Loading...
HomeMy WebLinkAbout _ 4.11(c)--Award RFP No. 5512 Consultant to Update Local Road Safety Plan and Identify Projects � � �' � � � � � � ' � �' � � ' � ` CITY OF REDDING REPORT TO THE CITY COUNCIL MEETING DATE: May 20,2025 FROM: Michael Webb, Public Works ITEIVI NO. 4.11(c) Director ***APPROVED BY*** � �c a� � �bEi� 'c�r�Cs I7�reetcsr 5;t�r'2t}`?� r5�' �p�i��,C�i �r� �, ^��'1�,{'2{�?. mwebb@cityofredding.org btippin@cityofredding.org SUBJECT: 4.11(c)--Award Request for Proposal No. 5512 - Consultant to Update L.ocal Road Safet Plan and Identif Pro'ects for Future Grant A lications Recommendation Authorize and approve the following ac�ions relative to Request for Proposal (RFP) Schedule No. 5512, Consultant to Update Local Road Safety P1an and Identify Projects for Future Grant Applications: (1) Award RFP Schedule No. 5512 to Whitlock & Weinberger Transportation, Inc., (dba W- Trans); (2) Authorize the Mayor to execute a Consulting and Professional Services Contract for a not-to-exceed fee of$237,900 with W-Trans, to update the Local Road Safety Plan and identify projects for future grants; and (3) Authorize the City Manager to approve Contract amendments not-to-exceed$50,000, Fiscal Impact The Consulting and Professional Services Contract will be funded by federal funding obtained through the Bipartisan Infrastructure Law for planning and implementing Safe Streets and Roads for All (SS4A)projects. The City of Redding (City) applied for and was awarded SS4A Program funds in the amount of$240,000 to update the Local Roadway Safety Plan (LRSP) and complete the necessary outreach and preliminary engineering. The match for this grant wi11 be provided by City staff time in-lieu of direct funds, the time will be allocated o�ut of the City's Streets and Road budget for existing staff time. Alternative Action The City Council (Council) may choose not to award this contract, in which case the grant funds secured may be forfeited. The City of Redding's Local Roadway Safety P1an (LRSP) is a critical tool for improving the safety and well-being of all road users in the community. Although not a regulatory mandate, the LRSP is strongly encouraged by the California Department of Transportation (Caltrans) and the Federal Highway Administration as a best practice for systematically identifying roadway safety issues and prioritizing effective countermeasures. Report to Redding City Council May 13,Z025 Re: 4.12(c)--Award RFP No. 5522 Consultant to Update Local Road Safety Plan and Identify Projects Page 2 Having an adopted LRSP is necessary to qualify for state and federal roadway safety funding programs, such as the Highway Safety Improvement Program (HSIP) and SS4A. The updated LRSP is critical to apply for infrastructure funding in the next grant cycle. Staff intends to apply for a grant using these programs to fund the Victor/Churn Creek/Rancho intersection and corridor improvements currently in design. This contract would update the LRSP, develop multiple safety projects and aid in developing grant applications to implement these projects. Background/Analysis The City's LRSP is a critical tool for improving the safety and well-being of a11 road users in the community. Although not a regulatory mandate, the LRSP is strongly encouraged by the California Department of Transportation (Caltrans) and the Federal Highway Administration as a best practice for systematically identifying roadway safety issues and prioritizing effective countermeasures. Having an adopted LRSP is necessary to qualify for state and federal roadway safety funding programs, such as the Highway Safety Improvement Program (HSIP) and SS4A. The updated LRSP is critical to apply for infrastructure funding in the next grant cycle. Staff intends to apply for a grant using these programs to fund the Victor/Churn Creek/Rancho intersection and corridor improvements currently in design. This contract would update the LRSP, develop multiple safety projects, and aid in developing grant applications to implement these projects. Many of the elements and small projects included in the current LRSP have previously been implemented or completed. The City desires to amend the current LSRP to address larger road improveinent projects, incorporate more aggressive safety strategies and goals, and take a more regional approach including incorporation of projects that include state facilities. The updated LRSP will incorporate SS4A goals and, incorporate new grant ready design of projects to assist staff in applying for future infrastructure grants to construct projects that increase safety and provide access to all user groups. Consultant Selection Process In August 2024, a formal Request for Proposals (No. 5512), outlining the specific scope of work, was advertised in the local newspaper as well as the City's website. Proposals were required to include a scope of work and proposed fee. The City directly solicited six firms known to engage in this type of service. On September 27, 2024, proposals and fee schedules were received and reviewed from three firms. A review and selection panel were formed consisting of inembers from the Public Works Department. Based upon proposal review and experience, the panel ranked the firms as follows: FIRM RANK ' W-Trans 1 Kittleson and Associates 2 G�ID, Inc. 3 Report to Redding City Council May 13,Z025 Re: 4.12(c)--Award RFP No. 5522 Consultant to Update Local Road Safety Plan and Identify Projects Page 3 Proposals were evaluated based on the understanding of the scope of work, ability to meet the proposed schedule and maintain the project budget, experience and qualifications of the proposed staff, ability to work with City staff, project approach, fami]iarity with City procedures, and geographic location of the team. Applying the criteria to the proposals, the selection panel determined that W-Trans has the necessary experience and expertise to provide the required services for this project. Following the evaluation and ranking, W-trans, proposed fees were opened and evaluated to include reasonable costs based on the scope of services as we11 as previous similar project cost comparisons. Environmental Review This action is not a project as defined by the California Environmental Quality Act. No further action is required at this time. Council PrioNity/City ManageN Goals This agenda item is a routine operational item. Attachments Contract CI�NSULTING AND PROFESSIQNAL SERVICE� CONT �T WITI�FEI}E L FIJl�iDII'�G T�3[IS CONT CT ("Ct�ntract") is made at Redding, California, by and b�tween the City o� Redding ("�it},,'), a municipal eorpc�ration, and Whitlock & Weinberger Transportation, Inc. (dba�-Trans}("Consultant"), (coll�ctively the"Parties"individually a"Party''for the purpose of dev�loping the Update the T.,ocal F�oad Safety Plan and Identify Frojects f�ar Future Grant Applicatic�ns. WHE AS, a source af funding for payrnent for prafessic�nal services prt�vided under this Agreement is federal fundsfrom the United State�Department ofTranspc�rt�tic�n. �NHE AS,Consultant desires t� perft�rrn and assume responsibility fr�r the provision of certain professional services required by City on the terms and contiitions set forth in this Contraet. N+(�W, THE FO , the Parties covenant and �gre�, for goad cansideration hereby acknowledged, �s fc�llows: �ECTI+DN 1. CONSULTANT SERVICES A, Subject to the terms and condition�set forth in this Cantract,Con�ultant shall prc��ide to City the services deseribed in Exhibit A, attached and incorporated herein, Consultant shall provide the services at the time, place and in the manner specified in E�ibit A. AIl Cansultant persannel listed as rnemb�rs of the project team in the attached exhibits shall rernain c�n project unless prior approval for the change in �ersonnel has been grant�d by City's Contract Administrator. �: C�nsultant shall submit progress reports at least once a m.onth. Each pragress repc�rt' should be sufficientl,� detailed for the Contract Administrator, as nated in Section 1 O.A,tc�: l}determine if Consultant is performing to expectatic�ns and is on schedule� 2) provide comrnunicati�n t�f interirn findings, and 3) sufficiently address any � difftculties or special problems e�acount�red. C. Consultant's Prc�ject Manager, as noted in Sectit�n 10.8., shall meet with �ity's Cctntract Administrator as needed to disc�tss progress on the scope of work: I?. Nothing contained in this �c�ntract c�r otherwise sha11 creat� any�ontractual relation between Cit� and any subcansultant, and no subcontract shall relieve Consultant of its responsibiiities and abligatic�ns hereunder. Consultant agrees to be as £uily responsible to City for the acts and ornissions of its subcon�ultants and of persons either directly or indir�ctly ernplc�yed by any of them as it is for the acts�nd ornission� of per$ons directly employed by the Consultant. �onsultant's obligation ta pay its subcc�nsultants zs an independent obligation frc�m the City's abligatian tr� make payments to Consultant. E. Consultant shatl perfarrn the work ct�ntemplated with resaurces avail�ble within its own organization and nc� pc�rti�n of the work pertinent to this contract shail be �Consultingand:Professional5ervicesContract � � � .���� 1 � �� subcontracted without written authorization by City's Contract Administratar,except that which is expressly identified in the approved Cost Propasal. F. CQnsultant shall pay its subcan�ultants within seven (7) cal�ndar days frc�m receipt �f each payment made to Consultant by City, in accordance with the provisiQn in Section 7108.5 of the Califamia Business and Professir�ns C�d�:Concerning prompt payment to contractors. The 7-day rule is applicable unless a l�nger period is agreed to in writing: Any c3elay or pc�stponement of p�yment aver 34-days may take place only for good eause and with the agency's �rior written approvaL Any vialati�n af Section 71�8.5 shall subject the vic�lating consultant or subconsultant ta the penalties> sanctions,and c�ther remedies c�f that Seetian�. This requirement shall not be construed ta limit ar impair any contractual, admir�istrative, or judicial remedies; otherwise available tc� the consultant or subcQnsultants in the event of a dispute involving,late payment or nonpayment by the consultant, deficient subconsultant performance, andJor noncompliance by a subct�nsultant. This ciause applies to both DBE and nc�n- DBE subconsultant. G. Any subcontract in excess of$25,000 entered into as a result of this cantract shall c�ntain al1 the provisicrns stipulated in this contract tc�b�e applicable tc�subconsulta.n.nts. H. Any substitution of subconsultants must be apprc�ved in writing t�y City's Contr�ct Administratar prior tc�the start c�f work by the subcan�ulta.nt. I. Cc�nsultant and any subconsultant shall permit City, the State c�f Califomia, and the Department of Transportatic�n("D(�T"},if federal participating funds are used in this Contract, to review a:nd inspect the pr�ject acti�rities and �'zles at all reasonable times �uring the perf�rmance period af this Cantract including review and inspection on a daily basis: SE+CTI�►IY 2. COMPENSATIC�N ANDt IMBU�tSEMENT +C?F C4STS A. The methc�d t�f payrnent for this contract will be ba�ed on actual cost plus a fixed fee. City will reimburse Consultant fc�r actual cost� (including labor costs, emplayee benefitss travel, equipment rental casts, o�verhead and other dz�ect costs) incurred by Consultant in performance of the wc�rk. Cc�nsultant will not 6�reimbursed far actual cast� that exceed the estimated wage rates, emplayee benefits, travel, equipment rental,averhe�d,and other estimated casts set forth in the approved Consultaz��'s�cxst Praposal,unless additional reimbursement is provided for�y cc�ntract amendment. Tn no event, wi11 Cc�nsu�tant be r�imbursed for c�verhead costs at a rate that exceeds City's approved overhead rate set forth in the C4st ProposaL In the event that City deterrnines that a change to the work from that spe�ified in the Cost proposal and eontract is required, the cc�ntract time c�r actual cc�sts reimhursable by City shall be adjusted by contract amendment to accomrnc�date the changed work. T�e maximum total cast as specified in F'aragraph "I" shall not be exceeded, unless authorized by contract amendment: B. �n addition to the allowable incurred costs City will pay the Consultant� fix�d fee of $237,900. The fixed fee is nc�nadjustable for the term c�f t�Ze contract, except in the �Go�sulting.and�.ProCessional5ervicesCont�acc � � �`�.