00
Technical Editor $1 10.00 to $170.00
Graphic Designer $80.00 to $120.00
RIGHT OF WAY Right of,Way Manager' $125.00 to $195.00
Senior Right c�f Wt�y Agent/Specialist $130.00 to $195.00
Right of Way Agent/Specialist $120.00 to $155.00
Right of Way Aassistant f GIS Technician $80.00 To $1 20.00
SURVEYING Professional Land Surveyor' $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 Representative $135.4� tz� $195.00
Office Engineer $1��.t�0 to $155.00
* Inspector-Day $1 30.00 to $1 80.00
* Inspector-Night/Saturday/C7T $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 $80/day
Outside Reproduction Actual
Permit Fees / Public Notice Advertisements Actual
Record Search Fees /Mapping Fees /Title Actual
Room and Equipment Rentals Actual
Traffic Control Actual
Utility Potholing Actual
1lO Blue Pt�vine Ro��d,Suile 2OU,Fvlsom,C,�1 4?�630-.,}7�13 • TFt1c��:91fi.Fi58.{)t7��1�2 • P��,�:��7fi.ti5$.Of�;��.13 • wwctir.�ic�ickenrn�;it7c�ea-ins;.cc>m
� �� � ; �'� � � � . .
' �r�rrsmir�ra�.�aRM
� � fl`Aktl1�PI�ES f2POUIRE7?*1?C1/UQT F M.47I Ft)R RF'vtcut
�
TO CITY ATTORNEY�2 5 40 0)&CITY CLERK 22 4439�
Agreements p Bonds¢ Contracts�} Leases p Escraw Instructions
¢Deeds¢Securities Q Resolutions Q Ordinances p Opinions
Date: �jJ�1122 Fram: Stephanie McCollum
�.� �.�
Dept. Name: Engineering Dept.# 5�1 Phone: 225-4511 � �
�
Person most knowledgeable: �arri Vandiver p�Qn�: �,��sy,,,
T=,��
$�^:�w�m„ �
P':Y +.
INSURANCE REQUtREMENTS MET?Prior to signatures, must submit lnsurance Transmittal Form to R�sk,�have 'i' �
certificate uploaded by vendor and approved by Risk. lf not, your contracts wi!!be held in the Cterk's Office. For
help contact Risk Liability- daht cit c�freddi�� .o (530)225-4385.
DESCRIBE ATTACHED DQCUMENTtSI
Document Title: ��cond Amendment to C-7377 and 7378
Outside Party(ies): �okken Engineering
Project�WhatjWherejWhy?): �stside Fid and Eastside Rd Bridges at Canyon Hoilow Creek Bridge Replacement
COUNCIL APPROVAL REQUIRED? No�Yes� IF YES,DATE OF MEETING: Agenda Item#:
Was contract/agreement the result of an RFP or Bid?No f Yes� Bid Schedule#or RFP#:
IS COIdITRACT RELATEI}TO THE CARR FIRE? No QYesC�
REOUEST FOR ATTORNEY SERVICES
� �#ttorney Reviews Draft-All documents must be reviewed&approved before obtaining any signatures.
When amending contracts,attach a capy of original contract and all prior amendments. Do nat e-mail
documents withaut priar approval.
� Retui'n di'afts t0: (to finalize&obtain outside signatures)
� � '��'���� �� ��',��n�il�l# �a�€�vi�� �'j'��c�t•�.�,�`',�r-: {2) draft l�as been previousty�•eviewecl&
�p�raved E�y Attorney, (Z) Dept.has obtained outside signatures, Please subinit two (2) originals. Use
p��aerclips-no staples--and affix"Sign F-Iere"tabs on all signature pages.
(Attorney approval naw mandatary-RMC§4.20.120.A�
*Note: Signed originals will be forwarded to City Clerk for necessary City signatures,insurance&.
other requirement verification,and processing. �
❑ Mailing/distribution Instructions: �
� �
� Prepare Certificate of Acceptance (easement&grant deeds) �
❑ Memo or additional info is attached.
