Loading...
HomeMy WebLinkAbout _ 4.11(f)--Approve the Second Amendment to Contract (C-9509) GI �" Y C� F � � �- ' � ° � � i � CITY OF REDDING �� REPORT TO THE CITY COUNCIL MEETING DATE: July 15, 2025 FROM: Michael Webb, Public Works ITEM NO. 4.ll(� Director ***APPROVED BY*** ie ael � iiEali� oaks L)arector 7;'11242� t�s�a a �, ss � eF 7/3/202� mwebb@cityofredding.org btippin@cityofredding.org SUBJECT: 4.11(�--Approve the Second Amendment to Consulting and Professional Services Contract(C-9509 for the Victor and C press Avenue Active Transportation Project Recommendation Authorize and approve the following actions relative to Consulting and Professional Services Contract (C-9509) for the Victor and Cypress Avenues Active Transportation Project: (1) Approve the Second Amendment to the Consulting and Professional Services Contract (C-9509) with GHD Inc., in the amount of $65,733.89 for a total not-to-exceed fee of $1,873,227.18; (2) Authorize the City Manager, or designee, to execute the Amendment; and (3) Authorize the City Manager, or designee, to approve additional contract amendments not to exceed$50,000. Fiscal Impact The total project cost of the Victor and Cypress Avenues Active Transportation Project (Project) is estimated at approximately $12.5 million dollars. The project is being funded by multiple sources including Active Transportation Program funds-$7,822,000, Highway Infrastructure Program funds-$1,448,775, Carbon Reduction Program funds-$500,000, and the City of Redding's (City) Streets Division will fi11 the remaining gap. The total project cost includes a consultant contract with GHD Inc., (GHD) to provide engineering and environmental services from design th.rough construction. This amendment will increase GHD's consultant contract by $65,733.89 to a total contract amount o�$1,873,227.18. The table below is a summary of amended costs to GHD's consultant contract. Original lst Amendment 2nd Amendment Contract Revised Amount Ad'ustment Total Ad'ustment Revised Total $1,'70'7,992.29 $99,501.00 $1,807,493.29 $65,733.89 $1,873,227.18 Report to Redding City Council July 8, 2025 Re: 4.11(f)--Approve the Second Amendment to Contract(C-9509) Page 2 Alter�native Actzon The City Council (Council) may choose not to authorize the amendment and provide staff with an alternate direction. Without the proposed amendment, GHD will not be able to complete the design or provide services during the construction phase of the project. This alternative would delay the project and may jeopardize federal funding. Background Analysis In September 2022, an engineering and environmental services contract was executed with GHD for the project. In December 2024, the first contract amendment was executed to increase the project funding for unanticipated environmental tasks including preparation of an Initial Site Assessment, a Visual Impact Assessment Report, and additional services related to the Cultural Resources Report. Once again, the contract needs to be amended to provide funding for tasks related to environmental documentation including preparation of a Hazardous Materials Assessment Report and extensive document review and coordination with Caltrans Local Assistance, as well as additional analysis associated with hydraulics and the pedestrian bridge design. This project currently has no contiguous active transportation network due to multiple sidewalk gaps, inconsistent bike lanes, congested intersections, and unpaved trails. Once constructed, the project will improve upon all of these deficiencies by completing the following items of work: construct