�� ��. � �� � event o�a significant change in the scope �f work and sueh adjustment is made by cantra�t amendment. C. Reimbursement for transportation and subsistence cr�sts shall nat exceed the rates specified in the approved �ost Proposal. L}. When milestone c�st estimates are included in the apprc�ved Cast Pr�posal, Cc�nsultant shall obtain prior written approval for a revised mitestone cast estirnate from the Contract Administrator before exceeding such cost estim�te: E. Pragress payments will be made mtrnthly in arrears based on ser�ices provided and allowable incurred c�sts. A prorated portion of Consultant's fixed fee will be included in the monthly progress payments. If Consultant fails tt� submit the required deliverable items accarding to the schedule set far in th� Statement �f Work, City shall have the right to delay payment or terminate this Contract in accordance with the prc�visians of Sectian 3 "Term anc�Termination". F. No payment will be made prior to apprc�val of any work,nt�r fc�x any work perf`�rmed pric�r to appro�al of this c�ntract. G. No retainage will be held by City from progress paym�t�ts due Consuitant. t�ny retainage held by Cc�nsultant or subconsult�nts frc�m progress payments due subccrnsultants shalt be promptly paid in fiall to subconsultants within thirty (30� calendar days after the subconsultant's work is satisfactorily complet�d. Federal law (49 CFR26.2}} requir�s that any delay �r p�stpanernent of payment over the thirty (30}days may take place anly fc�r go�rd cause and with City's prior written approval, Any violation of this provision shall subject the violating Cansultant or subconsultant to the penalties, sanctions and other remedies specified in Section 7�08.5 c�f th� Business and Prafessic�ns Code. These requiretnents shall not be construed to limit or impair any contractual, administrative, or judicial r�m�dies, othez�wise available tc� the Consultant or subcansultant in the event of a disput� involving late payment or nonpayment by Consultant, deficient subcrrnsultant performanc�, c�r naneompliance by a�ubcansultant. H, Cansuttant wi11 be reimbursed �s promptly as fiscal proceclures vvill permit upc�n receipt by City's Contract Administrator of itemized int�oices in triplicate. Inv�ices shall be submitted na later than 45 calenda.r days after the performanc� vf work f�r which Consul€�.nt is bill�ng. Inv�ices shall detail the wark performed s�n ea�h milestane an� each project as applicabl�. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this cr�ntract numb�r�nd project title. Finai invaice must contain the final ct�st anc� aIl crec3its due City includzng any �quipment purchased under the provisions of Section 4"Equipment Pur�has�"afthis contract. The final invoice should be subrnitted within 6t} calendar days after cc�mp�etion c�f cansultant's wtirk. Invoices shall be mailed to City's Contract Administrator at the �'allowing address: Coosulzing and Piofessional Serv�ces Gontiact � �r c�g� 3�� � City of Redding Attn: Finance 7?7 Cypress Ave. 1Z�dding, CA 96��1 I'. In accordance with E�chibit B, attached. and incarparated herein, the tatal amount payable by City in�Iuding the fixed fee shall not exceed fiwo Hundred and Thirty- Seven and Nine Hundred Dollars ($237,900}. J. Salary increases will be reimbursable if the new salary is within t�e sal�ry range identified in the approvecl Cost Praposal and is appro�red by City's Contract Administrator: For persrrnnel subject to prevailing wage rates, as described in the Catif�rnia Labar Cr�de, aIl salary incr�ases, which are the direct result o�changes in the prevailing wage rates are reimbursable. K. Cc�nsultant agrees that the�ontract Cost F'rinciple�and Pracedures, 4$ C�R, Federal Acquisition Regulatians Sys�ern, Chapter 1, Part 31.000 et seq., shall be used t� detemnine the cost allowability of individual items. L. Consultant also agrees to campl�with federal procedures in accc�rdanc�with 49 CFR, T'art 1$, Unifarm Administrative Requirements for Grants and: Cooperati�e Agreem�nts t��tate and Local Governrnents. M. Any costs far whi�h payment has been made tc� Consultant that are determined by subsequent audit tc� be unallo�vable under 4� CFR Part 18 and 4$ C�R, Federal Acquisition Regu�ations System, Chapter l, P'art 31,000 et seq., are subject to repayrnent by Consultant to City. N. A:11 subc�ntracts in excess af$25,t}00 shall �antain the abcrve prt�visions. SE+CTI+ON 3, TE ANT1 TE INATIOIY A. This contract shall go into effect on April l, 24��5, contingent upnn appraval by�ity; and Consu�tant shall commence wark after notificatic�n to proceed by City,s Contract Admini�trator, The contract shall end an Apri1 1, 2026, unless extended by contract amendrnent. B, Consultasit is advised'that any recomrnendation for cor�tract award is not binding on City until the ct�ntract is fully executed and�pproved by City. C: City reserves the right to terminate this cc�ntract upon thirty(30)catendar days written notice tt� Consultant with the reasons �or terminatic�n stated in the nc�tice. I). City may terminate this cantra�t with Consultant shcruld Consultan� fail to perform the ct�venants herein contained �:t the time an� in the mant�er herein pravided. In the event of such termination, City may proceed �vith th:e wc�rk in any manner deemed praper by City. If City terminates this cantract with Consultant, City shall pay Consultant the surn due to cansultant under this contract priar to terrnin�.tian, unless the cost of completic�n to City exceeds the funds remaining in the contract. In which Consultmg and��Profess�onal�Services Cantract � ��a.��. � case the overage shall he tleducted frc�m any sum due consultant under this contract and the ba��nce, if any, shall be paid to Consultant upon demand. E. The maximum amount for which the City shall be liable if thi�contract is terminated is$237,940. F. It is rr�utually underst�ad between the Parties that this Cc�ntract may have been written before ascertaining th� availability of fi�nds or apprapriatio� of funds, or for t�e mutual benefit c�f btrth P�rties, or in c�rder ta avoid prc�gram and fis�al delays that would occur if the Contract were executed after that determinati�n �vas made. This' �antract is valid and enforceable anly if sufficient funds are made available to the City fcrr the purpose c�f this Contract. In addition, this �ontract is subject to any additional restrictions;limit�tions, conditians,or any statute, ordinance ar regulatiQn enacted by the Congress, 5tate Legislatures, or City Cauncil that may affect the provisic�ns, term�, or funding of this ��ntract in any manner. �onsistent with Article' 16; �ectic�n 18, ofthe California Constitutic►n,it is mutually agreed that if sufficient funds are not appropiriated, this Cc�ntract shall be amended to refleet any reduction in funds, �ity may likewise void the Contract under Section 3.C. G. In the event that City giues natice of termination, Consultant shall promptly provide to Cit�any and all finished and unfinished rep4rts, data, studies,ph4tographs, charts or other work praduct prepared by Consultant pursuant tc�this Ct�ntract. H. 1n the event that City terminates the Contract, City �hall pay Consultant the reasc�nable value of services rendered by Consultant pursuant to this Contract; provided,hc�wever, that City s�all not in any manner be liable for'lost profts which might have been made by Cansultant had Consultant cc�mpleted the services required by this �ontract. Co�sultant shall, not later than ten (10) calentlar days after termination of this Contract by City, furnish to City such financial informatic�n as in t�ie jutigm�nt af the rCity's C�antract Administrator is necessary to determine the reasc�nable value c�f the services rendered by Consultant. I. In no event shall the termination ar expiration c�f this Cantract be construed as a waiver of any right tc� seek remedies in law, eqt�ity or otherwise far a I'arty's failure tc�per�`t�rrn each crbligation required by this Contract. SECTI�DN 4. E{��..TTPMEIYT PLTItCHASE A, Prior atzthozizatian in writing by City's Cantract Administratar �ha11 be required before Consultant enters intr� any unbudgeted purchase order, or subcc�ntract exceeding $S,Q00 fi�r s��plies, equiprnent, vr Consultant service�. Cansultant shall provide an evaivation of the necessity c�r desirat�ility af incurring such ct�sts. B, For purchase of any ite�n, service or consulting work nt�t cc�vered in Cc�nsultax�.t's Cast Prt�posal and exceeding $5,000, prior authorization by City's Cantract Adrninistrator'is required. Three competitive quotations must be submitted with the request,�ar the absence of bidding rnust be ad��uateiy justified anci accepted by City's Contract Administratc�r. C. Pursuant to 49 CFR, Part 1$ and for any equipment purchased as a result af this Contract, Consultant shall maintain an inventory c�f ail non-expendable property, Consulting..and Professional:5ervtces�ontracc� �� pa,��,' � � N�n-expendabl�property is defined as having a useful life of at least twc�years and an acquisition cost of$5,000 or more. If the purchased equipment needs replacement and is sold or traded in, City sha1Z receive a proper refund or credit at the conclusion of the Contract, c�r if the Contract is terminated, Cc�nsultant may eit�ier keep the equipment an�i credit City in an amount equal to its fair ma.rket value, or se11 such equipment at the best price abtainable at a public or pri�ate sale,in accordance with City's established purchasing procedures and credit City in an amount equal to the sales price. If Con�ultant elects t� ke�p the equipment, fair market value shall be determzned at �onsti�ltar�t's expense, on the basis of a coinpetent independent appraisal of such equipment.Appraisals shall be c�btained frorn an appraiser mutually agreeable ta City and Cc�nsultant. The terms and c�nditians crf such sale must be approved in advance by Cit�> U. All subc�ntracts in excess$25,000 shall contain the�,bove provisi�ns> SECTId�N 5. TI�tSU NCE A. Uniess modified in writing by City's Risk Manager, Consultant shall maintarn the folic�wing nated insurance during the duration of the Contract: Cavera�e lE�e+�uir�d Not Required Crammercral eieneral Liability X Ccsmprehensive Vehxcle Li�bility X Workers' Compensation and Emplc�yer�' Liability X Prc�fessional Liability (Errors and t�missic�ns) � (Place an "x,;in the appropriate box) B. Coverage shall be at least as braad as; 1. Insurance Services Office farm number CCi-OQ01, Cammercial General Liability Insurance,in an amc�unt not less than$l,(�OO,OQO per occurrence and $2,OQ0,0(�0 general aggregate fc�r bodily injur�', p�rsonal injury and prc�perty damage, 2. Insurance Serviees Office fc�rm number CA-OOQI (Ed. 1/$7}, Comprehensive Automobile Liability Insurance, which prc�vides far total limits of not les� than�1,0(}0,{100 combined single limits per accident applicable t�all�wned, non-owned and hired vehicles, 3. �tatutc�ry Workers=Compensation required by the Labor Cad�of the State crf California ancl Employers' Liability Insurance in an amount nt�t less than $1,400,000 per occurrence,Both the V�orkers' Compensation and Emplc�yers' Liability poiicies shall contain the insur�r's waiver of subrogation in favor of City, its�leeted afficials, officers; emp�oyees, agents and-volunteers, Cansulting.and Professional.Services Contract� � �.r�g� t;7� 4. Frofessi�nal Liability (Errars and C)missions} Ins�rance, appropriate tc� �onsultant's professiQn, agair�st loss due tv errar or omissi�n c�r malpractice in an amount not less th�n$1,0OO,Ot}{�. 5. The City d�es not accept insurance certifieates c�r endtrrsements with the warding "but oniy in the event af a named insured,s sole negligence'°or anY other verbiage limiting the insured's insuranc� respansibility. C. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of the City,either: the insurer shall reduce c�r eliminate such deductibles or self-insared retentic�ns as respects the City, its elected tffficials, officers, employe�s, agents and volunteers; c�r the Consultant shall procure a bc�nd guaranteeing payment of Ic�sse� and related ir�vestigations, claims administrat�on and d�fense expenses. D. The Gerze�ral Liability shall contain ar be �ndoTsed to contain the fflllawing provisions: 1. City,its elected officials,offic�rs, employees,and agents are to be cav�red�:s ad�iti�nal insured as respects Iiab�li�.y arising Qut c�f wc�rk ar aperations �rerfarmed by or on behaif of Consultant;premises ov�med, leased ar used by Ct�nsultant; or automobil�s a�vr�ed, leased, hired or borrc�wed by Cansultant. The coverage sh�ll contain na special limiYations an the scope of protection afforded ta City, its elected officials, officers, e�nplc�yees, agents and volt�nteers: 2. The insurance cc�verage of��nsultant shall be primary insurance as respects City, its ele�ted officials, officers, employees, agents and volunteers. Any insurance or self-insurance maintained by City, its elected officials, offic�rs, empl�yees, ag�nts and vc�lunteers, shall be in excess of Consultant's insurance and shall nc�t contribute with it. 3. Caverage shall state that the insurance of Consultant shall apply separately to each insured against whom �laim is made or suit is brought, except with respect to the limits of the in�urer's liability. 