� Other:
� � �
Save for Attoiney's Notes � � � �
� , � - � - .__._.___�_ _
City Attorney Log# ��...'�. ' !�� �
e r
� � � ' ��Logged Out By: �' ?„°° .�
nev.8�18
i �
=� ���� � i
..-
- �==:- 777 Cypress �venue, Redding, CA 96001
- -_
PO BCJX �96071, Redding, CR 96049-6071
L I � 1 � %'� ��t�r�fr�cie��r�g.�r
,.�
PAME�A MIZE,CITY CLERK
SHARLENE TIPTON,ASSISTANT CITY C�ERK
530.225.4447
530.225.4463 FAX
November 13, 2022
Dokken Engineering
Attn: John Klemunes, Jr.
11 C1 Blue Ravine Road, Suite 200
Folsam, CA 95b30
RE: Second Amendment-G�378
Dear John Klemunes, Jr,
Enclosed please find the fully executed original af the alaave referenced Second
Amendment to Consulting and Professional Services Contract with FHWA FundinglAssistance
by and between the City of Redding and Dokken Engineering regarding the engineering services
far the Westside Road Bridge at Canyon Hollow Creek replacement project.
If yau have any questions regarding this agreement, or if we can be of assistance, please
contact the Office af the City Clerk at(530) 225-4044.
Sincere�y,
� ��= �—���-�.�..�
—�...,.�,
�,.. .., .
�� ��-� -�.�--'�—__.._�_�__ --�.
�.� � �,�.
.,..��.�..�-M.�-- — � .�a����w�� -�—_-- .,°�
Amber DaII'agget�t���"
Executive Assistant
Enclosure
cc: Stephanie McCollum
Corri Vandiver
Ellen Grannis � � � �
SECOND AMENDMENT TO
CONSULTING AND FROFESSIONAL SERVICES CONTRACT (C-7378}
WITH FHWA FUNDING/ASSISTANCE
Engineering Services for the Westside Road Bridge at Canyon Hoi(ow C"reek
Replacement Project
The Consulting and Professional Services Contract C-737�("Contract"}dated August 3 l,2017,and amended
4ctober 28, 2Q21, between the City of Redding, California ("City") a municipal corporation, and Dokken
Engineering ("Consultant") is hereby amended as follows:
SECTIflN 3.A is amended to read in its entirety as fallows:
A. This contract shal� go into effect on August 28, 2017, contingent upon approval by �ity, and
Consultant shall commence work after notificatian to proceed by City's Contract Administrator.
The contract shall end on December 31,2024, uniess extended by contract amendment.
All other tertns and conditions of the Contract dated August 31, 2017, and amended (Jctober 28, 2021, shall
remain in ful] force and effect.
The date c�f tnis Amendment sha11 l�e the date that it is signed by�he City.
IN WITNESS WHEREOF, eity and Cansultant have executed this Amendment on the days and year set
forth below:
CITY OF REDDING
A Municipal Carporation
t�`� w�w�.._������_��..
I7ated: � , 2022 ��r4�.w ,����f,�� `
�3y: I3ARRY PI Manager�
Fo�m A�aproved.•
Attest: BARRYE. DeWALT
���
City Attt�rney
�� � �, n' �,..
� ,� fi�
�',�; ;� �_,, � '" �°�«�`y`"' �„�.
���`PAlI�IELA MIZE, �'ity Cl�rk �y:
�
Dokken En i �ering
�,.: �' /
,,`' ,f
Dated: �. , 2022 �y°`
B JOHN A. KLEM �;�JR.
President �
�
; 4•:: .y ��, •,y�...w�vw d ,,.;oe¢ ..... .._. . ...... ........ ..... .. . . .... ... . .... . ._. . . . . .
� a "�������"�`����,
�
` :� �.��� ����:�����.� e�*
��'
�Y A�reem�nts$Bor�c�s�+ �e�ntrar,ts� Lease��lE�cr��v Instruct�erns
¢1b�tYs� rit�es 4 Re�cslus�ice�s$ Qrdin�nees Q .
