HomeMy WebLinkAbout _ 4.11(d)--Approve the Fifth Amendment to Contract (C-7518) � � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: March 4,2025 FROM: Michael Webb, Public Works
ITEIVI NO. 4.11(d) 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(d)--Approve the Fifth Amendment to Consulting and Professional Services
Contract(C-7518) for the Westside Sewer Interce tor Phase 3 Pro'ect
Recommendation
Authorize and approve the following ac�ions relative to Consulting and Professional Services
Contract(G'7518) for the Westside Sewer Interceptor Phase 3 Project:
(1) Approve the Fifth Amendment to the Consulting and Professional Services Contract (C-
7518) with Water Works Engineers, LLC in the amount of $148,709 for a total not to
exceed fee of$953,265;
(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 $75,000 in total.
Fiscal Impact
The Westside Sewer Interceptor Phase 3 Project (Project) is estimated to cost approximately $10
million. The project is completely funded by the Wastewater Utility fund. The total project cost
includes a consultant contract with Water Works Engineers, LLC (Water Works) to provide
design services through construction. This amendment wi11 increase Water Works' consultant
contract by$148,709.
See table below for a summary of amended costs to Water Works consultant contract (table only
includes amendments that adjusted the contract amount).
Original lst Amend 2°a Amend 3`d Amend 5ti'`Amend
Contract Revised Revised Revised Revised
Amount Ad'ustment Totai Ad`ustment Total Ad'ustment Total Ad'ustment Total
$651,12'7 $53,845 $'704,9'72 $52,605 $'75'7,5'7'7 $46,9'79 $804,556 $148,709 $953,265
Report to Redding City Council February 26,2025
Re: 4.12(d)--Approve the Fifth Amendment to Contract(C-�518) 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, Water Works wi11 not be able to
complete the design of the project. This alternative would delay or potentially eliminate the
construction of the final phase of the Westside Interceptor.
BackgNound Analysis
In December 2017, an engineering and environmental services contract was executed with Water
Works for the project. Work began on the design and permitting of the project in early 2018, and
the overall design has progressed to nearly the 90 percent level. In order to better accommodate
for the future needs of the City, additional considerations have been included over the course of
the design. Some of these considerations include the addition of a screening facility upstream of
the treatment plant pump station to remove large items and debris that could damage pumps;
provisions for future para11e1 potable water facilities at the Clear Creek Crossing; and modified
maintenance structure alternatives to promote constructability and reduced inflow and
infiltration. For Water Works to complete the project design and provide the services originally
outlined in the contract, as well as the considerations mentioned above, additional funds are
required as requested in this amendment. The amendment has been approved as to form by the
City Attorney.
The Westside Sewer Interceptor Phase 3 Project is the last phase of the project, originally
developed in 1999 to accommodate the future development capacity of the City of Redding
(City). After many years of forecasting and planning to convey flow from the developable north
and western portions of the City to the Clear Creek Wastewater Treatment P1ant (CCWWTP), it
was determined that the existing sewer interceptor (1966 Sanitary Sewer Improvements) did not
have available capacity. Phase 1 of the Westside Sewer Interceptor was constructed in 2003 and
created an additional interceptor alignment connecting Locust Street to Girvan Road near
Cascade Park. In 2011, Phase 2 was constructed, traversing from Butte Street south along
Continental Street and Garden Avenue, connecting to Phase 1 near the intersection of Locust
Street and Garden Avenue. Phase 2 diverted flow from western Redding into the new alignment,
therefore, freeing up capacity in the original interceptor for development in northwestern
Redding which flows through the North Market Street Lift Station. Phase 3 will complete this
system connecting the new alignment which ended at Girvan Road, with a parallel interceptor
directly to the influent pump station of the CCWWTP. The proposed alignment will be a 42-
inch inside diameter pipe and is sized to meet the future wastewater conveyance demands by
operating in parallel with the original sewer interceptor.
Envi�onmental Review
This action is not a project as defined by the California Environmental Quality Act (CEQA), and
no further action is required. On February 15, 2022, the Council adopted the Mitigated Negative
Declaration and Mitigation Monitoring Program, and approved the Westside Sewer Interceptor
Phase 3 Project, thereby satisfying the requirements of CEQA,
Council Prio�ity/City Manage� Goals
This is a routine operational item.
Report to Redding City Council February 26,2025
Re: 4.12(d)--Approve the Fifth Amendment to Contract(C-�518) Page 3
Attachments
C-7518 Amendment 5
Contract C-7518
C-7518 Amendment 1
G7518 Amendment 2
C-7518 Amendment 3
G7518 Amendment 4
Prior Staff Report 2-15-2022
F°IF'�"�-li .� � �T�fi'C�°°�c�� 'T
� 1�d��TZ,�'Tl��� '��C��'E��I �Ia 5��: : ��� � 1�T ����
�'T �I�t�' �; �;'�'C� l� � ,t'��,� �7['� �1� � �I��I������:�,�.L� ���75� �
":�''�ii�Fifth Amendme����l (<`�'ifth Anlendment�'�is n�ade and enter�°��ir�to by and betwee���i.h��ity ofR.eddin�,�
4� munici�a� corpc�ra'ii�t�n, �"�ity"} and �drater Works Engine��:c�, LLC ("Ca�sult��rit9i� (coilectively th��:
``:['a�-ties" and indivi�lie�;�lly a"Party"�.
1tE�ITALS
��� : .. �-1S, the Pat°���s �ave �reviously +�z�tered inta Consul�.i�� and Profe�siona9 ��;rvic� Cantract c���
.Ir;�n�.»ry 3, 2018, for 1:��e pa�tpose of We�ts�A�� 5ewer Intercepto��:E'hase 3 (C-`7518} ai7� �-�me�ded Apri1 1�;,
;:��2t� ("First A�men+;iz���r�t"), �an�iary 21�,, 2�21 {"�econd �'�mendment"), Apr�� 14, 2t7?�, ("T�iir�:�
,��,rn�ndment"}, ancl _l��c��,rember ?, 20�2, ("`�c�urth, :Amertdm����t"�) (cc�I�ectively r�yf'�rred herein as th�W
;`��`antxact"}; and .
Y��' .F ��,�ity ancl':C;c�nsultant noticed th.s�.�tl�e Cons�ltant's na»��in the Cc�ntract wa��id�ntifi�d imprc�perlq'��
,:���z� desire tc�carrect tlp�;C'onsultant's F�ame t.�c:�bc�ead Water Wark, ����;ineers,LLC.; ��:I:
'�J� E �A�,the Par�;ies d�sire ta a�mend t���;C'ontract to(1}add t�sl�s to the Scope af'��c�rk and(2)�ncrea��;;
i:����;c�ntract a�nc►unt.
''�f g '� � ��' �e.��:, the Parties far gd.�c�d ��nd vaivable co�.�s�cteratian, the reces��pt �nd sufficiency cr:1°
�,=1��ii+�l�is hereby acknsa�+r�l�dged,hereby agi�°�-w��� foll�ws:
:�. The name o�`tk;a�m Cc�nsultant is hereb;r t+r�t€;nded ta be read'gw��ater Wc�rks Enginee�-:�;LI.,C.AlI referenc���
to Water Vdor���> �z��ir�eers in the Ca����-act are hereby re�pl���:ed hy Water Wc�rks}:�::�7g�neers,LL�C.
II. 5����� � of t17� C�ntra�t is h�reb,� �rnended and replac��� i� its entirety to re�d�i�i�s follows:
����it�`tf� �. Subject to t1�e t�.:c�n� and co�ditions a>et fc�rth;iY� this +Con�.G�acfi, Cansultant slaa�i
provicf:c�tc� �ity the service�, de��ribed in E�iibit .��, E�iibit A-l;E��1�it A-�,E�iit�it A-3,
and E>de;l�ibit A-4, �ttached���d incorpQrated here:�:ci. Cc�nsultant shall�r���rvide the services �t
the ti��-a��,place and in the z��R�rru�t�r specified in E:p,.11i�>it A, Exhibit A-l;,:E�aibit A-2, Exhib�t
A-3;a:��c� �a�hibit A=4,
ITI� �ub�e� .�a�� ��f��c�e€�aa 2 of the C:'��ntract is hereby am�,rr.Ycl�d and replaeed ur:i�s�:ntirety te��ead a!��
fo��c�ws:
��b�e������ Z(r��m`City shall �a.y Cr�nsultant for:,c,rvices rendered pur�ua��t.�o this Contracl:.
at t"he ���n�s and in the ma���ne�• set forth in Exhi�l�it B, B�l, Exh�bit:E�3,�2, Ex��ibit�-3, an+:i
Exhib:i��3-4,attached and irs�;orporat�d her�in,in d�tr�tal amount not to�:;�ceed�Tine Hundre+:l
Fifty-"1���r�e Thausand Twc� �-Iu�dred Sixty-Five :I�c�Ilars (�953;265). "l:'his su.m ineludes all
out-€�f�.1���;�et tra�el, lad�i�i� and incidental ��:�a€:nses incurred b�� �ansultant th�t ar���
re�son���I�y associated �vith. �he provision af se�.:�ices under this Cc��:i�ract. Tl�e payment;�
speci�iie°d�erein sha11 be thr,: ar�ly payments tc�b�;; rna�e to Consultant 'Fc���s�rvices renderei:�
pursu����t�:o this Cantract.
�11 other subss�cti��s of Sectian 2 o��'t���ontract shatl rea��iain unch�.nged and�.��fiall forc�and effec�.
F�iftla�.rnendrnent to Coni�ra�ct(7518)
l";�.ge 1
��'. Exhibits A-4 f�nd I�-4, attached t� ��7zs Fifth Amendmer�,l �re here6y incorpo�•��t�d by this referenc��::
and mac�e pai-�;of the Contract.
�F. The foregoin�; l�ecita�s referenced 1.l��rein are hereby ina:,+;.►r�sorat�cl by this�-ef�vr:e�re:
��. Except;a� ex�i•es�ly set fc�rth herei�r�.� all other terms and con�itic�ns of the �c4�ltract sha11 remain i�i
full fc�rce and��ff�ct,
I.The effective ���a.t� of this Fifth,Arr���r�dnient�hall be the;��te that it is signed��:1��h.e�ity:
a4_l�1 I'C���� �:; �, City and �Cc����;�uliant have execu��;�l t�ais F`ifth A:mend�7���z�t on the days +:i
���;a�set fQrth below;
�IT'�' I:� Il� ,
� u ��i �1 C:'��r��m�°����
��� � , 20�s�
.,.. e..�. ..:.
�r .��� �J�"1�1Sg ��+��
F�� 14��rr��e,��'m
�4���ta �' ,�`�'1�1����. �'LI �IS"
�i�y��a��°�a�y
w .___ ._ ,
� �1�1�'�'���' l�, �itg������ y:
����° ���� ���xa�i����°�,I.aIJ�
�-
��� : ��� , ���,� �
.�. ._ ._.._:..
,�r ���� �. . `���� ����irs�l��T� �s��°
l:�i Fkh�mendment to Cant:r�act(75l 8}
1:�.:i�e 2
�i �� �� �� �irt x � �� t:w;
�����d�:�+���:r Zr���:a�r���Ztc��
�bN 4Be16lC0�� ■Y �N �6Sfd���&Y� � � fGw�a�� . . � . �.
l� 1 i'� 48;;��
����r uv���.� �r��i�����, ��� ��.�������) ��� ���������a�n� ����d�.��r�
� i�c�� � r�� ���—� a i � ���� ri �� ::�
"�"hi�Sc�pe r���r�gine�=rir�g Senrices�s issu�;a� �y the Ci�y o�R�dc�ir�g (h�r�en referred ��:€�as CLT��T)
'�nd accept�d by�la�i�r UVc�r�s Er�gin�ers(�°��r�in ref�rred�o as 1;��1C�IiVEER�pursuant���he mu�ual
��rc�i�is��, ��ver��r��.� an� �onditi�r�s c�:��t�ined ir� the mcr�� curre�t E�g►nee��ir�g Services
a�sc�r�em�n� be��en th� Ci�y af Redding (C�i�yr)and �ater�l�r�l�� �ngineers.
��rr�'� ��i � �
�.� � � ,,. �M
"�"�� pr�aj�c�spec'r�cs ��re as follc�ws;
L� �i �.ity c�f Redding, Ca1Afy�rr�ia
��i � � �:I��r Cr�k�last�v�i�<���r Collectic�n Syst�r�n . estsid�Se�rer :�nt�rcept�r
r '� i W��tside �ewer In��.yr��ptr�r--�ddi�ic�nal IWn�ineering �ervrce:�,;
� � I �° . �il�ter Wt�rks �r�gis-��er� is hired by t��r� City af R�ddin� tr� pr�vid�
�� � � �ngineering servic�a�=� ��r design and I��i�ic�i�g ofi �h� We�1�;>�d� Sewer
�nt�r�eptor Phase a� pr��ect. This prc�je�tMk is �f�e 3ast phase s�f th� Ci�jr's
� ��5tside Sew�r Inti��rceptcar that �viMl cc�r����e� the Phase i o�' �r�j��t fh�t
�nded a� Girv�r� �c��d (ups�re�m n�:�rth end) to th� e���ar Cr�e�
'��s�ewa��r Trea�r�r����: Plar�t (CC tT�;� �downstream, sout��r �r�d). The
pr�►�osed alignmeni: �i�l b� 42-inch insi�:��� r�iam�ter and is si�.�t� t� mee�
'� ����re wastewater c:,�an�o�yance dernands �y �perating in par��Mliel with the
�xisting WV�stside Yr�C�r��ptc+r.
' ' In c�rd�r ta b���r ;:��c�rnmc��ate for th��5 City's future ne�dc>! ��diti�n�1
a�€���ideratians hav� I���n add�d during tl°��course of�h�desf���r�, �ncluding
l. modi�ed m;�i�tenance h�ie �:i��si�n alternatives tr� prc�rn�t�
ct�ns�ructabili�y and reduced pc������ki�l f�r in�low and ir��ltratic�n
Z: addi�i�n o��� scr�enin� facility �a�.►���re�m ��th� CC "�"T� Irtfluent
i
�Ui1f1� ��c��1�9"1 �I���f �t�(�
�. prc�visians fi��:ar f��ure paralkel ��t��ii:� al�gr�m�nts C�:r��table ar�d
rc-�cy�led) a� �:E�e �lear Cre�k Cr�s��ng.
' Given the cc�n�;�r�ints €nvaived �vit�-r cons�ruction a� t��i�� VVes�id�
� In�erceptar, sp�6�;:if��lly on fihe d�wr���tr�am side and alo��g �he Clear
;
Creek p�r�ion, iti: wcr�ld be reasor�abi�:� tc� includ�the�e ch,��rtges in this '
design. A�n a�ert�����r�f�hese addition��9 scc�pes are sho�rn i������overalf
sch�:matic b�lo���,�
.__ �.....�_ :..__. ...__ ....�
��� �f�' � �� a+���k��� �1
� �� ���.'�� � ..,.�"��,�.
�G. s, mk 7 r S�! £ . �
�
+�6� � �r� � ��� � I �� - s�t , F ��
'�����d������Ir��;��������� � t;
,A������ iti�� �0 ���� ����� +��������
� � � �����
���j��t�v����w ��t���t��a�
� � � �n ��x
� t r� � � ��� � � � � ,
�� � � �, � � . � rva a� <� �`�r,�
� � � �k x � �s�z x ��.�;3 �a
� �,
q��� N��` } {� '� `��;�,�'.�Y�}�s{4��1;�i '?"r7' e r �7 `�a��;,5`�F�r.:.,�;,a�, ��'��
a
� „ � �.
, ��t� � � �� �
�$��
�� f�� ` � ` �' > �$ 4� , ;Y� �Xi ,, , }�
� �'��� ��r � �t3�{'� �����{ '�� i;§ � fi� � y
�,t�:[i� i�t. # . � �t, 2.. �'�
�;?k��t v � �,�.�, � ,�
� � t�x h �, � � � �� � �� �`� �
d f ".k± 3,�1� c�`5,
S=�„�� � ��^ , " �xe�`�� ��' s t� '� ��m'
� � ��� �� � ti� ;�r �x���a� }
f
k � Y
� ���''�`,�r� ���h� � � � t��o-f �'s�`�rS�'t� u '�'.
r
�
[�w �� . � �� ��� {�� � �� �
+�" � xt� y� '`�,, ,;� �,.��.,'ID;' � � s�� ��L
�r �� � � � � �
i, l
z� r � F 4 a
cy ��`
ti "`ty�t �� �,y� � �� s '"o-�k��.�"��''' ''S
'q��4� ; � �y n �� , �"n;. ������az��`s='�'`"�'�`�, ''�
r � { y;
' �� , �� j
�is.
$ g �` r` a�
";�
� itN
4 �.
,.,�� �� � �. ,
r i� r
� ��`,
µ�?;,
q
4 s� �,.` � �,2 � yr'= � ,
�a� ����:`��
r
��, s ����"�a��� ;�` � � 7�;���fi7
����' ���t � *�� �x � � '� �tt���,
, � i��������,l�ff��� � �; � � �� a „t �f���t ir��w} +
� 4` �'s �"`� k��`��xu'��'�:3 ��� „'�9
" u
� �;S"�t�:��..���'l� � e
� �� � �
� h �i
i
4 t � �� �
}. - .i �i%i U����) .�� �, i '
� �,'.;},4+'h a''wxo�5�. ""Y
}F {, ay g
S� 'o-v' �' ,'��13�#b�K�Jx.,4 @$ro��v&"`6
y
� d E ����C;�`4�' �� "
) � ' � ����'. �
il. �t ��� ��t � � �*� } � ` .
�� u, Y� � � �� �..�� � � � � ; � t�:
��� � 4 ��� � �i� �� $i
;3�� � �
,i(� �ti�t`�. cx, i'�}�'�, �"�� �R.'r`✓� �iij ��i � � f�
'.3'� {..fi � ��
� l
�
, " �'�}'�� h, t{� .. .
�� .�"t r�..:. S� �} �, .�}{.� '�—�-
^
i
�
(
. � �� �° ��. `
uu ��. .�, u r.. .� .� a . . . '� ,, .t, .. .. ..
,As shown abave, �:P��e green is' th� r����c�h aiignm�nt �f �t���� n�w �3,2�0 �t I�:�r►g �2-ir�ch
ir�t�r�ep�or, r�ith th�:: �,in�� creek cr-ossing,aa (C�Iney Gr��k and C`I�ar Cree�}. Prop�s�� s�r��ning
'Facility and u�ilit�r cvrrid�rs �r� shc�wn in ����ell�vu,
��k�,���,
� ����t���ti����,k����`��� ./+�
.. kD tro 1 7� L ? d. e . ""'
• �i�� � � � �r��� �� ���� T I��� — r':�:� t z ;
���ids����:r Ir���:������t�r�
, :
� �� itas� �1 � ����:��°iiw�g ��� ������ ��.�4 �,
_�� .�.�
� ... ._
��:��r�� �r����t '; The overall abjectiv+��s i��c�lved with �he4p�a serrvices are antici���s���d bel��.
` � � � P�rfarm a t�:�hr��cai evaluation �,��ith respect tc� sele�:F��r�, sizing,
' {�ying c�ut, �rrd design Qf tt�ar�� m�d��ed maint�ar�ar�ce hc�l�
,
al�ern��ives:
o Hybris� HqPE T-��se and FwR�I� t�aintenar�ce �°1��1e (Fio��s
; C�i" �C�L4�1�
�
o �RP��1 T��as� �adn�enanc��:� hi�l� and Pip� (Mot����c�r eq�al)
i � Per�orm a t�;.��hn�ca( �va(u�t��n d,ti�€�h respect t� sele�:�l:��n, sizing,
laying r�ut, ;:.�nd �esign of �h� sc,���ening fiacility ups�i�ear� of' the
�XIS�itl� f��
! � P�rform a �����hr�ical evaluafiion fo���ddi�ion of po�able �,�r�d recycled
j wa�er pipelir���� �ar�visions aiong ����� Cle�r Creek crc�ssi��s�
' � S�mmarize ik:��� fsn�i�tgs �nd ma�okow ��gineering recc�r�°�im�r�dafii��s
� in th� form �a� a w�rkshop r�v��=w +��' alternati�es, �'�ll�vued by `
pre�duc�9�n c�f � Tecl�:nica! Mf�a��►r�ndum t� surr°ai��r�ze the
�
addi�ions�s;��r�adtl�ndum t€�th����r�j�c�Pr�liminary C����i�r� Repor�
I (PCaR), if �hr:�►� I�vel �f m�moriali��.��i�n c�� tt�� change,� is �eerr►ed
�►ec�ssary b;fi{ Cl_TE�1T and Et�GINI:.�R..
; * Incorpc�rate f:h� �rtal PC�Ft r��or�r'�m�ndat��ns into tWw� ��0°lo and
�.�(I%a t��Sl�l'� �}c"iC�{�C��S
..�.._._ I,m:��._ ,:_ ._ �._.�.
�+�C��� t8���F"lf����
..,. , .w , ,..
"�"a rr�e�t�h� g�neral c��j��tiv�s, the f�11���rir�g ;�ervices will b� �aw�°��ided by E1�GI�lEE�f�f�r the C�ty
�a�f R�dding as part of'#ch�s��ddi�iona( eng�i���ring s�rvices.Thiw; scap� has been sp��iia int� phased
i:��si� with th� intent ��f limi�ing ��forf�a�i��l�tt�at�uhich is n�ei:��d b�sed an pr�vicr�i�;t�sk results
��s �ollaw�;
.��� .r
.._ .. .w.__..
� � � �
u..._... _ ._...�.�_ �...._.
�. E�ainter�anc��;� N�l�Constructabilii� Er�h��ncerr►enf Rl��i�nativ�s
,_� ._.. ..._ .... ..a...._
....
� Influ�n� �cr�a�r�ing Facili�y�sses,�;.r�cr��
� Pc�table ancl F��c cl�d �l�ter Cr�;.. _._ .__.__.
y �sir�gs �valu�tion
__d- ._ ...__ ..,...�.. :..�.��..
� Pr�liminary [�e�ign Report (PC��;; �cid�n�um
.�. ..._�. ._.� ._
5 90°l� and 1+,��1°f� Design Updates
���'ix�
, � �� ��� �
��` �������..�` ��uva
�� � � � �, � ux��� �, r �
�
� �G6i LP� �� . 4i■. ��� .. . . �..:'i i l� .;4.
..,;. �,,..r,... ,:
� ���� i� � � ��°I��:�r�� �t�e��
�ddit��►raa�� E�gir�����i�g ���d��� < <
���� �� ����������w�� �°���� �������°�P��:������'�� ���������°������ �����°�������
I;:.�t�II�EER will dev�lr,:p a�d pres�nt to CL.��(�T alternativ� mai�°ite��nce hoSe desig��� alterr�a�iv�s
�,�r�cl�dir�g reiiable a��t��rr�a�ive pipe matewFii�l c�p�ic�ns� �f�a� �r7��rar�ce constru bil�tgr, have tl��
�.��t�ntial ta reduce c:��n��tru�ti�n eQst tnrsa�gh m�re campeti����� �idding o� multi�,�le materials,
�;�rc�;r<ide enh�r�ced rn��i���nance access a�s;1 h�ve a recent prov��wn trac�r�cord �f re�;��acing inflc��r
�:�nd in�ltratior� pot�r��i�{. 7�is task is a�s�:i�i�a�ed fit� �nvol��:� e�aluating pc�s�ibl,� cans�raints
��r�luding depth t�f th��� r���irrtenance ht�le�e, �c�ns�ructi�n me�hcr���ol��ies, laya�at, �ns:a C?p�r��ic�nal
d:�nd N1�interrance �Q�.k��) me�s�res. Th� f'ii��i�ngs of this tas� �fuill b� summari�ed ir� � workshc�p
a;�re��n�atian wher� �� cc�mbin�tit�n t�� �:��hi�its, fgures, dra��vin�s, cut sheett�, d��ails an�
k.��h�matics wi11 be t.Nr�ed t� present alt�;�'n��ives to �h� CLII;�:��' alang �ith our er�g�neering
r��ctzr�rmend�tia�ts. ;:�hou�d �he CLr���T, �ho�se to incl��ic�� th� pr�p�s�d er�gineering
i°��ccamm�nda�wc�ns int.�� t�e �nal d�sign, �'MC�If�EER may proc��a�� a Technic�l Mer°ri�rar�dum tr�
{,a��m�arsz�fih� additi��►is as an adder�dum �:��he �roje�t Prelirrrinar-yr Design Rep�r� i��aR}, i�'that
1�;��1 �f inemoriaii�atscrn of�he ch�nge is �:ik�err7�d n�c��sary byY �L"IEIV`I"and ��IGIf��::lER.
���li� � �a
1. Pr�fiminar��+� �orkshap present�l:i�r�
�. 1�l�rkshop ;pr��entatic�n ma��ri�;�ils
3. Prelimir�ar�y� �a�t estima�es/ c�i�,°�p�risar�s
����� �� ��� ����������������� �°�����������������
I�w�l�It��ER �rilf p�r�ca��rn preiirninary eval�u�a�ions to id�nt�fy �:�ir�d �ize equipmen� $�nd develap
1e.►�ou�s t� instai{ a ne�u s�reeni�g �aciii�y dc�wa�sfire�m �rf the Ci���r�reek crc�ssir�g. l����v s�reening
1�cility will be used fi;�� r�m�v� large d�brAi.� �r�d rags upstrear�� �f the �xisting IPS. Ti�is task is
���n�i�ipa�ed tc� invol��� �valuatin� pc�s�blal� constraints i�cl�,ading d�pth �f tI��A+� s�ruc��are,
�;:+�n�firt�cti�n m�tht�d�::�C�c.�ies, layou�, anc� �p�rati�t��l and �I�ir��enar�ce (fJ�i�} ��r►�asures. In
d:��ddit�on, ENGI�I�LR.�p�ill �ssess existing ar��1 f�ture fl�v�cc�ndi�lc����s ir�si�ing and sel�c;�;inc�the right
+,�qui�sment, �ca meet ���� speci�c r�eeds c�f iwhi� prc�ject. �I�GI�JE��I�R will �v�rk w��h I��ua( r�sources
���� icler►�M�y �vail�E�l� fia���.hn�logies �nd cas�;�c r�quired for �c�mpl�.��ic�n of t�tis t�sk. T�'r�a �ndings of
1:�iis t�s�will be s�m�,���riz�d in a v�c�rksho�:� pr���nt��iar►�h�r��� c�ambin��ic�n o��xF�ibi�s,figures,
d:�ra�+��g�, cut she��.s;, +�e�ails �nd �chema�:ics will b� used �o �rr�s�n� alt�rnatives ���a the CL�IEIUT
;:�ic�r�g �ith c�ur engin���rrng recommend��f�;a�s, Should the�LI��'�7'�hc��se to includ� �I�e pr�pc�sed
�.�n�ir�eering re�r�mr�,�ir�d��ions inta, the �in�l design, �NG�f����R may produc� � T'echnical
i'�I�r��c�randum t� sur���m�rize the additic�r�;� �s an adder�dum "k:�� �he Prc�jec� Pr�l►rx�s�ar}r pes�gn
���p�r� �P[�R), if fihat 6�uv�1 of inem�rializa�:i��� cr�th� change is �;i�e�rreti ne�ess�ry bo,��LIENfi and
���C�I�IEER.
�� 1�� r � �:
i. Pr�lirrroinar�yc ��rlsshop presenta�tic�n
2. �Ic�rk�hc�p IPresentafiion mat�ri�:�ll�
3. Prelirr�inar��� �c�s� estim�tes J e���np�risans
�»„�k
���,� ��'�':<'�'���„�'�� ������ �;
�
w TM•F s t ai r y .. ,
�C� �' � i � �
r. � .�0 .� � �����.�mf`�� ��� . . . . . �,�;
��;� �i$ �.�' � 4����'�� �...������. ,,�,:., �,.,„�....r ,;,s;
'�"��� �� ������� ��°��� ��������� ������ ��������� ������������
1;:I��T�dEER �ill cc�r�dt�+� p�eliminary evalu�.�tic�ns t� iden�i�r k�h,� c�t�sider�ti�ns �c�r i�rrci�ding �tnia
�.�ddit�c�r��l alic�nment�, �crass the Clear Cr�M�k, to b� us��{ f�r ��'�,�ture �c�tabl� �vater :�nc9 recycied
�,�o�t�r p�p�line�. �`his t�sk is antieipated �� ir�volve �valua�ing pca�s�ble con�tra9n�ss, ir��:lud�ng �Flc�w,
);�I�}� [11t���Yit��S t�tt(� �l"L:�"S, CCIC15t1'UCC'�iC?I1 t11��;�'1€�L��I�t�1�S, �S tW�IC a:3S �7C'��Iti"lillc�t� �d}�C�lll1:. �„�������
q��+�ll ��alua�e f1��r lir�l�it��i�ns, �&.M c��sis;i�r�tions, �nd fu�ur�� cc�nnec�i�ns �vh�r� ���1�cting and
I��ir�g c�ut fihe prel►mii�i�r�r a3igr�ments. Th�°�in�ing�c���his�a�� ��ill be s�mm�riz�d i���r �v��rkshop
�;�r�s�n��tron wher� �� ��mbination ��f awxhi�Ets, f�ures, drs�v�ings, cufi �heets, de�ai(s and
�;,��h�ma�ics will he �;r��ed to pres�nt al����°r��tives tcr th� CLIi:�I�' �Ic�ng with our �r�gin�erin�
����c�rr�menda��c�ns. :;�ho��d �he CLIEf�'I" �hoos� �o inclt����� the propos�d �r��in�er�ng
�A��c�r�im�ndati�ns int:c} th� �nal design, �w�lGINE�� may prc�cl�a�� � T�chnical t��r�r►�randum t�
;.;i,�mmarize the �dditicans as an addendum 1:�a the Praje�;tt Fr�i�r�Mi�1�r� Design Rep�r� �;F�i�R}, if tha�
I�v�l af m�mc�rializa����,r� �f the change is �;i���med n�cessary byr�LI��T �nd EfVGTi��::�Ft,
I����� � . � ��
�:. Preliminar���vorkshop pr�ser�t���:i�r�
2. VVc�r�sh�p jpr�s�ntation materi«����
3. Preliminar�y��ras��s�rma�e�J c�nnpa�risc�ns
�"��� �� ��������� �����������; ����� � ���������� �������� ��������� �� ���� ��
I�:�t�I��ER will sumrr°r�ri�e tl�e �`ask �-3 f�ridi�gs, as w�ll as o«r �r�gineering re��nr�m�ndations,
���a�c� a Technical �err�Qr�ndum, �rhich w'ill s�rve a� an add�.��d�am �o the P�°oj�c� PI�R� Upan
':�rab�itt�l of the T'Ni ��r�f�, E�GTi�E�R �r��l c��rdin�te a �vork.�h�p �ith the Ci�yy tc� r�vievu �he
���nd�r�gs �f thes� tasE�� b�f�re �inalizing �i�� T(� as a PD�t �dc.1,�n�um. Th� follt�wi����g i� � list o�'
;:�r�ticipated d�iivera�l�p� �ar�his��sk.