4, Each insurar�ce policy required by this C€�ntract shail be�ndorsed tt�state that coverage sha11 nt�t be canceled except after thirty {30� �alendar days' priar written notice has been given to City. In addition, Consultant agrees that it shall ncrt reduce its co�erage or limits c�n any s�ch pc�licy except after tihirty {30} calendar d�ys' prior written nc�tice has been given to City. E. rnsurance is to be placed with insurers with a.current A.M,Best's rating of no less than A-VII. F. Consultant shall designate the City Qf R:edding, 777 Cypres� Avenue, Redding, CA 960t}1 as a Certificate Halder of the insurance. Consultant shall furnish City with certificates of insurance and original endc�rsernents effecting the coverages required by this clause,Certifi�at�s and endorsem�nts shalt be submitted eleetrc�nically via the PINS Advantage systern. A �ink will be pravided for the Consultant, or their insurance agent, to enter and upload documents directly to PINS Advantage. The Coosultmg�and ProFessional SetvicesGonttact�. � g�,�� 7�� �� � certific�tes and endc�rsernents far each insurance poliey are to be signed by a perst�n authorized by the insurer to bind cr�v�rage an its behalf All endorsements are to be received a�d approved in PINS Advantage by the City's Risk Manager pr'ror tt� the commencement af cantracted services. City rnay withhold payments to Consultant if adequate certif�cates c�f insurance and endorsements required have not been submitted as described above or pravided in a timely manner. G. The requirernents as to the types and limits of insurance cc�verage tc� be maintained by Consultant as required by Section 5 of this Contract, and anY aPprt�val of said insurance by City, are not intended to and will not in any manner limit or qualify the liabilities and abliga�ic�ns otherwise assumed by Cansultant pursuant tn this Contract, including,withauk limitati�n,provisic�ns concerning indemnification. H. If any policy of insurance required by this Sectian is a"claims made"pali�y,pursuant ta Code of Civil Pr�cedure�342 and�overnment Code§945;6,Consultant shall keep said insurance in effect for a period flf eighteen (18)months after the terminatian of thi� Ccsntract. I, If any damage, including death, personal injury or praperty damage, accurs in cannection with the perforrnance of this Contract, Consultant shall immediately nc,tify �ity's Risk Manager by telephone at (530) 225-4068. No later than three {3) calen�iar days after the event, C�nsultant sha11 submit a written report to City,s Risk Manager cantaining the following infc�rmation,as applicable: 1}narne and a�idress�af injured or deceased persan(s); ��name and address of witnesses; 3)name and address of Cons�zltant'� insurance cornpany; and 4) a detailed descriptian of the damage and whether any City property was invt�lved. SECTI4N b. INDEMlYIFICATI(JN A1VD HQLD►HA LESS A. Cansistent with Califomia �ivil Cc�de §2�82.8, ujhen the services tc� b� prc�vided under this Contract are desig;n professional services to be performed by a design prt�f�ssiQnal, as that term is defined under �ection 2`�$2.8, Consultant shall, ta the fullest extent permitted by law, indemnify prt�tect, defend and hold harmless, City, its elected officials,officers,employees, and agents,and each and every one ofthem, from and against all actic�ns, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attr�rney ox Iegal counsel retained by City, expert fees, litigation costs; and investigation costs}of everY tYPe and description to which any or al1 gf them may be subjected by reason of, or resulting frc�m, directly �r indirectly, the t�egligence, recklessness, or willful misconduct of Consultant, its officers, employees or agents in the performance ofprofessional serv�ces�under this Contract,exce�t when liability arises due to the st�le negligence, active negligence ar misct�nduct�f the City. B. Other than in the performance c�f professi�nal services by a design professional, whi�h is addressed solely by subdivisic�n(A) of this Sectian, and tc�the fullest extent permitted by law,Consultant shall indemnify protect,clefend and hold harmless,City, its�lected officials,offcers,employees,and agents,a�d each and every Qr�e ofthem, fram and against all actions, dasnages, casts, liability, claims, losses, penalties and expenses (including, but not limited to, reasc�nable attorney's fees of the City .Attt�mey or leg�.l counsel retained by City, expert f�es, litigatian costs, and investigation costs)of�very type and description to which any or�:lt of th�m may be �Cansulting�and�.Frofesswnai.Services�Goncract .,paa�� p. � subjected by reason of the performance of the services required under this Contraet by Consultant its officers, employees or ag�nts in the performance af professianal services under this Contract, except when lxability arises d�e to the sole negligence, active negligence or mi�conduct of t�ie City. C. The Consultant's c�bligatian ta defend, ind�rnnify and hold harmless sh�ll nat be ex�used because of the Consultant's inability to er�aluate lxability. The Consultant shall respond within thirty (30) calendar days to the tender of an� clairn far d�fense and indemnity by the City, uniess this time has been extended in writing by the City. Ifthe Consultant£ails to accept ar reject a tender�f defense and indemnity in writing delivered to City �vithin thirty {30) calendar days, in addition to any vther remedy authorized by la.w, the City may withhold such funds the �ity reason�.bly c�nsiders necessary far its defense and indemnity until dispo�ition has been made of the cl�im or until the Cc�nsultant acc�pts or rejects the tender of defense in writing delivered to the City,whichever occurs first. This subdivisir�n shall not be cc�nstrued to excuse the prompt and continued performance of the duties required of C�nsultant herein. D. The obligatic�n ta indemnify, protect, def�nd, and hoid harmless set forth in this Secti�n applies to all claims and liability'regardless of whether any insu�ance policies are applicable. The policy limits of said insurance pc�licies do not act as a Iimitation upon the amount of indemnification to be prc�vided by Cc�ntractor. E: City shall have the right to appr�v� c�t° disapprove the legal cc�unsel 'retainecl by Consultant pursuant to this Sectic�n to represent City"s interests, City shall be reimbursed for alI costs and attomey's fees ineurred by City in enforcing the c�bligations set forth in this Secti�n. S�CTIUN 7. Il�I�SC'ELLAIVECIUS TE S AND C�l"��7►I'�'IC)N� A. This Contract sh�.11 be deemed to have been entered intc� in Redding, California. All questions regarding the valid.ity, intezpretation ar perforrn�nce af any �f its terms vr af any rights ar oblig�tic�ns of the parties ta this Contract sha11 be govemed by California law. Tf any claim, at law or otherwise, is made by either party to this Contract, the prevailing party shall be entitled to its costs and reast�nable attomeys' fees. B. This document, including 'all exhibits, cc�ntains the entire agreement between the parties and supersedes tivhatever oral or written understanding each may have had pri�r ta'the execution c�f this C�ntract. This�ontract shall nc�t be altered,amended or m�dified,except by a writing signed b� �ity and Cc,nsultat�t:2ti10 verbal agreement or cc�nversation with any �fficiai, officer, ag�nt or employe� of City, either before, during or after the exe�cutic�n o�'this Contract, shall affect c�r mcadify�ny�fthe terrns or canditions cc�ntained in this CQntract, nor shall any such verbal agreement or canversation entitle Consultant tc� any ad�iti�anal payment whatsoever under the tertns�f this Cantraet. C. No covenant or �ondition ta be perf�rmed by Consultiant under this Contract can be waived except by the written consent of City, F�►rbearance or indulgence by City in any regard whatsbever shall not constitute a waiver of the cc�venant c�r conditiar� in question. Unti1 perfornlance by �onsultant of said cc►venant or condition is carnplete, Consultmg and Pcofesswnal.Services Contract �� �c'�,g� 7� �� � City sha11 be entitled to invake any remedy available to City under this Contract or by law or in equity despite said forbearance or indulgence. D. If any partiQn ofthis Contraet c�r the app�ication thereofto any persc�n ar circumstance shall be invalid or unenforceable ta any extent, the remainder of this Ccrntract shail not be affected�hereby and shall be enforced tc�the greatest extent permitted by law, E. The headings in this Contract are inserted it�r convenience anly and shall not constitute a part hereof. A waiver c�f any party af any provision c�r a breach of this C�ntract must be pravi�led in writing, and shall nQt be construed as a waiver of any other provisian or any succeeding breach of the same or any other provisions herein. F. Each Party hereto declare� and represents that in entering into this Contract, it has relied and is relying salely upc�n its own judgment, belief and knowiedge af the nature; extent, effect and consequence relating thereto. Each ]Party �urther declares and represents that thls Ccrntract is made withc�ut reliance upon any statement ar representation nvt contained herein c�f any other Par�ty or any representative,agent or attc�rney c�f the �ather Party. The Parties agree that t]hey are a�vare t�iat they have the right ta be advised by cc�unsel with respect to the negotiatit�ns, terms, ancl conditions af this Cantract and that the decision of whether or not tc� seek the advice of counsel with respect to this Contract is a decision which is t�t� sc�le responsibility of each of the Parties. Accordingly, no party shall be deerned to have been the drafter here�f, and the principle c�f law set ftrrth in Civil Code §1654 that cc�ntr�,cts are construed against the drafter shall not�pply. C'i. Each of the Parties hereto hereby irrevocabiy waives any and all right to trial by jury in any action, proceeding, clairn c�r counterclaim, whether in cantract c�r tart, at law or in equity, arising aut c�f or in�ny way related tc�this Agre�rnent ar the transactions contemplated hereb�. Each Party further waives any right ta cons�iidate any action in which a jury trial has been waived tivith any c�ther actic�n in�vhich a jury trial cannot be or has not been waived. H. In the event of a conflict between the term and conditions of the body ofthis Cantract' and those af any exhibit or attachment hereto, the terrns and canditians set forth in the body af thrs Cantract sha11 prevail. In the event of a conflict betw�er� the terrns and conditians c�f any twc� or rnore exhibits c�r attachments heretc�,thase prepared lay +�ity shall pre�ail ov�r th�se prepared by Ce�nsultant. I. Pursua.nt tc� the City's busin�ss license c�rdinance; Consultant shall abtain a City business Iicense prior tc� commencing work. J. Consultant represents and warrants ta City that it has ali licenses, permits, qualificatians and approvals �f any nature whatsoever that are legally required for Consultant tc� practice its professic�n. Consultant represents and warrants to City that Consultant shall, at its sole cc�st and expense, keep in effect or obtain; at all times during the term af this Contract any lic�nses, permits and approvals that are legally required for Consultant to practice its professi�n. K. Consultant shali, during the entire term c�f this Contract, be canstrued to be an ind�pendent cantractor and nothing in this Contract is intended, nc�r shall it be co�strued, tc� create an employer/employee relationship, assaciatian, joint venture ��Gonsultingand�Pmfegs�onalServicesContiact� .��,�(; .1� � � � � relationship,trust or partnership c�r to allow City to exercise discretion or control c�ver the professional manner in which Consultant perfarms under th.is Con�ract. Any and all taxes imprrsed on Cc�nsultant's income, imposed or assessed by reasan of t�iis Cantract t�r its performance, including but not limited tcr sales ar use taxes, shall be paid by Consultant.Consultant shall be respc�nsible far any taxes or penalties assessed by reason af any clairns that Consultant is an em}�loyee af City. Consultant sha11 not be eligible fc�r coverage under City's workers' compensatit�n insurance plan, benefits under the Public Employee Retirement System or be eligible ft�r any other City benefit. L. N�provision of`this Contract is intenc3ecl tc�,or shall be for the benefit af,or cc�nstrued ta create rights in, or grant remedies tc�, any person or entity not a party hereto. M. Nc� perrtion c�f the work or services tc� be performed under this Contract shall be assigned, transferred, conveyed or subcontracted withaut the priar written approval af City. Cr�nsultant may use the services of independent cantractors and subcontractors to perfornn a pt�rtian of its obligatic►ns under this Contract w'rth th� prior written apprt�val af City. Independent contractors and subcvntractors shall be prc�vided with a ct�py c�f this Contract and C�rnsultant shall have � affirmative duty tt� assure that said independent contract�rs ancl subcontractors�omply with the same and agree to be bound by rts terms. Ct�nsultant shall be the res�onsible party with respect tc� all actions of its �ndependent contractors and subcontractors, and shall �btain such insur�nce and indemnity pravisions from its contractors and subcor�tractors as City's R.isic Manager shall determine ta be necessary. N. Consultant shall p�rform a11 services required pursuas�t tc�this Cantract in�he manner and a�ccrrding ta the standaxds c�bserved by a camp�tent�ractitioner of Ct�nsultant's professic�n. A11 prc�ducts of whatsoever nature which Cansultant delivers to City pursuant to this Cc�ntract sha.11 be prepared in a professic+nal manner and confc�rm to the standards of quality normally �bserved by;a persc�n �ractici.ng the pr�fession of Consultant and its agents, employee� and subcontractars assigned tc� perform the servic�es contemplated b� this Contra�t. SECTIOl'�8. �URVI�AL The provisians set fc�rth in Se�tions 4, 5, 6, 7.A, 7,D, 7.G, 7.L, l�, 1$, 19, and ZO r�f this Contract shall survive termination c�f the Contract. SECTI+QN 9. COMPLIANCE WIT�I LAWS -N�I�TDISCRIMIPIATION A. Consultant shall cc�mply with a.11 applicable laws, ordinances, re�ulatio�s and codes offederal,state and local go�ernments. Consultant shatl include theprovisions of this section in all subcc�ntracts to perform work under the contract. B: Consultant's signatuxe affixed herein,and dated, shall cc�nstitute a certification under penalty Qf perjury under the laws af the State of California that Consultant has,unless exernpt,cc�mplzed with,the nt�ndiscriminatic�n pragram requirernents of Government Cc�de Sectic�n 12990 and Title 2, Califomia Administrativ� Code, �Section 8103. C. During the perfc�rmance of this Contract, Cc�nsultant arzd its �ubcansultants shall nc�t unlawfully diseriminate, harass, ar allc�w harassrnent against any employ�e or Consultingand��P�oFessional5erv�ccsConttacr r1g{. t:L ��� � � applicant for employment because of sex, race, c�alor, ancestry, religious creed, natianal origin, physical disability {including HIV and AII}S), mental disability, medical cc�ndition (e.g., cancer), age (over 40), marital status, and denial flf family care leave. Consultant and subconsultants �hall insure that the evaluatic�n and treatment of their employees and applicants for emplayment are free from such discrimination and harassment. �onsultant and subcansultants shai� comp�y with the provi�inns ofthe Fair Employmen#and Housing Act(Gov.Cade�12990{a-f�et seq.