�,
Date: 12/"(2/24 Fram: St�phanie N1cCc�ilum
Dept.IVame: Engin�ering Dept.# 501 Phone: 22�-4511 � �
P���t������t kr�t������;��b��: Corri Vandiver �����; i 245-7120 �
AMStIRA F RFQU/RE�IFfUTS fl�ET? UVhen subrr�tifting contract far revtew, you must also submit an fnsurance
Transmitta!Form fo Risk sc�insurance can be reqvested and appr�ved�n P1fVS. ifnot; your ccrrrtracf will be heid rn
the Glerk's �ffice. For he/p cor�t�ct Risk Li�bility at����������`°��r���,���.��or(�30)2�5-4�85.
� ��SCRI�E ATTf�Ci-�EI�D�►CU�+I��i'�[�l
Dacument Title: Third Amendrnent tt� C-7378
t�utside party(ies}: Dakken Enqineerinq
projectj�urpose: Westside F2c�ad Bridqe at Cany�n Hc�llouv Greek Re�lacement Prc�ject
GOUI�Gf L APPROUAL R�QUIRED? No a Yes[] [F YES;DATE OF MEETING: Agenda Item#:
Was contract/�greement the result af an 5ole 5ource f t�n-CallJl2FP2<No ❑ Yes❑ Bid#or RFP#:
m� , _,,.� .
�� ���
REQI7��T Ft�R A�'�'QI�:NEY SER'VICES �°��"`
�
�
� ' . e,�������������������a����� �����~����� ,����������z��������������°�,
���t�x�����a����������x°���:,����:�������'���������������������������������������������w ��������� ��� ��.
�����������a��������z��°a����°����~�����. �
� RetUi'tt clt'�ftS tO: (to Finalize&obtain outside signatures)
t w i " � '�" � �",,�` �.{; ��t"*1i`. ��..� ��v„�`ex �r�%m�v$waE,.`��� �C.tti�;'�:G� ;�.Ct '��.
�f� �r �.r R��` r � � ������"� �; rr�2..7i�.,..sx���:�.�.l,l,F�.t��s �.�'k ,.f..�,C��.i.,_YL..,�.K.�. ���i��'��.,.Lvrti'.7�...,..� +...d�:( �t�:rs��..,� t.1,.�' ".i�' :_Yt+�„�;:.��:.
..� _"t E::�< ,tu�..J ..`��,i 't � e..°` L, s,�M� . '�°r i'� ..E
t
's f�.��ict�3u� �1a-S_� .a�7,., �5 ��?i �e!r��..y�i"ctiSi.. ,rza ?���.t�"`z�S;�,t.I7"� �r�.,..
(Attr�rney apprgval mandatory-RMC§4.20.12Q.A)
�`Nt�te: Signed originals will be forwarded to City Clerk far necessary City signatures,insurance&
other rec�uirement verification,and prc�cessing.
� Mait��g/distributi�n instructions: ,�� s �i� �.
, � �
�� �
� Prepare Certificate of Acceptance (easement&grant deeds� �,� ����
� Merr�a c�r additianal info is attached. �= 1'`'
❑ ather: �`"
�SaveforAttarney`sNotes� � ���� ��� �����
City Attcsrney Log# � �"�""���
Logged Out By: � �".
n�:ospao __
I T� 4` �,-..---- �IT'� F I
,..,
= ,-==� �-- 777 �Ypress �,venu�, Red�ing, CA 960C�1
y. �- .-,
- " -' P'(� BC3X 496Q71, R�dding; CA �60A�9�6tJ71
, ,- . r-
�.,,w
� A L 6 F C� � � I �' �it���rer�c�ir�g.c�rc�
��� �
s :
C�F'F'tCE CfF fiHE GITY Cf:ERK
SHARLENE TIPTON,GITY CLERK
590:225;4447
530:225.44F3 FAX
December�4, 2024
I�ol€ken Et�gineeriY�g
�1TTN; J�hn I�lemunes; Jr.