#I�t I�� r� i ;
1. PC�R ad�ea���rrr� dralt
2a PDR add�i7d�m worksh�p
�. Final PI�Ft ��dd�ndum
"����� �� ����� ��� �r����� ����� �������
I,Jpc�n c�mpl�tic�n af tl��`��sks 1-3 and T�.:bl�4� �as deem�d nec�:�:�s�ry t�y CLTE�T), El�lt���lEE62 will
���i�carpar�t� r�c�mm��r�d�d updates in�o th��pc�mirtg 9(�°l0 �ncl �.0�°lo design pac�a9;��s; Th►s task
�,�a�ii4 ir�c{ude updating �he f�allt�wing asp�c�y:�,�each d��ign pac�:r�g�:
�.. C►vil, El�ctri���r �nd Instrum�n��tic��� d�awings and det�i(�
�n Specifica�ic�ns ���d bidding do��m�i�':ts
3v Cost �s�im������r►d bid sch�dule
�. Bid Sched�aie ��ri�h �id �iterna�iv�s for Select Improv�°�rn�rits as deemed r��e�sary by'
CLI�IVT�o evz..ill�.��t� ��se �id and �;t����ntial Alfierna�ives ����in�� projec�fundir�q
�f v��� �
z ���: ;�4,���� �.,�,��������
�� � �t����h�����,
� _ �x � �� � � �� .. �
� �'�... .�' . .. � .��� � . ..�. ..� . �;.. J , ..�r i.�:=,
C.�? t„�;.,..,�„
���i����r��r I�a'�:��r����a�r
����� ��i�r��l �i ���°���� � � � a��� � �.�.
. � ,, �;
l�r�j�� �h�ei���;
°�'�� preliminary proj�a,�.fi schedule is presa.:nt�:d bei�w, l��l�Ifi�,l1=E� anticipa�� th���r� bt�ms �o b�
����r�lcrped s�mui��ne�.�us�y as the d�sigr�p�°��gresses, with rr�insrr���r� ir�paet tc��he de=;,i�n sch�dul�.
.____:: ,�� .a. .�._ _._.._
� � 1� r��ti
,_...� ,__ .� ._.._.�..�._.. _.�._�.��.__.
�otice tc� F"°'�•aaceed �assumed)
,..� .._r_ :�....�_ .....�: ,��.
I���r��enan{�� Hole C�nstruc�abii��r En��r�cemen�t fi,(�.:� 2-3 �����l�s
.« In�7ue�t 5�.r���nin Facili �ss�i_.._. :_..�� _.�.._
....m_
g ' �yy ��m�:n� 2-3 �r��ks
._ .,.: ._ ._.� ,�.
Pot�ble �n�l �e�yele� VVater�r�c�ssings Evalu�tic�n 2-3 ���eks
.._�:�. ,_ _ .�..� .�.�.
Technic�i I����m�rartdum (P�R����d�ndum if necess�c�=) �4 ����ek�
�,._:. ..._..__. �
.a ,_. ._.
9�°lo and :d.i�0�'f� C3esign Updat�;� P�r proj�d::�s�hedule
��������
�,, ����,����f��� ������������ �
� z � �� F. $.
� �� ,
�
vr ua o, rv �r �n ea,_.r+ �
� � �
� t�^d u�1 Q � � � p�� N �,�y
.:3a,,; � t0 � iD. �tL7 "tJ"� tD ('"� � ri' Py` �,p�
� Y-{ ��. '�h � � V4t V& �4h iJ3� �V'5-�� �'1
u� � � c � �''
r�+ � c
on
�a „��,a �� ca o � i'� o � ea� e� �,
� � �3 ua � ".r3 � �r �a �
_�.�. _..
�� �
��� o � � o � �`" c,
��;� .»� � � � � �ct' ui c�a �a
���.� � -o z ;� �n. � �,�. `,�. �
�,��� �� ,n � � `�° � �a
��� ���r' o a � °;�
� � • � �,
�`�� �
�� � se � � � � s� �'
��� � � � — � �
�
,� _......m ..�.__r.
�� �
�- � +� � � � �'`
�t crr ca a� rs
�r,,: - ro � �
� � >:°�u3 c � � � � � �: � ri
��+.��� �� � � � v�- ��
�� O: .�} 'O �v'�� �
N �
CU
� � O
�*
�b � !.J � � � �� � �
� *..i,
._..�..R. ...�.. �.�..
c� � �rn r`�.a � � t�ra "'
•� � rt .-t r� rJ �
w � ` as n: �,i �t r,i r.;
� � +h �-s �r, �et- ,y Qh
s ce�v � ,vn `Jti' �, aa �
rw N � � � .,
�_ � � � � � � � � � �
� T � � n �
� ..ee�.... ... �
�, ,�.
� � � � � � � � a° �r
° }° :,� ct s� e�r o °� .�
bn S '� +a�..� ar tp �`. xri. �q tl� .� M'
.��. (�IJ � u t"�0 .�.�. v-� "� tJk�:t/'H t!} rmy�: Ci
.LA. ty £ � 'V}: �. ��.
• H �,'4 �
.�. �S Q. C i�„ Q!� t61 ��. .
� � � �
V'k tt5 ,
��R� �5 C� C �� � � .� €XJ �eY� � ,
.�� ..J '� O .0 vy � �.
.� �� � � � �
� ` -�, ---__ . _..
'+au � � ro � a � e"�1�. � r�'-, o m � � cr.�'i � ca '�t vt
� � � cu g� .w� �rf +n� � r+ .-ti .-+ �-t � e--i 4 u� +�
w >-� ¢'d �. �u'F.�V1- tla +.rl�.�.�tt�� th. � tA i^. N�
ta . � � p.. ` � Cri`
O c�o � N � � �
�, i/7 � �Q
� � � �
�L � 4�
�" ro
� �
Q �
u +�
` � t�t5 U ��+' iii
� � � :u � � �;i
c � •�, � z- ,_ � _�.
� � '� � � u �,. a�i �: ei � � ��,
ar
� � � � > � � C ,� •� � �,, c y � "c�s
d au h- L � c ca �n �a �x.
°n� � `n aa m � flt. � •� ,su �� C�. �� u��
� N .�qy "C Q�. a�-+ —s..i L � '� Q1 � � � II:. �.. �. Qa�.
� a '� '� N 4r! \ y G7 ta4 'y': �+ SL IB � � a�s 41
��. 'a�^ �,s u- �� �C tla ��C L �. .� � � Ck W ..�+ D �. � L:�
vy � � +t� ,..9 � � ;� ;no O t�7 .°} .�' 's;+ w � � �ia
�� ��.y� � N. �E �. � � .41 � �� � �� � � ��� .� � �. 11,1�
�.. iJ .> � r!. � M� '� L3. �C� t�df V} t[ f3 v'S. G1. ��. ��. � ��. . „�,.
�� � � � � `����
ti a
�:. � �� 6!: ��� C C.� .. ��.
6 �` � � � � 9a Ci' ,��,, �a
�. '� � '�.. "� �'1. ��N PwS c-1. CV C'fi ".�" Ld1 C.'�. a� � �� � .C+.
� � � ,� 'cC F—� F^ M— ua�. W I.it W W �. � �� ��.. � .�.
�.�� � �� O. LU�� �y m W � � �� � da�
� �. .� � � � �� �� � �.� � 4j�
L.3 Ci. G� G1 � � � ,� � �a
��s�i�a �u
���
�.
� .��`, i ,'t���` °a�w uts�. �nxa a�
� ;, '� ������,��5�� �vr:�����„ ..�.:
���� �'r � �i � � � � � �
��u
�&a��cJ ��lE��i2��
.d� ,� �.� a.� ,�
�
.�� � �
' �'a z,,,, ,v , �� ��x�.;� , ¢
, , � • �� x�r
ti�. t,tr�
AA1 ,�di�inistrative ���.(}0
.... .�� ._.�. ._�
,4A2 '��ni�r Admini�str�tive $1.21.U(}
._ ._ ,.._� .�,_
EO .lr'E:n�ineer j Jr Fi�ld Er���in�er $121,�{3
.. ,.�.,� . . _
E�. :St�ff EngEneer $��1;O�i
._�� _� ,..__� .e.. _
EiA ..,�t�ff�En��neer t! $1.70.OfJ
�_.�. ,a._.,� _..
E2 ,�ssc�cea�e Engine�r ���5;L1(J
,..�,.... ,_. .,..� ._
E2A ,Assc�ciate Engineer!I �197.t�0
._..__ :� ...� ,..
E3 Praj�ct En�in�er $2(�9.0f�
... ,� ._� __..�
E3A �rt�j�Ct Eng'rn�er CI $72�.Q0
___._._._. ,.....�._. ._ ...
EA� ����i�rr Prc�ject Engin��.�r $?_�2.Clf�
...m..._.._. .w ..�..,�: ,__
E4fi, ;��ni�r Project Engine�:ar II $�61,t3U
�._�... ._ .1..__.__. .__
E5 (�rinr�pai Engin�er $��(}.��
__.� ,._ ..;�. ...
E5A Principa{ Engineer N $'3Q2;,00
,_ ._..._, ;, ,._.._� .w�._
19. �we�� Inspector ��.39.Q0
,_.___._ ,..� ... ..._
t1�1 F�e1d Insp�ctar II $162.C10
.....�.. ,>.: ._ �....._.
12 :��rti�r lnsp�ctc�r �172,Ut�
._ �....�._ ____,.
12A ..:��r�i�rr lnspectar li �1&2.00
_ ,__�. ....� ,_
13 ���pervising Inspectc�r $�.t�3.00
_ �..�. ._. .�..��.:: .__
13A S�rpervisin�Inspector RI �2t19.C10
,.� .�._ .�..4: .__
�� �c������n �. Ec����t��,�r.i�.��r��r��,��►��,> ��:�.a�
.,n .� .� ______
��.A �c��a�r��n iA���a��w►�/�r��re�n�,���an ra� ��.c��.00
,�: :�. .r� ._..�
T2 �CAI��Tech 2 {Desi�n��r,�Sr.Technician} $�.38.OiJ
.__.�__. .. _ ,�.
T2A �CAC7�Tech 2A(besi�r°����/Sr.Technician I!) $149.t10
,.�.< .M..._._ ,.._� ._..
'T3 �t�A1�D Teeh 3 (Senic�r l���si�ner) $3.68.00
._.: ._ w._� ._..�.
T3A �,4C�D Tech 3A{Super�s�i�ir��C?esogner) $iBfJ.OQ
��r c�� � � r�� �a.tC .w._.___.
CITY OF REDbING
CQNSULTII'+TG ANI}PR4F'ESS�QNAL S�I2VICE� CtJNTRACT
THIS CONTRACT is mad�at Redding,�aliafc�rnia,by anct between the City c�f Reddi�g{"City"},
a m�tnieipal carpc�raticrn,an:d W�ter VtTorks Engineers{"�onsultazrt")fa�r the purp�ase of engi�eering
services for the Westside Sewer Interceptc�r Phase 3.
'�'V�EREAS,City daes not have suff cient gersonnel to perforrn the services required hereir�thereby
necessitating t,�is Contract for pe�sonal services,
NC1W, 'T�:CEREFURE, the Parties cc►venant at�d agree, fc�r goc�d ct�nsiderativn hereby
acknc�wledged,as fc�llaws:
SECTIUN 1. �tfP�TSIILT'ANT�ERVICES
Subj ect to the t�r�s and conditit�n�set farth in this�oz�ir�ct,Cc►�su�tan.t shall prc�vide tc�City
the s�rvices described in Exhibifi A, aitack�ed and incorporated herein. Consultax�t shall
prc�vide the services at�ie time,place ar�d in the marmer specificd in Exhibit A.
SECTI{)N 2. CUMPEI�SATIt1N AlVD RE�MBURSEMENT t7F CUSTS
A. �ity shall pa�Gonsulta�t far services rendered pursuant to this Cont�ract,�t the tixnes
arid in the manner set forth in E�ibit B, attached azzd incorporated herein, in a total
ar�lc�unt nat to exceed Six Hundred Fifty-fJne Tho�sand�ne Hundred Twenty-Seven
Dol�ars{$65],12'7}.This suzn includes a11 out-of-pocket travel, �odging and incidental
' expenses incurred by Consultartt that are reasonably associated wzth the provisic�n of
services under this Cc�niract.The pay�ments specified herein shaZ�be the oniy payrnents
tc� be made to Cansultant for seruieea rendered pwrsuant to this C�,z�tract.
B. C+�nsultant sha�l sub�nit monthly invaices tc��zty for work ct�mpleted tcr the date c�f tlae
invc�ice. AIi znvoiees shall be iternized to reflect the emplc�yees perfc►rming the
requested tasks, the billing rate fe�r each employee and the hours worked.
G. 1411 correct,eom�lete and undisputed invoices sent by Cons�ltant tt�Ciiy sha,li be paid
within thirty{�0) calenclar da�s of receipt.
D. Pursuant to Section 1781 c�f the Labar Code, Consulta�t i� �.dvised th�t the wc,rk
contemplated in Section 3,2 ofE�.ibit A is subject to the payment of prevailing wages
and a�1�ther requirements t�f the Prevailing Wage Law. The prevauling wage of each
jo�classifieation may be faund by znquiry wzth the Califarnia�lepartment of Industrial �
�2elations. Consult�nt shall cc�rzzply with a1I laws related ta the perfc�rmance ofpub�ic
u�r�rk inctuding,but not�imited tc�,the emplc�yment ofapprentices pursuant to Sectit�n �
1777.5 of the Labor Cade, wc�rk dayt�veek hours and overtime rates pursuant tc� "�""
�
PkEV WAGE-�Ccrosuhtng and Profcssional Services Coertracc ����.i 1 V '
Rev.62Ji7
��"`��"'C`�'�„�,--�=�`.. ��'�`�"'"' � '�`
Sections 1 S 13 and 181 Sc�fthe Labar Cc�e and the c�bligat�an set fc�rth in Sectic�n 1774-
I7'T6 c��the Labc�r Code in re�a�-ds to payment of prevailing wages and tc�provide the
City of R�dding and Department of Industrial Re�ations certified payrolls wh�en
required A certi�ed copy �f all payrc,ll recorc�s reiative ta this project shali be
subrnitted to the City of Redding alc�ng with the reiated invc�ice. Receipt�rf certified
payrcril records is a prerequisite to receiving payment.
E. I�1c� Cortsu�tant or subcc�nsultant may t�e listed �n a bid propc�sal for a pubiic works
project unless registered with the Department ofIndustnal Relations pursuant to Labt�r
Code Secti�,n 1725.5.No Consultant or subcr�nsultant may be awarded a co�tract fcrr
public wark on a public works prc�jec# unless r�gistered with the I�epartment af
Industrial Re�ations pursuant tc► Labc�r Code Section �']25.5. All Consultants and
subconsu�tants must furnish eiectronic certifzed payrt�Il recc�rds to the Labor
Cc�mmissic�ner.This req�irement applies to al1 public works projects,whether new or
ongc�ing. Consultant is further advised that the work conternplated herein is subject ta
compliance mc�nitoring and enfc�rcement by the Department of Industrial Re�ations.
SECTICIl'+13. TERM AND TER;MINAT�UN
A. Consultant shall c�rmmenc�wc�rk or�or about January I,2t}1$,and cvmplete said work
no later�than December 31, 2021. Time is c�fthe essence.
B. If Consultaxzt fails to perfarm its duties tc�the satisfaction of City,or ifconsultant fails
tca fulfill in a timely and professic�nal manner its obligations under this Cc+ntract,then
City sha�l have t�e right tc� termi�ate this Contraet effective immediate�y upon City
g�ving wrztten notice thereof to Consultant.
C. Either Party�nay terminate this Cc►ntract withaut cause on thirty{30} calendar days'
written notice.Notwithstanding the preceding, if the term set forth in Section 3.A. of
this Contract exceeds ninety(�0)cale�dar days in d�uration, Consultant's sale xight t€�
terminate �ha11 be iirnited to termination for cause.
D. Consultaa�t hereby acknor�vledges and agrees that the obligatio� af City t�►��y t�nder
this Contract is contingent�pon the availabilit�y of Gity's funds w�ieh are appropriated
c�r allocated by the City Ccauncil. Shc�uld the fundir�g for the project ancUc�r work set
fc�rth herein not be apprc�priated or allacated k�y the City Cauncil, City may t�rminate
this Agreement by fiarnishing at least thirty (30� calendar days' wri�tten notiee c�#`its
intentian �a terminate. In the event of a termination pursuartt tc� this su�division,
�onsultant shall nat be entitled tca a remedy af acce�eration of payments due over the
term c�f this Agreement.The Parties acknawledge and agree that the pawer ta terminate
described herein is required by Article 1 b, ��ction 18, of the Ca�iforni�.Constitutit�n,
and that constii�axional prc,vision supersedes any law,ru1e,regulation or statute which
cc�nflict�with the provisic�ns of this Section.
PREVWAG&Cansultingand'FrpfrssionalServicexCancract p�,���
Rev.�2/t?
E. In the event that City gzves nt�tice crf termznation, Cansu�tant shall prc�mptly prc�vide
to City any and aIl finished and unfinished reports, data, studies,photc�graphs, charts
c�r other work product prepared by Cans�ltant pursuant to tl�is Contract.City shali have
fuil ownership, inc�uding, but nc�t�imited tc�, intellec#ua]property rights, and cantral
of aii such finished and unfinished reports, data,studies,photagraphs, cha.rts or c�ther
warle product.
F. In the event that Ciiy te�rmin�t�s the�c�ntract,City shart pay Consu�tant the reas�nable
va�ue af services rendered by Gansultant purs�,ant tc�this Contract;prc►vided,however,
that City shall not in any marmer be liable far 1c�st profits which rnight have been made
by Cc�nsu�ta�t had Cc�nsultant completed the services rec�uired by this Cc�ntract.
Ccrnsultant shall,nat later than ten{1 t}}calendar days after terr�inatic►n of thi s Contract
bY Cizy, furnish fio City such financial infarmation as in th�judgment of the City"s
representative i�necessary tcr detErmine the reasonable value ofthe services rendered
by Consultant.
G. In n+�event shail the terrnination or e�piratic►n of t�is Contract be�anstrued as a wa�ver
af any rig�t to seek r�medies in law�equity t�r otherwise f4r a Party's failure tc�perfc�rm
each obiigation required by this Cc�ntract.
�ECTIt3N 4. MISCELLANEtJ[JS TEFtMS AI�D CYO►N�►ITIt�►NS ��'C'C.�NTRA�T
A. City shall make its facilities accessible #o Consultant as required for Consuitani's
perfarnxance of its serv�ces under this Con�ra�t, and, upon request o�Consulta�t,
p�ovide�abor and safety equipment as required by Cc�nsultant fc�r such access.
B. Pursuant to the City's business iicer�se c�rdinance, Ccsnsulta.nt shail obtain � City
busin�ss�icense priar tu commencing work.
C. Consu�tant represents and wairrants tc� City that it has a1i iicenses, p�rmits,
qualif caticsns and approvals c��'any nature w�iatsoever that are legally r�qu�red for
Cc�nsultant to praetice its pxafessifln. Consultant represents and w�rrrrants to City that
Consult�nt sha�l,at its sa�e east and expense,keep in effect or obtain at all times during
the term of this Contraet any Iicense�,permits and approvals that are legally required
for Ccrnsultant ta practice its professian,
I�. Consulta.�t sha.li, duri�g the entire t�rr� c�� this Co�tract, be cc�nstrued tc� be a�
independent contractc�r and nc�thing in this Con�ract is intended, nor shall it be
ccrnstrued, to create a� empi�yerleznployee relationship, association, jaint venture
relatic�n�hip>trust or partnership ar to a.11ow City to exercise discreticar�c�r cc�n�roi over
the professic�na3 ma.nner in which Consultant perfarms under this Contract. Any and
ali t�es iznpc�s�d on Cansultant's income, impc�sed or assessed by reason of this
Con#ract or its�erformance, including but not limited to sa�es or use taxes, �hall be
pazd by Consultant.Consulta.nt sha1l�e respernsible for any taxes or pena.lties assessed
by reason of any claims that Cansultant is an employee of City. Consultan.t shail not
PREVWAGE-Corssulrirrgurd Professional Secviccs Cantract p�S't��
Etev_4211? �'
be e�igib�e for covera�e under City's workers' compensation insurance plan,benefits
under the Publ�c Emplc�yee R.etirement System or be eligibie for any other Gity benefit.
E. No prc►vision ofthis Contract is intended tcr,c�r shail be far the benefit c+f,or construed
to creaf�rights in,c�r grant remedies to,any person c�r en#ity not a party hereto.
�', Nc� portion of t�ae work crr services tc� be performed under this Cnntract shail be
assigr�ed,transferred,conveyed or subcontracted without t�e prior wrintten approval of
City. Consultant may use tl�e services c�f independent cc,ntractors and subcantractc►rs
to perfaarttn a portion of its r�bligations uz�der this Contract with the prior written
approval of Ciiy, Independent contractt�rs and subcontractors shall be prc�vided with
a copy of this Contract and�or�s�ltant shall have an affirmative duty to assure that said
independent contractors atid sub�ontractors ccrmply with the same and agree to be
bc�und by its terms.Consultant shall be the responsible party with res�rect to all actions
�fits independent contractcrrs and subcontractors,and shall obtain such insurance and
indemnity provisions from its cornractors and subcontractors as City's Risk Manager
shall deter�mine to be necessary.
C`x. Cansu��ant,at such times and in such form as Ciiy may require,shall fiirnish City with
such periadic reports as it may request pertaining to the wark or services u�dertaken
pursuasit to this Contract, the ct�sts or obliga�ions incurred or to be ineurred in
cQnnectit�n therew�th, and any crther matters covered by this Contract.
H. Cc�nsuitant shail maintain accc�unt� and recarcls, including persorrnel, praperty and
frr�ancial recc�rds, adequate tcr ident�fy and acco�t for all costs pertaining to thi�
Gontract and such other records as may be deemed necessa.iyy by City to assure proper
accounting for all project funds. These records sha11 be made availabie for audit
purposes to state and federai authoritie�, csr any authorized representative of Gity.
Cansuitant shar� retain such records for thr�e {3} years af'ter the expirati�an of thzs
Contract, rxnless prior permissic�n to destray them is granted by City.
I. Consultant shal�perform ail services required�ursua.rzt to this Contract in the mar�ner
and accc�rding to the standards observed by a competent practitioner of Consultant's
prc�fession. A11 products c�f whatsoevez nature which Cansultant deiivers tc� City
pursuant to this Contract sha11 be preparec�in a professic�nal manner and conft�rm to the
standards of c�uality nc�rmally observed by a person practicing t�e professic�n csf
Cc�nsultant and its agents, emplc�yees az�d subcc�ntractors assigned to perform the
services contemplat�d b�r this Contract.
J. A1� compieted reports and otl�er d�ta c,r d�cuments, c,r connp�ter �nedia including
diskettes,and other xnaterials provided or prepared by Cons�itant in accc�rdance with
this Contract are the prc�perty of City, and rnay be used by City. City shall have all
inte�lectual prc�perty ri�hts including,but not limited tt�,cop3�right and patent rights,in
saic� documents, �omp�ter media, and other materiais prc�vided by Cr�nsultant. Ciiy
shall release,defend, ind�mn�fy ar�d hc�ld ha�less Consuttant from a1l claims,costs,
PREV WACxE-Consuiting and Pr4fessional Services Convact ���r�f�
Rev 02tt7
expenses,damage or lia�ility att�ising out of t�r resulting from City's use t�r mt�dification
of any reports, data, documents, �awings, specifications or other wt�rk product
prepared by Consultant,exc�pt fc�r use�y City on thase portians of the City's prc�ject
for which such items were prepared.
K. Consuttant,inc]udin�its employees,agents,and subconsultan.ts,shall not rrzaintain or
acquire any dzrect or indirect interest that conflicts wit� the performance c�f this
Contract. Cr�nsultant shall cr�mply with all req�rrements of the Politicai Reform Act
{G4vernment Gade � 8100 et seq.} and other Iaws relating to ct�nflicts of in�erest,
SIIC�UC�lI1�T t�l��GIIQW�Tl�: l�Cc�nsultaa.nfi shall nc�t make or participat�in a decisic�n made
by City if it is reasonably foreseeable that the decision may have a znateria�effect on
Consultant's econamic interest, and 2} if required by t�ae City Attorney, C4nsulta.nt
shal�f�e fnancial discic�sure forms�ith the Gity Clerk,
SECTIC>N 5. IN�URANCE
A. Uz�less modified in writing by Czty's Risk �Ianager, Consultant sha.11 maintain the
following noted ir�surance during the duratic�n of th�Contract:
Cc�vera�e R �tire+d Not Re�uired
Commercial General Liability � -
Cornprehertsiv�Vehic�e Liability x
Warkers' Compensation and Emptoyers' LiabilitY x
Professional Liabili�y{Errors and C�missic�ns} X
{Ptace an`<x,>in the�ppropriate bax)
B. Cc��verage shali be at least as broad as:
l. Insurance S�rvices U�'fice fc�rm number CG-�10U1, Cc�mmez�cial +General
Liab�lity Insurance,in a�amount not less thaz�$1,4C}Q,��}0 per occurrenee and
�2,0{�O,flOtl general aggregate fc�r badily injury, persanal injury and property
damage;
2. In�urance Services Office form number CA-0{}Ol (Ed. 1/87}, Comprehensive
Automobi�e Liability Inslzrance,whic�prvvides for total limits�afnc�t Iess thaz�r
$1,(}U(},00{�cornhirted single limits per accident applicable tc�all awned,non-
ownec�and hired vehicles;
3. Statut+�ry Workers' Cc�znpensation required by the Labor Cc�de ofthe State of
California and Empl4yers' Liabili#y Inswrance in an arr�aunt not less than
$l,(}t}0,(}Q(}per occurrence. Both the Workers' Cc�mpensation an�Employers'
Liability policies shali cc�ntain the insurer's waiver of subrogatzc�n in favc�r of
City, its e�ected officials,officers, emplcryees, agents and volunteers;
P[tEV WAGE-Consulting and Professional Sen,�zes Con�� �'}}���,�r
Rev.02/11
4. Pzc�fessional Liability (Errors and 4missic�ns} Insurance, appropriate to
Cons�zitant's profession,against loss d�ze to error or omission c�r maipractice in
an amount not less than�1,�00,000.
S. Th� City does ncat accep� insurance certif cates or endr�rsements with the
wordxng"but only in the event c�f a named insured'S SO�E,' �'lE�'��l,�L''I1C{:" c�r any
other verbiage limiting the inst�red's insurance responsibility.
C. Any deductib�es or self insured ret�ntiorzs must be dec�ared to and apprc�ved by�ity.
At the option of the City,ezther:the insurer sha31 reduee or eiiminate such deductibles
c�r self-ins�.tred retentions as respects the City,its e�ected officia�s,officers,employees,
agents and vt�lunt�ers;t�r the Cc�nsultant shal�prc�cure a bc�nd guaranteeing�ayment of
losses an�related investigations, claims administ�ration and defense e�penses.
D. The General Liabili�y shall cc�n#ain or be endorsed to contain the followin�provisions:
1. Gity,its elected c�ff cials,c��cers,employe�s,and agents ar�to be coverec�as
additiona.� insur�d as respec�s �iability arising out af w�,rk or opez�atic�ns
. perfor�ned by or c�n behalf c��`Ccrnsult�r�t; pz�er�aises c�wn�ed, leased or used by
�c�nsultant, or autQrnobiles vwned, Ieased, hired or borrowed by Ccrnsultant.
The coverage shall cc�ntain no special limitations on the scc�pe of protectic�n
afforded to City, its el�cted officials, officers, emplvyees, a,gents and
volunt�ers.
2. The inst�rance ec�verage of Consultant sha1l be prirr�ary insuz�ance as respects
C�ty, its eiected officia�s, c�fficers, errxp�c�yees, agents and vc�tunteers, Any
insizrance or self insurance maintained by City, i#s elected of�cials, officers,
emplayees,agents anc�volunteers,shali�ae in ex�ess of Consultant's insurance
and sha�1 nc�t contribute with it.
3. Cc�verage sha11 state that the insuran�e c�f Cc�nsu�tant sha��apply separately tc,
each insured against wham claiFn is made or suit is brought,except with respect
to the limits ofthe insurer's tiability,
4. Each insurance perlicy rec�uired by this Contract shali be enc�Qrsed tc�s#ate that
cc�verage shali not be cancel�d except after thirty (3U} ealendar days' prior
written nc�tice has been given to City.In addition,Consultant agrees that it shall
not reduce its coverage or Iirnits on any �uch policy except after thirty (30)
calendar days' przor written notice has been given to City.
E. Insurance is to be placed with insure�s with a currer�t A.M.Best's rating ofnc��ess than
A-VII.
F. Consultant sha11 designate the City ofRedding as a Gertificate�older c�fthe insurance.
Consultarzt sha�l fi.irnish City wit�Z certificates c�£'instuance az�d original endorsements
PREV WAGEfionsutt'sng and Prtrfessiona(Services Conxract �►����
Etev.02I1 J
effecting the coverages required by this c�ause.Certificates a�ad endorsements shali be
fi�ished to: Risk Management L}epartment, City af Redding, 777 Cypress Avenue,
Redding, CA 96(1C11. The certifieates and endorsements for each znsurance pt�Iicy are
tc� be signed by a persan authorized by the �nsurer tc� bind coverage on its hehal£ A1i
endt�rsements are tc�be received and approved by the City's Risk Manager�ric�r ta t�e
commenc�ment of contracted services. City may withhoid payments tc�Consultant if
adequate certificates c�finsurance and endorsements required have not been prvvided,
or not beer�pravided in a timely manner.
G. The r�quirements as to the types and lizn�ts af insurance coverage tc�be maintained by
Gonsultant as required by Seetit�n 5 oft�is Contract,and any approvat of said insurance
by Ci�y,a�e not i�tended tc� and wiil not in any manner limit or qualify the liabilities
and obligations c�the�wise assumed by Cc�nsultant pursuant ta this�Gontract7 ITICj�I�LII�7
without limitatian,provisions concez�ning indem�nificatian.
H. Ifany policy ofinsurance required by this Section is a"claims made"po�icy,pursuant
to Cade ofCivii Procedure�34�and Gc�vernment Code§945.6,Cansuitant s�ali keep
said in.surarzce in effect fc�r a period of eighteen� {1 S)mc►nths after the terminat�an of
this Contract.
I. If any damage, including cleath, persanal injury t�r prop�rty dainage, crccurs in
cc�nnectzon with the perfc�zmance t�fthis Contract,Consultant shal�immediately natify
City's Risk Manager by telephone at(530j 225-40�8.No later than three(3}caiendar
days after the event, Consuitant shall submit a written report t�a City's Risk Manager
cc+ntaining the following informatic�n,as applicab�e; 1)nam�and address c�f injured�r
deceased person(s); 2} name and address of witnesses; 3) name and address af
Ctansultant's insurance cc�mpany; anc� 4) a detailed description of the damage and
whether any City prQperty was invcrlved
SECTIt3N 6. IlYDEMNIFICATICI�N ANI}HQL13 HAR:MLESS
A. Consistent with Ca.lifc��ia Civil Ccrde§�'782.$,when the services to be prc�vided under
this Contract are design professional services tc�be perfc�rmed by a design prc►fessic�nal,
a.s that terzn is defined under Sectican 2782.8, Ce�nsultant shatl, to the fullest extent
permitted by law, indemnify prc�tect, defend az�d hoid harrnless, City, its eiected
c�fficials, officers, emplc�yees, and agents, arid each and every crne c►f them, frQm and
against a11 actians, damages, cc�sts, liability, claims, 1�s�es, penaJtres azad expenses
{including,but not li�nited tc�,reasQnable attozney's fees of the City Attorney or Zegal
counsel retained by City,expert fees,litigation cc�sts,and investigatic�n costs}c�f every
type and descrip�tion tc� which any or ail of them may be subjected by reason of, or
resuiting, from, dixectly c�r zndirectiy, the neg�igence, recklessness, or v�liful
misconduct c�f Consultant, its c�fficers, emplc�yees or agents in the pez�f'c�z�manee of
prafessic�nal services under#his Contract,except when�iability arises due tc� th� sc�le
negIigence, active negligence or misconduct of the City.