shared use paths; eliminate sidewalk gaps; install accessible curb ramps; add buffered bike lanes; install rectangular rapid flashing beacons; construct a dedicated intersection at Hartnell and Victor; construct a roundabout at the intersection of Victor and Cypress Avenues; install pedestrian safety lighting; and provide landscaping which will create shade along the route. The amendment has been approved as to form by the City Attorney. Environmental Review This action is not a project as defined by the California Environmental Quality Act, and no further action is required. Council Pr�iority/City Manager Goals This is a routine operational item. Attachments Second Amendment C-9509 Amendment 1 Contract C-9509 SECf31�1' c�1V�E�T]C9�E1�I'� T� 'I'I-�� C�I�SITL,'I'ING r�.�t P�C3��S�y�NAI, ��kt�YC� �CiNT �"A" T�' FH A FtJN II�G/�SSIST �� ET E�N T E +CIT�'�BF II�t� I� ��ID Ili��. (�-9509) This 5econd Arnendlnent ("Secoiid Alnendment9g) is made and entered i17to by and between tiie Gity of Redding, a municipal cai�poratian, ("�ity'") and GHD Inc., ("Consultant"� (collectively the "Parties" and ZnCL1.Vl.l.lui�l�dy G7:46L C�g�S)). . . . . �czTaz:,s �J � AS, the Parties have previotisly ei�tered into Consulting and Professionai Service Contract on C)ctobe�� 13; 2(322, for the pttr�pose of Victoi- and Cypress Aventaes Active Transportation P1•oject (VCAT) (C-9509); and ainended Deceinbel: 17, 2024 ("First Amei-�dment") (collectively referred hereiil U�l �E��V cL4.+&Jll�t�41.'9�� iLSHId � � . . � �Tt���, tl�e Pa�-ties desi��e to a�7�end the Contract �a (1) add tasks tca the 5eope of Wark and (2) increase the ainount af the Contract; I�i�i�, 'I' � �+Q , the Parties far good and vaivable consideration, the recei�t and stifficiency of which is hel-eby acknowledged,hereby ag��ee as follows: Z. �utbsection r� af�ection 1 c�f the Contract is he�evy amended and replaced in its entircty to r�ad as fallows; 5ubsection 1(�). Stibject ta the tet-ms and conditions set forth in tl�is Contract, C�nsultant shall provide to City the seivices described i�z Exhibit A, Exhibit A-I, and Exhibit A-2, attached �iid incoi-porated herein. Consultant shall �ravide Che seivices at the tilne, place and in the inanner specified in Exhibit A; E�ibit A-1, and E�ibit A-2. Al1 Consulta�it personnel listed as znembers of the pl°oject team in the attached e�hibits shall �:emain on the project unless pt•ior appraval for the eh�nge in�aersonnel has been granted by City's Cantract Adrninistrator. Al1 otller subsections af Section 1 of the Contract s11a11 remain unchanged ar�d in fiill force and effect. II. �ubsection I of�ectYon 2 of the Contract is hereby ainended arld replaced ii� its entirety to read as follows: �ubsection 2{I}. In accordanee with Exhibit B, Exhibit B-1, and Exhibit B-2, attached and incarporated herein, the total ainount payable by City including the fixed fee shall not exceed t�ne Million Ei;ght Hundred Se�venty-Three Thdusand Twa Hundred Tweniy-Seven DollaY-s and 1 SI1 U0 ($1,873,227.18). All other subsections af Section 2 of the Co�ntract shall remain unchanged and in fiill force and effect, III. Exhibits A-2 and B 2 attached to this Second Amendment are hereby incorporate� by this referenc�and rnade part of the Contract. Second Ame�adment to Cotxtract(C-9509) Page 1 I�. The foi�egoing Recitals and all exhibits i-efer-enced therein are l��reby iilcoipolatied tiy this reference. �. Except as ex�ressly set fo�•th herein, all of the terins and-conditions of the Contract sha11 i:emain in fiill foree and effect. iTI. The effective date of this Secand Alneildlnent shall be the date that it is signed by the City. II�t �ITl�:�S� '6� ()F", City and Consiiltant liave executed this Second Aanendinent on the days and year set forth belaw: CIT'�'6��' T�I�� A unicipal Corpc+ratian a�edc , 2025 �y� ��c� �r�v��, ay��� ������r: A�� � ��T� � �z : � sT�,���. eir��I� ��ty���o►-��y � A IJEl�d� TIP'TOI�T, �ity�lerk y; C�I���JLT'AI�1T �II� ' Inc. Dated: , 2025 �y: ��X����.: � Second An7endment to Contract(C-9509) Page 2 i��a,r an y r��� ��� �s c���� T'r�ns � �to�n r�j��� Gi�y af�edc�ing Cor�tracfi Arn�ndmen� �. 