110 Blue Ravine Rc�ad, Suite 200
Falsc�m, CA 9563q
RE: Third Aniendment—�-7378
Dear John Kle�n�:�nes,Jr.;
Enclosed please find the above refe�:enced fi,illy executed T�lird Am�ndment tt�
Cansultil7g and Frafessional Services Contract witl� FHWA FuildinglAs�istance by and betweeil
the City of Reddin� ailci I7akken Engi�leeii�l� for the purpose of praviding el�gineering services
for the Westside Road Bridge at Cal3yt�n I�ollow Creek replacement prQ�ect.
If yau �av� any questia�ls regarding this agreement, ar if we can be af assistance, please
cantact the Office of the City Clerk at(530) 225-4439.
Sincerely,
�` K �_--
��
���������� �
Kristen McGee
Mailagement Analyst
Enclosure
cc: Stephanie McC�lium
Corr� Vandiver
Ellen Gr�nnis
THIRD AMEl'�llMENT TO THE
C4NSULTING ANII PRt�FE�SI41'�1AL SERVICES COl"�TRACT
WITH FH'WA FUN]DINGtASSISTANCE BETWEEN
THE CITY C?F 12EI7►D�I'�G ANLI DOKKEN EN+GINEERING,INC. (C-7�78)
This Third Amendment ("Third Amendment"� is made and entered into by and between the City of
Redding, a municipal corporatic�n, (t`City"} and I)okken Engineering,Inc.,("Consultant"}(cc�llectively the
"Parties" and individually a"Party").
RECITALS
WHEREAS� the Parties ha�e previously entered intc� Consulting and'Prc�fession�l Service Contra�t o�
August�1, 2017,for the purpos��f Engineering Services for the Westside Road Bridge at Canyon Hc�Ilow
Creek Replacement Pro��ct ��-73'78} {callectively r�ferred herein as the "Cantract95) and amended t�iis
cc�ntract on Qctober 28, 2021, �"First Amendmeizt"}, and November 3, 2t}��, ("Second Amendment"}
(collectively referred herein as the "Cc�ntract"}; and
WHEI2EAS,the Parties desire to amend the Contract tc� extend the term of the contract.
NOW, T�IEREFORE, the Parties for good and valuable consideratian, the receipt and sufficiency of
which is hereby acknawiedged,hereby a�,ree as follcaws:
I. Subsectic�r�A of�ectian 3 of the Ct�ntract is hereby amended and replaced in it�entirety to read as
fallo�vs:
5ubsection 3{A): This Contract shall go into effect an Aug�st 28, 2�1"7, ct�ntin�ent upan
approval by City; and Gonsultant shall commence work after nc�ti�"icatian to proceed by
City's Contra�t Administrator,'The C�ntract shall�nd on C}ctaber 3l, 20�6, cinless extended
by an amendment.
All other subsections c�f Section 3 of the Cantract shall remain unchanged and in full force and
effect.
II, The foregoing Recitals referenced therein are hereby incorparated by this reference and make part
of this Third Amendment:
III. Except as expressly set forth herein, all other terms and cQnditi�ns of the Contract shall remain in
full force and effect;
IV. The effective date of this Third Amendment shail be the date that it is signed by the City.
�Remainder of page intentionaliy left blank. Signature page foliows]
�.u.....M.,�
s
�,��
���
�t�
�°,
�,�
Third Am�ndment to Contract{�378)
Page 1
IN WITNE�S WI-�EREQF, City and Consultant have executed this Third Amendment Qn the days and
ye�.r set forth belaw:
CT'I`� t�F REDDING
A Munici�al Corporation
lDated: ,� , 202A _-
I�`y. SAR TI N,C�ty Manager
F'ortrc Apprvverl.`
Attestr C'I�'RI.S7'IAN�: C"UR�IS
C�ty --�- ��
w � ���� ��'����
. �"� �,,��
�
.� ;
�"�Hr�R�.,E1��E TI�'TtJ7't1, �i� �lerk By.• N�:��li� �C. �$���`St�E�
�s�isfiar�t�f�3 �tt�r�r���� €
DCJ►KKEN ENG�NEERII�iG, II"�C..�.���
Dated: ,2024
By.. A. KLEMUNES',J . Fr°esiden�`
Third Amendment to Contract(7378)
Page ?