PREVSVAG�.L'onsuhing and P�ofessional Services Gpertract p���,'7
Rev.4?J17
B. Other than in the perfc�rmance of prc�fessianal services by a design professiona�,which
is addressed salely by subdivisian {A� of this Section, and to the fullest extent
permitted by 1aw,Consultant shall indemz�ify protect,defend and hr�ld�armless,City,
zts elected a�cials, officers, employees,and agents,and each and every one of them,
fram aind against a1I actic�ns, damages, ccrsts, �iabiiity, claizns, lc�sses, penaltzes and
expenses(including,k�ut not�imit�d tcr,reas4nalale attorne3�'s fees of the City Attorney
c�r legal counsel retainec�by�iiy,expert fees,litigation costs,and investigaticrn costs)
c�f e�very type and description tc�which any c�r al�of them may be sub�ected by re�sr�n
of the perforrnance af the services requared uz�der this Contract by Cc�nsultant zts
offzcers, employees or agents in the performance of professional services unde;r this
Cc�ntract,except when Iiability arises due ta the sole negligence,active negligence c�r
miscanduct of the C?ty.
C. The �onsu�tant's abligatian t+a defend, i�demnify �n� hotd hazmless sha�l nc�t be
excused because of the Cansultant's inabili�ky to evatuate Iiability.The Cansultant shal�
respond within thirty {3{}) calendar days t� the tender taf any claim fc�r defense anc�
indemnity by the City,unles�s t�is time has been extended in wr%ting by the�ity. If the
Consultant fails to accept ar reject a tender of defense an�. indemnity in writzng
delivered to City within thirty {3{}) calendar days, in addition to any c�ther remedy
authc�rized by Iaw, the City may withho�d such funds the City reasonably considers
necessary for its defense and indemnzty until dispasitzon has been made c�f the claim
c�r�nti� the Consultant accepts c�r rejects the tender af defense in writing detivered tc�
the City,whichever c�ccurs first.This subdivision sha11 not b�construed to�xcuse the
prompt and continued perft�rrxzance of the duties required of Consultant herein.
D. The c�bligation ta i�demr�ify,pro#ecty defend,and h�ld harmless set f�rrth in this Secticrn
applies to aIl ciaims an.d tia�ilzty regard7ess t�f�vhether arty insurance policies are
applicable. The po�icy liznits of said insurance policies do not act as a lirnitatiart upon
the amaunt of indemnif cation to be prov'rded by Gontractor.
E. City shal� have the right tc+ approve o� disapprove the Ie�a� counsei retained by
Ct�nsultant pursuan# to this Secfion tt� represent City's interests. City shall be
xeirnbursed far al1 costs and attorney's fees incurred by Gity in enforcing the obligatidns
set fc�rth in t�is Sectian.
SEC'TitJN 7. CUIYTRACT INTERPRETATItJN VENUE AND ATTURNEI'FEES
A. This Contract shall be deemed to have 6een entered into in �tedding, Galifornia. All
questions regarding the validity,interpretatic�n or perform�ce of any ofits terms ar of
an�rights or obiigations of the parties tc�this Contraet shai�be gaverned�y California
�aw. If any claim, at law or t�therwise, is made by either party to this �c�ntract, the
prevaiiing part�'shatl be�ntitled ta its costs and reasc�nable attorneys'fees.
B. This docw�e�t, including al� exhibits, contains the entire agreement betweer� the
parties and supersedes whatever crral or written undez�standing each may have haei pric�r
PREVWAGE-Cocssu(tingandProfessional5ervicrsCantrac[ �����
RCv.02117
tc� the execution of thzs Ccrntraet, This Cantract sha11 not be alte;red, amended or
rnodif ed except by a writing signed by City and Consultant.No verbal agreement crr
canversation with any o�ciai,officer,agent vr eznp�ayee ofCity,either befare,during
or after the execution of this Contract, shaIl af€e�t or modify any af the t�:rrns or
conditions cc�ntained zn this Gontract, nc►r shail any such verbal agreemertt �,r
conversation entitl�Ccrnsultant tc�any adc�itic�n:ai paymeri�������ever under the terms
c�f this Contract.
C. Na covenant or car�dition ta be performec� by Consuitant uzader this Cc�ntract can be
waivec�except by the written consent of City.Forbearance or indul�ence by City in any
regard w��tsc�ever shall nc�t constitute a waivez of th� cavenant vr cc�nditic�n in
question. Until per�ormance by C�ansultant c�f said covenaxzt or conditian is complete,
City shalt be entitled to iz�vokc any remedy availab�e to City under this Cantraet ur by
law t�r in equity despite said fsarbearanc�nr iz�dulgence,
I). Ifax�y portion ofthis Cc�ntr�ct c�x the applicatian there�af`tc�any person or circ�rnstance
sha�l be invaiid or unenfarceabie to any extent,the remair�der ofthis Cantract shall nc�t
be affected thereby a�d shall he enfc�rcee�t+�the greatest extent p�rmitted by �aw.
E. �'he headings in this Contract are inserted fc�r convenience on�y and shalt not cr�r�stitute
a part hexeaf. A waiver t�f anY partY ofany provision or a breach of this Contract must
be pravided in writing, and shall not be ct�nstrued as a waiver of any other provision
or any succeeding breach c�f the sarne or any other provisic�ns herein.
F, Each Party hereto declares and represents tha� in ent�ring intc� this Contaract, it has
relied and i�xelying so�ely upon its ownaudgment,belief and knowledge c�f the nature,
extent, effect and cc�nsequence retating thereto. Each Party fi.u�ther declares arad
represents that this Cc�ntract is made withc�ut reliance upc�n any statexnern or
representation not contained herein of any other Party or any representativ�, agent or
attorney of the c�ther Party.Tt�e Parti�s agree that tney are aware that they have the right
tc�be advised by counsel with respeet to the negotiatxons,terms,and conditions ofthis
�c�ntract and that the decision of whether c�r nc�t to seek the advice of counsel with
respect to this Contract xs a c�ecisiern which is the sole respansibility Qf each c�f the
Parties.AccordinglY,no party sha.1l be deemed tc�have been the drafter hereof,and t�e
principle of Iaw set fcrrth in Civi�Gode§ 1654 that contracts are construed against the
drafter sha1� nc�t appiy,
G. Each of the Parti�s hereto hereb�irrevocab2y waives ar�y and a11 rig�t to�rial bY�urY
in any ac�ian,proeeedz'ng,claim c�r cot�nterclaim,whether in contract ar tort,at law t�r
in equity, arising out of or in any way retated tc� this Agreement or the tra.nsactions
contemplated hereby. Each Party fi�rther waives any right to consolidate any actic�n
which a jury tria.�has been waived with ar�y other acti�►n in which a jury trial canr�at be
or has no�been waived.
PREVWAGE-C'onsulring and Professiosal Services Cantract p.���{�
Rev.OZ,'l7
H. In the�vent of a conflict between the term and canditions of the body of this�ontract
and those of any exhibit c�r attachsnent heretc�,the terms and cc�nditzons set fc�rth an the
body c�f thzs Confiract proper shall prevail.in the event of a canflict between the terrns
and conditions of any two ar mc�re exhibits or attachments hereto,th�ase preparec�by
C�ty sha.li prevail over thc�se prepared by Consu]tant.
SE�CTIClN 8. �URVIVAL
The provisions set forth in Section� 3 t�rough �, inctusive, of t.�is Cantr�ct shall sur�ive
termznation of t}ie Contract.
SECTIU�T 9. CC}iV�PLIANCE WITI�LAVVS-NONDISC"RIIVIINATItJN
A. Cc�nsultant sha11 comply wirth all applicable 1aws,ardinances and cc�des c�ffedera�,state
and Iocal governments.
$. In the perfarmar�ee of this Cc�ntract, Consultant shali not di�criminate against any
emprpyee or appl�cant for empIoyment because ofrace,colc+r,anc�st
religious creed, sex, sexua� c�rientatior�, disabil� a e marita.lystatus,� c�1 t�ca1
affiliation,or membership c�r no�nembership in any arganization.Cc�nsultant shall take
affirznative action tca ensure appiicants are emplc�yed and that employees are treated
during their employment without r�gard to their race,color,ances
re3igious creed, sex, sexual orientation, disability, age, marital�statusnal origin,
affiliation,crF membership or ncrnmembership in any c�rganizatic�n. Such actic�ns�sl�all
i�clude, but nc�t be limited tca, the followin�;: employment, upgrading, demotiaz� c�r
transfer,recruitment or recruitment advertzsing, rayof�or termi�ation,rates of pay or
other forms of campensation and selection fc�r firaining.
SE�'TI�IY lp. REPRESENTATi't�ES
A. City's representativ�for this Contract is Cc�rri V�ndiver,te�e�hone r�umber(53{3�245-
7120, email address: cv__�nd�t'ver{"r�7cityt�frec�di�a� All of Cansultant?s questions
pertaining ta this Cantract sha�1 be refened to the above-named person, or ta the
representative's designee.
B. Consultaxzt's representative for thzs Contract is Samz I�ader, teiephc�ne nunzber{53t3)
243-2I 13,emaii address:S�,�t���rs�vm Al�of Gity's questit�ns perkaining
tc� this Cc�ntract shaI�be referred tc�the abc�ve-named person.
C. The representatives s�t forth herein shali have authority to give aIl notic�s requir�d
herein.
SECTIUN 11. NtJTI�ES
A. A�1 notices,requests,deznands an�i c�ther c+�rnrn�mrnunic�tions F�ereund�r shall��deem�d
PREVWAtaE-ConwEiing and Professional3erv�ces Cnntract �3asy� j�
Rev OJ2? b
given only if xn writin� signed by an a�thorized representative c�f the sender�may be
other than the representatiues referred to in Section 14}and delivered by facsimile,with
a hard copy mailed first class,pastage prepaid;or when sent by a courier or an express
service guaranteeing overnight delivery tc� the receiving partY, addressed to the
respective parties as fcrllc�ws:
To City: To Consui#ant:
Ms. Cc�xri Vandiver Mr, Sami I�ader
City c�f Redding, Engirteering Division Water War�s Engineers
'777 Cypress Avenue 140� �Tictc�r Av�nue, Suite A
Redding,CA 96{�01 Redding, CA 960(}3
B. Either party may change its�ddress for the purpc�ses of this paragraph by giving written
nc�tice c►f such cha.nge ta the other party in the rnaritier prc�vided in this Sectior�.
C. Nc�tice sha12 be de�med effective upctn: 1)personal servic�;2)twc�ca.�enda.r days after
mailing or transmissian by facsimile,whichever is earlier.
SE�'TItJN I2. AITTHURITY T1�CUlYT12ACT
A. Each c�f t.�� undersigned signata�zes hereby represents anc� warrants that they are
autharizecl to exectzt�this Contract c�n beha�f erf the respectave parties to this Cc�ntract;
that they have f�JI right, po�wer and lawful authority to undez-ta.ke ail obligations as
provided in this Contract; and that the execution, performance ancl delivery of this
Contract by said signatories has been ful�y authorized by aIl requisite actions on the
part of the respective parties to this Cc�ntract.
B. �en the Mayc►r is signatory to this Cc�ntract,the City Manager and/or the Department
Uirector having direct responsibility fcar managzng the services prc�vicied herein shall
have authority to execute any amendment tc�this Contract which does nc,t increase t�e
amount ofcompensation a1�c��vable to Cc�nsultant or otherwise substantial�y change the
scope af the services pravided herein.
SECTIt�N 13. DATE C3F CUNTRACT
The date crfthis Cc�ntract shall be the date it is signed by�ity.
PREVWAGE-Cansulti�gandPrafessiorsatServicesCantract i-a�� t�
Re+r azri�
IN WI'TIYESS W�3EREflF,City and Consuitant have executed t�is Contract on the days and year
set fc�rth�elow:
CITY'{)F REDDING,
A Municipal Corporatian
Dated: � .�.�' ,201�'j �-�
By: risten Schreder,Mayor
ATTEST: APPRUVEII AS TCl�URM:
BA�RR�Y E.DeWALT
City Attorney
�!'�
M�LA MIZ ,aCi� �ierk B�,;
C�NSU�.TAI�+TT
Il►ated: ,2�1fi
' ��A-�c �y��,�.--
Depa�rt�ment�af Inc�ustriai Relations Nc►.:����-'�'�t��?
Tax II}Nc�.� f} ' 7 G��j�'� � �� �����
?KEV WAGE-C'orssWang and Profess3ansl Services Contract p,��� t't
Rev.Q21�7 t�•
EXHlBtT q
CIT'Y C}F REDDNVG{C�IElVT}
CQNSUI.TING AND�'ROFESSIt}NAi.SERVICES CQNTRACT
Water Works Engineers,l.LC{ENGINEERj
Scope uf 5ervices for
Eng�neer�ng Design Services for the
WeSt Side lnterceptor Phase 3 improvements Project
��A..le)�'r�� �.t�l..ill.lr��lJ1r�
�hase 3 Es the final piece of tEae Westside Jnterceptor project being irnplernented by the Ci#y of Redding. �n many
respects, Phase 3 has been left until now because of its significant planning, permitting and ccrnstructian
chatlenges. Startir�g in 2{�13, the City and Water Wt�rks Engineers began working together to deterrnine how to
get this last sec#isan of the project dane.The October 2015 AJternatives Assessment Technical tVlemc,randum was
a tharc�ugh vetting of project alternat�ves, with the rnost feasible and cast-efFective atternative {the paraHel
Route) recammended,This route was selected for twc� primary reasons: l) it fs the Iowest ec�st apprc�ach and 2}
it has the least impact on the public.
()V�RALL PRt�JECT A.PPRfJA�H
Water 1Norks Engineers is taking an overall two-phased approach ta this projec#, The first phase will be #v
completely inues#Rgate, define and addres�the environrrtental and geotechnical studies required for the pro�ect.
The results of#hese studies wiil revea! any roadblacks tcs the project �nd allaw the tiesign tearn to modify the
approach to the project, as needed ta mi#igate whatever raadblocks appear, This coesld be as simple as minor
route acljustments,environmental rrtitiga#ions,efic., but if there are i�ig enough issues#hat arise,we may re-visit
the route analysis. Ctnce we, as a team, have corrtptete certainty on the finaf route o#ti�e pipeline, we wi11
crsmmence with surveying,easement acqu`rsitian and final prQduction of the drawing set.
ASSUMPTIC}NS
The fottowing assumptions hav�been made in the clevelopment e�f t�is�cop�:
1. Neither construction con#ract administratic�n nc�r engineering senrices during c�n�tructit�n are included
in this scope.These tasks wilt be perFarrned under separate contract,
�xhibix A—Scope af Serveces
Water Works Eagineers City nfRedding>CA
Westside Interceptor Phase;Improuemersts Project
��_
I)ecember;,2i117
�+CUPE
�`he fotlowing services will be provided by ENGINEER for the detailed design of the Sewage Grinder Addition
Project.This Scape has been spiit into subt�sks as follt�ws:
Subtask Ti#ie
1 Projeck Management
2 Environmental Permitting
3 Geotechnical Engineering
4 Sunreying
5 Right-of-way
6 Fina!pesign
7 fngineer�ng Assistance During BiClding
Subtask 1 --Pra►jec� �Vlanagement
llnder this subtask, ENGINEER will monitor and track the project budget and schedu(e to ensure that alt
deadlines are rnet and that the prc��ect budget is not exceeded. ENGINEER will coardinate with tF�e project tearn
to address iterns such as praject schedule, project iaudget, and current issues of concern. ENGINEER will also
monitor prc�gress and coardinate th� activi#ies being performed by alE su6-consultants assoeiated with the
project,and submit manthly progress reporCs to the City.The foliowing will be perFarrrted under this subtask:
1) Prolect Kickc�ff Meeting(t�be cor►ducted at CCIENT office)
a) ENGINEER introductians ta City staff
b) Agree on Project Objectives
�} Agree on Praject ComponentsJScap�
d) Agree on Project Schedule
2} Projeet Communication and Controi
a} Coc�rdlnation o#all project#eam activities
b� Communication of p�roject pragress and issues to City stafF
c} Projeet schedule maintenance and cantrol of praject tasks to keep project schedule or�traek
d} Cast tracking of all engineering activities and active cost con#rol of fees.
3) Q.uality AssurancejCluality Control
a) Ptan and implernent Quality AssuranceJ Quality Contro!PaEicy with the�ntire project team
#aj Ensure C�,1C�G procec{ures are being followed at each step in the design process
• a� �(�}� 'rd .�;� 't "?Yf�'�i.��c - �n�z�Y" �,
r, ' �� �„� ��''�v�'��{
� � .t _ � ��
s `sd:' a P�u ..r,
_.C, _# ♦ vf .Y` �"""� . '1
��„'�Se. � .ti.-"y s�
Subtask 2 -- Envira►nmental Permitting
2.1 - Envirc�nmen�al Permittio Prc�'ect Meetin s
The�nvirgnmental Permitting project meetings will be conducted in conjunction with the monthiy prvject update
meetings described 'rn Subtask 1.
�xhibit A—Scape of Services City c�f Redding,C 4
Water Warks Engineers Westside Interceptor Phase 3 Tmprovernents Project
U3ecernber 3,2{}17
-2-
2.1.1.: Geaerai Enviranmental Team Meetings
At the projec#c�nset, the NSR project manager will attend a kick-aff ineeting with Water Works Engineers at#he
City's o�ce to discuss the scope of work, schedute, prc�ject abjectives, availab�e information, and key contacts,
An4ther key ob�ective of this m��ting is to strategize for an irtitial agency field review meetir�g(Sub_task 2,1.2}tc�
diseuss tY�e praject and identify fatai ffaws. NSR wi�1 assist in documenting the results of the meeting and fo(to4v_
up witta Water Wcarks Engineers to c3arify any autstanding items. Througl�c�ut the env�ronmental review process,
the NSR project manager witl be avaitable to attend additional meetings with the City, Water Works Et��ineers,
and resource agencies, as detertrtined necessary. Up ta three {3) additional meetings are assumed during the
process; these may take place at th� oc�tset of the environmental process, after submittai of the Administrative
Draft CEQA docutnent, and after the review period Qn the public Draft CEQA document tc�discuss responses to
cc�mments. Attendance at ublic hearin s and re uIata review rneetin s is inciuded under subse uent tasks.
{*� � �����=,��x�� s � ksx��` �' , .--
�.��` � �-_�`" *��;�..a ��,�
2.1,2: .Ag�enc��'ield Review Meeting�nd Coc�rdinatian
At the direction af the City, NSR wilI coordinate ar�d facilitate me�tings with the pertinent regulatory a�encies
inciuding the SWRCB—Envircrnmental Section staff, Centra� Valley RWQCB, CL7FW,NMFS, USPWS,Central
Vatley RWQCB and the A�QE. An appropriate time t4 schredute this initial agency meetin�witl be soon after
the initial project-kick off ineeting with the City, as the primary goal of this agency meeting wit] 6e tQ determine
if the praposed prt�ject can be permitted or if additit�nal a�tematives need to be cansidere8. �her gc�a]� of this
agen�y meeting wi31 be to discuss potential impacts, �Sroposed mitigatian strategies. leve] af dc�cu�nentatr`on to
suppt�rt federal and state endangered species act cons�altatie�ns, arzd �nticipated tyges of p�rmits. Fct(low up
discussians with one or more these agencies may be necessary during the environnnental review process and NSR
can do sc�at the discretion of the Ci and Water Worizs En ineers.
��+ r � � ' �E„' �.} x ��`r 0.`�,L, 1 � c
� s s�v#:"' ��n�'�'��.
aN.t.cyn�'z'',�^� ����e�,ry"�,�,"�^r.t„� `�:�°" t'fi%' �,.
'�� r�Q,-'.,t �' '� �i '��7L.� i��.="�'_�*C,*,yv��.i.1.a�k�".�,� .'y�a
2.1.3: Meetir�g�with Project Stakehc�lders
At the directic�n of the City and Water Worics Ez�gineers, NSR wiIi participate in a meeting wit� prcrject
stalceholders (i.e., adjacent Iandowners). An apprc�priate time ta schedule this agency meeting may be once the
administrative draft CEQA document and su�aporting #echnical �tudies have been compieted. The goal of this
meeting wi11 be to present the initial findings ar�d#o soticit prelirninary comments from the project stakeholders
that will be ct�nsidered rior to circulation of the Public Draft CEQp docurrier�t,
. • - �,. �y
'� �£ « �����..=M '��"��;
� '��S � �Z �011i,�S1 101��'�'
��' '.'„r�::�
2.1.4: N�aintain the Project FilelAdministra�ive ltecord
NSR will assist the City with rnaintaining a 1'roject FiletAdministrative Reeord that includes aIl supparting and
cited dncumentaiion. including, but not limited to techn'reai reports,joumal articles, agency correspondence, and
e-mail messages used in th� devel+�pment of the draft and fnal enviranmental docurnents, Assistance under this
task includes identifying �iocumentation that should be included in the Project FiletAc€ministrative Reeord,
seannin ,and savin electronie files on a CD.
' �� ' - o � , � �-� . _
a Q , c_, �c a .�p�ortir�g�;�P����^ar���e�.����d�,age�c�'�
.,�. �= ,
Exhibit A—Scope of Services City of Redding,CA
Water Works Engineers Westside interceptor Phase 3 Improvements Prc�jecz
_3_
Uecember 3,2017
2.2--Technical Studies
2.2.1: l3evelc�p Environmental Study Limits Map
NSR witl wark with the City and Water Wc�rks Engineers ta prepare an environmental study Iimits base map that
clearly del`rneates the boundaries of the project study area, including construction access and staging areas,for the
preferred alternativ�. This map wilt also be used as the area of pot�ntiat effects {APE} for the archeological
resc�urces field investigation and will show both horizontal and verticat (i.e., ma�ccimurr� depths of excavation}
timits. tf necessary,NSR's pra�ect �tanager can walk ihe project corridar with Water Works Engineers a�d City
staff to de�ineate stud area bau�ndaries.
{ � � �b z f�x�"�^�&'i��h�� �'—.;''* �'# y .
M �' � Q� .P.u`, '4k�. .`� '•r � ��`�iN��i�' ��S'a�fi�� . r�
'i�'�A
2.2.2: Prepare Project Tlescription
Prior to initiating the technieal studies and the CBQA doeu[t�ent, NSR wiii coc�rdin�te with the City anc� Water
Wt�rks Engineers to prepare a writ�en project descriptiQn. The draft project descriptior� witl build from the prc�ject
infc�rrnation contained the aiternatives assessrnent technicai tnetnorartdum and wili be submitted to the project
team for reuiew and cc�mment, This project description will incorporate the details required by SWRCB for
projects using �unding fram the SRF program. Project objectives wiil need to expIain ht�w the prvject qualifies
for the SRF program. We assume onty the prc�posed prc�ject wilt be evaluated in the CE�}A document, and any
alterc�atives considered will b�briefly disce�ssed ant!eliminated fr�om fuli evaluatian.
NSR wi11 also work with Water Works Engineers to identify measures that cou�ld be ir�cr�rporated intc� the
praposed project to avoid or rninimize pc�tential impacts {e.g„ air yua�r#�, ��,ri���� m�asures, Best Manage�nent
Practices [BMPsj, traffic controi). We assume CAD c�r ArcGIS-compatible data will be pravided for c�ur use in
praducing maps for the technical studies and CEQA docttmentation. Af#er r�sc�lution t�f any cQrnments, and
incorporation of chartges as appropriate,NSR will prepare the final project descript'ron for inctusion in the GEQA
document and su c�rtin technica]studies.
' � �,"` {��.��, � .:��� �_��� . s _
�*:� �.�•. �. �
�f3 •S A •,a __,,,;:6, ' `,� � G#�,0211t��� ,a;�*: ��,_, t
.�..._,r>
2.2.3: Canduct Wet�and I?el�neati�n
N5R wiil cc�nduct a delineation of waters of the United States and prepare a report that �can be submitted to the
ACC}E for verificatian zn support c�f Ciean V�ater Act permitting. The detineation will entail a review af aeriai
imagery, tc�pographic maps, and available wetlands data for tk�e study area; and a field survey to delinea#e the
bQundaries of federa( jurisdickional waters {three-parameter) and state jurisd3ctional waters (single-pararneter},
ancludang wetlands. 1"he or�iinary high water mark vf Ciear Creek and Glney Creek wilt alsa be delineated. The
bountfaries crf jurisdictianal waters within the study will be mapped in accordance with current AC4E
methodolc�gy.
The results of the delineation wi11 be cornpi]ed in a report, which will be pz�c�vided to the City for revi�w and
approval. The delineation report will contain background informaticrn, data sheets, site phc�tographs, and a
d�lineaticrn map(minimum scale c�f 1'°-2fl0'}� F'crltowing Water Works Engineers and City review, the report will
be �nalized. At the request of the City, N�R will submit the delineation report to the ACQE — �aeramenta
District with a requesT for verification via the prelirninary jur�sdictaanal determination process. This task includes
two revrsions fallowing review by the CityfWater Works Engineers, anc� review by the Corps, and attendance at
an AC4E field verification b an NSR Wetland Scientist.
. _ • -- ��--- --R .
, �_ , � et�� - c�et�,�is� �. � ��
{� :���� �_;
� 'c . . . , :
�� �� +�}} P,�O,, 5�� � � s
� , l . �� �� '� .' � �����CO�1CS',
' e , .o. e e�f�on�c c����_ =l�k�we�lar�d ,
- �a �r, � �.�>,� �,�� � �
Exhibit A—Scoge of Searvices City of Redding,CA
Wat�r Works Engineers Westside Interceptor Phase; Improvements Fraject
Decamber 3,2017
-4- .
2.2.4; Prepare Biologicai Resources Assessment
NSR wi(I prepare a Biologicat Pwesources Assessnnent Regort that znciudes the foilowing elements:
• Review Existing Informatian; Review existing biological resources inforn�ation c�btained during previc�us
investigatietns for�earby pro3ecis,review the California Natural Diversity L7atabase{CNDDB}and the
California Native�'Iant Society{CNPS)database fc�r rep4rted occurrences of sgecial-status species within the
prc�ject vieinity(aPPrt�xirnately 5 miles),and review an official species list abtained frozn the USFWS.
t�btain and evaluate plan�ning documents or figures prepared fe�r the proposed project anc�crther prc�jects in the
vicinity,and reievant literatc�re. p�cuments t�r figures include tl�e project description,site�ayout,survey
rep4rts,sail analyses,biolagical reports,the CTty af Redding Generai P]an,ar crther pertinen€information.
• Habitat Assessment: Conduct a reconnaissance-level bialogical survey to assess the vegetative camrnunities
present withiz�the project s#udy area. The field su;rvey wilt identify and cnap eac�t vegetative carnmunitY tYP�,
s�gn'r�cant features{e.g.,nest trees),and habitats gc�tentialiy supporting speeiai-status ptants and animals.
Infarmation collected during the biological suruey will be used tc�suppart the habitat-basett assessment of
special-status ptants and aniznals with potential tc�t�ccur in the study area.
+ Botanical Survey:Conduet a two-visit botanical inuentory ofthe study area for special-status plant species
pt�tentiatly occurring in the study area. The timing of the survey will correspond with#he blooming period
{i.e.,temporal periQd when unique floral structures are present and identifiable}for target special-status plant
sp�cies. Actual survey times rnay vary depending c�n the pro�ressic�n of environrnental parameters(e.g„
annual rainfa�l and temperature patterns). T�e field survey wili generally�'o�low the methodo(ogy described
in the Galifr�rnia[�epartment of Fish and Gatne Pratocols for Surveying and Evaluatin,g impacts tc�Special-
Status Native Plant I'opulations and Nxtt�xal Corrlmunities(Califcsrnia begartment ofFish and Game 2049).
Any individual or pogulations of special-status plants obs�rved d�ring t�se irtvent�ry witi be rnapped using
GPS technt�logy,attd ali vascular plants observed will be compiled in a comprehensive plant list,
* Biol�agical Resources Assessment Report: Prepare a Biological Resaurces Asse�sment report that describes
the resu]ts c�f the biological and bc�tanical field s�rveys. The docucnent will in�iude the foligwing sections;
F'roject Descriptian, Existing Environment, Special-Status Species(separate discussions for federally-listed
species and c,ther special-status species or reference to BAtEFHA and tjELB BA as appendices},Impacts,
Mitigation Measures,and Regulatory Settin�fFet�rrtits Required. The Si�alc�gical Resources Assessment
R�port witl support the enuirt�nmental co�npliance document.
- - `+� �I �'L" . � � ti�:'3,s`�'Y��"r'.i#,�`� l.aui�..,"�:`. :;s:. .�
� � �� s � � �� , - e� 7) �ci,u�cl 3
- ' � - � a • �,e• ��a c� c� r� cn of'�
b� o��a' . � �'�� ,
�-� � '4 ��- �,s..� _�_��w��,.__:_=_"�.�
�.2,5. Prepa�-e Biologicai Asses�meatlEssential Fish Habit�t Assessment
NSR will conduct the foticrwing:
* Background Research----.NSR wili review readi�y available CDFW and USFWS fsh census and spawning
survey data and other�vaitable information,such as aerial photctgraphy,watershed,water resouree study
reports to m:ake an assessment of salmonid papuiations,life stages,periods of occupation,and habitat
ecrnditions.
• Field Recannaissance�onduct a reconnaissance-level field characterization of aquat�c habitat in C}iney
Creek and Clear Creek,extending up to S00 feet upstrearn and dc�wnstream of the praposed crossing locati+�ns
(Not�—If there is private prt�perty within the study areas,NSFt will oniy survey those areas where permissic,n
has been granted to the City by the prr�perty owner}. The characterization will include the extent of suitable
saltnon spawning and rearing habitats within the affected stream reaches,
• Consu3tation—For purposes of this scope of work,it is assumed that fQrmal cansultation with 1V1VIF� ursder
Sectic�n 7 c�f the ESA will be required to address potential project-related impac#s on federaily-listed
anadramc,us satmonids and associated designated cri#ical habitat. To support Section 7 consultatian,a
Biological Assessme�t(BA}will be required. Consultation with NMFS will also be requirec�under Seetic�n
345(b}(2}af the Magnuson-Stevens Fisbery Cc�nservation and Ma�tagement Act with regard to Pacific salman
essential fish habi#at{EFH). In addition,pursuant to Sections 2Q80 acrd 2{l81 of the California Fish&Game
Exhibit A—Scope of Services City of Redding,CA
Water Works Engineers Westside In#erceptor Phase i Improvements Praject
�eeember 3,2{�17
-5-
Code,eonsultation with CDFW wi1[be required tQ address potentia�irnpacts on species that are I'rsted under
the Califamia Endangered Species Act.