} and the applicable regulations promulgated thereunder (California Code of FLegulations, Title 2, Sectic�n 7285 et seq.}_ The applicable regulations af the Fair Ernployment and Hausing Cc�mmissian implementing Crovernment Code Section I2990 {a-�,set fc�rth in Chapt�r S of Division 4 of Tit1e 2 of the Califomia Code of Regulations; are ir�corpc�rated into this Contraet by reference and made a part hereaf as if set forth in full. Cansu�tant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they haue a collective bargaining or other Agreeznent: D. The Consultant shall camply with regulatians relative to Title�I(nondiscrimination in federally-assisted programs �af the Department of Transportatian - Title 49 Cade of F'ederal Regulations, Part 21 - Effectuatian of Title VI of the 1964 Civil Rights Act and Appendix E of the Tit1e VI Assurances US DOT Order 1050.2A(attached})_ Title VI pr�vides that the recipients af federal assistance will implement and ma'rntain a policy of nondiscrimination in which nfl persan in the state c�f California shail, an the basis ofrace,color,natiot�al origin,religion,sex,age,disability,be excluded frorn participati�n in,d�nied the bene�ts of or subject to discrimination under any pragram ar activity by the recipients of federal assistance or their assignees and successors in interest. E. The Consultant, with regard tc�the work perfarmed by it during the Agreement shall act in accord�nce with Title VL Specifically,the Consultant shall nc�t diseriminate on the�asis c�f race,calor,natianal origin,,religic�n,sex,age,ar disability in the selecti�n and ret�ntion of Subconsultants, including pracurement of materials and reases of equipment. The Consultant shall not participate either directly ar indirectly in the discrimination prohibited by Section 21.5 of th� U.S. I:��C}T`'s Regulatians, including employment practice� when the Agreement covers a program whose goal is employment. F. The Contractor or Subcontractor shall not discriminate on the basis af race, cc�lor, national origin, ar sex in th�performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 2b in fhe award and administration of LTnxted States I)epartment of Transportation-assisted contracts. Failure by the contractor to carry csut these requirements is a material breach of this contact, which may r�sult in the termination ofthis contract c�r such ot�er rem�dy,a recipien:t deems appropriate. S��'�'IOTd 10. �' SEI�tT,�TY�ES A. City's representativ� for this Contract is Zach Bonnin, email �bc� ' ����c��`r���iz� ,�a�°,�, telephane number {530) 225-4049. All of Cc�nsultant's questions p�rtaining to this Contract shall be referred ta the abave-named person, or to the representative"s designee. �ConsWtingand::Professional.�.Services�Contract � �$�� IZ � �. Consultant's representative for this Contract is Cameron Nye, PE, email �r� e �v- �r�sa��m- , telephoz�e number (530) 638=5�10. All of City's questic�ns pertaining to �his Contract shall be referred to the above-named persan. C. The representatives set forth herein shall have authority ta give all natices required herein. �E�TIC9� 11: N�}TICE� A. AII notices,requests, demands and c�ther communications hereunder shall be de�med given only if in writing signed by an authorized r�presentative of the sender�rr�ay be other than the representatives referred to in Section 10) and delivered by facsimile, with a hard copy mailed first class, postage prepaid; or when sent by � �ourier or an expr�ss service guaranteeing overnight delivery t� the receiving party, addressed ta the respective parties as follows� Tr� ��tyz Tc� C�ns�lt��t, Zach Bonr�in Cameran Nye,PE 77� Cypress Ave� Transportatian Engineer Redding, CA 96001 490 Mendocino Avenue 2�1 E. zbonnin@cityofredding.org Santa Rosa, CA 954�1 P: 530-6�8-5610 E: cnye@w-trans.com B. Either party may change its address for th� purpo�es of this paragraph by giving written natice of such change to the c�ther party in the manner�rcrvided in this Section. �. N�tice sha11 be deemed e�fective upan: 1)personal service;2)tw�a calen�ar days after mailing or transmi5sian by facsimile, whichever is earlier. �E�'TI�1N 12. A.�1T C} T'�.'7C'C� ��IrNT �C'g' A. Each c�f �he undersigned signataries hereby represenrs and warr�nts that they are authc�rized tc�ex�cute this Contract on behalf ofthe respective parties to this Contract; that they havc; full right, pawer and lawful authority to undertake aIl oblig�tions as �ravided in this Cc�ntract; and that the execution, perforrr�ance and delivery of this Contract by said signatories has been fully authorized by al�requisite actic�ns on the �rart af'the respective partzes ta this Contract, B. LVhen the Mayor is signatory ta this Contract, the City Manager' and/or the Department I�irector having direct res�ansibility far managing the services provided herein shall have authority tc� execute any amendment to this Contraet which does nc�t increase the amount af campensation allowable to Cansultant or othertivise substantially change the sc�pe c�f the services pro�vided herein. S�CTI�}1'� 3�3. Dr�SAIiVAl�1TA�ED BiJ�SII'�E�S EIl�T� SES PARTIC'IPATION A. This Cc�ntract is subject tc�49 CFR, Part 26 entitled"Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance .Consultingand:PraFessionaf�ServicesGontract � � r;�,��' ��� � Programs". Consultant shall be guided by, and cc�mply with, Exhibit 10-01 and E�ibit 1C1-02 of the Local Assistance Prgcedures Manual ("LAPM"}, attached and incorpcsrated hereirt. B. Consultant must gi�e consideratic�n to I)BE firms �s specified in 23 CFR. 172.5{b), 49 CFR, Part 2b. If the contract has a I�BE gaal, Cansultant must meet the goal by using I)BE'�as subcr�nsultants �r document a gc�od faith effcrrt ta have met the goa1. If a DBE subcansultant is unable ta perform; Cansultant rnust make a good faith effort to repta:ce himElh�r with another I�BE subconsultant ifthe gaal is not otherwise met. �. A I.�BE rnay be terminat�d only with written approval af�ity and only for the reasc�ns specified in 49 CFR 26.53(f}. Prior to requesting City's consent for the praposed terminatic�n, Consultant must meet the proc�dural requirements specified in 29 CFR 26.53(#}. D. Consultant shall maintain records of materials purchased or supplied from all subcontracts entered inta with certified DBE's, Th�recards shall show the name and business address of each I�BE or vendor and the tatal dollar amount aetually paid each DBE �r vendor, regardless Qf tier: The records shall show the date of payment and the total doilar figure paid to all firms. DBE prime consultants shall also shaw the date of wnrk perforrned by their own forces alang with the cc�rrespontiing dollar vaiue af the wc�rk: E: L1pc�r�cc�mpletifln of the Contract, a summary of these records shali be prepared and submitted on the form entitled, "Final R�port-Utiliz�:tic�n c�f l�isad�vanta:ged Business Enterprise (DBE), First-Tier Subec�nsultants," CEM-24Q2F (E�chibit 17�F, Chapter 17, of the LAPM), certified correct by Cansultant or Cansultant's authorized representative and shall be fumished to City's Contract Adrninistratt�r with the final invoice. Failure to pravide the summ�ry o�I�BE payments with the final invoice will result in 25 percent c,f the dallar value of the invoice being withheld fram payment until the farrn is submitted. The amaunt vvill be r�turned tQ the Cansultant when a satisfactory"Final Report-UtilizatiQn e�f L)isadvantaged 8usiness Enterprises(]�BE), �'irst-Tier Subcansultants"is submitted ta City's Contract Administrator. F. If a DBE subcansultant is decertified during the life af this Cantract, the decertified �ubcansultant shall natify Consultant in writing �vith the date caf decertificatian. If a subcansultant becomes a certi�ett DBE during the life of the �antract, the subconsultant shall nQtify Consultant in v�rriting with the date of certi�cation. Any changes should be reported to the Agency's Contract Administrator within 30 days, G. Any �ubcontract entered into as a result of this Contract sh�.11 contain all �f the provisions of this Secti�n; SECTIQN 14. CUl'�FLI�TS (lF INTEREST 1 UltitLA�F[TL CC?NSIDERATIt�N: A. Consultant, including its emplc�yees, ag�r�ts, and subconsultants, shall nat maintain or acquire any direct or indirect interest that'canflicts with the perft�rmance of this Cantra�t. Consultant shall camply with all requiretnents af the Political Reform Aet (Government Code §8100 et seq:} and other Iaws relatirig to conflicts of interest, in�luding the foltowing: 1} Cansultant shall nat rnake or participate in a decision; Consultingand�Profcssianal�:5ervieesGanrraot � � �� .r$�j� ].�4 �� � made by City if it zs reasanat�ly foreseeable that the decision may have a material effect an Consultant's economic interest, and 2) if required by the City Attamey, Cc�nsultant shall file financial disclosure forms with the City C1erk. B. Cansultant warrants, by executic�n af this cc�ntract that no pers4n or selling agency has been employed, or retained, tfl sc�Iictt ur secur� this contract upan an agreement or understanding, for a commission, percentage, brokerage; c�r cantingent fee, excepting bona fide em�loyees, or bona fide established commercial or selling agencies maintained by Cansultant far the purpase of securing business< For breach or violatic�n ofthis warranty, City has the right: �)tc�terminate thi� Cantract without liability; 2} pay onl� for the value of the wc�rk actually perfc�rmed; and 3) to deduct from the contra�t price or c�nsideration,or c�therwise recover the full arnount of su�h commissit�n, percentage, brc�kerage, r�r contingent fee. C. C�nsultant shall disclase any financial,business, or other relationship with City that may have an impact upon the outcame of this Cc�ntract, or any ensuing �ity c�nstruction project. Cc�nsultant shall also list current cliertts who may have a financi�I interest in the outc�me of this ct�ntract, ar any ensuing City canstructi�n project, vsrhich will follow. I). Cons�Itant hereby certifies`that it does not naw have,nor shall it acquire any�nanGi�l or business interest that wt�uld conflict wxth the performance of services und�r this Cantract. E'. Any su�icantract in excess of$25,OOt? entered intt� as a result of this contract,shall contain all of the pravisic�ns c�f this Section A through E. F: ConsuItant hereby certifies that neither Consultant, nor any firm �ffiliated with Cc+nsultant will bid on ar�y constructian contract, ar on any contract ta provide construction in5pection for any constrt�ctic�n project resulting fram this cc�ntract. An affiiiated. firm is ane, which is subject to the control of the same persans thraugh jaint-c�wnership, or�therwise: G. Exc�pt for subconsultartts whose services are limited tt� pra�viding surveying or materials testing information, na subconsultant whc� has pr�v'rded design services in ct�nrtection with this contract shall be eligible ta bid on any construction contract, or on any c�ntraet to pravide construction inspection for any constru�tian project resulting from this contract: H. Consultant warrants that this contract was nc�t obtained or secured through rebates kickbacks or other unlawful consideratic�n, either promised or paid t� any City employee. For brea�h or vi�latit�n t�f this warranty,City shall ha�e the right in ifs sc�le discretiQn: 1} to terminate the contract withc�ut liability; 2}to pay only for the value af the work actually performed, 3) ta d�duct from the contract priee, �r 4} to otherwise rec�ver the fuSl amc�unt c�f such rebate, kickback �r crther unlawful consideration. SE+CTIQN 15. RETENTIQIV OF REtCCI S/Ai1DIT A, For the purpose of determining complianc� with Publie Contract �ode §10115, et seq. and Title 21, Califomia Code t�f Regulations, Ch�pter 21, Section 2500 et sec�., ��Consu(i�n�and.Prat'ess�anai:5ervices Conttact... .. . ... ... :�$�Q,, .1.