2 E�hibit,�-2 ay 22, �tD�S � r The City desires ta add additional serviees to the follawing Tasks: Ir�c�e��� �e� 1'��k � - ��vira�r�r��r���l CI�+��r��:�t�tic�n; Per�i���r�g; �r�d ��ar�B���i� i�h �Itr��� L�c�l ��i���n�e Amend Task 2 and add new Task 2:15. 1'as6�2,�95 Pr�p�r� H��ard�us aterials ��sessmen� The following seetions det�il our proposed scope af work and key assumptions#or each task. 1'ask 2.�5.1 �- �reMirninar°y,�c�iviti�s Stantec will compiete th�ft�llowing preliminary activities: — Draft a project-specific health and safetyplan{HASP)detai(ing project-specific hazards and means fi�r mitigating hazards and risks. — Cor�rdinate with the analytical laboratory for necessary sampling supplies, Key Assumptions; — Encroachment permitting or ather formal access consideratians are not required. — The study area fior Task 12 is c�mprised af rerrrnants of concrete building foundations along the west side of 1lictor Avenue beiween Cypress and Hartnell Avenues. Previous studies did not identify any such features in the Affreda Way segment in the projecf's Area af Pc�t�ntial Effecf. — Testing and assessment of hazardaus materials will be limited to potentia(asbestos-containing m�terials only: i'ask 2.95;1 Deliverat�les — Meeting notes; emails svmmarizing conversations; project updates;ageney coordination, — Stantec will attend up to two(2)canference calls. Task 2.'15.�— Fieid Investiga�ion and 5ample C+�llecfic�n Stantec will collect concrete samples fr�m each of the ten{10)building foundations observed alc�ng the western side of Victor Avenue between Cypress Avenue and Hartnell Avenue. Samples will be analysed for the presenca of asl�estos-containing materials (ACM);Sampfes wilf be�c�llected into laboratory-supplied glassware and transported under chain ofi custody to a state-certified �nalytical laboratory: Key Assumptions: — No repair will be conducted related ta callection af concrete samples. — Fieid ac#ivities will be completed'in one day. -� The Power af Gammitment 12571663 � Exhibit A.2 1 Task 2,15.2 Deliverables — Stantec will attend up to one(1)project site visit-or conference call 1'ask�.�95.3—S�rnple ,�nal�tsis Concrete samples will be analysed far the presence of asbestos using Galifarnia Air Resources Board (CARB) Method 435 Level A(with reporting limit to 0:25°10): Standard turnaraund time on analytical results is ten{10)working days. Task 2.�5,3 C7elives-ables — Email Summary of an�lytical results. 1"as6c�.�15.�� i�epc�rting Following cnmpietion of field acti�rities and receipf of all analytical data, Stantec will compile a summary report cansisting of sarnple narrativ�, discussion of field and laboratory methods, tabulated data summaries, scaled site plans depicting sample locatians,site photc�graphs, barehtale logs, and prafesaional recommendations regarding site conditions.Analytical data will be compared to appropriate hazardous waste criteria.The scope�ssum�s one round c�f report review and revision prior tc�the final submittal. i`ask 2.15 Qeliverables — Draft ISA P2(PDF CoRY)� — Revised Clraft ISA P2{P[3F CopYj: — Finat�sa Pz(POF copv). Iracre�se �� �sk - �t� ��Ile��i�� �� ' Fi�l �� e� Amend and Replace Task 4:8 Potholing with the following: 1"ask 4.