• Repc�rt Preparatian—Prepare a cornbined BA1Essential Fish Habitat Assessrnent{EFHA}fc�r the praject and
cocardinate with NMFS,CDFW, and SWRCB,as necessary,to assist the City with th�required federal and
state ESA and EFH cans�ttation processes. The doeument witt inc]ude the followzng seetions: introducti4n;
ct�nsultatian to date;descriptian ofproposed actian including the action axea;species cc�nsidered and tife
histary neects;environmental b�.seline,effects c�fthe proposed action on listed speci�s and designated critical
habitat;curttulative effects;conciusion and determination;recommendations for mitigation,and referenees.
Using pite driving and geotechnical data provided by Water Works Engineers,NSR will conduct a
bioacc,ustical analysis ta evaluate potential effects of pile driving act�vities on aii life stages of salrnc�nids, if
applicable. Copies of the Dra$BA/EpNA �rill be provided to VVater Works Engineers and City fc�r review
ar�d comment. 'Fhe revised draft BA/E�HA will be subrn�itted to SWR�B for revi�w ar�d appraval. If
necessary,NSR will revise the BAfEFHA tt�address SWRCB corntnents, NSR wiIl atso cqardir�ate with
I�IMFS,as necessary,to assist the City and SWRCB with the required E5A cons�ltatian pr�ocess. NSR wilt
also coordinate with CDFW ta ensure that th�BAJEFHA satis�ies the requirernents of Seetion 2fl$1 (b�end
{c)c�f the California�SA,whrch NSR anticipates will be a consistency determination from CI7FW under Fish
and Game Code 2{180,t based on NMFS's response.
*' �=o �''`s�i�`'� �'T� 'b� � �_:�. ,,� `j=�s�����t p;
VC+ .! l . ;✓Ce °V�t J k�� ) �.a yy`, � ,y'y`"<•"� k���.f'� �"y
_ �w.35o._._......r
2.2.G. Valley Elderberry Longhorn Beetle Survey/Bialogical Assessrnent
If it is determined that the proposed pro,�ect may result in direct impacts (i.e,, rernaval of elderberry shrubs) or
potenfiiat ind"zrect impacts (i.e., ground disturbance within 165 feet of an elderberry shrub} to valley elderberry
icrnghorn beetle (VELB), then 1`�ISR will conduct a protc�co�-levei suruey. The VELB survey will Iocate any
shrubs wiihin the project study area, as weil as note any shrubs fluxside of the study area, but withi� 165 feet of
the boundary. The lacativn of�ach elderberry shrub/group wilt be recorded using GPS technc�lagy. Alt shrubs
within#he study area will be inspect�d for evidence af the presence of VELB. The survey wili be ctrnducted in
aceordartce with the Frameworle for Assessing Impacts#c� the Val]ey Elderberry L�nghorn Beetle {U.S. Fish and
Wildlife 5etvice 2t}17}. The findings of the survey, including the shrub locatian map, will be initially
summarized in a brief e-mail ta Water Warks Engineers#o determine ifthe project can be designed to avc�id direct
and indirect effects to elderberry shr�bs.
If direct or indirect effects to eiderberry shrubs (gt�tential habitat for the VELB} cannot 2ye avc�ided, the
SWRGBIEPA {federal lead agency assu�ning SRF funding} wili require additional infc�rmation tc� complete
Sectic�n 7 consultation with the USF�IS. If required,NSR will prepare a BA, pursuant to Sectican 7 requirernents
under the federai �ndangered Species Act. "X'he �A will be fo�used to �ddress project effects to the federailv-
listed valley elder6erry langhorn beetie associated with constr�ctit�n and operaticsn c�f the proposed project. The
dvcumenC wi11 include the foll�wing sections: sumrnary; intraduction; envirt�nmental setting; study methuds;
resuits of the VELB survey;anticipated adverse effeets; recc�mmendatior�s for mitigation; and a list of references.
Copies of the BA will be provided to Wat�r Wc�rks Engineers and the City for review and circuiation t4 pertinent
resource agencies (i.e., �WR�B, EFA, LISFWS}. We assutne that potentiai mitigatic�n requirements will be
addressed via tra�sp]anteng flf on-si#e elderberry shrubs and additic�ttal new p��ntings at a previousty-apprc�ved
mitigatiot� area(i.e., Stiltwater Plains Mitigation Bank), Preparation of a detailed rniti�ation plan is r�c�t included
in this sco e c�f wt�rk,
� c�, . ., • ��. � � .
� �
o .es f a����_�,�r..�e�O " � ;�.�;e e,�ectranic'�
� ' �'°' ���:���� �_��� . ;#
�: �,_.,:�
Exhibit A—Scope of Services City c�f Reddit�g.CA
Water Works Engineers Westside Interceptor Phase 3 Improvernents Project
I?ecember 3,20t7
_�_
2.2,'7: Tree Inventory, Evai�ation, and Char�cterization
N5R will conduct a single-visit survey t�f the project study area to identify and map tree species utitizing the
preliminary tree mapping clata provided by the ticensed surveyor. NSR wiIl estimate g�nera! tree diameters at
breast height and overal[tree heights,assess�enerat tree health and vigor,and determine the ecolc�gica! c�uality of
treed hab'rtat (as evidenced by wildlife use, grove size> and connsctivity to other habitats}. Ca�didate and
Spe�imen trees, as defined irt Chapter 18.61 of the Czty's Code vf Qrdinances, wi11 be mapped and charaeterized
individualiy relative to the general grove assessment and characterizatir�n. Map(s) wili be create�l using C,IS
software which witi depict tree or grove loca#ic�ns, as app]icable, relative to the proposed study area. NSR will
grepare a qualitative characteriz�tion report describing methodology us�d for the inventory, the species, size,
l�eal#h and vigar, generaI aesthetic quality, ecalc�gical quality, proximity to proposed develc�pment,
recornmendatisans far tree preservation within the study area,and the�cscal significance and functional roie c�f trees
located within the prt�ject study area. Follawing review by t�ater Works E�gineers and the City, the report w,it]
be ftnalized ar�d u tc�frve S fnal co ies w€11 be delivered.
� ,fl� � s � clo '� ��, �:;m �-� w ==z 2 .�
�����' ���,�. �
* �c� ' � . t � ,' � e" ' ���{on a A G� a '��` � v
` �,���Za�'iQn<:
` � �� �� ; � u ��,c� C�' x� er,t�a�c�rr�
�'�` :;P �. s�� � � .����F � `�r.
_ r ,x,�� �.,�
2.2.8: Prepare �'uitura� R.esources Survey Reperrt
Pacific Legacy, as a subeontractor tv IVSR, wili eondc�ct a cuitural resources investigation that include� the
following eiernents(Note:this scQpe af 4vork assumes that the project wi11 have no effect on cutt�aral resaurces}:
• Recc�rds Search: Search the archive at ihe Nc�rtheast Informatic�n Center ofthe Califacnia HistoricaI
Resaurces Information System at Califc�rnia State t,Tniversity,Chicca,the Nationat Register of Hist+�ric Places
and updates,the Catiforrsia Register of Historical�tesc�urces,the Ca3ifcsrnia lnventory of Historic Resources,
and the Califc�rnia Nistorical Landmarks. The results nf this research will provide 1Qcations of previously
recorded cultura]resaurces artd will aid in the assessme�t af the c�verall cu�#urat resources sen�itiuity�f ihe
project area. Additional archival research wi3l include a review of soiis surveys and other geoiogical
informatic�n ta deterrnine the age of locai iandforms and#he potential for naturaily buried archaeological
resources to occur in the APE.
• 1Vative American Corr3tnunity(autreach: As part c�f the rninimai required discovery process and the
cansultation presvisions of Section l Ob of#he l�tatic�nal Histc�ric Preservatian Act,send�'c�rm outreach letters to
Native American triba!governments and individuals listed with the Native American H�ritage Commission
(NAHC)and the City. We will work with the City to cornplete the necessary Assembly Bill(AB}52
cc�ordinatian.Follaw-up any Native American non-responses with phone catls. Up to three{3)AS 52
cQordination meetings wilI be conducted at the discretipn of the City, Document a;rtd irtclude alt outreacF��nd
cc�c�rdination in a lo�which wi11 be provided as appendix in the Cu]tural Resources Survey Report. Request a
search of the NAHC Sacred Lands Fi�e#Q det�rmirze if any prt�perties nf cancern to the Native American
cornmunity are situated within or near the APE.
� Coordinatit�n wzth SWRC�: If the project is receiving funding through the SRF prc��ram,the draft APE map,
inctuding both the horizantal and vertica] APE,as well as a summary af the recard�search arid Nat�ve
American outreach will be�ubmitted to ihe SWtiCB Staff Azehaeolagist far review and apprc�val pr'ror to
initiatir�n of feld work and preparation of the technicat report,
i Archaeolc�gical Survey: Conduct an intenszve-level survey af the APE to complete the required
archaeoiogical discovery process by walking systematic transects saver accessible and sensitive landforms.
The survey will identify the presence or absence af cultural resc�urces visible on the surface in the APE artc�
dacurnent the present condition of the]oca]environment. The survey will also note e�vironmental factors
thai may have affected use ofthe area by prehistaric and historic-era occupants{e.g.,elevation,fc�od or
materiat resources,praximity t�water,transportation et�rridc�rs};and envirc�nmentaI factors that may have
Exhibit A—Scope Qf Serviees City of Redding,CA
Water Works Engirteers Westside interceptor Phase 3 Improvements Project
December 3,2t}I T
-7-
Iimited the survivai or visibility of archaeolcrgical rernains{e.g.,ert�sion, or mrtdern disturb,ance}. Nt�te:
formal site recordafion or testing is not included in#his sccrpe ofwork.
* Submissian of Gultural Resources Survey Repc,rt. Fresent the results of the ctiscovery prvicess in accordance
with guidance offere�l in Archaeaiogica(Resource Mana�errtent Reports; Recommended Cantents aryd
�'c�rmat{California C}ffice of Histaric Freseruation: I9�9). The report will document the results ofthe
arehaeolagical survey and develop greliminary recc�mrnendations regarding resource significance per National
Register of Histaric Praces/Callfornia Register of Histc�rica€Reso�rces criteria. The documentation will t�e
prepared in draft form far review by Water Works Engineers,the City and SWRCB(SRF' funding c�nty). A
final version which incorporates comments provided by the City and the SWRCB witl be prepared and
submitted. Forward one copy of the Cultural Resaurces Survey Report to the North Central Information
Center as requ'rred by the California Histcrrical Resources Information System
• � e 3} �� Q� e- � �s. �`�� � � �;.; .
''��`." ���:L� 7 .
� � . ♦ .��� , , fl , „,� r
� � � > � ( o�ndr 1�a�ri'�
, . �� ,a �s� _ , .
c�� � �`c c-�p� af�I�e��xiat �
� ,*�;� ��
� . � �'.��. �- � ;.� �.
2.3—CE(,�A IJ►,�cument preparation
2.3.�. Frepare Admini�trative Draft Iditial St�dylMitigated Negative De,claration
Based on infc�rmaticrn cantained in the RFP, we are assucning that the environ�ne�tat cc�mpliance dc�cument wiEl be
a CEQA Initiat Study(IS�/Mitigated Negative Declaratic�n{MND)#hat also meets CEQA-Pius requzrements.
N�R wilt prepare an IS �asing the checkiist included as Appendix G to the CEI.�A Gurdelines. Each issue area
prQvided in the Appendix G checklist will be �valuated at a suitabie level af detazl ta fully address all potenfiial
effects af the prt�pased project. The IS will include t�e project descript'ron (prepared under S�ab-tasie 4.2}, an
environmental setting, and a discussion of pt�tentiai irnpacts and their Ievels of significance. It wi�l incorporate
preliminasy results of the technical studies {5ub-tasks 4.3-4.8}, as well as qualitatively asses potential praject-
related irnpacts To air quality, traffic, noise, hydrolc�gyJwater quaiity, and otfter pertinent resource tapics.
Reccrrnmendations fcsr rnitigation measures will be identified and used to confirm that an 1L�Il*ID is stili appropriate
{as tsppc�sed to an Environrnental Impact R.eport). RISR will prepare additional sections required by the CEQA
Guidelines(e.g.,�uznulative impacts, growth-inducing effects,draft mitigatian rnonitoring and reporting�ragram)
to produce an IS(f1�IND, The Administrative Draft ISII�IND will be submi�ted to Water Works Engineers arzd the
City for initial r�vie�,v and co7nrr��nt. At the directic�n of the City, NSR wili also submit copies of the
Adrninistrative thaft ISIMNI� to the SWRCBa Central RWQCB, CDFW, NMFS, artd ACOE fi�r their initial
review and cc�mment see�ub-task 1.2 .
�� �U' M��.x'��� �ry„�*,i.�y :.�v ^7p' 'r^..r a
; ;€E ' �� � .. ".
Q s �.. �
� w a � � le�ctr� �o��,�c��';`�l�e,
��
- .� �� _,��„ �3 �.�.;t,,:`�'
2.3.2: Prepare and Circulate Pubiic I:3raft Initia� Study/Mitigated Negative
�ec�aration
After the City and other reviewing agencies have pravided their eomrnents on the Administrative I)raft ISf1VINL�,
NSR will incorgorate #heir comments intQ a public draft IS, rnaleing certain to include any needed or prapased
mitigatic�n measures. NSR will also prepare a Notice c�f Compietic�n and Natice of Intent �o Adgpt a Mitigated
Negative Declaratian in pre�aration far the 3U-day pnblic review periad and submittal ta the State Clearinghause.
NSR witl cQordinate with the City to artnQunce the availability of the L7raft ISt11�1ND for public review and
distribute th� draft dc,curneni to tlae pubJic and agencies. The Notice of�ntent will be published ir� the Reccrrd
Searehlight and pt�sted with an electranic versic�n of the document c�n the City's website. NSR will mail hard
copies of the I}raft ISIIVIND, or eieetronic versir�ns on compact disc, to the public and ageneies on the City's
distribution list(up to 30 eopies are assumed}. Hard cc�pies wiiI also be provided to the SWRCB for their use and
Exhibit A—Scope of Services City of Redding,CA
Water Works Engineers Westside lnterceptor Phase 3 Improvecnents Project
December 3,2U17
-8-
distribx�tion{8 capies assumed). Electronic copies c�f the I?raft IS11�1ND{l S compact discs)and t 5 hard capies of
a summaey of the document wil] be prc�vided to the State Clearinghouse along with the signed Notice of
Cc�mptetion.Ifthe City identifes the need for a pulalic hearing during the review period,the NSR project manager
will be avaitable tt� atter�d the hearing and pxesent the results of the IS/l�D. Fozmal re�orc3zng of the hearing;
wilt be the respctnsibility of the City, if determined to be necessary, but NSR will ta.tce nc�tes on r�ral com�nents
received, if any. The Gity would be responsible far arranging for stenc�grapher or other means to recc�rd oral
testimon a.t an ublic hearin s.
'� � ;
o� • c � � •, . �� � ; �ti
,, ,� rv���� ���:..
� �., �Qy i � a a' t � r�='�I�'r�� ,�
� , ��. �,.:w , ;
' � � - �c �c�;�� �opt o��e�praf�`�
���
,�:�:<: �.�_ <,� ;,,._�.
2.3.3: Prepare Final N�gative Deciaration/Co�rdinate Prc�ject Approvai
During the public review period, NSR will cc�mpile and revi�ew cr�mmeni letters received on the Draft IS/MNC}.
At the close of the public review period, NSR will ct�ordinate with the City and Water Warks Engineers to
prepare responses to comments arad identffy areas af the IS/IVIND that may need to be revised. We assurrte
cvmments wi11 require minimal revisiQ;ns tv the lSt�vT1�ILl. The responses ta comments and cc�pies of comment
letters witl be appended to the Final ISIMND. NSR u+ilt submit the Final ISnviNI} to the City and assist with
distribution af the document to persc�ns whcr comrnented on the T3z-aft CSIMND, the SWRCB, ar�d o#hers, as
d�terrrtined in co4rdination with the City and SWRCB,
Once rnitigatic�rt rneasures have been finalized, I�tSR wi�l prepare a comprehensive and effective Mitigaiic�n
Monitoring and Reporting ��an (Ml�r1Rp) to ensure that measvres identified in the ISIMNL7 are irnpiemented.
NSR wi�l prepare a draft version ofthe MMRP far review and approva� by the City and will �nalize the MMRP
and include with the Final ISlMNI�, The MMRP wiil include:
• Mitigation requirements by environrnental topie or reso�rce axea;
# Cri#eria for measurin�success andlor completian of�nitigation,
+ Party{ies)respt�nsib�e for implementatic�n;and
� Party{ies�respc�nsible fc�r monitoringJreporting.
N�R will c4ordinate the final stages of the CEQA process with the City. CEQA approvat, via adc�pti�n c�f a
MND, wou�d be obtained at a regularly scheduled meeting of the City Counci�. NSR's Project Manager will
attend the public hearin�on the Final IS/tV�1D befare the Cify Council and be available#o respond to questions.
CEQA requires that the lead agency file a Natice vf L?e#errninaticrn {NQT3} witt�the Cauz�ty Clerk and the State
Clearir►gh�use {Cf�ce of P�ar�ning and Research) within 5 days after decid'tng to approve a project for which a
MhID has beert adopted. N5R will prepare the NC}L1 far reuiew and signature by the C�ty and file it with�he State
Clearinghc�use; we assurt�e the City witl file �t with the Ccrunty Clerk and pay appropriate fiting fees fc�r both
submittats. The filing of th�NQD wi11 initiate a 30-day statute of limitations, We assume the SWkCB �vill �e
respr�nsible for preparing decision documents to sugpart theic review of the SRF application ar�d fc�r completing
#he SRF rescess.
+� �. � (�y. . P-. N� 3 �'� `f f t'S k + � ��"'� :�r "�;, a `_'s `:.i
'� :�. �:se�w_.'���y�,
� e o - s� e 3 �m ( .s a � ci �c�a „ _ � ,u"e�,
' '° '"� ' - - a ( e ; � :se t, t � �°d,;
5 .
_ I .. _ � i ���... . . .�. � � �P-u {J�����-..
� U ` y • � . �'�:+t+' R1ilY'�' V� - 1
�7,����iIS13�
xi- � � 3�C�' .s.._
�"m 4 .,�_ q f�.y � y -� ..
' *L � �Y s ..J- .,<�.
._}:a
Exhibit A—�cope af Services City t�f R�dding,CA
Water Warks Engineers Westside Interceptor Phase 3 Irnprovernents Project
_}_
Decernbar 3,2t317
2.3.4: CEQA-Plus Environmental Camptiance Support
It is assumed ihat the prc�ject witl be funded through EPA's �RF I'rogram, sa enviranrnenta3 dgcumentation wili
need to corr►piy with #he CEQA-Plus reguirements which are administered by the SWRCB. Tt�e CEQA•Pius
requirements take into account the need to cQmply with applicab�e federal statutes and autharities. This requires
an enhanced leve7 of coordinatinn with the SWCI�B Environmental Services staff, particutarly with the biological
resc�urces and cultural resourees stucties, to ensure t�at the prcaject is in compliance with S�ction 7 of the federal
Endartgered Species Act and Section lt}6 of the htatic�nal Histaric Preservatian Act.
The City will s#ill function as the CEQA Lead Agency and the CEQA document can be completed, as ctescribed
above in Sub�tasks 4.9--- 4.11. Pollawing coznpletic�n of the CEQA review process, the Gity will then need tc�
provide ei�ht(8}copies of a11 CEQA documenis(e.g.,NC}C,NflD, IS,MND}#o SWRCB,who wit] then circulate
to selected federa2 agencies fc�r review and comm�nt befc�re making a final determination of adequacy. The City
would then be respt�nsible fc�r addressang a�l commet�ts made by the federal agencies before funding can be
appraved.
T�JSR wil] assist the City wit� meeting the CEQA•Plus environtnenta� review requirements. Much c�f this wc�r�: is
already covered in Sub-tasks 4,2 and 4.3 througb 4.11; ht�wever, for compieteness we list al1 necessary steps
below:
� Attendance at a field review rr�eeting with SWRCB Enviranmental Services staff,the City,anc3 Water Works
Engineers to discuss the project,identify�ey envirc�nrnental concems, and come�a a consensus on the
suitable approach for completing the technieal studies{Sub-task I.2).
• Cc�ordinate with S WitCB Environmental Services staff during preparation of t�e technical repe�rts fc�r
biolagicat and cu]tural resources;prepare and submit draft techr�ical reports for review and camment by
SWRCB staff;and incc,rparate their�omments into final techn'rcat reparts(Sub-tasks 4.4,4.5,4.6,and 4.8}.
• Specific to the BA/EFHA and VELB BA,NSR.will be avaitable ta respand to agency cc�mments durir�g the
Section 7 federa]ESA consultation processes with 2�tMF�and USFWS,respectively(Sub-tasks�.5 and 4.6).
� For the cultura]resources investiga�ion,NSR will prouide a record search and draft APE map to th�SW�tCB
Staff Archaec�logist for initial revi�w and approval and to c�btain concurrence on the appropriate Ievel af field
investigatian(Sub-tas�C 4.8).
i Assist the City in responding to any federal agency eflrnrnents received by the SWRCB�nvircanm�r�tal
5er�'�ces staff as part of their federal cross-cutter c�t�rdinatic�n process. As part of this effart,NSR w�i€
prepate a CEQA-PiuslNEPA crosswalk thai docaments that all requirements for both processes have been
rr�et.
• In$upport of the City's appiication to SWRGB,NS� will assist with completion of the Environmental
�'ackage Checklist based on the res�tts ofthe IS1MN1�for review by Water Works Engineers and the City.
Comments will be addressed to produce a final version that can be submitted with the City's applieatic�n. We
ass�ame erther components of the application wilt be prepared by the Ci#y or the design eng`rneer,and the City
wil�be respansible for the final submittal.
j� , s''- �Fzy �.ti;Y�sy.e �.�r�:�u',. 1�xg 3,,`� r -
���:... �a S;nSsa "�2'.�s�.t�s d:����'...d ' ..�
ii • �-��
� � _ 'Nj �C, e �� .�+) � { 1�73� ��t���SS�Wd13S� '�}�7�"f.' _�1�„
N1 .� . . �}' , � � ��G' �YS�,; h'�
,r,.t. �. �
2.4—A�encv Permitting
Under this �ask, NSR wouid prepare the r�eces�ary permitting packages for the City's sign�t�re �rrd submittai�
Based on ihe issues asst�ciated with the proposed prcrject.NSR anticipates the following perEnits may be requ'rred
if direct impacts to jurisdictianal waters cannc�t be fully avoided (Note: It is our undexstanding that the City will
submit the ermit a licatians after the have secured fundin and com leted finai desi
�r "e.�a •e. � o s�<. s -� "}�ta��b�t�%' � � ��:���rc��t�rir3g fees.,
•e ��� t-�= � � �� :,E � � :.� ��� '
�a��__�. -�-� - _
Exhibit A—S�rape af Services City of Redding,CA
Water Wvrks�ng3neers Westside Interceptor Phase 3 Improuements Project
December 3,2017
-1{}-
a
2.4.1: Prepare Clean Water Act Se�tic�n 4#}4 Permit (U.S, Army Carps of Eng�neers}
The forrn of ACOE Section 404 permit needed tc� cc�nstruct the praject wi11 depend an the area of fill that is
discharged inta "waters of the United States"{i.e., wetlands, �lear Creek, Ulney Creek, etc.), and the location of
the project. 1'�SR wilt apply the tnost current project design information tg the wetiands magping tr� determine
impacts. Based on c�ur unders#anding of the pra�aosed project, it is likely that an abbreviated individual permit
pracessing procedure, termed "Letter af Permission" �LtJP), will lae impiemented by the ACOE, given that the
pr�ject encraaches on bath Ctear Creek and fJlney Creek, in clase proxi�niTy to the�acrarnentcs River. To quatify
for an Lt�P,the loss caf wa#ers cannot exceed one acre of 5QQ linear feet of streambed�or bank,
The first step of the LUP process will be to engage in pre-appiication covrdination with the ACC}E. EPA,
USFWS, NMFS, CI3FW, and Central Valley RWQC$ (Sub-task 1.2}. LaTer in the envir4rtrr�ental review and
preliminary design prctcess, t�nce technical studies have been complet�d and impacts quantified,NSh will submit
a pre-applicatit�n packag� tt� the afr�rertientioned agencies. This pre-applicaiion package will inct�de the
fc�tiawing information: brief description af the praject, cc�py af the verified wetlar�d map, pro�ect tocation map,
plan view showin� areas and acreage that would be affected, draft summary af aiternatives considered, and
descri�tiqn of the mitigation approach. The re�ajority c�f this infvrmation will be taken from the technical reports
and the CEQA document. NSR assumes that the altematives analysis provided in the Alternatives Assessment
Technical Memorandum (Water Works Engineers, 2Q15) will support the Section 444{b)(1}alt�rnatives analysis
req�irements.
Fctl�owing#he end of the pre-application cc+mment windc�w, NSEt will prepare and subtnit to the ACt�E an LC1P
package based on the final project p1ar� maps to be provided by Water Wt�rks Engineers. The request for LOP
authoriz�.tion wi�l alsa rnclude:
• Summary of any resource agency comments on the pre-applicatiort materials that were circulated and how
each comrnent was addressed. (Note: For purposes af this seape,NSR asst�rrtes that ageney cc�mrnents wi�l
be minimal and npt require any additional technical stttdies).
� Brief description of other project altematives considered by the lead agency to compiy witi�Sectian 404(b){1}
guideiines. Analysis of any additional alternatives beye,nd those evaluated in the Alternatives Assessment
Technzcat Me;morandum document is excluded from this wc�rk plan.
• NSR.assttmes that ACt3E's mitigation reguirements under 5ection 4C14 wili be met via purchase o�credits at
an apprc�ved mitigation bank andJor payment of in-lieu fees. Fc�r purposes af this scope,detailed(i,e.,
engineer�ng-levei design drawings)mitigatior�planning and design are exciuded from this work p1an.
• Dc�curnentatic�n that a Section 40] water quality cert3fication has been isst�ed fc�r the project.
• I3c�curnentativn that the project h�s been reviewed and approved by the lead agencies. NSR will inctude a
copy of st�ppc�rting CEQA doc�mentation prepared for the project.
# Arty biolt�gical opinions or letters of cc�rtcurrence received by NM�S,USF�S,and/or State Historic
Preservation fJ�cer{SHPO)that document ec�mpliance with FESA and the I*�HPA.
� NSR u+ill cosnplete the Application for Department c�f Army Permit Form 4345 for submittal to the ACC}E.
• Statecnent ackc�owledging the ACQE may determine that a Public Notice and standard individua!pern�it may
be required if the project ca.nnot be authorized via an LQP.
2.4.2. Prepare Cl�an Water Act 5ectiran 401 �Vater Quality Certi�catic�n �+Central
Valley Regic�nai Water Quality Control Baa�d}
Any praject requiring a Sectian 4t�4 frorn the AC4B must also obtain a water quality certification p�r Sectic��401
Qf the Glean Water Act. NSR shall prepare and subrnit ta the Centrat Val�ey RWQCB a request for water quality
certification far the project per Section 4�2 crf the Clean Water Act, The City would be required ta pay any
required fees to the State Water Resources Cc�nnc�l Board.
E�hibit A—Scop�of Services City af Redding,CA
Water Warks Engineers Westside Interceptor Phase 3 Improvements Project
December 3,2a 17
-I1-
�.4.3: Prepaz�e Sectian 1�OQ Streambed Alteration Agreement {+California
Depat-tment of Fish aad Wi�dlife}
Pursuan# to Se�tion ]602 af the Ca�ifornia Fish and G�me Code, a pub�ic entity proposing an activity that witl
su6stantially divert trr c�bstruct the ttatural flow or substantially change the bed, channet, or bank af any river,
strearn, t�r lake designated by the CDFW must receive a discretionary Sir�arnbed Alteratic�n A�reemeni. NSR
shalI prepare a Streambed Alteratit�n A,gre�ment apptication c�n behalf of the City for submittal to the CDFt�
{Region 1}, The City would be required to pay ihe required applicatio�fee to the CDFW,
2.5--Additional Studies
Qne or mc�re of the followir�g optional tasks may be required depending upan the f�nat source c�f f�znding for the
prvject, t�e specific environrnental compliance requirements for that particularly funding agency, and the final
project descriptiort. NSR anticipates that the scope t�f wc�rk and assaciate costs for each af these c�ptionat tasks
may need tc�be refined once project funding sources have been secured.
2,5.1: �atifornia Red-Le�ged Frog Site Assessment
If required, a California red-Iegged frog (CRZF) habitat assessrnent wi�l b� conducted in accordance u�ith the
USFWS°s Ftevised Guidance on Site Assessment and Field Surveys for the California Red-legged Frc�g {Augus#
2U05}. Thrs habitat assessment will consist of the fr�liowing elem:ents:
* Analyze all documented CRL�'occurrences in the project area and vicinity based on a review of the
CNDI7B and canversations with tacal resource agencies to deterrnine knc�wn occurrences for CRLF
within 5 miles of the study area;
+ Ct�nduct an assessment af po#ential CRLF habitat within a one-mile radius ofthe project study area
(access permittingj and provide a general characterization of upiand and aquatic cornmunities within the
study area;
+ Identify,characterize,rnap,and photc�graph potential CLRF habitat areas within the project study area;
and
• S�zrnmarize the assessment in a repart(including maps arsd figures)and include a discussic�n th�t verifes
that the project study area is located outside of the designated criticai habitat for the species. A draft cc�py
wiit be provided to Water Works Engineers and the Gity�c�r review and cotnment, with a f'rnal versipr�
subrnitted tc�the US�WS fotlowing a�thc�rization from the City.
# n y �� � � s� �� � � ��Q 1,7�1�;.�..�����b � ' ���'.�,'�},{}�y:`��;e
��' f
� +(,} �. �. , r� �' �� � °'�',�
:L.. .� .^'= s.. . _� ,�: a �.�`i_
2.5.2: Califarnia Red-�egged Fr�og Protocal S�rvey
If required by the USFWS following co�mpietion of Optiona] Task A, NSR shali conduGt eight sep�rate site
surveys [two daytime surveys and four nactumat surveys during the breeding seasc�n {April I S—June 30)ar�d c�ne
daytime and one nc�cturnal survey during the nc�n-breeding sease�n (July 1 —September 30}] within the�raject site
bt�undaries to de#ertnine the absence or presenee c�f CRL�'. These surveys wil] be cornpleted pursuant to the
USFWS' Revised Guidance on Site Assessment and Field Surveys for the Califomia Red-legged Frag (August
20fJ5�.