$.. . . . . ... . .. .. when applicable and other matters connected with the perfc�rmance of the cantract pursuant to Gavernment Cade §8546.7; Cansultant, subconsult�r�ts, and City shall maintain and make availabie far inspection al1 bQ�ks,docum�nts,papers;accounting record:s, and ather evidence pertaining to the perfc�rmance of the contract, including but not limited to, the cost�af administeri�g the contract. AlI parties shall malce such materials available at their respective c�ffices at all reascrnable times during the con�raet peri�d and far three years fr4m the da�e of final payment under the cQntra�t; The state, State Auditor, City, FHWA, or any duly authrarized represen�ative of'the Federal Governmer�t sh�.il have access tc� any bc�oks, records, and do�uments t�f Ct�nsultant and it� certified public accountants (C�'A) work papers that are pertin�nt to the contract and indirect cost rates (ICR} for audit, exatninatic�ns, excerpts, and transacti�ns, and c�pies thereof shali be furnished if requested. Subcontraets in exces� c�f$25;000 shall contain this prouision. B, Any dispute concerning a question of fact arising under an znterim or post audit of this Contr�.ct that i5 not disposed of by agreement, shall be review�d by City's I�irector of Finance or her designee.Not later than thirty (3�} days after issuance af the final audit report, Consultant rnay request a review by City's Directar of Finance ar her designee c�f unresolved audit issues. A11 requests for review shall be submitted in writirzg. C. I�Ieither the pendency of a dispute nor its consideration by City wili excuse Cflnsultant from full and timely performance� in acc�rdat�ce witl�the terms of this cc�ntr�ct. D. In cases where t�e maximum compensatic�n under this �antract exceeds $150,�t10, Cansultant and subcansultant contracts; including cast proposals and indirect ct�st rates (ICR), are subject tc� audits or reviews such as, but not limited t�, a Contract Audit, an Incurred Cost Audit, an ICR Audit, or a certifiec�public accountant(CPA) ICR Audit VVarkpaper Review. If selected for audit or review, the contraet, cost prapasal and ICR and related wc�rkpapers, if applicable, will be reviewed to verify �ompliance with 48 CFR, Part 31 and other related la�vs and regulations. In the instanee of a CPA IC12 Audit Workpaper Review, it is Consultant's respc�nsit�ility tc� ensure federal, state, or Iocal g;overnment c�fficials are ailowed full access to the CPA's workpapers including making capies as necessary. The cc�ntract, cost proposal, and ICR shall be adjusted by Cansultant and appt�aved by City's Cantract Administrator tc�canform to the a:udit ar review recammendatit�ns. Cansultant agrees that individual terms of costs identi��d in the audit repart shall be incorporated into the cc�ntract by this reference if diz�ect�d by City at its sole discretion. Refitsa� by Consultant to incc�rporate audit or review recommendations, or to ensure that the federal, st�.te, c�r local gavernments have access to CPA w�rkpapers, will be considered a breach af Contract terms and cause for terminatic�n of the contract and disallovvance of prior reimbursed�osts. S�CTIt3I�i 16: �ISPUTES A. Any dispute, other than audit, concerning a question c�f fact arising under this Contract that is not disposed of by agreement shall be submitted in writing and decided by City's Director of Public Wc�rks, who may c4nsider written ar verbal information submitted by �onsultant. �onsuiringand�Frofessional�Serv�cesContract �� .r3g(', ..1�V�. B. Rteither the pendency of a dispute, nar its consideration pursuant tc� thzs Section will excuse Consultant from full and timely performance in accordance with the terms�f this Cc�ntract. SECTit7►1dt 17. S�FETI' A. Consultant shall comply with O�HA regulations applicable to Cr�nsultant regarding necessary safety equipment ar procedures. �onsultant shall cornply 'with safety instructions issued by City. Consultant's personnel shall wear hard hats and safety vests at all times while warking on a construction project site. �3. Pursuant ta the authority contained in Se�tion 591 of the Vehicle �ade; and when applicable,C�nsultant shall comply with all afthe requir�ments set forth in Divisions 1l, 12, 13, 14, and 15 of the Vehicie Code; Cansultant �hail take all reasonably necessary precautions for �afe operation of its vehicles and th� prr�tection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as � re��lt af this contr�.ct, shall eontain all af the prQvisians af this Article. s��Tra►�v �s. o ��zsxrP o�D�TA A. Upan cam�letic�n af all work �nder this C�ntract or terminatian of this Contract; c�wnership and title tc� all reports; documents, plans, specifications, and estimates pzc�duce as part af this Contract wiil autamatically be v�sted in City, and�o further agreement will be necessary to transfer ownership to City. Consultar�t shall furnish City�ll necessary copies of data needed ta cc�mplete the review and apprc�val pr�cess. � . . . : . . , , � C. Consuitant is not 7iable far claims, Iiabilities; Qr lo�ses arising out csf, ar cor�nected with the modi�'ication, or misuse by �ity af the machine-re�dable infc�rrnatit�n and data provided by Consultant under this contract. Further, Consultant is not liabl� fcrr claims, liabilities, ar losses arising o�zt of, or connected with any use by City of the prc�ject documentati�n on other projects for additic�ns to this project, or fc�r the eompl�tian of this praject by others, except o�ly suc� use as may b� authorized in writing by Cc�nsultant, D, Except as noted above, City may perinit Consultant to copyright reports or other contract-related product. If cc►pyrights are permitted, th� City and the FHWA shall hav� a royalty-free n€�n�xelusive and irrevocable right to repraduc�, puE�lish, vr c�therwise use the work and to authorize others ta use the work for government purposes: E. Any subcc�ntract in excess of$25,000 entered into as a result of this �Contract sha11 contain all af the pravisions of this Section. �Gansultin��and:Profess�onal Services Contract � .��,g� l.� � � � SECTION 19. CLAIMS FILED BY CITY'S CONSTRUCTIUl�t CONTRACTOR A. If claims are filed by City's construction contractor relating to work perfarrned by Consultant's persannel, and additionai information �r assistance from Cc�nsultant's personnel is required in order to evaluate or defend against sueh claims, �ctnsultant agrees to make its persc�nnel availa�le for consultation with City's constructic�n cantract administration and legal staff and far testirnony, if necessary, at depositinns and at trial or arbitratiaz�proceedings. B. Cc�nsuttant's personnel that City ct�nsiders essential to assist in defending against construction conttactor clairns wi11 be made availabl�on reasonable notice fram City. Consultation t�r testimony will be reimbursed at the same rates,including tra�el cc�sts that are being paid for Cansultant's personnel se�vices under this contract. C. Services of Cansultant's personnel in connection with City's cons�ruction contractor claims will be performed pursuant to a written contract amendment, if necessary, e�tending the termination date �f this contract in order to resc�lve the cc�nstruction claims. L}. Any subcontract in excess of$25,000 entered inta as a result of this cantracY shall c�ntain a�l af the provisic�ns of this Section. SECTIt�N 20. �C(JNFIDEIYTIAL�TY UF DATA A. AII financial, statistical, person�l,t�chnical, or ather data and information relative to Gity's operatit�ns,, which are designated confidential by City and made available to Consultant in order to carry out this Contract, shall be protected by Consultant frorn unauthorized use and dis�losure: B. Permission tc� disclose infc�rmatic�n c�n one occasic�n, or public hearing held by City' relating to the Comtract, shall nc�t authorize Ccrnsultant to further disclose such infarmation, or disseminate the sam�on any other occasion; C. Gonsultar�t shall not cc�mment publicly to the press or any other rnedia regarding the contract or Cityys actions on the sazne, except ta City's sta�f, Consultant's own personnel involued in the performance di this cflntract, at public hearings or in respernse tc� questic�ns frc�m a Legislative cc�mmittee. D. Consultant shall not issue any news rel�ase or public relations item of any natuz�e, whatsoever,regarding wark perfarmed or to be perfoz�med under this contract withc�ut prior review c��the contents thereof by City and receipt ofCity's written permission. E. Any subcantract entered into as a result of this cantract shall contain all of the provisions of this �ection. SECTIC}N 21, NATI4NAL LABOR RELAT1C1N5 IBOARD CERTIFICATIQN In accardance vvith Fublic Contract Cc�de §1029b, and by signature o� this Cr�ntract, Cc�nsultant hereby st�.tes under penalty of perjury that no rnore than one final unappealable finding of contempt c�f court by a federal caurt has been issued against Consultant within the immediately preceding twa-year peric�d,becau�e of C�nsultant's failure to comply with Consultingand.ProfessionatServices:Contracc� � r8,�je 1.�� � �� an order of a federal eourt that orders Consultant to comply with an c�rder crf the Natic�nal Labor Relati�ns Bt�ard, SECTION 22: DEBA ENT ANI) SUSPENSION C'ERTIFTCATI(�N A. Consultant's signature affixed herein, shall constitute a certificatian under penalty nf perjury under the Iaws c�f the Sta�e of Californi�., that Consultant has complied with Title 2 CFR Part 18{�, "C?MB Guidelines to Agencies on Government-wid� Debarment and Suspensic�n (nan�rt�curement}", which certifies that he/she ar any person assc�ciated therewith in the capacity trf awner, partner, directcr�, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determinaticrn c�f ineligibility by any federal agency, has not been suspended, debarred,voluntarily excluded,or determined ineligible by any federal agency within the past three (3) years� does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rertdered against it by a court of compet�nt jurisdiction in any matter involving fraud or crfficial misconduct within th�past three(3�years. Any exceptions to this certificatio� must be disclosed to City priar tc�execution�f"this �antract. B, Exceptions wili not n�cessarily result in denial of recammendation for award, but will be considered in determining Consultant res�onsibility. Disclosures must ind�cat�to whom exceptions apply, i�itiating�gency, and dates of a�tian. C. Exceptions fc� the Federal Gov�rnment Excluded Parties List System maintained by the General Services Administration are tc�be determined by the FHWA. SECTI+DN 23. PRUHEIBITI�QI� OF EXPENI7►Il�TG CITY, STATE: C1R FEDERAL FUIYDS FOR LUBBYING A. In cases where federal funding exceeds $150,000, Consultant certifies by signature on this Contract that,to the best�f his or her knowledge and belief: l. Nc� state, federal or local agencY apPropriated fiinds have been paid, or will be paid by-�r-�n behalf of Consultant to any person for influencing or attempting tcr influence an officer or emplayee of any state or f�dera]agency, a Member of the 5tate Legislature or United States Congress; an officer ar employee c�f the Legislature or Congress; or any emplc�yee of a Member c�f the Legislature c�r Cc�ngress, in connectit�n with the awarding o�any state c,r federal cc�ntract; the making of any st�te or federal grant; the making of any state or federal ]oan; the entering into t�f any caoperative �greement, an� the extension„cc�ntinuatic�n, renewal, amendment, c�r madificatic�n of any state or federal contraet, grant, Ioan, or coaperati�re agreement. 2e rf any funds other than federal apprc�priated funds have been paid, or will be paid to any person for influencing or attempting ta influence an officer or employee of any fe�eral agency; a M�mber of Cc�ngress; an afficer or ernplr�yee of Cangress, or an employee of a Member af Congress; in connectzon with this fed�ral contract, grant, loan, c�r coc�p�rative agreement; Gonsultant shall camplete and submit Standard Form-LLL,"Disclosure Forrn to Rept�rt Lt�bbying", in accc�rdance with its instructions. Consultvng and Prqfesstonal.Services Gan[ract� � p�gP 1.7 B. This certification is a materiai representatic�n af fact upon which reliance was placed when this transaction was made or enter�d into, Submission of this certification is a prerequisite for making or entering into this transaction imposed by Sectian 1352, Title 31, US. Code. Any person who fails to file the required certification shall iae subject to a civil penal�y of not less than $�0,000 and notmore than $100,000 for each such failure. C. Co�sultant also agrees by signing this docum�nt that he or she shall require that the language of this certificatic�n be included in all low�r-tier subcontracts,which exceed $IOtl,0d0, and that all such sub recipients shali certify and disciose accordir�gly; �E�T�t�N 24. ST'ATE P YAILIN� �AGE TES A. Consultant shall cvmply with the State of Califomia's General Prevailing Wage Rate requirements in accordance with California Labor Code, Sectian 1770, and all Federal, State, and local laws antl ordinances applicable to the work. B. Any subcontract entered into as a result of this contract if for more than $25,000 for public works constructian or mare than$15,0�0 for the alteration,demolition,repair; or maintenanc�af public works,shall eontain ail af the provisions of this Sectian. C. V�hen prevailing wages apply 'tt� the services described in the scape of work, transpc�rtation and subsistence costs shall be reimbursed at the rnir�imum rates set by the Department of Industrial Relations(DIR)as outlined in the applicable Prevailing Wage Deterrnination. See�i��,// ��di�4��.e a��, Consulcing�andProfessionalServices�Gontract �� �$�� .Z1/ � IN WITNESS WHE �F,City and Consultant have executed this C�ntract an the days and year set farth below: L.1T��1' �il�}1�Vy A Municipal Corporat�on D�tedi ,2{125 By: �TACK MUNNS, Mayar ATT�ST: �PIPRU�ED AS TC} Ft}RM: CHRISTIAN M. ClURTIS �ity Attarney SHARLENE TIPTQ►1'd, City Clerk By: CHRI�TIAN M.CURTIS,City Attorney CC}NSULTAI'YT Dated: Aprii 28,2025 ''' �y: Dalene.�. lack,Vice-President Tax ID Na.: 77U390893 Attachrner�ts: Exhibit A (Scope �f Work} Exhibit B (Co�t Fraposal) Exhibit l�-{�l (DBE Commitment} Exhibit 10-C�2 (DBE Commitment) Appendix E ofthe Titl�VI Assurances Gonsulting and Profess�onat Services�Contract ���� .2 i � � � Exhibit A CIT� OF REDI)ING �CtJNSULT�NG ANl) PRCtFESSICINAL SE�VICES CC}l'�T �T Scope af Services for Whitlock& Weinberger Transportatian,Inc. (dba W-Trans) for the Update ta the Local Roa�l and Safetv Plan F`roject Det�ilecl Wnrk Plttrt—(f�om prnpvsal) Ttrsk 1 —Prr�ject Mr�nagement��crl C'ovrdxnativn 1.1 Kickoff Meeting.The W-Trans team will attend a virtual kick-off ineeting with City staff ta review the project goals and schedule,discuss known safery issues,and establish cora�munication protocals.The fQi:mat and content t�f the existing LRSP will be discussed as well as any desired modificati�ans interrns ofc�rganization, strncture,and content. Agendas will be delivered prior to meetings and notes delivered follc�wing meetings. 