� Pa�holirag The original scope included an allawance for p�tholing (subsurface investigations)in the event it was required. Upon further investigation,significantiy mare pothoie iocations are requtr�d than originally an#icipated. Potholing will be perft�rmed by Bear Mountain Construction for a total of 22 locatians aiong Victor Avenue. Task 4.8 Deiiverables — Patholing Exhibit. — Pothaling:, — Goordination with ageney staff. — Potholing oversight. Incarparating adtlit�onal information inta pians. ��cr��se tc� 'T�s� � — F�igh� e�f�iJa� Amend and replace Task 8 Right of Way with the following: The original scope assumed righk ofway acquisition nn 8 parcels.Throughout the desi�n proc�ss; it was- determined that only 3 parcels will require right of way acquisition.Therefore; the scope is modified. Ir��reas� te� 'T��k 9 — F�r�p�r��ic�n c��F Car��r�c� C�c��u��r��� Amend and replace Task 9 Preparation of Cantract Documents with the foilowing: The original scope assumed a 10'x 20' pedestrian bridge fior the�rossing of Little Ghurn Creek, as stated in the ATP grant application.After an initial review, it wa's assumed th�t a larger bridge would i�e required. 12571663 � Exhibif A-2 2 Several different lengths of bridge were analysed and ultimately it has been determined that a 1Q'x 120' bridge will be required to have na impacts on the local floodplain.The City a{so desires ta reduce the sidewalk width throughout the project in order to red'uce overaltl canstructian eosts,The original praject seope assumes no significant mc�difications to the preliminary design develaped for the ATP grant application and therefore additional services are required to prepare final contract dacuments for these ch�nges. 12571663 � Exhibit A-2 3 Corttract Amendment No,2 �X{ll�l'�B'� CityofRedding TNI� F�� '��Q F'iE�L���T��S��Q��.Q{��N����T TQ������P��� �R� � aace:os�zzfzozs CI�"Y G1F FiEDDI�� c�to Pra���g r�o:�as7�ssa �NG1�IE�RI�I+�a,4hlD E�IVIRONMENTAL SERUICE� FOR TME c�c�Proaec���:c-�so9 Victor and Cypress�,venues Active'fransportation Praject cHD Inc. :. t ;+.� .. . . ... . } . . ... �:. ,,.., .�;. �`<.. Variaas A 9 C D t.��a �,t .,t,.ttt�:,;� ... .. . ,,r . . . . .. , .... ProjcetEng� Purohase"s �,i����t��q�1Yai ��3} � SubtaskTotals� �� DeltaTask.Totals Principal In. project 7Design end Direot 7otal � Totai Dit��t+ �� } f�n, Class Rate for Charge Maqager Support Cos(s �Flours �� Tatal Direck� Ind4tea4�Costs irid�rect Fee �t'��;��+;ti�t1f���L�tY� Budget:Development� 82:&B :�$t3CS S5:D0� ��� t;�zt s��} t � �:��.S ;',f su� t �� � � task Task D¢�reription zzs�7;� `� �St' Enradeonm�c�tal � R1S%+ T�t�l ��: f � u3 �7ask 1 Proj�cf fl9�anagemerit RevieW.antl Scheduling . .. � 162.830% AtB� 1a.ODlo t'����''�� �.7i�,�.} Sts�nfi�mc NRon�asf��nY �uqs �: $3,6713A Inerease� 1:1 RlfiredaWay �1 4 � 5 5315:89 � �576:91�� $892:80� $89 28 �t W -,�3 $6@2:08 � i.2 Victax/CypressAve� � 2 12. fi4 $86#.98� S1.5T9:71 $2,444:63 $244.47 b�,;..e3..�,�.�. �o �$2,889.16 Task 2�Envires�rmen4al Dbcumentatian;PerrniCting;and ������ � ��� R i 1}� �� n CoorclinationwifhCeitrarrslocalA��istance yy��) ���;tt�`� ; � � $4�",108:90 �In�r�ese� 2.1 AIlreda Way 1 8 16 25 $1,429R9 $2,603;35 ��$4,-089:04� $AQ3.9tl, �.s.�t;��;. $2T:4�1.fl0 '$27.�2'I.QQ �$34,563 94. 2:2 VictorlCypressAve. 2 ....20� �4. 46 � $2-;851.38�� $4,$4222� $7:493:60 �74938 ��„�;6,.4� $8,242r96� ry 8 1 9 �3y�r,,...�s �gt�'�t�,'' Task3 Pr�slimina De�i b 3U%p��i pj 3�.