NSR shall sumrnarize the fndings af the survey effart in a report that includes the following elements: surnrnary
of surveY dates and times {both begin and end times}; names of surveyors; #emperature {air and water)? wind
speed; deseription of survey methods; numbers and size classes of ali aznphibians abserved; a map c�f the site
shc�wing survey lacations; habitat and frog si�htiz�gs; and a description af perssibie threats to CKL,Fs observed at
the site. In additiQn,copies of alI field notes; data sheets,and phc�tographs of the praject site shall be i�cluded as
appendices t+� the report. A draft report shall be submitted to Water Works Engineers and the City far review
prior to subrnittal tt�the SWRCBtEPA and USFW�. Upt�n submittal of the survey report, NSR will cc�nsutt with
Exhibit A—Scope of Services City c�f I2edding,CA
Water Wor[cs Engineers Westside[nterceptor Ahase 3 Im�rovements Project
�}L'C�1TI�Bl'J,�fl�7
'��'
ths SWRCBIEpA and the USFWS to discuss the s�ruey findings. It is assumed at this tirne that based on lack of
kncrwn occurrences for ihe species in Shasta Cc�unty that consutta#ion with SWRCBtEPA and USFWS will result
with a concurrence of "no effect" and that farmal sectian 7 consultativn and preparatic�n af a �iic�iagical
assessment wall not be re uired,
� � .
� � , �: � � ..�������� h)����'� � c°p�es�v�`;�na� `
c� o �,. ��,> ,
T'J � x 4
. i . ^Q k...sa.•�-.-.k�:;..� �' L�`'M
2,5.3: Prepare Ca►ncep�ual Riparian Mitigatic�n PIan
If required by the permitting agencies to mitigaie fcrr tempQrary irnpacts to riparian habitat aic�ng Ciear Creek and
tJlney Creek, NSR wilt prepare a riparian wetland mitigatic�n and monitc►ring plan includitrg the foilawing
elernents; respansible parties; mitigation site loeation and characteristics �e.g., jurisdictional areas, aquatic
functions, hydre�lagyltopography, soilslsezbstrates, vegetatictn); conceptual p�anting design; vegatatit�n plans and
native plant paEette inc]uding target species to be ptanted; r�ature and source of propagules; long-term
managernent; manitoring reqtzirements {methods, schedule, phc�to-documentation}, remediation rneasures, a�d
final success criteria. The intent of the plan is tc� enstzre replacement of the functions and values of the riparian
wetlands that wauld be iznpacted as a result of the project. NSR wii! prepare a revised mitigation pian that
incorporates the City°s comrrtents made on the draft mit�gation p}an. The re�ised mitigation plan will be
submitted to permitting agencies for review and appr,�val. Folic�wing receipt of cc�mments frc�m the permittin�
agencies, a fina� riparian mitigatian plan will be prepared and included with permit applications fcsr finat
errnittin a enc a roval.
�� � l�"�t",�
� � -. � � � �;� � �,o" �r]an
t
' • � �o� e�s � - a oria; : � e - tr� •�� ��of�`the :
� �
'l�.i� • �il• � ..� � Y . ��ze(J`3`.'
'e' h 4
'c o t � , � �ef��,id'?�
'� _a`,. � � , ,s. � � x �
�.�`.�;.` � r..� r`�` �?�T �.�.,�.�
Subtask 3 — Geotechnical En�ineering
�.l —Pre-Ex�Ioration
Priar to subsurface expioration, VSI will mart� prapt���d explor�tion lacations and contact �.3nd��grt�und �ervice
Alert {USA} ta assist in ic�ent�fying potential buried u#ility canflicts. VSI will also obtain al[ necessary drilling
perrnits.which are issued by Shasta Co�anty EnvironrcYental Health Division.
3.2—�ubsurface Expic�ration
We propose to explore the project site using explc�ratc�ry te�t pit� ant� sar►ic �+�re holes. Tbe test pits will be
excavated using a track-mo�nted excavator equipped with a two-to three-foot wide bucket. The test pits will be
excavared at about 5{�t3-foot intervaIs to depths of up to 2t}feet.In addition,test pits wsli be excavated at the banks
of Cllney and Ctear�reek,Excavated sediments frcrm the test pits will 6e spread out sc�that the size and volume of
�versi2e rock ttlater�als can be estimated. In addition,buik sarnples of soits will be obtair�ed for laboratory testing.
O�ce the evaluation of the test pit is complete,the excava#ion will be backfilied with the excavated soils,tamped.
and track-walked. Explaratcary drill ho2es will be advanced where the prapased invert depth was tao deep to be
reached by test pit and at selected locations along ihe alignment. We anticipate that 3 ta 4 drill holes will be
advanced for this project using sonic coring methods. The drill hvles witl be advanced up to l0 feet below the
bt�ttom of the proposed a'nvert depth. Samp3ing within sQi1 materials wiIi be continuous with the coring methods.
In ac�ditit�n, SPT samples w�ll be ab#ained at selected depth intervats usin� a t4t?-pound auto trip hammer or
cathead in accardance with standard test metht�d ASTM I71586-1 i. SPT sampies wiil be collected in a sampte
bag, labeled, and transparted to our laboratory for testing. VSt personnel will 1og the soils and re�cks exposed in
the exptcrratic�ns,and will obtain samples for visual examination,classificatioz�,and labaratory testing. Logging c�f
Exhybit A--Scape of Services City of Redding,CA
Water Works Engineers Westside Interceptor�'hase;Irnprovements Frojec�
L7ecember 3,2017
-la-
soils will be performed using the Uni�ed Soil Classificativn System (USCSj and Caltrans rock core descriptive
methc�ds. We will estitnate exploration Iocations using a cc�mpass and tape measure from kno�vn geographic
control paints on #he property and by the use of a handheld Global Position System {GPS} receiver. Three drill
hvles will be completed as �nonitoring welis so that grt�undwater depths can be measured pric�r tQ and during
cc�nstruction. Lc�cking stove-pipe manitaring well prc�tectors will be instalied at each site. The remainder c�f the
drill k�c�les will be destroyed using cernent-gzc�ut. Sc�ils generated frarn the drilling will be scattez�ed and left on-
site.
3.3--Laboratc�ry Testing
Saii samples obtained during Task 2 wi11 be deliv�red to �SI's labcrratory for testing. 1t is an#icip�ted that the
follawing laboratory tests will be performed during the cr�urse c�f ihis study;
_
��.: ':�,:�. �; �:����,.:R .�` .r�r �,. � �. � i �,��w
- � . ..�.,..� �. � .:. s A`-.€,�x.:,. �,� ...... ,. . r �������������`_'�,�';�'�.
�-'�J�'�7.t�O�S'�fL��ECi� 1�,..�1���'� ��
�t�r� .�.i��CS r'�S `.�i �3��r �
t;x�ai�-�e�}ais�"sbut�� r�S�h��2� �a
� � €c�x c���si�ri. .�s:r�T�'C}T29��23� �
The actual types and numbers of tests#hat will be perfQrmed cannot be estirnated until after the feld explc�ratiori
has t�een�rFc�rmed.
3.4-Geutechni�ca�Ana�vsis
Upon ec�mpletietn of the a�bove-noted t.asl�sr we witl perform geotechnical evaluations f4r the projeet. Those
evaluations wilt inctude the following:
• Subsurface soil and rack profiles at the site;
• Gealcsgic hazards t�iat might adversely affec#th�pipeline;
* Excavatability of the on-site s4its and rocks;
• AntiCipated g;rain-size disttibutian of soils and oversize m�terials at test git locations
* Evaluation of grt�undwater depths and disiributifln;
• Allc�wabte bearing capacities for propt�sed manhales;
• 2U 16 CBC seismic design parameters;and
� Soil chemistry evaluation for cc�rre�sion and ceme�t typ�suitabiiity.
3.5--Geotechnical Reportibg
Results c�f the field investigation, laboratory tests,and engineering analyses wi11 be s�mmarized and cancluded in
a get�technical report.That rept�rt that wi�l contain,at a minimurn,the fotlowing:
* A descriptic�n of the proposed project including a site plan showing the approximate lacation c�f the
explvrations advanced for this study;
• A descriptiar�ofselect,existing,available data ct�llected,reviewed,and utilized during this study;
• A discussic►n regarding geologic hazards that cc�uld impact the prt�ject site;
• A description oftl�e si#e sur�a.ce and subsurface conditions encountered at the time c�ft��c feld
investigation;
Ex�ibit A—Scope of Services City of Redding,CA
Water Wc�rks Engineers Westside Interceptor Phase 3 Improvements Project
December 3,20 t 7
-14-
• A gec�top;'tc map showing the distrib�tion af earth materials across the praject site;
i Geologic cross sect�nns prepared across selected,critical portions ofthe alignment depicting subsurface
sc�il and graundwater conditiot�s encountered durzng this study,
� 2016 CBC seism�c design parameters,
* Recommendations reiated to geotecl�nical aspec#s of
c� Site grading and dr�inage, inc[uding an estimate�f the percentage c�f oversize rock materials that will
not be a]lowed for use within pipe zone andlc�r trench zone backfill;
c� Pipe and trenc}�zane back�ll and cc�mpaction;
o Modulus of saii reactian{E'}fc�r native soils,backfiit s�ils,CLSM,and cornposites�c�r pipeline
design,
c� Allowable bearing capacities f�rr proposed manholes;
o Lateral ea�th�ressures�a�ctive,at-:rest,and passive�under static anc�c�ynamic cc�nditions for buried
structures;
c� Gae�cients of friction far soi�rnaterials;
o Temporary exca�vations and sharing;
c� Cement type bas�d an soil c�emistry;
* An appendix presenting a sumrnary c�f the field investi�ation including�xploration lc�gs denc►ting
sampling intervals and Iabaratary test results,
+ An appendix presenting the results of our laiac�ratc�ry testing.
� °' e � r.
�p. K
# t �3..» �:�V� 's�Y'���.tt..».�u..���.u�t�'..a. .L'.
3.6—Pump Testin�
Th"rs task i�vc�lves perforn�ance of pump tests at iwo locations aiong t�e propo$ed alignment tt� �estimate the
hydraulie properties of underlying sediments thrt�ugh which the prapased pipeline will be cc�nstructed. The pump
tests will prc+vide information to contractt�rs bidding the project that can be used in estimating the types of
dewatering systerns that might be appiicable for the project. In adclition,purnp tests will provide the desi�n teazn
information regard`rng estimated discharge vc�tumes that might be useful from a permitting and constructic�n
Ir�gistics standpoint, prior to estirnating and bidding the project. Performance of pump testing requires an
e�tractic�n weil and preferably tr�vo monitaring wells at eaeh Iocation. We will obtain permits and construc#the six
welis a# locatior�s identified based upon the exploratit�n information gathered frocn Tasks 2. The extractifln wells
will be b inehes in diarneter and the �nonitaring wetls t�ne-ineh in diamet�r. The welis will be cased, screened,
sanded,and a sanitary seal ins#alted in accordance with permit co�ditions and proper weli cnnstruction standards,
Upon completic�n of the welis, 24-hour, cc�ns�ant-rate puznp tests wi11 be perfarmed aT each site. Downhole
pressure transducers and data loggers will be instailed within mc�nitoring welis and will reeord drawdr�wn
informatian at prescribed time intervals during the duratic�n c�f the tests, [Ipon comptetion of pump testing, the
data will be evatuated to provide hydraulic conductivity, storativity, and transmissivity v�lues for each IQcation.
CJ on cazn letic�n,tlae six wells witt be destro ed in accardance with a licable ermit conditit�ns.
• �' z'�" ��r�� . _ � ._.
_'�3.*a��!A�. '�s���' ,..<���.�a:."�..
�'ill�}�itS� � — S1.�I'YY[,'�lII�;
Ornni-Means shall perform surveys and base mappin�necessary for the preliminary engineering�cletailed design,
conform requirements to existing topography, and/c�r infrastructure design, Project surveying and mapping shatl
include, bu# nc�t be limited ta aerial and mttbile Lit�AR, bathometric surveys and aeriat �hotography; settin�
Exhibit A–Scope of Sec�vices City of itedding,CA
Water Warks Engineers Westside iaterceptor Phase 3 Improvements Praject
December 3,2b1?
-15-
uertical and horizontal cantrol; detai]ed tapographic surveys; conforrn elevations arid cross-sections, b4undary
surveys;and major esffsite struct�.rt�es or itnprovements worthy of design consideration.
Mapping product will be a digital base map with surface, with supplernenta] digital aerial photography, alt tied to
the required datums. Mapping witl meet the Caltrans Qrders of Survey Accuracy at a scale of I"=2t}' and a one_
foc�t contaur interval. A►! uv�rk under this phase wilt be perf�rmed under the direction c�f a California C,icensed
Land Surveyar.
4.1 - Prcriect Sur�vev G�ntrol
C7mni-Means wiil establish a survey c�ntrol base for the �roject. The hc�rizontai contrr�l survey will be bas�d on
the North American Datum of 1983 using the Ca(ifarnia Coc�rdinate 5ystem of I983 {CCS83). The Ve�tical
Datum will be the North Arnerican V�rtical Datum of 1988(NAVD88).
4.2 - Land Net Boundarv Base
Record data will 6e compiJed to ereate a land net base map of the project. Sufficient monurt�entation wil� be
located#t�reference the record boundary data tc�the topographic base ma�.Na monument�wil3 be set and a record
of suruey will nt�t be fi]ed.
4.3 - Aerial aQc� Mobile LiDAR
The pipeErne rou�#e and adjacent areas will be acquired by the use of a drone mounted LiDAR mobile scanner.
The scanning cQntrol will be directly tied to the project cc�ntrol by the use of GPS and Total Statian surveys. In
addition to topography, the map will sht�w planimetric features inclttdin,g roads, buildings, fences, power poIes,
trees, brush, and other features according to standard practice. Accuracy wil� equal tir e�cceed Naticanal Map
Accuracy Standards for tapagraphic maps cc�mpiled by photc�grammetrie methods.
4.�-Aerial Phuto�,raphv
Omni-Means wilt obtain drone 6ased aerial photc�grap�►y of the projec# limits and a digital phott�graph of the
project will be provided and georeferenced to the prt�ject dat�am. The aerial photography will be cc�mbined �+ith
the mapping#Q provide a digitai phato base.
4.5 - BathYmetaric Sur�vey
Omni-Means will c�btain bathymetric survey data of Clear Creek at the route crossing. This wilI be done �vith a
boat and transponder or witk�GP�,depending on cc�nditioz�s. The d�ta will be georeferenced to the pra,�ect datum
and eombirted with the mapping to pravide a continuaus surface�
�.�► � TCi�G►�2'��3�tiC FICIt� Sill'Y�YS
The scanning data shall be supplernented with ground based topt�g.raphic surveys in obstructed areas and at
confarms, utility features and drainage structures. Umni-Means shall pravide a tree survey t�f identified to be af
concern�ty the client. Infarmatiort provided will be identific�#ion,size and dripline.
This survey wilt at a rnir�irnum inciude the fc�llowing:
• Surface data wilt be sufficient to create a TIT�t ftar Civi13D design.
• Surface evidence of storm drain system{ditches,culverts,cateh basins,drop ir�lets with flow line
elevat��ns.
� Surface evidence of utilfties
• Power poles,guy wires a�d overhead I'rnes.
� Fencing and gates.
• Street lights,signs,striping,pavement I�gends and rnarkirtgs.
Exhibit A—Scope of Services City,af Reddit�gy CA
Waier Works Engineers Westside Intarceptor Phase a Innprovements Project
T3ecember3,2t�17
-16-
• Iviailboxes,driveway and ramps,
Comp�ter�les witt be prepared ta include feld contrc�l points,topagraphic surveys, utility dat�, property surveys
and pceparation of the Triangular Irreguiar Netwc�rk (TI�1} used Far three-c3imensionai calculations, {i.e.
earthwork,cross-sections and ro�l�s}.
t �; . .
.., � , � � � a :� a�to� "� _�'� +e��'re�`k'����si�rve:�ss_'��N:�.
�ll���S� � — �i�,s�i"� U���,�'
ENGINEER will coordinate, prepare an� record all docurnents neec�ed to obtain tbe rig}�t-o�way pr easements
necessary to construct the project, as weil as artY aPpraisals, right-of-entry agreernents and encraachrr�ent permits
from all private landowners and public entities that �nay be neede�3 t4 construct the project. Right 4f way tasks
will include the fatlowing,as necessary to support the c4nstruction t�f the project as designed:
* Review existing City of R.edding property and easernents and deterntine what, ifany additicrnal right-c�f-
way
* Coc�rdinate,prepare and record all documents needed to oiatain the right-of-way incl�ding but not iirtnited
tcr legal descriptions,eachibits and appraisals
+ Coordinate.prepare»submit and obtain construction right-af-entry agreement and encroachment permits
from all private iandowners and pubiic entities
* City shali provide all payrrtents and escrow services required to obtain required righ#-of-way
� • '� � � t s"' es'o- �"`� ..� �.:��',���ts,�s
k:;�;���:
i i ' _ �' -+'�' ,�.'a:..r'": �.
, y
� " � !� �4*} {�* +i�., ����'F.Q� �ak�5:.c'. +I
� 6e Saa1�1.g.�tYte
�.i ,,�,�x�-r:� -
... �,. ,�: � �. :� -�''
��:.�_.
Subtask � - Final I�esign and Contr�ct �locuments
ENGINEER will prepare the rtecessary cantract dacuments(eonstruction pians,tYpical details, specificati�ns.and
cc,st estimates} far the project, baseci on the design criteria and recommendations included in the Prelitninary
Engineering Report. The preparation of cnntract documen#s will be compteted in three s�zbmittals; 6p%, �{�4/q$j]{�
Final Bid Docurnents. Prior to each suL�ttzittal, the work praduct will be reviewed through ENGIN�ER's QA/QC
process and, upc�n submittal to the City,will have been reviewed and revised in aecordance with the QA/QC plan.
Subtnittal of the 6U°fa and 90%review docutnents will occur at Praject R.eview Workshc�ps with the entire prc�ject
team. The contents of the submittal wi►1 be presented tt�City to fatniliarize the grpup with the infc�rmatictn being
submitted and the design thought pracess behind the work. F'c�tlowing the Pra�ect R�view Wc�rkshop,the City will
have a 2-week review geriad ta provide any additic+nal comments which were not brougi�t forward in the Project
Review Wc�rkshop.
fi.l_- 6U°lo llesi�n Snbmittal and Utiiit�Cc�ordinati+on
The 60°fo design submittal will co�nmunicate to the City the prt�ject design so that rrteaningful discussion can take
place and the core prc�ject ciecisions can be made as a grc�up.C}uring the deveiapmeni of the 6U°lo design,alI utility
coordination will be completed, including letters to utilities and coordina#ic�n of utility conflicts with the pipeline
route. The fallowing del'rverat�tes will be pravided by�NGENEE}7 with this submittal:
1} brawings:
a} Key P[an
b} Plan and Profile of�ripeiine
c) Tie-ian I�etails
d} Otney Greek Crossing
Exhibit A—Scope of Services �ity of Redding,CA
Water Works Engineers Westside�nterceptor Phase 3 Improvements Project
IJecember 3,2t}17
-17-
e} Churn Creek Crossing
2) Technical Specifications:
a) Draft of technieal specificatrons
3) Construction Cost Estimate
' - �` t #� `t ;",�
"r�° �`�&t���,��=�
� .� � ���Y �k,';�
�+ .�c� ffi �y�",��
� dQ ' �{ti�'✓L •4�� 4 � �'tr• ..1. /r �._ F�f t'j:14'?
+'4:..'x�_. _ " :-'A'.�.'
6.2 - 9!l°la Desi�n Submittal
In general, the 90% L�esi�n S�bmitta� will be a comple#e project packa�e, wit� a11 desi�n drawings, detaiis and
specificatictns comp]eted. The period between 90°lo and t 4f?°fo sh�auld solely be dedieated ta mincar inter-
disciplinary coord�nation and final QA1QC chec�Cin;of all documents. In the 9�°10 subm'rttal. 2-�dimer�sic�nal glan
and sectic�n drawings are incorparated svith 3-dimensional isometrics to clearly show how cc�mplex piping
s stems are tc�be constructed.
* ° -� _ e x �k> '���,�,
�
� , �3��.� �
y'� �
_ y �� F� �`1k�'�b#.�.., 4�'?
. . _.�:.. ..,d.a? 1't'r"•
b.3 - Bid T?acuments Submittai
Bid Documents will be prepared and submitted tt�th�; �City ft�r c�se in soliciting contractt�r bids and cor�structing
the project. Cc�mmenis provided by the City at the 9fl°la design stage or QA1QG c4rnments genera#ed by
ENGTNEER's A/ C review team will be addressed and ihe ra'ect set will be cam le#ed.
� � � x- _ ,
+�-��x� r .'.I
'-_y,
•a � £Tsy„�_�;� '.1
3
{ �+�t ,���_yN� t s,i',
i�`�°� �
� �i � :� ���at
k�
•� � � � x
� � �� �y '� `
n rc ;
�1' � •f C+S� ��u e S �:�
� �;���,s s�,.
� ♦ (� '�� —r t s�. y �
- a:. _ .v .r�=i:�y �. gi
Subt�,sk 7 —Engineering Assis#ance I�uring Bidding
ENGII�#EER will prcrvide the following Engineering Assistance L}�►ring Bidding:
1) Conduct Pre. bid Conference
2} Ftespc�nd to eontractor inquiries durin�bid advertisement
3) Prepare addenda for Gity distributian to bidders as required
4) Review bids received,make recornrnendation tc�the City
- c�� e �. �,;r ,�� ..� .�, �� ,
- �� ���., ��%��� �;
� � . � � �' „. � � ''�� 3�
� _ � �����,�. re �w� »�. ,
� � -=��s, ;� �,�'"=�� �, '" �
- ''�:.
Exhxbit A—Scope c�f Services City of Redding,CA
Water Works Engineers Wastside interceptar Ph�se 3 Impmvernents Praject
December�,2017
-IB=
SCHEDULE
The work described in Exhibit A witl be colnpleted according ta the attached schedule. The schednle ass�mes a
project start date in Jarauary 2t}1�.That schedule bceaks down,as fr�llows:
Contract award ] day January 2418 Contingent on City Council apprc�val c�f
contractor
Prc�ject Team Kiek-off 1 day January 2018 Uep�nds on staff avai�ability ._._.��-------__._
rneeting
-_ .__...___�._�..�__r____....��,__..._.,._.,_�_�__..__.._..._..._�_ - ---------. �..
_. .. . __
Agency Coardina#ian Mee#ing 1 day March 2018 mm,N Deper�ds on agency staffavailability
VValk-through to Establish 1 day March 2018 Availability �f project #eam nnembers; crutcome
Study Area Lirnits t�f agency meeting
Prepare ESLIAPE Map 10 days April 2018 {�utcome 4f agency meeting; Input frt�m City_ µ
Approval Qf APE rnap 7 days Apri] 2C}l8 Depends on SWRCF3 staff response ____._.._._�__
{SV�RCS}
L�raft F'rc��ect Uescription 30 days May 2018 Depends on aua�labl�design details and outcorr�e
c�f agency meeting
________ _ �_____�___._.__----_--------- - ----
Apprc�val of Project 1(}days May 20�8 C�ntingent on City staff approval
Description
�--- .-�-_�_.____��_�__..�_._. __.______---___.__---........_-----_..
Cc�mplete Fieldwork and �2{7 days Uctcrber 2iJ i$ Depends c�n approval of A PE {SV�RCB) and
Prepare Technical Study project descriptit�n (City}
Reports
Section?ESA Consultation 130 days March 2019 Depends on SWRCBIEPA and NMFSICTSFWS
Between SWRCB/EPA and review times
TiMFS and USFWS
Stakehold�rs Meetin� 1 day t�ctober 2Q 1$ t�epends on resulLs of technicai studies 5 and
availability of staff
__.__ ._._. - �_.____,_.._�._._._�...�_.__.�__.�.._.._..___...-- -- --,..._.....__.,..� ---..__.,.._�..._..
Adm"rnistrative Draft ISl�vtNI) 6Q days January 2419 Depends on approval of project de�criptic�n and
pre]iminary results of studies
City Co�nments on ISfIViND 30 days February 2419 I�epends on City and ather agency review
tirnelines
Public Draft ISl1VIl'�TLI;Draft 14 days Mareh 2019 Once approved by�ity _._.w �_� ,.__._
Notices
Public Review Period 3{l days Apri�2{}19 Depends on appraval of Draft ISJtV1NF7��Yy_u -- -�
{Mandatory}
Public Hearir�g 1 day During review tf necessary and requested by City;nat required_
period
Exhibit A--Sc�pe of Services City csf Redding,�`A
Wa#er Works�ngineers Westside Interceptor 1'3�ase 3 Improvements Project
December 3,201�
-t�-
�
�
Resgc�nses tv Comrnents 20 days May 2019 Assumes minimal to moderate ce�mmer�ts;
depends�rn end of review periad and c4rnplexity
c�f comrnents
..___.� �_._______�_.�___..e._._____.___._..
Final ISI11r�+TL};Uraft Notiees '7 days June 2019 C�nc�responses approved by City
___...�._.,___....��__..__.,��_...__.__---__._.- --.�____..._.__....__......_..._...
� _. ----...--- ,.,.,.. ...._. __
Public Hearing i day June 2�19 Depends on completion of Final IS1lVIND and
Cifiy Council meeting
__. ____.___._—_._ ._----
Fr e CEQA Notices 5 days July 2(}19 5 days after City approval
_,��.____�__ __.____.. ,..----
Statute of Lirnitatit�ns 30 t�ays August 2019 Depez�ds on�1ing af Natice c�f L}etermination
�_�.�.._,.._._._�____.-------_._.______�__.�_.,e...----,�_______......__.._.__---- --_...___..�..�----._...._......__� ..__.__ ..
SWRCB approves CEQA-Plu� 30 days September 2419 Depencis on SWR�CB/EPA and NMFS review
D+ocumentatic�n
Prepare Permit Applications 34 days Oetober 2C}19 Availability of nee�3ed design informatic�n;
CEQA Notice of Deterrnination ft�r state permits
Agencies Issue Permits 130 days March 202(l Timely review by the permitting a�encies_._�. _. _
In parallel with the Enviranmental Fersnitting,Getttechnical Studies{Subtask 3}u+ill take place in the surnmer af
2018 {IQ-12 weeks af work, best performed in the svmmer for ease of access and to mirror the subsurface
gcoundwater eonditic�ns anticipated during constructian}.
As the ISt1�v1ND and agency perm9ts are completed at the beginr�ing of 202t1, ur� wiil have cc�nfidenc� mt�ving
fc�rward with the final pipeline routing and can execute the remainder of the project deign tasks (Subtask 4 —
Surueying,Subtask 5—Ri,�ht of Way,and Subtask 5—Final Uesign}during the remainder c�f 2020,
The project wc�u�d gra out to bid{Subtask 7--En,gineering Services I?uring Bid} in the very beginning�f�{}21 st�
that�the contrac#or can be prc�cured, submittals and project planning can accur, and the project constructed in tt�e
summer and eariy fall c�f 2Q2�. Proj�ct close-c�ut wc�uid occur in Eate 202r, with the project construction being
I Otl°fo�otnplete at�d efosed-out in tanu�ry of 24�2. The scape c�f this contract is oniy through bid services,sc�this
scape is anticipated tc�be completed by January af 2U21,a 3 year duration.
If the permitting prt�cess is rnoving smoothly and perhaps inore quickly than anticipated in t�e sehedute above,
the remainder of the project tasks can be acce�erated, as appropriate, and the project may, under ideal
circumstances with germitting(and projec#�unding),be ready ta ccanstruct in the summer of 202(l.Consultant will
rncsnitor pro�ress and wcsrk with the City to adjust the project schedule as the project moves thro�zgh the
permitting prc�cess.
The Consultant wiEl exercise ditigence in the performar�ce c�f its services cor�sistent with this scheduie subject to
the exercise of the generally accepted standard of care for perforncance of such services, This schedule assumes
timely review Qf st�bmittals and submission of complete cc�mpited review comments to the Cc�nsultant by the City.
Madificat'rons tc�#he scheduie may be made to accommodate changing project demands so Ic�ng as they are agreed
t4 by both parties. Consultant wili modify ihe sehedule to account fc�r schedule delays due to influences o�tside
the Consultant's c�r City's eontroi and report#h�modified schedute ta the City irnt�ctediately.
Exhibit A—Scape af Services �ity of Itedding,CA
Water Works Engineers Westside Interceptar Phas�3 rrnprovernents Project
December�,20I7
-zo.
EXNIBlT S
�
CI'TY OF RED[�ING (CLIENT}
COfVSlJL7ENG ANQ PRdFESSiC}�(Al�SERUICES Ct'�NTRACT
Vtrater Works Engineers, Ll.0{Et�GINEER}
EngPneering Rate Schedule for
Engineering E�esign Services for the
West 5ide Enterceptor Phase 3 irnprauements Praject
2Ct�? �t?18 2019 2t}20
{note�} 2os�w/� 20�.7 w/� 2oz��►��
Classi�cation Tit1e Ht�ur�y Rat�
3°lo fncrease 3�Increase 3�1r�crease
AA Adminis#rative $96.00 $98.88 $J.01.85 �lfl4.9t�
E1 Staff En ineer $119,t}0 $122.57 $126.25 $13t3.�3
E� Associate En ineer $146.00 $150.3$ $154.89 $159.54
E3 Pro'ect En ineer $165.Ct0 $169.95 $175.05 $1$0.3U
�� Seniar Pro'ect Engineer $3.91.0t? $196.73 $202.fi3 $2Q8,71
E5 Princi al En ir�eer $22I.00} $227.63 �234.46 $241.49
!1 Fiefc#Ins ector $129.0{l $132.87 $136.8fi $14f}.96
12 Senior f�s ectar $14�4.Q0 $148.32 �152.77 $157.35
�� su �rv�s�r, i�►s e�tor $�.s�.ao �zs�.a� �z�s.�� ��.7�.g�
T1 C7rafterJJr.Teehriician $81.t?t3 $83.43 $85.93 $88.51
T� DesignerJSr. 'iechnican $109.00} $112.27 �115,64 $119.11
T3 Seniar Desi ner $133.iJQ $135.99 $145.10 $145.33
Notes;
1. A markup a€10Y wi11 be appiied to aIl project related Direet Cpsts and Expenses.
2. An additio»a!premiurn of 2S%wili be added to the ab4ve rates for Expert Witness and T�stimony Seruices.
3. Rate effective throcagh pecernber 3l,2017.A 3961ncrease witi$e added far any sen+ices perforrned in each y�ar thereafter.
�w � m ��
�� �a�� � � � K
� ��m � R ry � '� �
$
ey M$�o � S hm
�� � �. x w�� � K q,$ s
.�" $ « �^ `
� M � m�n� �� � � �
��. q e o � ..� .,. ,...� ,��, .,. �
w x
� p � �s:
.. �
- � � � �,�.n N � g
��
� � .. m �ams� �
=w � � ��
� � � x�
�� � � � ��
q= �s � �x
„ - �
s� 9
�� � »� m �
� d
� �� 5 �p� �� � m �
z� � a�r � � � �
zz � �y'E � ""� � '',,.'
_o
c� _ �.&'°�•�• u r
o� � "�20� x g
�z ` Sd - � N
< � �'- V.
u �`, �e �
� � w� «8 � g � � `da
M �
.� � µ _
+n 4
�E � z
� � �.