1.2 Progress Meetings.The Project Manager will meet virtually witih City staff monthly to discuss the project,manitc�r prajeet progress,prepare for upeomingtasks,debrief an completed tasks,and perfc�rm any required probiern-solving to ensure the Plan development remains pn schedule and within budget. 1.3 Project Management.The Project Manager wili provide aversight of day-to-day work to ensure compliance with the project's scope af work; budget, and schedule: 1.4 Quaiity Cantrol.AlI praducts wil!underg�a quality control review by a Senior Principal wha was not involved in the preparation of the prrsduct to ensure that W-Trans' high standard for quality is meti. 1.5 Invoicing.W-Trans will submit manthly invoices tihresugha�it the life ofthe project carefully reviewed and approved by bath the I'roject Manager and Principal-in-Charge. I7escriptions will be prc�vided detai]ing the work cc�rnpleted during each invaice peric�d. Deliverables: • Final Schedule(PDF} • Meeting A;endas and Minutes{PDF} i Manthly Invoices{PDF'} Task�—�takehvlder ancl Public Engagement 2.1 Stakeholder I)evelopanent and Meetings.In cooperation with City staff,W-Trans wi11 develop a list af pc�tential stakehc�lders,including but not limited to elected a�cials, Schaol Distirict staff,business association representatives, law enforcement,ernergency respc�nders, Shasta Caunty Health and I=�uman Services, SRTA, Caunty,and Caltrans representatives,and ather City staff. Two{2)Project Stakeholder me�tings will be held virtually to discuss their input on safety issues: The�rst meeting would be heid sarly in the prc�ject to abtain input an existing issues and the purpose of the sec�nd meeting would be to discuss the draft safety strategies: C:\Users\M�COLLLTM1AppData\T,ocal�Micrasoft\Windows\INetCache\Content.Outlook\FFtIQ6BNE\CPS �Exhibit AB.W-Tr�ns LRSl':dac 2.2 Community Engagement, W-Trans believes public invalvernent to be a critical step in understanding the safety concems in a community.Callision data does not always tell the whc�ie story when it cames to safety and input from citizens can be a valuable to�l. W-Trans proposes ta canduct two in-persan cainmuility warkshop events at a public location to be selected with input from staff. The first work5hop wtruld p�'esent the collision history tt�the community and seek input on any safety issues that dan't necessarily reveal themselves through collisiuns alone, sucli as locations that experience high rates of"near-collisians"or locatic�ns th�t residents avoid altogether because they feel ur�safe. This input will be helpful in more fully understanding the existing safety issu�s ir�Redding;The focus of the second workshap would be to pre�ent the recc�mmended cc�untermeasures and safety impravement strategies.Additionaliy,W-Trans und�rstands that meeting in-person is not the mast canvenient option for same residents so we propose to use the Sociar Finpaint software ta canduct an online public engagement campaign: �ocial Pinpoint is a leading digital engagement tool that enables gcrvernment agencies and cansilltants tc�drive successful project outcam�s by�ngaging and collecting input fram citizens via online mapping. The social pinpaint campaign would be advertis�d as the workshop events as wel[as through the City's website and social media channels. 2.3 Engagement Documentatran. The stal�eh€�lder and public<engagement activities will be surninarized in detail in the CSAP rept�rt alc�ng with the cornr�unity input received; The input will be sumrnarized in tables and maps, as appropriate, and key findings highlighted. Deliverables: * Meeting Agendas and Minutes {PDF} • Stakeholder Roster(PDFlExcel} • Warksl�op Plans for Engagement Events (PI)F} • Draft ancl Final Social Pinpoint Materials Tasl�3—Collisi�tr�Dr�ta�nr��naCysis 3.1 Background Research. The W-Trans team will review documer�ts applicable to the City's transportation netwark: These documents will include; but are not lirnited ta, the City's General Plan, the Development Impact Fee I�rogram Repart, the SRTA Regional Transportaticsn Flan; Transportatian Impact 5tudies, and otl�er relevant local and regianal policies and guidelines. The W-Tr�ns team has reviewed the existing LRSP in detail for the preparation of this proposal and is well aware that speeding and dt•iving under tl�e influence are key issues for th�City. 3.2 Compilation of Reccrrds and Lcrgs.The W-Trans team will compile a list of crash reports, maintenance logs,traffic vialations,etc.using data provided by the Ciry. Other sources which will be reviewed for comparison include SWIT1tS az�d TIMS:Data wi11 include collisions invalving vehicles,bicycles, and pedestrians. At a minimum,the m�st recent set of five-year coliisi�n data will be used for vehicles with ten years of data used far pedestrian and bicycle collisions: The existing LIZSP analyzed co�lisions between 2015 and 2019, It is assumed that this updated effi�rt will analyze callisions between 2019 and 2023.These records will be presented in a format consistent with information presented in Section 2 of the Lacal Roadvvay Safety Manual (LRSM). C:\Users�lVIGGC?LLUM�AppI7ata\Local\Microsaft\Windows\INetCache\Content.(}utlaok\FRIQ6BNE\CPS C Exhibit AB.W-Trans LRSP:doc 3.3 Analyze Collis�on Data and Provide 11�Iaps. W-Trans will analyze collected data and ccsmmunity and stakeholder input and pravide maps,tables,andlor otiher information to City staff. Cr�S mapping will be used to locate c�llisic�ns and e�aluate geographic issues, in��uding collisian trends in unders�rved cammunities. Citywide collision trends wilt be identified in terms of bath high-incident Iocatians and top trends: The records far a five-or ten=year period will b�reviewed to deterrnine the locations where the greatest numher of fatal or severe-znjury crashes occurred, 3.4 Review Data and Maps. The priinary types o�callisians resulting in the greatest number of fatalities ar severe injuries will be identified. Up to ten crash types wi11 be identified using guidance from the LR�M.Key challenge areas consistent with the Strategic Highway Safety Plan (SHSP}will alsa be identified. A graphic will be prepared that identifies the high-incidence locations as weli as their number af crashes. Charts or other type af grapliics will be prepared for the types ofcollisions experiencect most frequently. Deliverables: * ArcGIS shape�les of the mapped collisions and�everiry annotations • Microsaft Exce[tables(database}shawing th�coliision data * Graphics af high-incidenc�lr�cations and predc�minant collisian types�PDF} Task 4`—Cvuntermeasure Recnmmen�ic�tiv�s 4.1 Propose Safeiy Irnprovernents.Based an the iypes of callisions identified,collisic�n patterns; roadway design, and existing conditions; aPptopriate safety irnprovements for the identified locations will be proposed. The list will address all apprapriate treatments,including driver behavior miodi�cation actiVities,potential collision reductions,and anticipated relative costs: Additionally, issues which may prevent or be a challenge to implementation will be listed. 4.2 Determine Coa►nterrneasures.Countermeasures vvill be propased using informatifln provided in �ection 4 of the LRSM.Tc�gether with engineering judgment,countermeasures will be identified to address bath systemic c�ncerns and site-specific patterns. Based on the crash redaction factars far each countermeasure,those which are most likely to address crashes will be identified based not only on the types of crashes,but also the character of the roatlway.Where appropriate,the suggested cc�untermeasures rnay extend be�ond the specific intersectlon or roadway segment to provide�cansistent character or treatment fc�r the surrounding area. Specific attentic�n will b�givei�to cauntermeasures needed in underserved parts of the City. 4.3 List c�f Safety Prajects.A recommended list of safety projects wi11 be prepared using the list of safety impravements developed in task 4.1.Where appropriate,the measures will be indicated graphiealiy; Lleliverahles: * List of recommended countermeasures and safety projects(Excal/PDF} Tttslc 5—�mplem�ntativn 5trategJ' 5.1 Constraints and Limitations,The recc�mme��ded proje�ts will be evaivated with cansiderati�n of fiscal constraints and limitatians associated with acce�table deplayments within C:\Users\NI��C}LLUM�ppI�ata\Local�Ivlicrosoft\�Tindows\INetCache\Ct�ntent.�utlaak\FRIQb�NE\CP S C Exhibit AB.W-Trans LRSP.doc the Ciiy's raadway network. Signage, striping, and other lower cost impravements will be identified first where applicable. 5.2 Seneft/Cost.A benefit/cost ratio analyszs will be performed for these prt�jects by using the current Highway Safety Improvement Progratn(HSIF�calculatian methadolQgy. Details of each potential cauntermeasure will be included to the extenti necessary ta pr�pare prelrtninary, pl�nning level cost estimates. �.3 Prioritiz�d List.A final priaritized list of safety prajects will be developed starting with the beiiefit/cost ratit�and ct�nsidei-ing other intangible camponents as well as funding cc�nstraints. The list of cauntermeasures will he prioritized to balance system needs wifih projects for high- incidence locations as well as specific intersections and roadway segrnents. Identifieatior�of the pric�rity projects will include consideration of the anticipated competitiveness of the project in relevant grant programs and available grant apportunities that wauld be best suited for funtiing the projects iclentified: 5.4 Detaited Summary of Projects.A final detailed summary trf prioritized safety projects wiil be prepared.The summary for each project wi11 inc�ude, but nat be limited to a descriptic�n ofthe project, locatiayl(s),vicinity map,type of s�.fety irnprovement;estimated cost,and costCbenefit ratia. 5.5 Concept Design Plans.As added value, W-Trans will prepare conceptual level design plans representing a 10 to 30 percent level of design for up tc�fve specific priority praject lacations (five full-size 24 x 36 ar 22 x 34-inch sheets}. 'I'hese projects are expected ta be Ic�cation-speci�'ic improv�inents such as those at an intersection,rnid-block crassing,or short stretch of raadway; nat projects involving severat miles ofroadc�vay ar systemic impravements, S,6 HSIP Analyzer.As added value,W-Trans will complete the HSIP analyzer toal for the top five safety prc�jects. The preparatian of the HSIP Analyzer toal for fi�e pri�rity prajects combined with the provided concept plans,cost estimates,and benefit-cost ratios will position the City to irnmediately pursue grant funding opportunities. 5.'7 Vision Zero and Progress Tracking.To complywith Vision Zero and SS4A program r�quirements,the plan will includ�a cammitment to elirninate roadway fatalities and serious injciries as a safety gcral, A task fc�rce will be identified to be responsible for overseeing implementation of the plan and monitoring the City's progress toward the specified goa1:As such� the plan will include identification of safety metrics that should be tracked over time and the procedure for tracking the metrres. The�lan will also include an assessment and approach for updating other plans and po�icies for campliance. D�liverabless + Prioritized list af safety prajects and methodology(Excel/PDF) • I7etailed summary af prioritized safety projects and potential grant prograrns(Exeel/PDF} * Ccrst estimates,mapping, and cost/banefit ratios{Excel/I'DF') * Concept design plans for fiVe selected priority projects(PDF,AufoCAD} • HSIF analyzer tcsal output for five selected privrity projects(�'T�F} Task b—Dru,,�'t nncl Final Repvrt C:\UsersiMCCC}LLU1Vi�AppData\Loca1�IVlicrasoft\Windows\II�etCache\Content.0utlookiFRIQ6BNE\CPS C Exhibit AB.W-Trans LRSI'.doc 6.1 Administrative Ilraft Report.A draft report wil�be prepared and submitted to City staff that includes an exe�utive summary, objectives,tnethadologies, crash trer7ds,highincidence lacations,cauntermeasures car�sidered,benefit/cast ratios,priarity projects;patential grant applications,Vision Zero gaals,and progress tracking. Speeific language required under the LRSP and SS4A programs will be included as well.Appropriate graphics,tables,data, and caleulations will be pravided in appenclices. 6.2 Comments CaIl.A vil=tual meeting will be organized tt�review comments rnade on the administrative draft plan and discuss how ta best address each comment. A response to comments matrix will be prepared following this Ineeting. G.3 Draft Report.An updated draft report will be prepared addressing staff comments.It is anticipated that this version crf the repoi�t�vill be reviewed by any advisory bodies or the public, if desired. 6.4 Firial Report.Comm�nts received t�n the draft report will be addressed and a final report prepared, including t�ie seal and signature af the preparer as we11 as space for the City Engineer ta sign and seal the report. Deliverables; • Ad�ninistrativ�D�-aft Report(4Vard,PI)F) • Respat�se to Comments Matrix(Excel/I'DF) • Draft Report{Word,P1?F) • Final Repart(Ward,PDF} �:\Users\MCCQLLIJM�AppData\Loc�l\Microsaft\Windaws\INetCache\Crsntent:(7utlook\FS�Q6BNE\CPS C Exhibit AB.W-Trans LR�P.dac ����� ��t� �� l3l"IiriE.' �{fIl{i'�CttTC/�O►7SLl�t�Ilflfi�'GfpBE.'ti� Required with Submission Me»ority-�nd Wr�men-Clwned Business Enterprises(NIBElWBEs} Tn Be Execufed B Pro oser�na1 Submitted with Pro asal CantractoriConsultant Name: Cantract No. Schedule No. 5512 Whitlock&Weinaerger 7ransportation,Inc:{dba W-7r�ns) Rroject Description: Prc�ject I�ocation City t�f Redding Prepare a comprehensive safety action plan irr campliance witfi the SS4A prog�am and identify ptojects for grant funding Prime Cantractor/Gonsultant informatian Name& Address: W Trans MSE ❑ WBE� 49� Mendocino Avenu�, Suite 2t�1 Santa Rosa, CA 9�4q1 Arnount of Contract; $ Piease see separately,sealed envel��e with cosf F�deral Emplc�yer T�x I[�#: ��-������� prop�saL RFP instructions indicate not to include cast Subcontractor/Supplier/Subconsultant Information SubcantractarlJoint Venture ❑ MBE❑ WBE ❑ S►�pplier/Serviee �r�k�r 0 I�ame, Address& Phone Subc4nsultant ❑ �/�- �� �������t���t�r��r� �r�����d f�r���� prc�j��� Amount of Contr�ct: $ Work tcr be Perfiormed: SubcontractariJoint Venture � MBE ❑ WBE ❑ SupplieriService Brc�ke�❑ Nam�, Address & Phone Subconsult�nt � Amaunt c�f Cc�ntract: $ Work to be Perft�rmeci° SubcontractarlJoint Venture❑ MEiE J WBE ❑ SupplierlService Braker❑ Name, Addr�ss& Phone Subconsuitant II Amour�t of Contract: $ Work tcr be i'erfvrmed: Tota{ MB� Amount: $ Tataf Wt3E Arnount$ �ignature of Person�ompleting Form: L�ate: 09/2412Q24 ��,. �� � , k ���, � { �.� �������� Dalene ,�. ,�iJhitlack Title; Senior Pi�`ncipal and Vice President F'hone: 4707) 284-7738 cv = � �° v � � �� � c� � k' �� � �-�,, U? tu' to t,� �3 � � � � � ;�' o, �+ � m � � � � Q � :,=. `d, L �Q .�.` 4 � ~ a�i o � � � � � ro � �� � W � v� � � � 4, � C� _ � FW► Z •J -cs c�i� � t� � � a � ���� � �� � �� C� � c+� t�``i,� � � � � � � �"' �1 .;�? _ U � � � � � � n� � � � � � � � � � W � 0 � � � a �; �' Q � F""' tr� t�. i W � �, � a� � � � � w � � � o .� � � � � � p �y � � � � as (g N � � Z C} �i E t�6 �� i � v C �Q O � MBE1WSEs Wc�rk 7'ask Made,4vaiCable Fc�rm C Bid item Na. C3escriptic�n of Wark c�r Partion of Wc�rk Made Availabie aelivery Schedules Estabdished Form C� Agertcies Contac#ed ta Provide Assistance er►Cvntracting�with �VJ'BEIWBEs Form E Name of Agency t3ate Contacted Smali Business Admirristration http:/idsbs.sba.govld�bs/searchid�p_dsbs.cfm M�nc�rity Busine�s �}evei�pment Agency-I?epartrnent r�f Commerce htt�s:l/www.rn bda.govl RFP 5512 Page�of 6 Addendum No.2 Additiona!t?ata fc� Support G�aod F�ith E'ffc�rts wifh Atfachments Please attach any additional data to suppc�rt demanstrafion of"Gc�c�d F�ith Efforts,,, RFP 5512 Page 6'of 6' Addendum No.� Exhibit B CITY OF RET1DIl�� COI�TSULTII�I+G AND► PROFESSIUNAL SERVICE� +C(7►NT CT Propased Fee amd $irling Rates far Whitlock& Weinberger Transp�rtation,Inc. (dba 'W-Trans) f�r Update to the Local Road and Safei:v Plan Project Fee Table Task Descri tion Estimated Fee Per Task 1 Prr�'ect tYlanrc �me�t c�rrd�oc►rrlinaticrtz $15,458 2 Staket��lder nrcd Pub�ic��t a ement $69�216 3 Cvllisson Dr�trz rtnd Anal sis $32,25ti 4 Cvuntermeasure Recvmmer�dutions $21,057 5 Im lementativr�St��te �67,445 6 �ra t crn�l Finul Re ort $32,474 Total�ot to Exceed �237,90Q Notes: 1. Shifting of fees and expenditures between tasks as approved will be permitted within the tatal not to exceed amount. Include Propc�sed fe�table per t�sk and Nat to Exceed Tc�tal. Include current Billing rates schedules and Hourly rate increase per�ear This form may be developed in a spread sheet pr�gram but must includ� entire header on first page. G:\Users�IvICCQLLLJM1AppI)ata\Loeal�NiierasaftiW indows\INetCache\Content.0utlook\FRIQ6BNEiCFS C E�ibit AB:W-Trans LRSP.doc ������� � � � � �' co �.u� o ���:r, �+�rr er .� �.,. �' �,y r. h. N � M � ��.N r�M ��L�"3,� et' 't � SQ Q i}1 M tD M M �� � +h t�h i�/T u�r V`�t VmF -�j � >.'� � ;> � � � � c�a � � o � o c+„�„ ''� �'�'' � v�+ � � � "ro ' v, tll = i ' �.� N C� � � � � � t/1 � �� ��. ��.C9 Ci C> yY*''� ����� � N N � � N � �.!'� h :� � Y"*�` � �. � �. � N N N ��*` ...i"� N :t4. *� �� CC1 Q?� � � � � � � tL} � ` � � .� � C:7 tlJ� � � � �m N L'T/ o � � � �' � � `� � ,� �.�"�,,. � ''" � ..oi �:t�. iri � �art ,��, �rr ,�, trr �:. ... ��. : '� ::: .. .. �....... � � � � � .� i � �* .G'� *£t � ��.,, ��� � � oa � ��. ��. � �.. � ��.G�7 � ��tri �Y" N fC}.�. � � V' � u�,5 '� �y '��" . q'�y` ��.N` C;5` ;p�,y` 6i � *�a .. �.��: �' :ur +fr �'�' isf 'E�' d1 � a � � , k � :.. G ... �� �� 4}. �� � L � � O q �� . � . � . �. � � � � kl� � h{ C}i SV t�i � 1"V � M ��'!. � {4} (� (�. 4Q Cf` tz3 '�" �` {Y}` �', � � V1' .M 4l} :'U}`., .y�..��. xia ��A � �� .. . � � �.i/R �. tfY . ..:.. ... ..., .. .. ��.��. .'�,, 9 � .. �. .� ; . .... : ��. .�: :: �.. .. �. :�. � ...� � �. Q5 , � : �. � �. ��. . �. GY C? Ck or4 .� C> .. +,t4 '� V�t ,� �` t�n i�. €6 � vw *` N trt �. �� U�� + Q3 � � � � � �� sp p � ��� ¢ � � t7' V3 �"` ,.�"�„ ���, . � � �.t�n � .N m tt�'! �: . tti ��xfi r- ���.N` st} V�7 � �. �° �n �/t u�r Ut vn ut .CS. � ` � � � ; �} .�, � � � � �G '�u' GJ �. ._ ., .-- ,,, L., ` m � � ro ,� � '� O � c �' c> � '� Cs t1I N- . � t�g � `r=. :�y �.� �..:a`. C1.'�. � C�,y N� � � ;,� � �C (11 i �w lJ Cri ��.� 3� '. 4,3 ��Vt y� ��3 �� �. Z1 y� '� � A�ry Zf �� "ua � J,, �� �y. �.� u t4 � Gj vv � � �u � �� �j �.vs . i'. {� '�+ „� �.0 � � �'+ � v �„� � �� � ��""" . �� � y:; W � � � � o. c�� '� � � � �. 'CS N G a tu d? ���.� �ro � v�r ° � � ��.�m m '��..c�n ° � ����� �� � N � s. ,� as �y � � � ,n5 � � fU � G7. m ,� p � � i�.. ,� � �y � � wi. tLf 3J C7 � � o a`r � c � o c °' � � tU ,-- #�', .c ..t E �z L, 'c � ,.� E rc � `� � `= � `��. "� ' °' ,� "= � � � � u>` � � 'o ts.. ut v° t.�° '� G7 '' ra`. ;ci u° 't° � p� '- N Ct. ,.a ��.� � ��t � ��,� � � e e �. � r .e ' �: � � ��c.' 3E. . 'uC 3G....�' .Y : ,S� 'Y !C ..:.�:". .3C .:?C .� Q1. a'�.+ C� �on vs :�n vw vs +n ��� vr �. ot w ��w v� ��cn .. .�� +-,. C� t� h F� Y !� I� F� 'i� F� ';F`� � h� F�- RS t''�1 Laca1 Assistanee Fraee�ures Manua► Exhibit 10-H1 cosr Froposa� EXHIBIT 10-H1 COST PROPGISAL PAGE 1 OF 3 ACTLAL C(3ST-PLUS-FIXED FEE t}R T.;UNIP STJ1t3{FI12M FIXED PRICE)Ct�t+ITRA�TS (DESIGN;ENGINEERING AND�NVIRONMENTAL STUDIES} Note;Mark-ups are Nat Allawed X Prime�onsuttant Sitbconsultant o 2nd Tier'Subconsultant Gonsultant Whitlock&Weinberger Transportatian,Inc.{dba W-Trans} Project No: Federal Cont�act No: Date 4/24f20�5 1}IRECT LABC}R ClassificatianlTitle Narne Hours Actual Houriy itate Tota1 SeniorPrineipal DaleneJ:Whitlock 77 $120.63 $9;288:51 Principal Atul Patel 41 $98.b3 �4,043.83 Senior Pla�u�er Barry Bergman 255 $70.I9 $17,898.45 Traffic Engineer Cameron Nye 342 $65:25 $22,315.50 AssistantEngineer Various 392 $47.4�# $18,59f.48 Adminstrative Support Uarious b6 $3'7.95 $2,5�4 70 LA&OR�(?STS a) Subtotal Direct L;abor Costs $7�,647.4"I b) Anticipated Sa]ary Increases(see page 2 for sample) $151.f'7 c}1'l�TAL 1?IRECT LA�QIt COSTS[(a}+(b)] �74,�9�.14 INTIIRECT COSTS d) Fringe Benefits (Rate: 35,20°/a } ej Total Pringe;Benefits 26329.�4 f� Overhead (Itate: 60.36% g)t�verhead[(c)x(f}] 45148.?5 h} General and Administrative (Rate: 84:01°fo i}C.Jen&Admin[(c)x(h}] fs2838.76 J)Tatal Indirect Costs[(e}+(g)+(i)] $134,31fi.82 FIXED FE'1C k)�OTAL F���U P�iOFIT[(c}+{j)]x fixed fee 10°7 �2(?,911.6�t 1}�ONSULTAP+tT"S OTHEIi DIRECT COSTS(Ol}�}-ITEIVIIZE(Atld additional pages if necessary' 1?escriptian af Item Quantity IJnit(s} TJnit�ast Totat Mileage�osts 1600:0 miles 50.770 $1,2�2,f�t� Equipment Rental and Sugpi'res 1 LS $b,642 �6,642,t7U PermitFees �U.{�� Plotting&Pastage _ ��}.(}t} l)TOTAL QTI�R DIRECT CClSTS $1,�74.{}�} n)TOTAL iJJTHER I}IRECT COST`S INCLCiDING SLTBCCINSLTLTANT# �7,4'74.(�C3 TOTAL Ct?S'fi[(c}-�-f j)+(k)-�(P)] �23'7,9(?1,56 NCJTES: .I� Key personnel must be.marked w�t6�an astcrisk:(*)and employees that are sub�ect to:prevailinb viage requirements must tre marked wiS17 hvo asterisks(**). A!I easts must eomply wath the�Federat cost prirtcipals.Subcansultants will provide.tlieir awn cosf.proposals�. 2� The�castproposal.format shal(�.not�te atnended.Indimct cosirates shall�lie updatedonan annual liasis m accotdance vnth.ttie cons�ltant's annual accountins period and:estabirshed�by.a�cagnizant agettopor accepted�byCatttans�.. 3�. Anticipated sa�ary increases aalculation(page2).must accomparty�. January2Q2Q Loeal Assrstauee Procec[ures Man�al Exhibit 14-H1 EXHIBIT If}-H1 CCIST PI2C}Pt7SAL PAGE 2 OF� cosr Proposat AC'1"UAL CQ�S'T-PLUS-FIXED F'EE{)It LXIiI�IP SifM{FIRM FIXEI}PRICE}Ct)IYTRE#CTS (CALCULATI()NS FC}R ANTICIPA"1'ED SALARY INCREASES) 1. Calcula#e��rerage Hourly Rake for ist year of the contract(Direet Labor 5vbtotal divided by total ha�r Direct Labor Subtotal Totai Hours Avg Hourly 5 Year Contract per�ast Propasal per Cost Propasal Rat� I7uratian $74,647.47 1173 = $63.64 Year 1 Avg Hourly Rate 2. Catcutate fiour[y rate for ali years([ncrcase the Average Hourly Rate far a year by proposed escatation°1a} Avg Hourly Rate Froposed Escalation Year l $b�.64 + 4%0 - �66.18 Year 2 Avg Hourly Rate Year 2 �b6�1$ + 4°/d = �62�.83 Year 3 Avg Hdurly Rate Year� �6$.$3 + 4°la = �71.58 'Year 4 Avg Haurly Ftate Year 4 �r71.58 + 4% = �74.45 Year 5 Avg Hourty Rate 3. Calculate eskimated hours per year(Multipty estimate°!o each yesr by totat haurs} Estimated°/fl Total Hours Total Haurs Compteted Bach Year per Cast Propc�sal per Year Year l 9�.51% � 1173.� = 1143.8 Estimated Haurs Year 1 Year 2 2.49°l0 � 11'l3.(3 = 29.2 Estimated Hours Year 2 Year 3 6:00°10 * 11'73.�J = (}.{J �stimated Hours�'ear 3 Year 4 0:00°l0 * ' I 1'73.{1 = ;CI,(t Estimated Hours Year� Year 5 �1:00% * t�73.4 — 4.t? Estimated Hours Year 5 Tatal IdtY%o Tatal = 1t'73,Q 4, Calculate Tt�ta1 Costs ine[uciing Escalation{Muitiply Average Hourty Rate by tlse number of fiours} Avg Hourly Rate Estirnatetl hc�urs (calculated above? (catculated above} Cost per Year Year l �b�.Er4 * 1 I44' - �'72,7�$�?� EsCimated Hours Year 1 "Year 2 $68.83 * 29 = �2,010.39 Estimated Hours Year 2 Year 3 �71.5$ * U = �4.04 Estimated�-Iours Year 3 Tatal I7irect Labor�ost with Escalation < _ �74;799.I4 Direct Labor Subtotat before Escalatian — �74;�'T.47 Estimated total of Dir�ect Labor Salary[ncrease = $151,6'T Transfer ta Page 1 NOTES: � Tl�is is not the only way to estirtiate salary inoreases:Other metfio�s�vill be accapted if they clearly ind�cate tl�e°lo increase,the#'of years af the contract, and a I��eakdown of the labor to be perFomied each year. 2 An estimation that is based att d�rect lalmr multiplied by sal�ryi�[crease"/o mu(t4ptied by the#of year�is naE aceepEabFe: {r.e $250;000 x�"/o x 5 yrs=$25,000 is rsot an acceptat�le inetlindolagy} 3 Tlt�s assumes that ane year wEll be worked ak the rate oit tl�e cost proposat before salary�ncreases ue granted: � Calculatians For antieipated sa�ary escatation mest 6e appraued. January Z024 Local Assistance Procetluces Manual Eshibit iQ-Hl Certification of Uirect Cos#s; Gast'Proposal I,;the undersigned,certify to the best of my know(edge and belief that all direct costs identified on the cost proposal(s}in this contract are actual;reasonable;allowable,and allocable ta the contract in accordance with the conttact terrns and the follawin� requirements: 1.Generally Accepted Accounting Principals(GAAP} 2.Terms and conditions of the cantract 3.Title 23 United States Cade Section 112-Letting of Contract 4.48 Gode of Federal Ttegulations Part 31-Contract Cost Principals and Procedures 5.23 Code af Federal Regulations Part 172-T'rocurement,Management,and Administration af Engineering and Design Related Services 6.48 Cade af Federal Itegulations Part 9904-Cast Accouting Standards Baard(when applicable) All costs must be applied consistently'and fairly ta all contracts,All documenta#ion of compliance must be retained in the projeet f les and'be in cornpliance wiYh applicable fed�ral and state requieernents.Costs that are noncampliant with'the federal and sta#e requiremetlts are not eligible far reimbursement, Local governznents are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s}: Prime Cansultant or Subcansultant Cerfifvin�. Name: Dalene J.Whitlock Title° Seniar PrincipalNice President � .. .. r r ; � „ Signature: �°' ° s � [late of�ertification(mm/dd/yyyy}: 4/24/2025 r �� ;., , , a�-:�..� �� ` `�` °"' s Email: d��i#Ic��k �av�t►"�t��.�t��i Phone Number; (707)28�-773& Address: 49b Mendacino Avenue,Suite 261,Santa Rosa,CA 95401 *An individual execuYtve or financial officer of the consultant's or subcansultant's organization at a levelna lawer than a V ice President ar a Chief Financial Q�cer;or equivalent,who has authority Co represent the financiai information utilized to establish the cost proposal for the cantract: List of services tt►e consultant is providing under the prapased contract. Transportation Planning and Traff'ic Engineering services updating the City's Lacal Roadway Safety Plan: January 2Q20 Laca!Assistance Procedures Manual Exhibit 10-Q1 Consuttant Praposal DBE�ommiYment E+XHTBIT 1���11 �{7NSULTAPiT PRt)�'OSAL�B�+ �OMMITME1�iT 1.Local Agency: City r�f Redding 2.Gantract DB�Goal; 3.Project Qescription: Laca1 Roadway Safety Plan(LRSP} City o#Redding 4.Project Locafion: 5.Consultant's Name: Whitlock 8 Weinksergee Transportation,Inc:{dba W-Trans) 6,Prime Cerfified DBE: X 7[3escription af Work,Service,�ar Makerials �. dgE fl Supplied Certi�cation 9:�BE Cantact Information 10.L7BE f� Number Preparation of the LRSP 26209 Dalene J.Whitlock 96.70°/a Local Agee�cy tsr Crampl�te th�s Se�ticsn 17.Locai Agency Cantract Number: 11.T47TAL GLAI�9ED L7BE P,4FCTICIPATti:3N 96.T8°la 18.Federal-�,id Projec#Number: 19.P�opasetl Gc�ntrac#Execution t�ate: �t3.Cansuitant's Ranking after Evaivation: IMPORTANT:7dentify aii DBE firr»s being claimed for credit, tacal Agency certifies that all C?BE certific�tions are valid and informa#ion crn ��g���less of tieT.Written confirmation of each listed DgE is fhis form is compiete and accurate. required. �� z�.,�� ; �.