E
ya � �� � ... � �
� � ,,. K �
�
«� '" "`
g�p a� � � �`" �
� � = e
.» �
� «�'p�'�O^`^��u�.;:�,....««,...... �x�r
xtt �S
,�,o oco g$<* �
.°s"�, .., a ,,,„�„ ,,,
u`q�µ�%
�� � m N ��
y��o."�,�"°`��,�,�� � g� ��
� �0"`�9;�„g�e.z.�a� % ����3 �gw
�" u+a a'�c'a` � za o�ra' «4,�
�
��a"� ��.�__ .,WwWWw � ��� �; %�
,� :
aw '" x�� '"$ o�
� � «.<
I� � IIII • C�r�r a� R�ooEN�
, l
� � i � l 777 CvPR�ss Av�r�u�, R�voiN�„ CA 9&001
� � ,� P.C3. E3Csx 496Cf7 i, REDpiNG> CA 96(?49-6fl7 S
OFFICS QF TI-IE C[TY CLERK
AAMEVi MiZE,CITY CLERK
SARAH SHE£TZ,ASSISTAT�lT C17Y CL�RK
53C?.225.�i.447
534.Z2a.4463 FAX
January �,2�18
Mr. Sami Kader
Water Works Ez�gine�rs
14t�5 �'ictc�r Avenue, Suite A
Redding,�A 96003
SUB3ECT: �onsu�ting and Professic�nal Services A�reement, C-7518
I}ear IVIr. Kader:
Enclosed is a fully executecl o�igir�al c�f the above subje�ct Agreement between th� Cit� c,f
Redding and Water Works Engineers fc�r the purpvse o� engineering services for the Westside
Sewer Interceptor Phase 3.
Tf yc�u have any questions re;�arding this xn�tter, c�r if we can be of assistance, please con.tact khe
{�ffice c�f the City Clerk at(530}225-4439.
Sincerely,
f �� ���
1.���"'�.
A��ette Cates
Executive Assistaa�t
Encl�rsure
c: Ce�rri Var�diver/Engineering
Finance
TRANSMITTAL FORM
� r �, � � ` tIARL}COPI�S 12�UIREt)*t?U Nt?T E-MAIL FUIt RE'tTIET�i�
, , , rf't�CI'�'�A'�ORN�Y 25-4Q50�&CITY CI��RK�225-4055�
Agreemen#s�Bonds p Contracts� Leases 0�scrow Instractions
�Deeds 1t Securities 1t Resalotions¢ Ordinances
I��te: 12/�9{17 From: Steph�nie Mc�ollum For Finance: --
Dept.Narne: Engineering 225�-4511 D��t#
Pht�11�: Jc�b Order#
Person mrast knc�wledgeab��: Ccrrri Vandiver Phone:245-7120 �ontract#
Tip
Ct?NTRACTlNSURANCE R�QUIREMENTS ME7?frrsurance musf be Qbtairred, approved and entered by Risk
befor�obtainr`ng Cify slgnafuns(s}. /f not corrrpleted,yaur contracts wiJt be held i�a the Cterk's O�ce, for hetp contacf
Risk Lta6ili#�r Ccr�,cearmona cx.ci.reddinp.ca.us, t53t?) 22�-4387, or mrfto dsCa'�ci.reddinp-ca.us, f53[?)225-438�_
DESCRIBE D4Ci.IMENTS ATTACHED '�" '�'' � ' f �
� consultin and ro#ess��+( se c�sc n ract �� t 1� ~ ����t��.� 4���,, ..> `: ..,. �
Dacument TitIe. � � , .,.„,_.
ou�side�arty(ies}.1Nater Works Engineers �_�
Project�iNhatjWhere/tNhy?): Wes#side �ewer lnterceptar Phase 3
C{}tINCIL APPROVAL 12EQUIRED? Nc��Yes� I�Y�S,DATE OF MEETING. ��f���7 �•. ����
3riTas cantract jagreement the result of an RFP�r Bid?1Vo�Yes(.'� Bid Scheduie#or RFP#��� �$�
Is the source of funding grant related? No�'}Yes� �T
REQUEST FdR ATT{)RNEY SERVICES �l1�d110E,��i�
�
�REc�urxen Attt�rney lteviews draft-Atl docurnents must be reviewed before ob aining si�natures.When am��n
❑ a contract,attach a capy of original contract and all priar amendments.Da nat e-mail documents unless
speciFcally requested. ��
� Apprc�ve As To Form A�: draft has been apprvved by attorney and autside parties'si�natures have
been obtained. Submit two(Z�originals. Use paperelips(� staples�and put"Sign Here"tabs on a11
signature pages.
� Prepare Certifieate of Acceptance[easement&grant deeds�
� Memo or additionai in�o is attached.
� Other:
RUUTIRiG
� Return ta•
(7fiet�route signed originals to Gierk's Office far attesiang,[ransznitting 8c filing,etc.w ja transmittal form.}
� Forward to City Clerk fQr necessary signatures and pracessing
❑ t�ther(mailing/disMbution instructionsj:
+�'�+��9'�"��
C".!�4��CS t�FFi � {
. City Attorney Log# ,, _ ��„� !
���i � r.��
. � � ��:;� I.ogged out by:
Rev,SJ37 ��°
uo
S'
TRANSMITTAL.FdRM
��� �� ' � �� � ,fXAAtC?CflP1Fs R�'/J��' 3'�..�tO NCt�';E-Mt�/I �'t]t?t��Y�
� � TO CITYATTORNEY(22S 4QS0�&rtTYCGFRK 22S 4�391
Agreements p Bonds p Cantracts p Leases 4 Escrow Instructions
�Deeds Q Securities p Resolutions p Ordinan�s�Oginions
; �,
Date: 4/08/2020 From: Stephanie McCollum
Dept. Name: Public Works- Engineering Dept.# 501 Phone: 225-4511 `
Person most knowledgeable: Corri vandiver Phone: 245-7120
INSURANCE REQUIREMENTS MET?Prior to signatures, must submit Insurance Transmittal Form to Risk, have
certificate upioaded by vendor and approved by Risk. If not, your contracts wiil be heid in the Clerk's O�ce. For help
contact Risk Liability-Adahl a(�?.crtyofreddii� .t�rp(530)225-4385 or cearn�onatc'�citvoireciing orq(530)225-4387.
DESCRIBE ATTACHED DOCUMENTfSI
Document Title: First Amendment to C-7518
Outside Party(ies): Water Works Engineers
Project(What/Where/Why?): �stside Sewer Interceptor Phase 3
COUNCIL APPROVAL REQUIRED? No❑Yes� IF YES,DATE OF MEETING: 4R/20 Agenda Item#: �...
Was contract/agreement the result of an RFP or Bid?No f Yes� Bid Schedule#or RFP#: �
IS��hIT�CT REI.EITED TO THE CAR9��IRE? �as�1'e�
REOUEST FOR ATTORNEY SERVICES
� ��� ��
A orn v Reviews Draft-All documents must be reviewed&approved efore obtaining any sig�ature� ��-�
When amending contracts,attach a copy of original contract and all prior amendments. Do not�=maz1_.___._ ...�.
documents without prior approval. , ,.-
L.�--��`�
� Retu2'ri dl'1ftS to: (to finalize&obtain outside s�gnatures) � `�
x_
� :
� .�t�c��xa�v Si c� Ox� ��a�a ��r��avi�a,�A�To Foa-m.4���-: (1) draft has been previously reviewed& �,.--'
approved by�ttorney; (2) Dept.has obtained autside signatures. Please submit two (2) originals.``Use ��-� � ��
paperclips- no_staples --and affix"Sign Here"tabs on all signature pages.
(Attorney approval now mandatary-RMC§4.20.12Q.A)
*Note: Signed originals will be forwarded to City Clerk for necessary City signatures,insurance&
other requirement verification,and processing.
❑ Mailing/distribution Instructions:
�^t��k ��.w,,� ���t��
� Prepare Certificate of Acceptance (easement&grant deeds)
❑ Memo or additional info is attached.
� Other: ��`:, : _.___._.�.��..--
Savc forAttorney's Notcs
�""'� �� � �:
�-- � City Attomey Log# r`� :��F'-�-� � �� ;�
� � �.R
"� Logged Out By:_���
Rev.B/IB n
7�a�
FIRST AMENDMENT TO
CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-7518)
Westside Sewer Interceptor Phase 3
The Consulting and Professional Services Contract C-7518 ("Contract") dated January 3, 2018,
between the City of Redding, California, ("City") a municipal corporation, and Water Works
Engineers ("Consultant") is hereby amended as follows:
SECTION 1 is amended to read in its entirety as follows:
Subj ect to the terms and conditions set forth in this Contract,Consultant shall provide to City
the services described in Exhibit A, and Exhibit A-1, attached and incorporated herein.
Consultant shall provide the services at the time,place and in the manner specified in Exhibit
A, and Exhibit A-l.
The Exhibit A-1 attached to this First Amendment is incorporated into the Contract dated January
3, 2018, as Exhibit A-1.
SECTION 2.A is amended to read in its entirety as follows:
A. City shall pay Consultant for services rendered pursuant to this Contract,at the times and in
the manner set forth in Exhibit B, and B-1, attached and incorporated herein, in a total
amount not to exceed Seven Hundred Four Thousand Nine Hundred Seventy-Two Dollars
($704,9�2). This sum includes all out-of-pocket travel, lodging and incidental expenses
incurred by Consultant that are reasonably associated with the provision of services under
this Cantract. The payments specified herein shall be the only payments to be made to
Consultant for services rendered pursuant to this Contract.
The Exhibit B-1 attached to this First Amendment is incorporated into the Contract dated January
3, 2018, as Exhibit B-1.
All other terms and conditions of the Contract dated January 3,2018, shall remain in full force and
effect.
�
�
�
�1�
��
��"��`�` ��-.��� _
� i � � � � �-�.� -� ��
The date of this Amendment shall be the date that it is signed by the City.
IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and
year set forth below:
CITY OF REDDING
A Municipal Corporation
Dated: o'�" � ��� , 2020 �'�� �� �
By: ADAI�f McELVAIN, Mayor
Form Approved:
BARRYE. �eWALT
Attest: City Attorney
,-'`�_� ', � �' � �.�`°'� ��
"� �
PAMELA MIZE, Ciry Cler ' By:
Wat Works Engineers
l�
Dated: , 2020 ' '�' `` '����
By� ���,t �'it`��r��� P'�� C v�'�-
,
Taxpayer I.D. No.: �� . -� � � � � �
EXHIBIT A-1
CITY OF REDDING (CLIENT)
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
Water Works Engineers,LLC(ENGINEER)
Scope of Services for
Engineering Design Services for the
West Side Interceptor Phase 3 Improvements Project
Amendment 1—Additional CEQA Scope
PROJECT BACKGROUND
Phase 3 is the final piece of the Westside Interceptor project being implemented by the City of Redding. In many
respects, Phase 3 has been left until now because of its significant planning, permitting and construction
challenges. Starting in 2013, the City and Water Works Engineers began working together to determine how to
get this last section of the project done.The October 2015 Alternatives Assessment Technical Memorandum was
a thorough vetting of project alternatives, with the most feasible and cost-effective alternative (the Parallel
Route) recommended. This route was selected for two primary reasons: 1) it is the lowest cost approach and 2)
it has the least impact on the public.
NEED FOR CHANGE ORDER
Work began on the design and permitting of the Phase 3 project in 2018. The design has progressed to the 60%
level and the CEQA permitting process has been ongoing. As work has continued through the CEQA permitting
process, significant complexities and additional work which could not be anticipated at the time of contracting
have arisen, leading to the need for this change order to the scope and fee for the project. The details of these
changes, and the needed scope and fee, are in the attachment to this change order.
COST IMPACT
Subconsultant costs for these additional services are$48,950, as detailed in the attached. With 10%markup, the
Change Order amount is$53,845.
SCHEDULE IMPACT
The contract project schedule was through December 3152, 2021. At this time, we still anticipate being able to
complete CEQA permitting and final design in that timeframe. No time extension is included in this Change
Order, although as the permitting process progresses, based on the timelines of permitting agencies outside of
our control, a time extension may be requested for this scope at a future date.
ATTACHMENT
Attached is "Proposed Amendment #1, City of Redding Westside Sewer Interceptor Phase 3 Project" from
Stantec for reference,which includes scope change detail.
Exhibit A—Change Order 1 Scope City of Redding,CA
Water Works Engineers Westside Interceptor Phase 3 Improvements Project
March 4th,2020
-1-
Stantec Cansulting Services Inc.
� Stantec 5000 Bechelli Lane Suite 203, Redding CA 96002-3553
09 July 2019
Attention: Mr.Sami Kader,P.E.,Principal
Water Works Engineers,LLC
760 Cypress Avenue,Suite 201
Redding,CA 96001
Dear Mr. Kader,
Reference: Proposed Amendment#1, City of Redding Westside Sewer Interceptor Phase 3 Project
On January 25, 2018, Water Works Engineers, LLC (Water Works}(County) issued Task Order No. 1 to
Stantec Consulting Senrices Inc. (Stantec)to provide environmental compliance and regulatory permitting
services for the City of Redding Westside Sewer Interceptor Phase 3 Project. Stantec is requesting
authorization of this proposed Amendment#1 to the existing agreement with Water Works for the following
reasons:
1. Based on the conclusions made by Pacific Legacy in their Cultural Resources Inventory Report,
there is a need ta further evaluate observed historical resources and prepare an Extended Phase I
Investigation work plan due to high sensitivity for prehistoric resources within the project study
limits. This work will require subsequent coordination with the U.S. Army Corps of Engineers
(Corps), the federal lead agency that will be consulting with the State Historic Preservation Officer
(SHPO) under Section 106 of the National Historic Preservation Act.
2. Due to the added complexity associated with the additional Section 106 compliance documents
noted above, additional project management time is necessary, specifically, attendance at
additional meetings, participation in conference calls, and additional invoice/progress
reports/schedule updates.
3. Additions to the California Environmental Quality Act(CEQA) Initial Study/Mitigated Negative
Declaration checklist that were adopted by the State Governor's Office of Planning and Research
on January 1, 2019 that will now need to be addressed.
4. Identification of the need for a Floodplain Encroachment Permit from the Central Valley Flood
Protection Board (CVFPB)for proposed work within the channel of Clear Creek, which is a
waterway under the jurisdiction of the CVFPB.
09 July 2019
Mr.Sami Kader,P.E.,Principal
Page 2 of 5
Reference: Proposed Amendment#1,City of Redding Westside Sewer interceptor Phase 3 Project
The current, approved scope of services will be modified as follows:
`T��k � -- rs����� �n� €� er�t
��ab-�a�k 1.1 — ���aj��$ 1'��r� ��tir�g� ( c�difiec� ��ope}
In addition to the scope of work provided for this sub-task in our original proposal, Stantec's Project
Manager will participate in up to six(6) additional meetings or conference calis with the City and Water
Works to discuss the project.
Deliverables: Electronic copies of ineeting agendas and notes
Meeting (s): Six(6)additional project team meetings (conference call or in-person)with
City and Water Works
���-���k 1.�— F�re�a�r� c�r��hl� f�rcagre�� ��pc�r�� �r�ci �pci���: �ch�dt�6� { c�c�i�i��
�cc�p�)
In addition to the scope of work provided for this sub-task in our original proposal, will continue to prepare
progress reports and schedule updates as needed with the extended project schedule anticipated with the
more complex Section 106 process.
Deliverables: Electronic copies of monthly invoices; progress reports; schedule updates
Meeting (s): Not Applicable
���k � -� �nv�r�an �n��� � �i��a�� �n �r i����
��a������C �.9 — F'r���r� �l�r�ai�i�tra�ive �ra�� �r�ita�i �tudy/ ��o€����� P��g�ti�r�
���f�r�tic�rt � �c�s���d ��c�pe�
Given the changes made to the CEQA guidelines checklist since 2017,the compiexity of the CEQA Initial
Study/Mitigated Negative Deciaration (IS/MND) has increased from what was originally anticipated in the
initial scope of work and cost estimate. Stantec will complete the remaining sub-tasks 4.10 and 4.11 as
previously outlined in our original proposal and consistent with the current CEQA guidelines.
Deliverables: Same as noted in original contract
Meeting (s): Same as noted in original contract
�a��a-t��k 4�.�6 — �r€:p��� ������d�� i�h��� � c�rk Pl�r� ��e� ��c�p��
Pacific Legacy, as a subcontractor to Stantec, will prepare an Extended Phase I Work Plan (XPI) Plan. The
XPI Work Plan will be developed prior to field investigation. This document will explain the reason for the
investigation, the approach to fieldwork, reference the Cultural Resource Inventory background sections,
09 July 2019
Mr.Sami Kader,P.E.,Principal
Page 3 of 5
Reference: Proposed Amendment#1,City of Redding Westside Sewer Interceptor Phase 3 Project
the methods of excavation, and Native American coordination.A draft Work Plan will be submitted to
Stantec and reviewed by the City and Corps. Pacific Legacy will ensure that review comments are
responsively addressed to produce a final approved work plan.
Deliverables: Electronic copies (PDF and Word.doc) of draft and revised draft XPI Plan
Meeting (s): Four(4) one-hour project team conference calls with City, Corps, Native
American representatives, and Water Works
��abp���k �.17 �- �r�p�r� �6i�tcar�� ���oarc�� �+�����fi�csr� ���c�r� (E���r �c�p�}
Pacific Legacy, as a subcontractor to Stantec, will prepare a Historic Resources Evaluation Report(HRER).
The HRER will evaluate historical archaeological and built environment resources and will be prepared by a
historical archaeologisUarchitectural historian who meets the Secretary of Interior's Standards set forth at
36 CFR Part 61. Four cultural resources are previously recorded in the study area, including: finro levee
segments(PL-WS-01 and P�-WS-02); a former gravel pit{PL-WS-03); and the Pump Station building (PL-
WS-04}within the CCWTP facility. The evaluation of these resources will involve a field inspection and
archival research (local archives and online). Arcnival research may find that the levee segments are not
historic-era resources. If the levee segments are not historic era, they will not be included in the HRER.
Historical archaeological and built environment resources will be recorded o�appropriate Department of
Parks and Recreation (DPR 523)forms,which will be submitted to the Northeast Information Center(NEIC)
of the California Historical Resources Information System for permanent state numbers. Site records will be
provided as an attachment to the HRER.
The HRER will include project description, research methods, field methods, historical overview,
archaeological research context, description of culturai resources, and resource evaluations. Upon
completion of a draft HRER, electronic versions(PDF and Word)will be submitted to Stantec.Agency
review comments wiil be addressed in first and second draft reports. Electronic files (PDF and Word)of the
final report wili submitted to Stantec.
Deliverables: Electronic copies (PDF and Word.doc)of draft and revised draft HRER
Meeting (s): Two (2) one-hour project team conference calis with City, Corps, and Water
Works
��Ea-��sk 4.�� — Fl�a�dpf��r� �r�ero�chrr��r�� ��r�i# A�apiic�t�c��a A�s��t��a�e {����r��
if�ll�� �le�e�d �r�st��fic�ra �c�arc�) {N��a �cap��
Stantec will assist the City and Water Works with the Floodplain Encroachment Permit application.
Assistance will be limited to environmental issues to ensure consistency with the other permit applications.
Stantec's Project Manager will also attend a permit hearing with the City and Water Works before the
Central Valley Fiood Protection Board in Sacramento, CA. The City will be responsible for submitting the
application to the Central Valley Flood Protection Board. Stantec will provide input on the Central Valley
Flood Protection Board's comments, per the City's request, to the preparer of the Floodplain Encroachment
Permit during the processing of the permit application. The City will be responsible for any application fees
payable to the Central Valley Flood Protection Board.
09 July 2019
Mr.Sami Kader,P.E.,Principal
Page 4 of 5
Reference: Proposed Amendment#1,City of Redding Westside Sewer Interceptor Phase 3 Project
Deliverables: One (1) hard copy and electronic copy(PDF) of the permit application
Meeting(sj: Attendance by the Stantec Project Manager at a Central Valley Flood Protection
Board permit hearing in Sacramento
� �
The current, approved budget is on a time and materials basis, for an arnount not-to-exceed cost of
$145,711.00.Our proposed amended cost to complete the amended tasks and additional services is$48,950.
Assuming this amendment is approved,the overall,amended budget to complete the amended scope of work
will be for an amount not-to-exceed$194,661. The estimated cost to complete the amended tasks described
in this proposed amendment is detailed below in Table 1. Our detailed cost spreadsheet and rate schedule
are attached.
Table 1. Cost Estimate
;_____�..._..___..._�_...�_----_.___----_.___..--------- --_�__�_____,.___.___,._---------.._.._____.___.---;-----._.__----..--------_.______.___--._...--------�
� Tasks Cost �
�_______._____ �� .��___�___�______�—^________._..�___—=
Task 1-Project Management
��
Sub-task 1.1 -Project Team Meetings(Modified Scope) $3,324
Sub-task 1.4-Prepare Monthly Progress Reports and Update Schedule $2,474
(Modified Scope)
Task 4-Environmental Compliance and Permitting
Sub-task 4.9-Prepare Administrative Draft IS/MND(Modified Scope) $5,668
Sub-task 4.16-Prepare Extended Phase I Work Plan(New Scope) $g,p22
Sub-task 4.17-Prepare HRER(New Scope) $19,449 �
Sub-task 4.18-CVFPB Floodplain Encroachment Permit Application $9,013 '
Assistance(New Scope)
TOTAL(Amendment 1) $48,950
- — --- - -- —_-�
09 July 2019
Mr.Sami Kader,P.E.,Principal
Page 5 of 5
Reference: Proposed Amendment#1,City of Redding Westside Sewer Interceptor Phase 3 Project
If you agree with these changes, please confirm your acceptance by signing below and emailing a copy to
the attention of Wirt Lanning. Please let us know if you have any questions or comments concerning this
proposal. We look forward to assisting Water Works and the City in completing this project.
Regards,
ata���c Co�suitinc� Servic�s inc.
,�`
�
�' ��,�` �,a;�"'� ._ � J� ����
�.�;y.-�� �/ ,� � '"�� 7I09/2019 !/� 7/09/2019
;�.,r
� y'
�������������;� �� Date 6�ea�hes��afclrop Date
Principal Senior Project Manager
Phone: (530)222-5347 Ext. 128 Phone: (530}222-5347, E�. 127
Fax: (530)222-4958 Fax: (530)222-4958
wirt.lanning@stantec.com heather.waldrop@stantec.com
Sa�i 6�ade� Date
Water Works Engineers, LLC
Principal
Attachments: Cost Spreadsheet and Stantec Rate Schedule
Stanlec Consutting Services Inc.
5000 Bechelii Lane.Suite 203,Redding CA 96002
(530)222-5347
PROJECT NAME City of Redding-Westsitle Sewer Interceptor Phase 3 Project(Amendment#1)
2019 Table t Rates
2272020003 1Ju1-19
LABOR
Subta�klA
Subaaaht.t PrepnreMaMtdyProB�n� Subiaak�.8 SUDIvak<.16 SUE-IaaMd.18CVFPB
Prek��Team Menlinga R<poNs and Uptla�e SshaEWe Prepara Admin.�rart ISMND Prepa�e%Pi Wark Pi+n�Naw Subtrak�,t'I P�epare HREft fboEpl+in Enuoachmen��
ModiRed Modified MOEifletl Sco HewS<o e ParmitSu art NewSco
Mourly Rale
TOTAL TOTALIABOR
4 GORY KEYFERSON Billin Lvvel 2019 HOlIRS COST HOUAS COST HOU0.5 COS1 HOURS COST NOURS C09T FqURS GOST HOURS COST
n PI nnnnB 1 1B4U 0 ��. Si]6 3 S�bB 2 SJ60 1 S1Bd 1 4184 SS�B4 11 52.034
Sr W IeclMo'wpar WeknD 11 S 16600 12 'i..__ 51 893..__... B 51328 12 51991 < yggq p yg54 �2 _.. S]13 ]3 511.96]
Se o�&ob nl .. ....._... T60 _.... .15 S 1B<.00..._ _._ _.....__ _..____ __._._..._ . ____ ....___.._ _ ._.. __
. 30 - Ep 30 SO �p � 3U- U -.SC
Bio p�al . %uM 8 121.W � SO yp SO_ 0 {o
Bialo�at __. Ba bn _.___... .__._..___ ...___-._ . . ._.__._ 30 ..._. _.___..._ EO ..__. . ._.___.
_ P
__ _.
e f0 3 1J].�0 3 52)d y� ..--..- . --..... ...._._, . ____
30 SO SO 50 2.... 5214.
Bulo�sl T na 9 S 1]f.00 ] S]62 50 3p yp �� Sp 3tl 2 SSa1
Oroby I V ungbbvE l 5 119.00 SU SO i0
rEnv AnaM?I. __ M cGiapor__- .13 S 180.00 . ._._� Sp_..._ _-_____ � _"..___..__ ._____� _._. ._..___30 . 50 0
Se � .._ � : ._. ._... .."_
__... u _ _ io so o ao
En ne 1 -.-. ... CoMn .._._.. -._]f It6.00 ._""_ _ .___.__. _ ......._ .__. _ ._._."'_..._ �.
50 50 -2a -.._.._53,]e< 50 50 1a 33.]CJ.. d9..._ 55 686
B�ob9 M 9 S t�800 ,.{__. _SL...___ .._... SO 50 SO
AsSM 1HP � IA .__._ 9-5 1]100..._ - sd Ea_..-. 4 .--.-SSl1 --..._.__. . .._._ ..._..._ . ..__SO a '____' SSI<.-. 6._. f1.016
Atl nshvlor W h n I1 3 1<]00 . _ 50 1 S1d�] 1 ....=1i] �... 50 < SSBB
t �..�� ... Lan0lur! .._ _8-E IJ1.00�- ':.__ __�__..._ � 5194
FE 4 P. _._ ... _._._.___ _.--. ._..."_. __.. .
NC me AasletaM 8a �tl 8 S 131.00 90 4 _._._ ydg4 50 0 S4H4 G.. _� __ S0__ ..._O_.. -50
. _._ .___ __.__._ .__.__ ...___.__" _.._.�.__ __.._ __. .____.____ _._.__..._ . - . � � 50 12 f1.d51
.. � SO SO ._..__._yp _..__._ _.__-_' .....
mnnc u a r ' ..' o ...su
so �
ofa 7281 2/J/ SBBB 1 79 57478 BBW � 1J169
01NER DIRECT COSTS
TOTAL
MTALUNITS OTXER
�ESGRIPTON UNITCOST UNIT COST UNR GOST UNIT GOST UNIT COST UNIt COST UNR GOST aAECTGOST
� ._._. ....._.._ .._"'.._._ . _. ' ___ SO SD 752J . S1,53� 1JB50 � S1J.950 �� 30 ]5<1] 6f6.11a
CaM G WM-�Sc Cas(sl 1. 5{1 __.._."__ _.__'_.._'._
210.00 6 •._... �.____ � yp ..�.- .._-.--52a 2-� � �520 1 :. ..E20-.. -12..._ .1130
&a k Mwfip �e(9 v11) 54.�
Cd p (BS 11) .__ 50.]5- .__. SU _— � _'_._ _..._ �____"'__ " ___...._� '"'__'..... 3� _,.. 50 0 SU
cui p. Il .�1 _. __ __- S1.5o__. .__.- so____ ___. s __._.. ___. sa ._____.__ ' _.___...-.So _.__' 30 : S0._. n __. io
Rec Sa hF � EO 39 y� . _i0 .. yU._. U .._ SO
3150.00
S�EmeUrGPS-Ilea...e ....__ _.... ._._..._ ..._.. 50__..__ .__.._ SQ_...__... _ 50 50 Tp ..
3110.60..... _.._._ ._'.._"_.... _ ___.._... .......... ....._..__ .:_ 30 0 50
_._...._ _..___ ._.._..
70TAL OTHER DIRECT COST ssa to to i�saa sn.ato xio S75,Seo
TRAVEL
TOTAL UNITS T�TA�
DESGRIPTON UNITGOST UNIT C05T UNIT COST UNIT COST UN�T cOST UNIT COSi UNIT �OST ��`
VeM1ic dea e
la In 8 Pa�qem 3301�.00 � � � � � � 5189 )60 t189
TOTALTRAVEL fo �a ta to so ttes f7es
TASKTOTALS y3.12d l2.4].1 �6,tcB f9,OZI t19,N! 58011 S�E,950
]520t9
2019 MASTER ENVIRONMENTAL SERVICES r
� ,: � �
Charges for all professional, technical, and administrative staff directly charging time to the project will be
calculated and billed on the basis of the followin schedule.
• � •
Junior Level Positlon
3 $87 • Works under the supervision of a senior professional
4 $97 . independentiy carries out assignments of limited scope using standard procedures,methods
5 $105 and techniques
• Assists senior staff in carrying out more advanced procedures
• Completed work is reviewed for feasibility and soundness of judgment
• Graduate from an appropriate post-secondary program or equivalent
• Generall , less than four ears' ex erience
Fully Qualified Professionai Posffion
6 $1 10 . Carries out assignments requiring general familiarity within a broad field of the respective
� �>>6 profession
$ ��21 • Makes decisions by using a combination of standard methods and techniques
• Actively participates in planning to ensure the achievement of objectives
• Works independently to interpret information and resolve difficulties
• Graduate from an appropriate post-secondary program,with credentials or equivalent
• Generaii ,three to six ears' ex erience
First Levei Supervisor or First Compiete Level of Specialization
9 $131 . Provides applied professional knowledge and initiative in pianning and coordinating work
10 $137 programs
>> ��4� • Adapts established guidelines as necessary to address unusual issues
• Decisions accepted as technically accurate, however may on occasion be reviewed for
soundness of judgment
• Graduate from an appropriate post-secondary program,with credentials or equivaient
• Generall ,five to nine ears' ex erience
Highiy Specialized Technicai Professional or Supervisor of Groups of Professionals
�2 ��5� • Provides multi-discipline knowledge to deliver innovative solutions in re�ated field of experfise
13 $160 . Parficipates in short and long range planning to ensure the achievement of objectives
14 $166 . Makes responsible decisions on all matters, inciuding policy recommendations,work
methods, and financial controls associated with large expenditures
• Reviews and evaluates technical work
• Graduate from an appropriate post-secondary program,with credentials or equivalent
• Generall ,ten to fifteen ears' ex erience with extensive, broad ex erience
Senior Level Consuitant or Management
15 $184 . Recognized as an authority in a specific field with qualifications of significant value
�6 �2�� • Provides multidiscipline knowledge to deliver innovative solutions in related field of experfise
�� $22� • Independently conceives programs and problems for investigation
• Parficipates in discussions to ensure the achievement of program and/or project objectives
• Makes responsibie decisions on expenditures,including large sums or implementation of
major programs and/or projects
• Graduate from an appropriate post-secondary program,with credentiais or equivalent
• Generali , more than twe�ve ears' ex erience with extensive ex erience
Senior levei Management Under Review by Vice President or Higher
�$ �22� • Recognized as an authority in a specific fieid with qualifications of significant value
19 $235 . Responsible for long range planning within a specific area of practice or region
20 $245 . Makes decisions which are far reaching and limited only by objectives and policies of the
21 $255 organization
• Plans/approves projects requiring significant human resources or capital investment
• Graduate from an appropriate post-secondary program,with credentials or equivalent
• Generally, fifteen year's experience with extensive professional and management
ex erience
Experf Witness Services carry a 50�premium on labor. Overtime will be charged at 1.5 times the standard billing rate. All labor rates will
be subject to annual increase.
StaMec 2019 Masfer ES Rote Table-I wo Ti11es (10%�.doc Page 1 of 3
2019 MASTER ENVIRONMENTAL SERVICES a
����; � �
Other Direct Disbursements:
. . - -
Venicle Milea e Prevailin• iRS Rate
Subcontract Services Actual Cost+10%
Travel/Per Diem Actual Cost+10%
Ca ital Purchases and Ex endable Materials Actual Cost+10%
Posta e and Shi in Actual Cost+10%
Standard Field E ui ment See Attached Schedule
Standard Field Eauipment:
. .. . - . . . -
Air Sam lin E ui ment 65/da
Bailer-Dis osable $10/each
Bailer-Dis osable Wei hted 15/each
Bailer-Quick E-Bailer S stem 85/da
Bailer-Reusable 20/da
Drum-55 Gallons $65/each
Di ital Camera 25/da
Drae er Sam ler tubes not included 30/da
Fieid Communication-Two-Wa Radio 20/da
Field Com uter 55/da
Field Test Kit-Groundwater 55/each
Field Test Kit-Soil 55/each
Field Test Kit-SVE 55/each
Field Vehicle-Milea e Prevailin IRS rate
Field Vehicle 135/da
Field Vehicle-Sam lin Truck $275/da
Field Vehicle-Truck/Van 160/da
Flame lonization Detector FID 145/da
Generator 70/da
Gloves-Colored Cloth S/ air
Gloves-Colored Leather 15/ air
Gloves-Colored Nitrile 0.25/ air
Gloves-Kevlar Under Glove 5.00/ air
H&S-Level 8 Safet E ui ment 185/da
H&S-Level C Safet E ui ment 95/da
H&S-Level D Safet E ui ment 60/da
H&S-Traffic Control E ui ment $65/da
Hand Au er 30/da
Low Flow Pur e/Sam lin S stem 85/da
Meter-Oil/Water Interface 60/da
Meter-Anemometer 25/da
Meter-CO $65/da
Meter-Data Lo er 140/da
Meter-Dissolved Ox en $65/da
Meter-DO/ORP/Tem /Conductivit 100/da
Meter-Dosimeter $45/da
Meter-Ferrous Iron 5/da
Meter-Flow $30/da
Meter-H2S Detector $80/da
Meter-LEL/02 80/da
Meter-Ma nehelic Gau e 35/da
Stantec 2019 Master ES Rafe Table-1 wo Ttles (10%).doc Page 2 of 3
2019 MASTER ENVIRONMENTAL SERVICES =
�:' t C
Standard Field Eauipment(continued):
. .. . . . -
Meter-Ma netometer 50/da
Meter-Manometer $25/da
Meter-Measurin Wheel 10/da
Meter-Metal Detector 45/da
Meter-Multimeter $110/da
Meter-02/CO2 1 10/da
Meter-ORP $25/da
Meter-Other uote/da
Meter-Ozone 25/da
Meter- H/Tem /Conductivit $30/da
Meter-Turbidit 70/da
Meter-Dust Monitor 120/da
Meter-Velocit 25/da
Meter-Water Level Indicator 35/da
Photoionization Detector PID 110/da
Pressure Washer 45/do
Pum -Air Sam lin $45/da
Pum -Cenirifu aI 50/da
Pum -Groundwater Sam lin $1 10/da
Pum -Peristaltic $50/da
Pum -Trash 35/da
Pum -Well Sam lin 25/da
Pum -Well Sam lin /Pur e 45/da
Re roduction- i 1x17 Color Plot/Print/Co $2/co
Re roduction-24x36 Color Plot/Print 10/co
Re roduction-8.Sxl 1 B8�W Co ies 0.15/co
Re roduction-8.Sxl 1 Color Co ies $1.25/co
Re roduction-Oversized 6&W Plot/Print 10/co
Re roduction-Oversized Color Plot/Print $15/co
Soil Sam le Rin /Sleeve 10/each
Surve E ui ment-Laser Plane Level 8�Receiver 200/da
Transd�cer $30/eacn
Tedlar Ba 15/each
NOTE: Other equipment needs wiil be priced on a per project basis.
Siantec 2019 Masiei ES Rate Table-1 wo Titles �10%�.doc Page 3 of 3
EXHIBIT B-1
CITY OF REDDING (CLIENT)
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
Water Works Engineers, I.LC(ENGINEER)
Fee for
Engineering Design Services for the
West Side interceptor Phase 3 Improvements Project
Amendment 1—Additional CEQA Scope
COST IMPACT
Subconsultant costs for these additional services are$48,950, as detailed in the attached.With 10%markup,the
Change Order amount is$53,845.
ATTACHMENT
Attached is "Proposed Amendment #1, City of Redding Westside Sewer Interceptor Phase 3 Project" from
Stantec for reference, which includes fee impact detail.
Exhibit A—Change Order 1 Fee City of Redding,CA
Water Works Engineers Westside Interceptor Phase 3 Improvements Project
March 4�h,2020
-1-
u ��"�,�r�;r,.,.r,� wa,� R" �°��,
• �BTY O� R��C29�G
/�
�' 777 GY��zEss .�VE�vu" REDOI,�;G. CA 9600i
i
�
� i r�. Box :1�F�07 I, R�nr�i,�;t;, CA 9�04�-�i071
OFFICE OF THE CITY CLERK
PAMELA MIZE,CITY CLERK
SHARLENE TIPTON,ASSISTANT CITY CLERK
530.225.4447
530.225.4463 FAX
April 14, 2020
Waterworks Engineers.
760 Cypress Avenue, Suite 201
Redding, CA 96001
Attn: Sami Kader
SUBJECT: First Amendment to Consulting and Professional Services Agreement, C-7518
Dear Sami Kader,
Enclosed please find the fully executed original of the above referenced First Amendment to
Consulting and Professional Services Agreement by and between the City of Redding and
Waterworks Engineers regarding the Westside Sewer Interceptor Phase 3.
If you have any questions regarding this matter, or if we can be of assistance, please contact the
Office of the City Clerk at(530)225-4044.
Sincerely,
�
�
Joan Twomey
Executive Assistant
Enclosure
cc: Vandiver
McCollum
Grannis
r�, r
� TRANSMITTAL FORM
' � � � `� I�ARD COPIES REQU/RED*DO NOT B MAIL FOR REV/6W
� -� : R,.. TO CITY ATTORNEY 225-4050�&CITY CLERK(225 44391
Agreements p Bonds Q Contracts p Leases Q Escrow Instructions
Q Deeds p Securities p Resolutions p Ordinances p Opinions
�;-� �„
01/22/21 Ste hanie McCollum �'�;��M„_
Date: From: P
Dept. Name: Engineering Dept. # 501 Phone: Y ��} �'� � '
� .��— �:�.
Person most knowledgeable: Corri Vandiver Phone: ��5�"�,� ,.� �"
,.�� �
�ry ��µ
INSURANCE REQUIREMENTS MET?Prior to signatures, must submit lnsurance Transmitta!Form to Risk, have
certrficate uploaded by vendor and approved by Risk. If not, your contracts will be held in the Cferk's Office. For heip N
confact Risk Liability-pdahl(a�citvofreddinp.ora(530) 225-4385 or ccarmonaCc�cityofredinq orq(530)225-4387.
DESCRIBE ATTACHED DOCUMENTfSI
Document Title: Second Amendment to C-7518
Outside Party(ies): Water Works Engineers
Project(What/Where/Why?): �stside Sewer Interceptor Phase 3
COUNCIL APPROVAL REQUIRED? No❑Yes� IF YES,DATE OF MEETING: 4�7120 Agenda Item#: 4.11(e}
Was contract/agreement the result of an RFP or Bid?No �/Yes 0 Bid Schedule#or RFP#:
IS CONT'R�C'T RELA'I'EI�TO TI-IE CARR�I�2E? No�f 1'es�
REOUEST FOR ATTORNEY SERVICES
� Attorney Reviews Draft-All documents must be reviewed&approved bef re obtaini-n�j �i natures.
When amending contracts,attach a copy of original contract and all prior amendments._I��t'�:mail
documents without prior approvaL ��
� Return drafts to: ` �
(to finalize&obtam outside,�signatures)
�
;;. .
� �����'���'������i`i������ �� �"���r���s�'���rz�A e�•; (1) draft has been previousl�y reviewed&
� ,.�
approved by Attorney; (2) Dept. has obtained outside signatures. Please submit two �2�-arigin�Use
paperclips-no staples --and affix"Sign Here"tabs on all signature pages. �: ��
(Attorney approval naw mandatory-RMC§4.2Q.120.A) V � � ��
�Note: Signed originals will be forwarded to City Clerk for necessary City signatures,insurance&
other requirement verification,and processing.
❑ Mailing/distribution Instructions:
. r
� Prepare Certificate of Acceptance (easement&grant deeds)
❑ Memo or additional info is attached. ��°�� � � ����
� Other: �-�4'tl- ---
Save for Attorney's Notes
� ��
, � �
°�°' �"' �„ � City Attorney Log# ��` �— ����
�
Logged Out By: �'��_
Rev.B/1P
SECOND AMENDMENT TO
C4NSULTING AND PRQFESSIONAL SERVICES CONTRACT (C-7518)
Westside Sewer Interceptor Phase 3
The Consulting and Professional Services Contract C-'7518("Contract")dated January 3,2018, and
amended April 14,2020,between the City of Redding,California,("City")a municipal corporation,
and Water Works Engineers ("Consultant") is hereby amended as follows:
SECTION 1 is arnended to read in its entirety as follows:
Subject to the terms and conditions set forth in this Contract,Consultant shall provide to City
the services described in Exhibit A,Exhibit A-1,and Exhibit 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.
The Exhibit A-2 attached to this Second Amendment is incorporated into the Contract dated January
3, 2018, and amended April 14, 2020, as E�ibit A-2.
SECTION 2.A is amended to read in its entirety as follows:
A. City shall pay Consultant for services rendered pursuant to this Contract,at the times and in
the manner set forth in E�ibit B, B-1, and Exhibit B-2, attached and incorporated herein,
in a total amount not to exceed Seven Hundred Fifty-Seven Thousand Five Hundred
Seventy-Seven Dollars($757,577). This sum includes all out-of-pocket travel,lodging and
incidental experises incurred by Consultant that are reasonably associated with the provision
of services under this Contract.The payments specified herein shall be the only payments to
be rnade to Consultant for services rendered pursuant to this Contract.
The Exhibit B-2 attached to this Second Amendment is incorporated into the Contract dated January
3, 2018, and amended April 14, 2020, as Exhibit B-2.
SECTION 3.A is arnended to read in its entireiy as follows:
A. Consultant shall commence work on or about January l, 2Q18, and complete said work no
later than December 31, 2022. Time is of the essence.
All other terms and canditions of the Contract dated January 3,2018,and amended April 14,2020,
shall remain in full force and effect.
\ J
�
'�
�
The date of this Amendment shall be the date that it is signed by the City.
IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and
year set forth below:
CITY QF REDDING
A Municipal Corporation
Dated: _ , 2021
_____��
By: BA TI N, City Manager
Form Approved.•
�3ARRYE. Dei�ALT
Attest: City Attorney
,.�"" -�-. 1
`'� l�,.�,r�, j r, �/��/� J ���
�,rr;
FAMELA MIZE, City C�` r By;
Watex�orks Engineers
�,:
Dated: � � , 2021 � ���
�%�� � �7���''�.-
T�payer I.D. No.: � .�r hj •E'2,j �-6 ����_. --
.�:—�
EXH181T A-2
CITY OF REDDING(CLIENT)
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
Water Works Engineers,LLC(ENGINEER)
Scope of Services for
Engineering Design Services for the
West Side Interceptor Phase 3 Improvernents Project
Amendment 2—Cultural Resources Extended Phase 1 Work Pian Field investigation
PROJECT BACKGR(3UND
Phase 3 is the final piece of the Westside Interceptor project being implemented by the City of Redding. In many
respects, Phase 3 has been left until now because of its significant planning, permitting and construction
challenges. Starting in 2Q13, the City and Water Works Engineers began working together to determine haw to
get this last section of the project done.The�ctober 2015 Alternatives Assessment Technical Memorandum was
a thorough vetting of project alternatives, with the most feasible and cost-effective alternative (the Parallel
Route) recommended. This route was selected far two primary reasons: 1) it is the lowest cast approach and 2)
it has the least impact on the public.
NEED FOR AMEI�TTDMENT
A Cultural Resources Inventory Report was prepared in 2019. Based on that Report, it was determined that an
Extended Phase 1 Investigation wo�ld be required to further evaluate historical resources in the project area. As
the limits of the project area were further defined, an Extended Phase I (XPI) Work Plan was developed in 2020,
reviewed and coordinated with the City and the Army Corps of Engineers. This change order is for the execution
of the �eld investigation work as described in the XPI Work Plan, dated September 2020. If no cultural resources
are found in the XPI, then this scope will conclude the cultural resources evaluation for the project. If cuttural
resources are found,then further Phases of investigation may be necessary and will be scoped at that time.
CUST IMPACT
Subconsultant costs for these additional services are$47,823, as detailed in the attached. With 10%markup, the
Amendment amount is$52,605.
SCHEDULE IMPACT
The contract project schedule was through December 315t, 2021. As we have warked the project through the
permitting process, it has become apparent that the project schedule will be delayed. This Amendment will
extend the contract performance period to December 315t, 2022.
ATTACHMENT
Attached is "Proposed Amendment #2, City of Redding Westside Sewer Interceptor Phase 3 Project" from
Stantec for reference, which includes scope change detail.
Exhibit A—Change Order 2 Scope City of Redding, CA
Water Works Engineers Westside Interceptor Phase 3 Improvements Project
lannarv��h �ll�7
��&.9 , :....� ,t`? ; ; �:iE.,
5��11'�CC 5000 Bechelli Lane Suite 203 Redding CA 96002-3553
07 January 2021
Attention: Mr.Sami Kader,P.E.,Principal
Water Works Engineers,LLC
760 Cypress Avenue,Suite 201
Redding,CA 96001
Dear Mr. Kader,
Reference: Propased Amendment#2, City of Redding Westside Sewer interceptor Phase 3 Project
On January 25, 2018, Water Works Engineers, LLC (Water Works) (County) issued Task Order No. 1 to
Stantec Consulting Services Inc. {Stantec)to provide environmental compiiance and regulatory permitting
services for the City of Redding Westside Sewer Interceptor Phase 3 Project. Stantec is requesting
authorization of this proposed Amendment#2 to the existing agreement with Water Works for the following
reasons:
1. Based on the conclusions made by Pacific Legacy in their Cuitural Resources Inventory Report,
there is a need to further evaluate observed hisforical resources and execufie an Extended Phase I
Investigation work plan due to high sensitivity for prehistoric resources within the projec#study
limits. This work will require subsequent coordination with the U.S. Army Corps of Engineers
(Corps), the federai lead agency that wili be cansulti�g with the State Historic Preservation Officer
(SHPO) under Section 106 of the National Historic Preservation Act.
2. Due to the added complexity associated with the additional Section 106 compliance documents
noted above, additional project management time is necessary, specificaily, attendance at
additionai meetings, participation in conference calls, and additional invoice/progress
reports/schedule updates.
,
,. ��_ .. � _ _. . .. � x , . . , . u _ .. �
The current, approved scope of services will be modified as follows:
.
,: ;
-_ ...- . .,^,. �f.9�. ,. ,� , , . ... . . . .. . , ,-
In addition to the scope of work provided for this sub-task in our original proposal, Stantec's Project
Manager will participate in up to four(4)additianal meetings or conference calls with the City, Water Works,
and Agency personnel(i.e. Army Corps of Engineers Project Manager)to discuss the projsct.
Deliverables: Electronic copies of ineeting agendas and notes
07 January 2021
Mr.Sami Kader,P.E.,Principal
Page 2 of 4
Reference: Proposed Amendment#2,City of Redding Westside Sewer Interceptor Phase 3 Project
Meeting (s): Four(4} additional project team meetings {conference call or in-person)
with City and Water Works
� .�.�. ����. w ; � ,
s , �"x�.�. �a .�:�� ,t=?�. �y �' t:;� ..,...� _. �. ._s� � ,�,' � ,� £ � .
, � ..„ ... .... ... ......... a tt .. �,c. e,.
In addition to the scope of work provided for this sub-task in our original proposal, wiil continue to prepare
progress reports and schedule updates as needed with the e�ended project schedule anticipated with the
more complex Section 106 process.
Deliverabies: Electronic copies of monthly invoices; progress reports; schedule updates
Meeting (s}: Not Appiicable
� �,� �� ,� � � ; ;
� _. , � _. . . _ > ,.�a���...,r. .. a-t� . <..t_. �� .��_ _ �,��bx rix�� a°��
� s „ ;: ,� E i �.
�� ..: bc.... .. � ,. � .. .,...w..� .�ty_.:i a.�� , ,.t�. _. a i .c �x� '��.��,:. ,.. .�.�.'" .w�.�` �m �sr � �,:> �f
�. ,,� f,
Pacific Legacy, as a subcontractor to Stantec, prepared an Extended Phase I Work Plan (XPI) Plan.The
draft Work Pian was submitted to Stantec and reviewed by the City and Corps. The Corps indicated via
emaii on January 4, 2021 that they had no comments or changes to the proposed XPI approach.
This task is the execution of the XPI as described in Paci�c Legacy's Extended Phase i Work Plan for the
Westside Sewer interceptor Phase 3 Project dated September 2020(see attached). If no cuitural resources
are found in the XPI, then completion of this scope item is assumed to conclude the cultural resources
evaluation for the project. If cuitural resources are found, then further Phases of investigation may be
necessary and will be scoped at that time.
Deliverables: Electronic copies (PDF and Word.doc) of draft and revised XPI Report
�Neeting(sJ: Two(2)one-hour project team conference calls with City, Corps, and Water
Works
��...;_ ;
� .� � . . _. ,. . �, , �.. � , .. �. ._
The current, approved budget is on a time and materials basis in the amount of $194,661 ($145,711.00 —
originally executed contract and Amendment#1 amount of$48,950.Assuming this proposed Amendment#2
amount of$47,823 is approved,the overall, amended budget to complete the amended scope of work wiil be
for an amount not-to-exceed $242,484. The estimated cost to complete the amended tasks described in this
proposed amendment is detailed below in Table 1. Our detailed cost spreadsheet and rate schedule are
attached.
07 January 2021
Mr.Sami Kader,P.E.,Principal
Page 3 of 4
Reference: Proposed Amendment#2,City of Redding Westside Sewer Interceptor Phase 3 ProJect
Table 1. Cost Estimate .
_._ _.._---- ---__._ _______ ___---_ _._._--.._ _ .._-- ____ ____
� _. ___- --... --- ___--- ---.. _._.___.__.
� Tasks � �a�� f
;_,___ __..__�_ ___ __--- --_..... ;
__._____ ____.___ �_..._._._ _...___
__ ..___ _ ___.... _ ._.__. .. _.-.--- ___�..- -_--___. __.__..___.�
� Task 1—Project Management
�, - -__.__ ____-- ---___ . ______. ------ _--- - ---_-- __--_ _____.
_. ._. ..____.-- _____ . _.__----i
Sub-task 1.1 —Project Team Meetings(Modified Scopej $2,024
_ __ __ __
__
! Sub-task 1.4—Prepare Monthly Progress Reports and Update Schedule ' $1,488
;(Modified Scope)
' Task 4—EnvironmentaJ Compliance and Permiiting
' Sub-task 4.19—Conduct Extended Phase 1 investigation and Report(New $44,311
Scope)
, ,
___.__..___-- .------------
_---- ---___.. � ____. __------
_____ >�__-- -- '
_ _ . _---- -- __.-----____.--._s
i TOTAL(Amendment 1) ��7$Z� �
�--._ _--— �
_._...,---____ _-__--- I
If you agree with these changes, please confirm your acceptance by signing below and emailing a copy to
the attention of Wirt Lanning. Please let us know if you have any questions or comments concerning this
proposal. We look forward to assisting Water Works and the City in completing this project.
Regards,
..s. . _ ...�^- ..� F°.: �e � . .....,. ._.w.
",�/. /` ��t � , j .. � ,��f�y,,�7
�� 'j 1;� ��.',%'� � 01/07/2021 � � �� •����� ` '✓� 01/07/2021
�� �
���
'`�f � ; '.-�'��� '�c, > Date , ::.: . -< �,. _ Date
Principal � '$
Senior Project Manager
Phone: (530)280-8375 Phone: (530)280-8387
wirt.lanning@stantec.com heather.waldrop@stantec.com
: ._. .. _ Date
Water Works Engineers, �LC
Principal
07 January 2021
Mr.Sami Kader,P.E.,Principai
Page 4 af 4
Reference: Proposed Amendment#2,City of Redding Westside Sewer Interteptor Phase 3 Project
Attachments: Cost Spreadsheet,Stantec Rate Schedule,and Extended Phase I Work Plan for the Westside Sewer Interceptor Phase 3 Project
(September 2020)
� .. , ,�i„,
~ep ~ 'M w M�M h
N O � M O N H
���»' Q O� � � o' �
� m � ��
�'��b 0 � 'O O O O 0 � O O
_ � + �
� � �e
� � F
$�� .�$.4i.4a�.� � $ o e
� V �
y
a
� C t
� Z
�
.��.�i�i$ .Y.�s`�'$i 9i.`� a� .4i .i� w
� ~
�
� g
0
%
� � �_
��a ���s�� » � » »
� � �
o" � g
� v u
N
9�
� � �
�
w�0p� b N M�N M ' M q
� F N N Y^
O�$ py 8 �� � � S
a C� � v �
��g w
� �a
♦N
�m
a� � '+ � �
� p q Q O
�� y s� N N�M W M� M M N �
F �� f,
� ~
��io ° � � S
N ���� M
� a�� � � �
� �
y �0µ a��YY�MiN Yl Yi M N O
N
ry ~ N f I� N
!� p �
� ,: � � u
a �` F rv
m � 6
F
t �Zg � f
a �" � �
� � _ �
a
$ ,E� �- .8�'^�+.8 N �- .8 -� �
� �R-�� ° 8'���»�p � � ' � o
a
U
� ~ h i-
� w« � � � Q Y
� � � �
� a" � W O I-
M `
3 '' _
�
�
E � N 4
F
� c w � O
� � � a �� r
mN v p �"3'�
d o
�in K Iy-�
N S M �
� � a � � �i M
J tq` � �N
� {� W F � � .
� N M yy
� � � � � �y� �� � J��X��� �
��^� () O F � S V�o��N
W NQ'' � R� �� �v . i J � _
� a N � � ,�� ~ � ���'��� � � � &
2021 IUTASTER Ei�VIRUNMENTAL SERVICES �
�����������
Charges for al� professional, technical, and administrative staff directly charging time to the project will be
caiculated and billed on the basis of the foilowin schedule.
����������� ��� �� �� � t� ��� � � •
? �� i �. � r ��. ,�'�,�, ��y-- "�x�`��� � � ��?5s:ti. ��»��'��`��'�'�3��`�a`"X� f��""�'�e'-�'� a �.r�'»-+�x �..'3�-x`aa,;,�.�,.��., �^t�s�a+^.�: �''�'�.�n:,r;
��a`.,�" �.'.� s�r'f � x �_.. �.*� �'��:t�' Wr'$'ss�' "`�.'�"�.�;�..� ,��+ .'��Y� �:�a +�'.�'� §e' " '�y.�,"�`` r�"`a:..... �"" r:����.�
ws#.'�.. �,� t..2M^i�..�' 'i.nt"s. �` 4 .v
% ����� � ^��r����� ��` ' �`,�ck ,y�a 4��`jG ���'���� . ,�•r.���%�;"'� �� �'"+��'�i���'�''�� _ ���""'� `� � d^t,���""�� '`*s"--�"'
�..�.,,�5 �' ,�;,��� ; �a,., :.�k = . ��e�,`'�'��yfiw,'����-;>,�d�.� ,:.-��., .�a,:x w.s: �-,h ��� , ��,r�'� ,�k.� ���-a����'��� s:,"��'� .; " r��s,"�"��'�n
��.'��"'^,�r�;&:.,�^ �.'.--..v`,TM�m�S�';s.`�xa ;� <g".H�,r�.'S,� s� .�.-��vr��'i"`r� �"�S�v��"�`�`�',`�-'.a^ y,k�a��"t,a�'�-"',��,�"`�,�-���'�"�� a'�"*'"�� "�����j`��� -F` ."'� �����""�s�t.
�,.ft�..u�.e.. r �.r,.�.,'��.a��.�"`�.�, '.��. ?•.,,�r�<�, .`� �..s �Uw. �" zv���� � � '�;=�` �
� <9..t ,_� .�;,.�.�', ;�;,.."�-�g�.:'� -�r,��+�,,s .�.�.� i;��fi�r °`�,'��-���:u��"a.�,���'�'��,�'�TM��`�
Junior Levei Position
3 $101 . Works under the supervision of a senior professional
`� �>>2 • independently carries out assignments of limited scope using standard procedures,methods
5 ��2� and techniques
• Assists senior staff in carrying out more advqnced procedures �
• Completed work is reviewed for feasibility and so�ndness of judgment
• Graduate from an appropriate post-secondary program or equivalent
• Generall , less than four ears' ex erience
Putiy Qualified Prafessional Pasition
6 ��3� • Carries out assignments requiring general fomiliarity within a broad field of the respective
� �138 profession
$ ��4S • Makes decisions by using a combination of standard methods and techniques
• Actively pqrficipates in planning to ensure the achlevement of objectives
• Works independently to interpret information and resoive difficuities
• Graduate from an appropriate post-secondary progrom,with credentials or equivalent
• Generali , three to six ears' ex erience
Pirst Level Supervisor or Pirsf Complefe Level of Specialization
9 �153 . Provides applied professional knowledge and initiative in plpnning and coordinating work
10 $158 programs
�� ��72 • Adapts estabiished guidelines as necessary to address unusuai issues
• Qecisions accepted as technically accurpte,however may on occasion be reviewed for
soundness of judgment
• Graduate from an appropriate post-secondary program,with credentials or eq�ivalent
• Genercall ,five to nine ears' ex erience
Nighly Speciali=ed TecMntcai Professionai or Supervisor af Graups of Professianals
�2 $181 • Provides multi-discipiine knowiedge to deliver innovative solutions in related fieid of experfise
13 $190 . Parficipates in shorf and long range planning to ens�re the achievement of objectives
14 $200 . Makes responsibie decisions on all matters,inciuding policy recommendations,woric
methods, and financial controls associated with large expenditures
• Reviews and evaluates technicai work
• Graduate from an appropriqte post-secondary program,with credentials or equivalent
• Generall ,ten to fifteen ears' ex erience with extensive, broad ex erience
Senior Level Consultnnt or Manogement
�5 $2�2 • Recognized as an authority in a specific field with qualifications of significant value
16 $234 . Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
�� $24� • Independently conceives programs and problems for investigation
• Participafes in discussions to ensure the achievement of program and/or project objectives
• Makes responsibie decisions on expenditures,including large sums or impiementation of
major programs and/or projects
• Graduate from an appropriate post-secondary program,with credentials or equivalent
• Gene�all ,more than tweive ears' ex erience with extensive ex erience
Senior level Management Under Review by Yice President or Higher
18 $246 . Recognized as an authority in a specific field with qualifications of significant value
19 $256 . Responsible for long range planning within a specific area of practice or region
20 $265 . Makes decisions which ore far reaching and limited oniy by objectives and policies of the
2� �282 organization
• Pians/approves projects requiring significant human resources or capital investment
• Graduate from an appropriate post-secondary program,with credentiais or equivplent
• Generally,fifteen years' experience with extensive professionql and management
ex erience
Experf Wifness Services carry a S0�premium on labor. Overtime wiil be charged af 1.5 fimes the standard biliing rate. A!I labor rates will
be subject to annuol increase.
Stan�ec 2021 Master ES Rale Toble.doc Page 1 01 I
EXHIBIT 6-2
CITY OF REDDING(CUENTj
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
Water Works Engineers,LLC(ENGINEER)
Fee for
Engineering Design Services for the
West Side Interceptor Phase 3 Improvements Project
Amendment 2—Culturai Resources Extended Phase 1 Work Plan Field Investigation
CC1ST IMPACT
Subconsultant costs for these additional services are$47,823, as detailed in the attached. With 10%markup,the
Amendment amaunt is$52,605.
ATTACHMENT
Attached is "Proposed Amendment #2, City of Redding Westside Sewer Interceptor Phase 3 Project" from
Stantec for reference, which includes fee impact detail.
Exhibit B—Amendment 2 Fee City of Redding,CA
Water Works Engineers Westside Interceptor Phase 3 Improvements Project
Tanuarv7�h �(1�7
p �p e �
¢r;�� e� n�µ
4 � 9 �t �n y �.qp.� �9 p�p�a q�g,�
0 � �es��5 q9H^ 5��8.9bVtl10�
� �w a`p� �,j// 777 CYPRESS AVENUE, RED�ING, CA 96001
°� �� �"��..,�+:...�
� _ , �� P.O. Box 496071, REDoiNG, CA 96049-6071
PAMELA MIZE,CITY CLERK
SHARLENE TIPTON,ASSiSraNT CiTv C�ERK
530.225.4447
530.225.4463 FAX
January 29, 2021
Water Works Engineers
Attn: Sami Kader
760 Cypress Avenue, Suite 201
Redding, CA 96001
SUBJECT: Second Amendment to Consulting and Professional Services Contract, C-7518
Dear Sami Kader,
Enclosed please find the fully executed original of the above referenced Second Amendment to
Consulting and Professional Services Contract by and between the City of Redding and Water
Works Engineers regarding the Westside Sewer Interceptor Phase 3.
If you have any questions regarding this agreement, or if we can be of assistance, please contact
the Office of the City Clerk at (530) 225-4044.
Sincerely,
��
� �r`�
Joan Twomey
Executive Assistant
Enclosure
cc: Vandiver
McCollum
Kraft
Grannis
�' E MEl'�T TQ
CCINSULTING A P12QFE�"SI4N SER�ICES Ct)NT CT (�-7518)
Westsid� Sew�r Int�rcep#or Phase 3
T`he�onsultkng and�rofess�onal services Cc�ntract�-'7518{"Contract")dated Jan 3,2018, and
amended April 14, 2020, and Janu 28, 2021, between the�ity c�f R�dding, Califc�rnia,(:`Gi.ty")
a municipal co ratican,and Water Wc�rks Engin�ers("Gc�r�sul t"}is hereby amended as f411ows�
SECTIt)N 1 is amended tc�read in its entirety�s follows.
Sub�ect to the terms as�d cc�nd�tzons set forth in this�c�ntract,Consu�tant shall prc�vide ta�ity
th�services described in Exhii�it A,E�ib�t A-1,Exhibit A-2,and Exhibat A-3,atta�hed ar�d
incozporated herein. Consultant shal� pz°avide the services at the time, place and in the
manner specified in Exhibit A, Exhibzt A-1, Exhibit A-2, and Bxhibit A-3.
The Exhxbit A-3 attached tc�this Third Arn�ndment is incorporated intc�the�c�ntract dated Tar�uazy
3, 2Q18, and amended Apri1 14, 2Q20, and Jan �8, 202I, as Exhibit A-3.
SECTIUlY 2.A is amended to read in its entirety as follows:
A. City shall pa.y Consultant fi�r services rendered pursuant to this�ontrract,at the times�d in
the maruaer set forthh i�z E�ibit B, B-1, Exhibit B-2, and Exhibit B-3, atta.ched and
incorporated herein, in a total amaunt not ta exceed Eight �I�ndred Four Thc�usand Five
Huz�dred Fifty-Six Doll�rs{$�04,SSb). This s includes alI au�-c�f-pocket travel,lodging
and incidental expenses ir�curred by Cc�nsultazat that are r�asonably associated wi#h the
provision of services under this Contract. The payments specified herein shail t�e the c�nly
payments to be made ta Cc�nsultant for services rendered purs t to this Cc�ntract.