�,����; ��;�'ie��� A�rit2�:2Ci25 21.Lacal Agency Representative's Signature �2.Date 12.Preparer'�Signature 13.D�te [7alene J.Whittack 707-284-7738 23.Local Agency Representative's Name 2�.F'hone 14.Preparer's Name 15.Phone Senior PrincipalNic�-President 25.Loc�l Agency R�epresent�tive's 3itie �6.Preparer's Title DIS7RIBUTIC7Rl: C}riginal—1n�luded with cansultanYs prapasaf to local agency: ADA Notice: Farindivitluais with sensory disabilities,this dacument is available in alternate formats. For information cali(916};654-6414 Qr TDD{916)854- 3880 ar write Records and Forms Management,1120 N Street,M5-89,Sacramento,CA 95814: LPP 1f�-(il Page 1 of 2 January 2019 Local Assistance Procedures Manual Exhibit 10-OI Gonsaltanf Propos�l DBE Commftment INSTRUCTYOlVS—CO►NSULTANT PROPOSAL DBE COMMITMElVT CON�ULTAI�iT` SECTIC7N 1,Local Agency -Enter the name af th� local c�r regianal agency that is funding the contract. 2. Contract DB� Goal-Enter the contract DBE goal percentage as it appears an the praject advertisement, 3.Project Location - Enter the project lacation as it appears on the project ad�ertisement. 4. Praject Description -Enter the project description as it appears on the project advertisement(Bridge Rehal�, Seismic Rehab,Overlay, Widening,etc.). 5, Consultant's Name -Enter the ec�nsultant's firm na�ne, b.P�rime Certit"ied I)BE - Check b�x if prime contraetor is a certified DBE. '7.Description of Work,Services,or Materials 5upglied -Enter descriptit�n af work, services, ar in�terials to be provided: Indicate all wc�rk to be performed by DBEs including work perforined by the prime consultant's o�vn forces, if the prirne is a DBE. If 100%0 0£the item is n�rt to be performed c�r furnished by the DBE, describe the exact portion tc�be performed ar furnished by the DBE. See LAPM Chapter 9 to determine how ta caunt th� participation of DBE �rms: 8.DBE Certi�cation Nurnber-Enter the DBE's Certificati�n Ideiltifi�ation Number.A11 DBEs must b� certified an the date bids are opened. 9. T1BE Contact Inforrnation -Enter the name,address; and phone number c�f all DBE subcontracted consultants. Alsa,enter the prime consultant's name and phone nurnber, if the prime is a DBE. 10. I)BE °la -Percent participation of work ta be perforrned ar service prc�vided by a I7BE. Include the prime cansultant if the prime is a I7BE. �ee LAPM Chapter 9 for hoW tfl count full/partial participation. 11, TUtaI CIdIIil�t.� DBE P2lY�iC1�}21tlOtl °lo - Enter the total DBE partieipation claitned, It'the total °lo claimed is less than item"Contract DBE Goal," an adequately documented(iood Faith Ef£ort{GFE) is required(see Exhibit 15-H DBE Tnformation- Good�aith Efforts ofthe LAPM), 12.Preparer's Signature-The person completing the DBE comrnitmen�form on behalf of the cansultant's firm must sign their name. 13.ldate-Enter the date the DBE cr�rnmitment form is signed by the consultiant's preparer. 14:Prep�rer's Nanne-Enter the name of the person preparing and signing the consultant's i)BE commitmenti form. 15.Phone -Enter the area code and phone number of the person signing the consultant's D�E commitment form, 1b.Preparer's Title-Enter the pasitionititle of the persan signing the consultant's I7BE commitrnent form. Lt?CAL AGEI*ICY SE�TION 17. Local Agency Contract:Number-Ent�r the Local Agency contract number or identifier. 18.Federal-Aid Project N�mber-Enter the Federal�Aid P"roject Number; 19.Proposr�d Contra+�t Execution D►ate-Enter the propased contract execution date. 2�.Consultant's Ranking�fter Evaluation—Enter ctinsultant's ranking after all submitt�Ls/cc�nsultants are evaluated. Use this as a quick comparison for evalu�ting most qualified cansultant. 21.Local Agency Representative's Signature-The person eo��npleting this sectior►of the form fc�r the Loca1 Agency must sign their nam�ta certify that the inft�rmatit�n in this and the Cansultant Section of this form is c�mplete and accurate, 22.Date -Ent�r the date the DBE cammitment f�rm is signed by the Local Agency Representative. 23. Lacal Agency Representative's Name- Enter the name of the Lacal Agency Representative certifying the consultant's I}BE commitment farm. 24.Phone - Enter the area code and phnne number of the person signing the consultant's I�BE commitment farm. 25.Lacal Agea�cy Representative Title-Enter th�position/title c�fthe Local Agency Representative certifying the consultant's I3BE cornrnitment farrn. LPP 18-Q1 �'age 2 of 2 January 2019 Local Assistance Pracedures Manual Exhibit 10-tJ2 Cansultant sContract DBE Cammitrnent ExHr�IT 10-t)2+CoNsvLTaNT CoNT�cT]DBE+Ca��ITm�r��r 1.Loca1 Agency� City of E2edding 2.Cantract DBE Goal: 3.Project Descriptian; Local Rcaadway Safety Plan(LI�SP) 4, Project Lacation: City of Redding Whitlock&Weinberger l'ransportatian Inc,(dba W- 5.Gonsultant"s Nams: Trans) 6. Prime Certified DBE: X 7.Total Gantract Award Amount: $237,9Qt7 S.'Cotal C}ailar Amount'for ALL Subconsulfants: $7,825 9.fiotal Number of ALL Subaonsultants: � 10.Description of Wark,Serviee,or Niaterials ��'��E 13. DBE Supplied ����fcation 12.dBE Cantact Infot�nnation Dollar Number Amount Preparatian t�f LRSP 26209 Dalene J.Wh'rtlock $230;d75 1.e��1 A��ncy tc�Carr�pBete this sectioca 20,Loeat Agency�r�ntract $230,Q75 �""""""" 14.T�TAL GLAIMEL7 DBE PARTtCIPATiC}RJ 21.Federal-Aid Praject Number; 22.Gontrac#Execution 96.�0°la nata• Lt�cal Agency certifies that a(1 DBE certifications are valid and information on IMPOR7ANT'. Identify ail DBE firms being claimed fcsr credit; this form is ct�mplete and accurafe. regardless of tier.Written confi`mation of each listed DBE is required: �' # p, April 22,2025 ���� �,f. �py t 4 � , N'4,,,,�...#„�'r, �.�x �d��3�J�(,„t`^.' 23:Locai Agency Represen#ative's Signature 24.Date 15.Prepare['s Signature 18.Llate CSalene J.Whitlock 707-284-7738 25.Lacai Agency Representative's Name 26.Phane 17.Preparer's Name 18.Phans S�nior PrincipalNice-President 27.�ocai Agency Represen#ative`s Title 19. Preparer's Title [�ISTRIBUTIOPI: 1.Original—Lacal Ageocy 2.Copy—�altrans Qistrict Local Assistance Engineer(DLAE}.Fai(ure to submit to dLAE wi#hin 3b days of contract execution may resufk in de-abligation af federal funds on contract> AD,4 Notice: For individuals with sensory disabiiities,this dacument is availabie in altemate formats. For information cali(916}654-6410 or TDd(S16}B5d- 388Q or write Recards and�arms Management,1120 N Street,MS-89,Sacramento,CA 95814. F'age l of2 July 23,2015 Local Assistanse Procedures Manual Exhibit 10-02 �Consultant Contract DBE Commitment INSTI2CJCTItJ►NS—Ct3PdSULTANT C4NTRACT DBE +COIYiMITMEl'�T CQNSULTA�IT SECTION 1.Local Agency-Enter the name bf the local or regional agency that is funding the cc�ntract. 2. Contract DF3E Goal-Enter the contract DBE goal percentage as it appears on the prajec€aduertisement: 3,Parc�ject Description-Enter the praject description as it appears on the pr4ject advertisement(Bridge Rehab, �eisrnic Rehab,Overlay;Widening,etc). 4:Project Location-Enter the project location as it appears on the project advertisemeilt: 5.Consul#atat's Name-Enter the consultant's firm name. 6.Prirne Certified DBE-Check bax if prime contraetc�r is a certified I�BE, 7.Total�ontract Aw�rd Amount-Enterthe total contract award dollar amottnt for the prime consuttant. 8.Tota1 Do(lar Amc�unt for ALL Su�bconsultants—Enter the ttrtal dt�ilar amaunt for all subcontract�d con��zltants. SUM={DBEs+all I`�c�n-DBEs). Do nat include the�rime consultant information in this count. 9. T+�tal number c�f ALL subcc�nsuitan#s—Enter the totai number of all subcontr�cted consultants. SUM=(I7BEs+��1 Nan-DBEs}.Do nat include the prime cansulta�lt informatian in this c�unt. 1'0.Descriptic�n of Work,Services,or Materiats Supplied -Enter descriptian of work, services, or materials t4 be provided. Indicate all work to be perfaraned by DBEs including warl�performed by the prime�ansultant's r�wn fot•ces, if the prime is a DBE.If l00%of the item is not to be performed t�r furnished by the DBE,describe the exact port�c�n to be perfarrned ar furnished by the DBE> �ee LA�'M Chapter 9 tc�determine how to caunt the particip�tion of I�BE firrns. 11.lDBE Certi�catian Number-Enter#he DBE's Certifrcation Identificatic�n Number.AII DBEs must be certified on the date bids are r�pened. 12.DIiE Contact�nformation-Enfier the name,address; and phone number of all DBE subcantracted consultants. Alsa,enter the prime cflnsu4tant's name and phc�ne number, if the prime is a I3BE. 13.DI3E Tlo�lar Amount-Enter the subcontracted dollar amc�unt of tlle work to be perfarmed or service ta be pravided. Include the prirne consultant if the prim� is a DBE. See LAPM Chapter 9 for how to cout�t fulUp�rtial participatiou. 14. Total Glaamed DBE Participation-$:Enter tk�e total dallar amounts entered in the"DB�D�11ar Amount"column: %: Enter the total DBE participation claimed("Total Partieipatitrn Dollars�laimed"divid�d by item"Tata1 Contract Award Amc�unt").If the total%o claimed is less than item"Contract DBE Goal;'>an ades�uately dacumented Good Faith Effork(GFE)is re�uired(see E�chibit l 5-H I)BE Informatian-Go�d Faith Efforts c�f the LAPM). 1'S.Preparer's Signature-The person campleting the DBE commitment form on behalf of the consultant's firm must sign their name. 16.Date>Enter the date the DBE cammitment form is signed by the cansultant's preparer. 17.Preparer's Name-Enter the name af th�person pxeparing and signing the cc�nsultant's DBE coinmitment form. 18.Phone-Enter the area code and phone number of the person signing the c�nsultant's DBE commitment fi�rm. 1},Preparer's Title-Enter tihe positian/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTI(JN 20.Local Agency Contract Number-Enter the Local�lgency contract number or identifier. 21.Federal-Aid Pr�ject Number-Enter the Federal-Aid Project Nnmber: ZZ, Contract Executicrn Date-Enter the date the cantract was executed, 23.Local Agency Representative's S�gnature-The person cornpleting this sectian af the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section ofthis form is cornplete and accurate. 24,Date=Enter the date the DBE commitment form is signed by the Local Agency l�:epresentative. 25.Local Agency Representative's l�ame-Enfer the name of tha Lacal Agency Representati�e certifying the Gonsultant's DBE commitment form: 26.Phone-Enter the area code and phone number esfthe person signing the consultant's DBE commitrnent form. 2'�.Lo�al Agency Representative fiatle-Enter the positic�n/title af the Local Agency Representative certifying the consultant's DBE cammitment form. _ Page 2 of 2 Jnly Z��2015 Appendix E of the Title VI Assurances (iJ� DC}T �Jrder 1050.2A) During the performance Qf this contract,the c�ntractor,for itself,its assignees,and suceessors in interest (hereinafter referred to as the "contractc�r") agrees ta comply with the followin� nondiscrimination statutes and authorities; including but nat limited to: Pertinent Nondiscr�mination A�thorYties: * Title �I of the Civzl Right� Act of 1964 (42 U.S.C. § 2t�00d et seq., 78 stat. 252)> {prohibits discrimination on the basis of race,color,national origin}; and 49 CFR Part �1; � The Unifarm Relocation Assistance and Rea1 Property Acquisitian Policies� Act af 19'70, (42 U.S.C. � 4601), (prohibits unfair treatment of persans displaced ar whc�se praperty has heen acquired because of Federal or Federal-aid programs and pr�jects); • �ederai-Aid Highway Act of 1973,(�3 U.S.C. § 324 et seq.);(prohibits discriminatian on the basis�f sex); • Section 5(}4 of the R:ehabilitatian Act of 1973; (29 U:S.C. § `794 et seq.�, as amended, (prc�hibits discriminat�c�n on the basis af disability}; and 49 CFR Fart 27, • The Ag� Discrimination Act c�f 19'75, as amended, (42 U.S.C. � 6101 et seq.}, (prohibits discrimination on the basis c�f age); • Airport and Airway Improvement Act of 1982, (49 U.S,C: § 4 71, Section 4 '712�),as amentle�l, (prc�hibits discrimination based can ra�e, creed, ct�lor; national origin, or sex); • The Ci vil Rights Restoration Act of 198'�, {PL 1�0-209�, (Broadened the sc�pe, coverag� and applicability e�f Title VI of the Ci�il Rights Act of 1964, The Age I)iscriminati�n Act of 19�5 and 5ection 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs c�r activities" to include all of the pragrams or activities of the Federal-aid rec�pi�nts, subrecipients and cont�actors, whether such programs or activities are Federally funded�r nat); • Titles II and III c�f the Ameri�ans with Disabilities Act, whi�h prohibit discrimination on the basis of disability in the c�peratic�n of public entitiesg public and private transportatic�n systerns, piaces of public acc�mmodation, and cez•tain testing entities (42 U,S.C, §§ 12131�12189) as implernented by I�epartment c�f Transperrtation regulations at 49 �,F'.R. parts 31 and 38; • The Federal Aviation Administration's Nc�ndiscrimination statute(49 U;S.C, §'471�3} (prohibits discrimination on the basis of race, color;natianal origin, �nd s�x); • Executive (�rder 12898, Federal Actic�ns to Address Enviranrnental Justice in Minority Populations and Lc�vv-Income P�pulati�ns, which ensures discrimination aga.inst minarity p€�pulations by discc�uraging programs, policies, at�d activities with disproportic�nately high and adverse human healtih or environmental effects on minc�rity and lc�w-income pc�pulat'rorts; • Executive Order 13166, Improving Access to Servi�es for Persans with Limited- English Proficiency, and r�sultin� agency guidanee, national origin discrimination includes dis�rimination because of limited English proficiency {LEF'). Tu ensure campliance with Title VI, you must take reasonable steps t� ensure that LEp persons h�.ve meaningful access to yc�ur programs (`70 F�d. R:eg. at�40�7 to 74140}; �Consulting and�:Professianal Sernces Canttact � .r�1,�� GL � • Title IX af the Educati�n Amendments of 1972, as amended, which prc�hibits you from discriminating because c�f sex in education programs or activities {2Q U.�.C, 1581 et seq}. Gonsulting znd�.Proiessional Services��Contract .�a�� �3