The E�ihit B-3 attached tc�this Third Amendm�nt is incorporated inta the C4ntract da#ed Jan
3, 2018, and amended Apri1 14, 202(}, and January 28, 2021, as Exhibit B-3.
A1l cather t�rms and conditions of the Contract dated Jan 3,201 S,and ar�ended Apri1 14,2020,
and January 28, 2021, shall remain in full force and effect.
��
1
;
�°�
��.�
��'
�
��
The date of this Amendment sh�1� be the date that zt is signed by the Cit�.
IN WITI�IESS E QF, City and Consultant have executed this Arr�endment on the days and
year set forth belc�w:
CITY(?F T3TIING
A Municipal Corporstion
�A.��,�
Dated: r�a� �m .�' , 2Q22 ..�
By: BA.RR IP' , C`aty Manager
F+�rrrz.Appre�vec�:•
�ARRY E. I)eT�"�4L fi
.A�ttest: C"ity Attarney
�
PA1l��L�411rII�E, City� rk �y: ,.
�
:�,° �
�,�Vater Warks Engine�rs
,` �
Dated: 2(�22�°w-~��� �� .u�
�� � ��
Taxpayer I.D.No.: �� • �� � �
�
�xHi���a-3
c�rv o���oa����c�.f����
C�NSUITII��AND PRaFESSi{3NAC SERViCE5 Ci?MT CT
Water�Varks Engirteers, l,l.0(ENGINEER}
5cope�f Services f�r
Engineering E�esign Serviee�fa�r the
W�st Side Interceptar Phase 31rt�provements pra�ect
Chan,g+e Order 3—Pr�pare Inc°rdenta!Take Permit{Caiifornia�epar�ment of Fish and Wildlife}
�`� .���T ����r�.����
Phase 3 is the finai piece of the Westside lnterceptc�r prc�ject being impiem�nted by the City of Redding. (�rt�any
r�sp�cts, Phase 3 has be�n left until now because c�f its si�nificant planning, permitting and construction
ehallenges. Starting in 20�.3, the City and Water Works Engineers began working together tt� determine how to
get this last secti�n of the project d�ne.The netc�ber 2C315 APternatives Assessment Technical Memorandum was
a thorc�ugf� vetting of project alternatives, with th� most feasibl� �nd cost-effective alternative (the ParalleE
Rout�) recc�mmended. This route was selected it�r tw� primary reasons: 1} it is the iowes�cost appraach and 2}
it has the€east impact c�n the public.
i�EEi� ��� ��1�11�_i� Qi�.���.
Through the Biolc�gicai Resources 1�sses�ment perfc�rmed as a part �f the originaE pro�ect scape, it w�as
deterrt�ined that the project may irrtpact certain endangered�ish species. Given this pc�tential ta impact species
pr�oteefied by the Cal�farnia Endangered Speeies Aet a take permit frt�rr� the California Dep�rtment of Fish and
WildEife (CDFW} is requir�d under sectian 208Ct c�f the Fish and Game Cod�. This change r�rc{er is tc�pravide the
services neeeled to prepare the take permit and cor�sult with the City in the subsequent ne�otiatic�ns with Cf�FW.
���T ��Pi��T
Suber�nsultant costs far these additic�na! s�rvic�s are$43,70�, �s detaii�d in the attached. With I�9�mark�p,the
Chan�e f}rder amount is$46,979.
i��. ���� �����T
The cgntract prc�ject sehedule was c�riginal(y thraugh December �15t, �021. Change Ctrder 2 ext�nded the
schedule tc� December 3S5t, 2022. As we contirtue to warl� the project through the permittir�g pr�acess, it has
beeome appare�tt that the projeet schedule wi31 be further de{ayed. This Change Qrder wiPl extend #he contract
performance period to [?ecember 32�, 2023.
,f��TT��H�E�T
Attached is "Proposed Ar»endm�nt ##3, City of Redding Westside Sewer Interceptor Phase 3 Praject" frc��
Stantec f€�r reterence,which includes scope change detail.
Ex�mibit A—Change Qrder 3 Scope City of Redding,CA
Water Works Engineers Westside Int�rceptar Phase 3 Improvements Project '
April 1�t,2E322
-1-
;%�,�;kiw t. x,',.�..�.aP't..�:f���.Slm�:.s�?s..�3¢.R"�s �i"t&:�:.
�'�c311tE�C 5000 S�chelli l.ane Suite 2(}3, Redding CA 96(702-3553
2� March 2422
Attentian: Mr.Sami Kader,P.E.,Principal
Water W�rks Engineer�,LLC
760 Cypress Rvenue,Suite 201
Redding,CA 96t}01
��ar Mr. Kader,
Referenc+�: Proposed Am�endment#3A City of R+�dd�ng Westside 3ewer Inf�rceptor Pha�e 3 Praject
C}n January 25, 2U18, Water Works Engine�rs, L.LC(t�NVE} issued Task C7rder Ncr. 9 tt�Stantec Consulting
Setvic�s Inc. {Stantec) #o�arovide enviranmenta(complianc�and regulatc�ry permitting service�fcrr the Gi#y
of R�dding Westside Sewer Interceptt�r Phas�3 Pr�ject. Stantec is requestirtg autherrization af this
proposed Amendment#3 to the existing agreement with Y�iNE fia include preparation of an Incidentai Take
Permit from the Galifornia Qepartment of Fish and Wi(dlif�(CLlFV1�on behalf of the City�f Redding(�ity).
The current, approv�d scope of services wilt be modi�ed as foilows:
���� ,� ����������"������ ��"1 �� ��� �1 ��` ������ ,
���������� �il�� �_ ������°�� ����,�������� `���� ����r�i� ������������� ������������� �� ���� ����
` ��������,� � �� �������
Stantec will prepare a�t�18 Incidental Take Permit{ITP)appiicatir�n on behal�c�f the City for state-listed
salmonid speci�s. Initially, Stantec witl arrange a rrteeting with the City, WWE, and G[�FW staff at the
projec#site ta review the propc�sed prcaject, assess suitability of habitat for the salmonid spec'tes within the
project area and pc�tential for irnpacts, and discuss patential avc�idance and minirniza#ian measures ancf
compensatory mitigation options.
Following the site visit, Stantec will prep�re a draft 2081 tTR applica#ion that incltades the follpwing.
applicatian information; description af spe�ies to be covered; location o#proposed activiti�s; analysis t�f
whether and tca what extent the project could result in take of the species to be covered; analysi�of the
impacts�f the proposed undertaking; analysis for the potential tc�jeopardize the continued existence of#he
species; proposed avQidance and minirnization me�sures; devetopment of suitable compensatory
mitigation, proposed plan to manitor compliance; fundinc�; certification; and r�ferences. An int�rnal draft ITP
applicatian wili be provided to the City and NJWE for review and comrrtent. A revised draft fTP application
that in�c�rp�r�tes comments provided on the internai draft wiN be sent to the Gi�y for submittal to CC�FW for
its revi�w. Following receipt of�DFW comments, a�nal ITP applicatic�n will be prepared and submitted.
Stantec assumes thafi up to hvo{2}#wo-hour conference calls with the City, VWttE, and C�FW may be
needed during the tTP review process. Stantec assumes that fh�:Gity will be r�sponsible for payment af
21 Mareh 2022
Mr.Sami Kader,P.E.,Principal
Page 2 of 3
Re#erence: Proposed Am�ndmen##3,Ci#y o#Redding Westside S r€nterceptor Ph�se 8 Prcj�+ct
any applicatic�n fees tt�CDFW.
C�eliveeablesm Electre,nic c4pies(PDF and liVord.doc}c�f draft and revised 2Q81 ITP
Application
14�eeting (s�: Two {2}two-hour pr�jec�team cor�ference calls with City, VVVI�VE and GDFW
� tl �
The current, approved budget is c�n a #ime and materials ba�is in the amc�unt c�f$2d�,46�6 ($1�5,711.(7Q —
arigina!!y exscuted cc�ntract ar�d Am�ncfm�nts 1 &2 arnvunt c�f$4�,95�&$47,823). Assuming this propc�sed
Amendmen##3 amc�unt af$43,7�8 is approued,th�overali,amended budgefi to complete the amended scope
af wcrrk wi!! be for an arnount not-to-�xceed $286,192. The estimat�d cast#o cc�mplete the a�mended tasks
desceib�d in this proposeci arriendment is detailed beE€�w in T�ble 'I. Qur detaiEed cost spreadsheet and rate
schedud��re attached.
Tabie 1. Cost �stimate
_ .,,...._
T"a�k� ` � t
Task 4—Environmer�t�l Carnpli�nce and Perrnif�ing � _ �� N . � � �
_ _.. _._._ .
' Sub-task 4.20—Prepaee Incidental Take Permit(Califomia Department c�f $43,708
Fish and Wiidiife}(New Scop�}
� _ _. . . _. , ,. .�_. .
TC}TAL(Amendrt�ent 3) $43,7t�8 _
If ycau agree with th�se changes, ple�se canfirm your�cceptance by signing below and em�iling a ct�py to
the atter�tian of 1Nirt Lanning. Please let u� know if you have any questions or c�mments cancerning this
proposal. We lac�k#crrw�rd tc�assisting WWE�nd the City in campleting this prt�ject.
Regards,
���a���� �;e���b��.�������� ���:����.�� ����,
;� � � 1 1 �rs� 1 i �i
: � ��:` ,�_� o�r��r�Q�� �I,�`�;L�=��...i�°i.,�'�-����-� ��r��noaa
� ��� �_��W������� ��r` c���� �������� ���������:� aat�
Principal Senior Prc�ject Man�g�r
Phone: (530}2�0-837b Phone:(530}28Q-8387
wirt.lanning�stantec.com heather.waldrop a'�'?stantec.cam
21 March 2022
Mt.Sami Kader,P.E.,Principal
Page 3 of 3
Reference: Rroposed Amendment�f3,Cify of Redding Westslde S r Interceptor Phase 3 Project
�����a~ �����r Ctate
V1later Works Engineers, LLC
Principat
Attachments: C�t Spreadshee#&Stantec Rate Schedule
E�HIBIT —3
�. � o'o �$� `��0�:6� F � ` �
� � �����;����:�:��������:�� ��'�:�:� ��� � � �
a �
� � �
° .� ' , ' : : �
� o:o;aoa�'NSo '000�:000000`��', o000 oa`
� �����.y,�����';���':��a��-��;� ri�� o
3p +��r� d�-y'�sue
�
� �'�i
.� :M c9�m�J�N ti9ik&�Nti�;�;a fi9 4N.�1;N4�W�b4;���:'..rp�1.'�� p p:p Q� p:p �.
.� #fi :6A i9�H,fi4.� �. �4&D_N� �
�
C O t7-Cli0€ ' p?Q�
a
� ���s tl9�ri NF N Vf:fi9 iQY.6�9�:d4 b9 R W:�M e9�A��M•N�� ��VP tFr'N N : 64.MrN Mp ��,
�
S
C . OC}�'4�C}_ �.�.:
�
� � �t$..N3�fB tA��R�4M Nfi-�M aaL�bQ9 V4 a5 4:i�Nk sil M�b�M�Vl��� �a�V➢�fA�f9.N �:� fA�M-N� ��
� �
�
Ci �
� � � .¢�d.4,.�� , ' :
G1;0
� . .. . .. ' " �
� �m � + : a
'� c� ����a�.�`�:�����r'�t'.����:,`+�$e���:�:w.. «�§'�:�i,e�,�!' : a�.�:�M' ..., .� ..
�
7'a
� � C]!S c4p: �� � .
:1 . . . � Ca:O,�
� p p o pq p ppOOppppip p p @Ep p p p
�y �iA N_N�ia+A�l�dT�M Ml'V/e5-aA up m�i W'u#W�.��M�. �af�e9�Nk N � e4,dt N�...' ,�'
Lg
a
G . . .��_�;�'. �t�:=.
_
� � �'�.8
c°x 3 ��:���^�.������.�:����:�:� ����� �.�:$ $
� ° �:�.�, �,
�.
� � ��:� � ; '
d,+Qy � .�'¢ o cs a'a o;o
�
..�.f `�'w r"3;`r���u`�i�'+°�'n,�°n.'r��,,°a rya a ua����`Q'�e�[�"�� cys . Cy �p,p; �
q7 as aa'�'w aD w�vs�c9�vs e9�:�<�.a,a�9:�:w.�.�: ,�.f�� � ,�� y��e�: �:� ���,,,
G ~ � . , � . � : x
� � ���`.���s�����:���.�'���.�z �a�� '� �� °' x
� �
`o ;� �• �
v � ��- r w � �
m � .� � �' �� °� �3 �� `�� �
" � � . � �_ �
F ��� �:� � � �'� �� � � ��� `� g�
� a�J �'� � ,� `o �c�.�, "� +W �� m �,
��Wu � �� � 3 • � ��i�.�� � �� �.J �� o
u. � a..�a cv�.a vs<o r;m.rn � � �.�- �-�' -t�- „�"a:a U�
�fl Q t-cn c ua:co r.m:m.- - . : � ��'�y,�p s�a��'�Q :Q ;� '�;4 J �.. �d
��� m m m�� o� m�mim m m m:m m m d a� m�m m'.�Q � �> �: �; q p F �
.,�b- �"� m':ffi' � a'a'��m:o a'c '��'� �i ���;�' �.� mo �H'� � � :� �..�° .+n - a�"
U (fS J.J.J:J e1 J.J�_d_l.J.J;J J._1.e1;�1 J:_!_!:I°' ,'�,V}�LL..d� :ff1 Ig:�.l 4:�VlI� k,9�F I�
2Q22 MASTER ENVIRC?NlV1ENTAL SERVICES
��:������'.�
Charges for rail professionai, techn�cal, and administra#ive staff directly charging time to the pr4Ject wili be
calculated and billec! on the bcasis of the fo114win schedufe.
��� �R �
•�
� �> �
� Junior Level Pcrs�fian
$1�� • Works under the sup�rvision af a seniar profession al
4 $i 16 . [��{�p�ndentiy carries aut assignrnents c�f limited scop�using s#andcard pro�edures, rne#hods
5 $132 and teehniques
* Assists seniesr sfaff in carrying c�ut mcrre advar�ced pre�cedures
• Gompletec!work is reviewed for feasibility cand soundness of judgment
• Grqduqte from an appropriate posfi-secc�ndary prcagram c�r equiuplent
* Generall ,less than fc�ur ears' ex erien�e
Fulty Qualifi+ecf Pr€�fessionca[P�sitican
� �'1��' • Carries out assignments requiring genera!familiarity within a braac}fie(d of the respective
7 $144 prof�ssion
8 $154 . tvtakes decisions by using a c�mbination of standcsrd methods and t�chniques
• Actively pca�tieipates in pEanning to errsur�thre achievemer�f of objectiv�s
• 1Norks ir�dependently to interpret information c�nd resolve diffiicui?ies
• Graduate firc�m�n appropricate post-secondary pragram,with credenfic�ls ar�quivc�lent
• Gerrerail , three ta six ec�rs' ex erience
First Leve!Supervisor ar First Complete l.�vel of Speciali�cition
9 $159 . Provides applied professiona!knowledge and initiative in planning and coordinatin�work
iC� $164 prc�grams
1 1 $179 . Adapts established guidelines as necessary fo c�ddress unusu�sl issues
• C?ecisions czccept�d as technically accurate, hcawever rnay on t�ceasican b�:reviewed for
soundr�ess of judgmenf
• Gradupte from an appre�priate post-secanefary prc�gram,with credentials or equivpl�nt
• Generall , five fo nine ears' �x erience
12 Highly 5peciallzed Technical Professionai or Sup�rvfscsr of Grc�ups caf Frcaf��s�csnaEs
�'3� • Provic#es multi-discipline knowledge ta deliver innavcztive salutic�ns in related field of expertise
13 $198 . Participafes irr shor#cand lor�g resng�pianning to ensure the achievement of abjectives
14 $2Q8 � �{p��s responsible decisions on c�li rnptters,includiesg policy recammendatians,work
me#h�acls, and financial cantrols ass�sciated with lcrrge expenclitures
• Reviews and evaluaPes fiechnical wcark
• Graduate fram an apprc�priate post-secondary program,wifih credentials or equivcalent
• Generali . ten to fii�teen ears' ex erience wifFr extensive,broad ex erience
Sentor L�vel Consultaryf c�r Managemenf
�'� �'�2� • Reeognized as an avtharity in ea speeifie field witt�quc�li�cafiions of significant vqlue
�� ��� • Provides multidiscipline knowledge tQ d�liver inr�ovative solutions in related€i�ld of expertise
17 $251 . independently conceives pragrams and problems for invssfigation
• Participates in discussions ta ens�re the achievement of pragram and/or praject c��jectives
, Makes responsibl�decisions on expenditures,ineludir�g large sums or implementc�tior�aF
major programs candlor prcajects
• Graduate fram an t��apropriate post-secondt�ry program,wifh crederitials ar equivalent
• Generall , more fhan twelve �c�rs' ex erience with extensive ex erience
18 S�nior Cevel Management Under R�view by Ytce President or Higher
�2$� • Recognized as an authority in a specific field with qualifications crf significant value
�g ���� • Responsible fQr long eange piqnning within a specific area of practice or region
�� ����' * Makes deeisians which are far reaehing and limited or�ly by objecfiives and poNeies of the
21 ��g� orgqniaation
• P(anslapproves projects requiring significant hurrran resources or ccapital investment
* Graduate from an apprapriate post-secandary program,with eredentials or equivalenfi
• Generaily, fifteen years' experience with extensive professional and management
ex erience
Expert WrPness Services carry a SQ�premiurra on labar. dverfime will be charged at ].5 fimes the sfandard bilting rcrte. Ali fabor rafes wiit
be subjecf to c�nnucrl increase.
Sttintec 2022 Master ES Rat�s.doc
Paga 1 of i
•.�., ���� p y� � � `�6
�
� .. �� ���� ��' ������
l
�
�q 9 �� f '' e��,� �, 'a <_.,,_, .-�a r.,�..W � .�,�_�k
e � � � .�� � a
�
`�,l/ !'�._., �'� � �is�v:' ��., ,��nri:. � ,�.Ty
�� , � ,.., , _� .
PAMELA MIZE,C1TYC�ERK
SHARLENE TIPTON,ASSiSTANT CITY CLERK
530.225.4447
530.225.4463 FAX
aprz� 1 s, Zoz�
Water Works Engineers
Attn: Sami Kader
760 Cypress Avenue, Suite 201
Redding, CA 96Q01
RE: Third Amendment—G7518
Dear Sami Kader,
Enclosed please �nd �he fully executed original of the above referenced Third
Amendment to the Consulting and Professional Services Contract by and between the City af
Redding and Water VVorks Engineers regarding the Westside sewer interceptor phase 3.
If you have any questions regarding this agreement, or if we can be of assistance, please
contact the Office of the City Clerk at (530) 225-4044.
Sincerely,
�_�_
,,, � � �t��
..
,
�-__�� —
,.�- — - ,
� � ,-, �__ - _ �-�
� ��� � Amber DalPogge t` � - ��
Fxecutive Assistant
Enclosure
cc: Stephanie McCollum
Corri Vandiver
Ellen Grannis
� � ' 48
2
d � TRANSMITTAL FORM
� � ¢ `. �} � t7 F°
" � TO CIT"Y ATTC}RNEY(225-40501&CITY CLERK(225-4�4391
Agreements Q B�nds� Contracts Q Leases�Escrow instructions
{�Deeds�i Securities� Resalutions¢ Ordinances 1}Oginfons
Date: 11JC}2122 From: Stephanie McCollum
Dept. Name: Engineering Dept. # 501 phon�. 225-4511
Person most knowledgeable: �orri Vandiver Phone:
ItNSURANCE REQUIREMENTS flRRET?Prior to signatures, must submit Insurance i"ransmitta!Form to Risk, laave
cerfificate uploaded by vendor and approved by Risk. lf not, your contracts wi11 be held in fhe Clerk's Office. For
help contact Risk Liability- ��,,,���rf°���t�%c�fr��c�ir� ,�a�(530)225-4385.
DESCRIBE ATTACHED DOCUMENTfSI
Document Title: Fourth Amendment to G7518
Outside Party(ies): Water Works Engineers
Project(What jWhere jWhy?}: �stside Sewer Interceptor Phass 3
COUNCIL APPRQVAL REQUIRED? No�Yes� IF YES,DATE OF MEETING: Agenda Item#:
Was contract f agreement the result of an RFP or Bid?No f Yes� Bid Schedule#or RFP#:
TS�C)h�T'��1'R�I.�T°��°T�1'I-���,I3It FIF��2 ���1'��a�
REQUEST FOR ATTORNEY SERVICES
❑ ��.�,,.ra�.����ws�r„�f�-A11 dc�cuments must be revae�ved&apprcved b�fe�re c�btair�in�any signature�.
�tTher�amer�dir�g contrac�s,attaeh a c€�py c�f arigin�l eontraet and a1fl prior azne�dra�e�ts. L�o not e-rr�ait
dae�.�rri��t��ithcsut prior apprc�val.
❑ RBtUT'Y1 di'dits tO: (to finalize&abtain outside signatures)
� a ����,�����...�`k�� m �. , .• < ��-: �a;� »��°,t�t ��<�s�������� �_F.��~i����s��'�-��1�rr�,v��� �:
�i���3i"S)',:fx£�i �?"�'!���itTp��'tiF S�'.! ���?�lE. �`ic3+� ;}�?�c;z�1L`L� t?L'a°t:�ii�E��'p�,C���wC.�"u';�. �����'..�i`a`�;L3t;3s1�'���i/�`C3 ��� t�a':�a�?:t�S� �St.
�r<������r������ s���fiR����s���� -_�������ff�� �;�;#� �-£;����'"t���s c����l� :�:;�������r�����;��_
(Attc�rney apprc�vat now mandatory-RMC§4.2a.120.A)
�Note: Signed originais 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 additianai info is attached. �
� Qther:
SaveforAttorncysNotes :���� . .. .. .. .........
� � � . :1 r* ,..�.,,,. .,_.�..�,..—....
"�� � �r City Attorney�og# ���� `� � ��
,� Logged Out By: ����`
ttev.e/ia � _
I T' � ��Z'Y (
��i
�- !% 777 Cy�ress Avenue, Redding, CA 96001
, -;`� PO BOX 496071, Redding, CA 96Q49-6071
� � L I F �3 ��R � � } �'%' �it��fr�cic�i�g.c�rg
�
PAMELA MIZE,CITY CLERK
SHAR�ENE TIPTpN,ASSISTANT CITY CLERK
530.225.4447
530.225.4463 FAX
November 13, 2022
Water Works Engineers
Attn: Sami Kadar
760 Cypress Avenue, Suite 201
Redding, CA 96001
RE: Fourth Amendment—C-75�8
Dear Sami Kadar,
Enclosed please find the fuily executed ariginal af the above referenced Fourth
Amendment to Cansulting and Prafessional Services Cantract by and between the City af
Reddin� and Water Works Engineers regarding the Westside sewer interceptor phase 3.
If you �Zave any questions regarding this agreement, or if we can be of assistance, please
contact the Office of the City Clerk at(530) 225-4044.
Sincerely,
, �...�
,-
�
{ �
�w�„��.k;---�"�.�.��,��.�.�,_�._�-�,..��
-Y --
__._``
,�.._-' w�._ __--- �.`"'
�
r,: ,. �
-
---- ,�
. . _.m_._
Amber DalPoggetto� _
Executive Assistant
Enclosure
ce: Stephanie McCallum
Corri Vandiver
E11en Grannis
FOURTH AMENDMENT TO
CC}NSULTING AND PROFESSIONAL SERVICES CONTRACT (C-7518}
Westside Sewer Interceptor Phase 3
The Consulting and Prafessianal Services Contract C-7518("Contract"}dated January 3,2018, and
amended April 14, 2020, January 28, 2021, and April 14, 2022, between the City of Redding,
California,("City") a municipal corporation, and Water Works Engineers{"Consultant")is hereby
amended as follows:
SECTICJ►N 3.A is amended to read in its en�irety as follQws:
A. Consultant sha11 commence work an or about January l, 2018, and complete said
work no later than December 31, 2425.
A11 other terms and canditions of the Contract dated January 3,20l 8, and amended Apri� 14, 2020,
January 28, 2021, and April 14, 2022, shall remain in full force and effeet.
The date of this Amendment sha11 be the date that it is signed by the City.
IN WITNESS W�-IEREOF, City and Cansultant have executed this Amendment an the days and
year set farth below:
CITY OF REDDING
A 1Vlunicipal Corporation
..� ��-�-.���..��
Dated: � � , 2022
By: BA Y � � llV City Manager
Farm App�oved.�
BARRYE. DeWALT
Attest: City Attorney
,��
,� fi� 4� �' � ��A
��
, �,�_n
�` PAMELA NfIZE, City �'lerk By.�
. '��
ter Works Engineers
, 2022 ���,m...�- _ �
Dated: �
y� � � � � � ��`��� �
Taxpayer I.D. No.: � �� � /
_ —�----
��
'�E
.m�
��
,,��
��
��n� ;
� ��� �����" CITY OF REDDING
� ���
��� ,
� REPORT TO THE CITY COUNCIL
MEETING DATE: February 15, 2022 FROM: Chuck Aukland, Public
ITEIVI NO. 4.11(b) Works Director
***APPROVED BY***
� r ,.� � _,tr,,,��
Ct�������ri(�,�t1�77�1C��'Ckk"�:S�1�"��1 �I�ZE�1'r'�k(}�� .���, '� ,� ,["iry�v9m�� ���)c��s�t �t�, �t�r��i�cw I)rrcc ia,r �.7�fk2�,�
caukiand@ci.redding.ca.us btippin@cityofredding.org
SUBJECT: 4.11(b)--Adoption of Westside Sewer Interceptor Phase Three (3) Project,
1Vliti ated Ne ative Declaration and the Miti ation 1Vlonitorin Pro ram
Recommendation
Authorize the following actions regarding the Westside Sewer Interceptor Phase Three Project
for the City of Redding Wastewater Utility:
(1) Adopt Mitigated Negative Declaration, including the Mitigation Moni�oring Program;
(2) Approve Westside Sewer Interceptor Phase Three Project as described; and
(3) Direct staff to file a Notice of Determination with the Shasta County Clerk's Office and
the State Clearinghouse, thereby satisfying requirements of the California Environmental
Quality Act (CEQA Guidelines §15074).
Fiscal Impact
Approval of the Westside Sewer Interceptior Phase Three (3) Project (Project) along with
adoption of the Mitigated Negative Declaration (MND) and the Mitigation Monitoring Program
(MMP) allows the project to move toward the final design and construction phases. There is no
fiscal impact as a direct result of adopting the MND, MMP, and approving the project.
The project is estimated to cost approximately $8,000,000 and wi11 be funded through the
Wastewater Utility fund.
Alte�^native Action
The City Council (Council) could choose to not adopt the MND and the MMP, and not approve
the Project as described. Without approval, the project would not be able to proceed as a City of
Redding (City) project, as it would not be in compliance with the California Environmental
Quality Act.
Report to Redding City Council February 9,2022
Re: 4.11(b)--Westside Sewer Interceptor Phase 3 Project Page 2
Background/Analysis
The City of Redding (City) is proposing to construct a new 48-inch diameter trunk sewer
pipeline to increase the wastewater collection system hydraulic capacity. The existing 42-inch
diameter pipeline conveys wastewater from a diversion structure near Girvan Road to the Clear
Creek Wastewater Treatment P1ant (CCWWTP). The proposed new pipeline would provide
additional capacity to accommodate both existing and planned wastewater flows. The additional
capacity would also significantly reduce the risk of sanitary sewer overflows during wet weather
events.
The new 4,200-foot pipeline would begin at the existing diversion structure located at Girvan
Road and terminate at the CCWWTP's existing headworks pump station wet we11 along the
south bank of C1ear Creek. The pipeline would be sized to provide a maximum design flow of 30
million gaIlons per day to serve the existing and planned development in the area. The pipeline
includes a 20-foot-wide by 20-foot-long by 20-foot-deep concrete junction structure at the north
end, seven maintenance access points placed approximately every 600 feet along the alignment,
and a second 20-foot-wide by 20-foot-long by 16-foot-deep concrete junction structure
approximately 100 feet north of the Clear Creek crossing. One new maintenance access point
would be constructed on the existing 42-inch pipe to improve inspection and maintenance access
(located near the end of Garnet Court). Two additional new maintenance access points would be
constructed to connect existing sewer lines that serve nearby properties to both the existing and
new pipelines. Construction is scheduled to start in the summer of 2023, the project is anticipated
to take approximately 24 months.
An Initial Study (IS) was prepared to satisfy the requirements of the California Environmental
Quality Act (CEQA). It describes why the project is proposed and the potential impacts to the
existing environment. The IS shows that the proposed project could have a significant effect on
biological resources, but with implementation of mitigation measures, those impacts will be
reduced to a level considered less than signi�cant. The mitigation measures and conservation
measures to be implemented are common practices and include,but are not limited to,biological
pre-construction surveys, in-water work windows, water quality monitoring, compensatory
mitigation for vegetation 1oss, impact minimization, exclusionary fencing, and erosion control.
Based on the conclusions made in the IS, a Mitigated N�egative Declaration (MND) was
prepared. The MND describes the project, including mitigation measures, and makes the
determination that there will be no significant effect on the environment provided that the
defined mitigation measures are implemented as part of the project. In addition, a Mitigation and
1Vlonitoring Program (MMP) has been written and incorporated into the MND (CEQA Section
21081.6). The MMP wi11 be used by City staff, contractors, agencies, and monitoring personnel
during and after the project to ensure effective implementation of the adopted mitigation
measures outlined in the MND.
The IS/MND/MMP documents were sent to the State Clearinghouse for a 30-day public review
period and distribution to pertinent state agencies. They were sent to local resource agencies, the
Shasta County C1erk, and posted on the Public Works Department website. A public notice was
also sent to landowners in the vicinity of the project and posted in the local newspaper. One
comment letter was received during the public comment period. A response to the eomment
letter has been prepared and is attached to the final MND.
Report to Redding City Council February 9,2022
Re: 4.11(b)--Westside Sewer Interceptor Phase 3 Project Page 3
The City of Redding is the lead agency for the project pursuant to CEQA. As the lead CEQA
agency, the Council is authorized to adopt the MN�D per Redding Municipal Code Section
§18.24.070.E and state law. Upon adoption of the MND and approval of the project by the
Council, a N�otice of Determination will be filed with the Shasta County Clerk's Office and the
State Clearinghouse, completing the environmental review process. The IS/MND is available in
the City C1erk's office for review and is currently available online at
htt�a�:/f��vv�u.��tyc��"ip�ddin��I��part��e��t:s1��b1��-�zcar��sl��Z�tirc���rz���zt�l-�na�z�. ���r�t.
Council PrioNity/City Manage� Goals
• This agenda item is a routine operational item.
Attachments
Location Map
Mitigated N�egative Declaration Westside Sewer Interceptor Phase 3 (available online)
Response to Public Comments (available online)