�1 Alfretla�Way. . . ... . ,,.s� .,,<.,t.,.,;:��,<�.�� � 3��:Z Victar)Cypress�Ave � 4 ��� .:o. , �.t .�.,�re�. Yask 4�Data�oll�ctioq��and Field�S"urvey � � „;:,s's��{ ,tin��,,,k�'�� $6,173.38 Increasa 4:1 Alfreda Vday � ���� ����� � �� �� �� � r�;i 3�� ��:..�,�. 4:2 � Victor/Cypress��Ave� � � 1 10 24 35 $1,986.69 $3,6Z8.47� $5;612.96�� $56122.�.��:�s �«.. ', �.$6173.36� �TaskS Geotechnica!lnvastigatfon jr;r,'�= ,. �p,t.ts<::�s � 5�.1 Alfrada�Way .. . . . .. . �� ,,,, �,,,.���,� . . .. Y S2 V4ctot]Gypress�A��� . ..... ,,,,r,,��;,.,s,...,. �.,��;�, Task 6 Draina e/Wydraulic Study Fteport r,,,,:;, }; ,yt�.',, - 6.1. Alfreda�Way � � � � �-, �t t � �62 VictodCypresa�Ave i ��,�t�.,� Task 7 Ut➢Iity CoordinaBon � s �S,r ,t � ��`a,������ 7:1.� Alfreda Way � � ' ..f���,���.�$�. Decrease� .. . "� t c�' .,' �,2€7�7F."19 ' �9Q8T#3 1'1 ($9.�I,Sd8.15� 7:2 ViatodCypress.Ave . .. .. . .. ...:�„F ..,«4,.��� ��,G���B� .: ��2.i7a;�,?3�' $�2,C}F35,€3�j. Task�B��Right o#�Way t �� , 8:1 Alfreda�Vday. . .. . .. _... . . . ,�„�.,� £ ���� ... u��.... ;3 v , t�,,,;�nl 8:2�....VicYadGypress.Aue � � �r„=�«,,,,,n7?„ <...ti�' Task:9 Preparation of Contracf Cl�cumen4s � �� � � � ���� � � � ��, ',< ���hi,�,�_>;�'; $42,47�.5� Irrcrease� - 9:1 Alfreda WzY . .. � 2 40 200 242 $13,A9Z.38�. $24,65�6.27� $38�.147.fi6 $3,814.77�,t�. „' S�1,982 A2: ... .... � 9.2 VicfaNCypress.Ave � ....2 . . . 2 $165.38 �3Q2.03� � $467:4i. $46,71.F���:;,�L»¢ � $514�15� . Task�'tD Assistance�Ruring Biddtng and Construction � ,���rx�;� ,x"���ni,�t,.��a 1.0_l Alfreda:Way ... . ... ... .. t"it�.�,i���,",��,,s���� 102 Victor/GyprsssAve� . � � . . . ,.�,,,;:at t,���.:.,���,.;��� GHD's Anticipa4ed�aiary Increases from EX 10H l�s`:'ry�� ,',s�,�,t},,s Purcfiases end[Jor��t�Gosts � �.<S� . , rk{��5 � $6�2G9,78 (ncrease � A. Poste�eandGourierSetviaes: �� � �� � � �� . .,. i��,�.�,.,. .„� � -�� B �Potholing.. �� $6:269:78 .. ..... $6�.268.78 .. . ��. � '� �$6,268.78� �� :Reproduction� . .. . . �i�.�, I,,,,ud!;��.��, .. 6 SpecialtyTaal"sl6urvey Equipment � � � ��� � „,�. �, j,..;�,.�,�,, E �Yehicla��IfleBge � . . ,,.�;;.,.a ,�.<;sr:.?�.�„m, � F Emplayee Per Diem . .. ... U?�� ,,;,�r.,si��,c?;;�= ' b Subtot0l Hours U 94�. 264 369 r,�,,,�y.r'��r�..<,��k�,fi, . . Oollars� $�t.0 $St4B6� $14,520 . $2fl,908:79 $38,187:56 �@5,387:13'. ��.$5,909 74 ,,;,r�, .z � '�?�' �27:421.OQ -�,3�?�9�3.0�8 ; �3,�4,2 9� 565�733.88 Contract Amandment�No..2 Total $@5,733:89 Original CoMract Amouaf $ 1,767,492:29 Notes: 1.�Above hourly billing ratesare�approximate�antl will be based on tlie acival employees that perform�ihe:work�. Cont�act Amendment No,.9� $ 49,501:OQ 2 Vehicle mileage wtll;6e charged�at the IRS rate. ContraatAm�ndment No.2 $fi5,733�:89 3. Employee per diem�:will be capped at$176.00(Up lo$11D DO for lodging and$68;0�for meals+incidentals)��per 24-hour t�avei period. Tatal New Contract Amounf�$ 1,873,227;96 4 IL is assumed lhat�the above:hours will�tie shiFted between�Tasks and Phases to�meet actualpro�ed needs;To(al chargeszvill � ��� � � � 5 Rates wiil be adjusted up to 5%�one time per year�an.July�1. 6.MQnuments Original Cootract:Amount($147;389.25}-MonumenPs�New Contract�Amount($114,434.27)��=�$32,963:98�, Page 1 � i � } T NSMITTAL Fi�RM � � � � t����� �:�� ����� t� . � . TO CITY ATT�RNEY(225-4a54�&GITY CLERK(225-4439� Agreem+ents�Bonds�p Gontraets d Leases Q EscrQw Instr ctions Q Ueeds p Securiti�s{� Resolutions b Ordinances�0 . 12/�I24 . Brendan Carr �<�� Date. Fram, �� Dept. Name: PW-Engin�ering Dept. # 501l1601 Phone: 245-7159 �°�a,� � � Person most knowledgeable: Corri Vandiver Phone: 245-712(� INSURANGE ftEGtU/REMElVTS MET? When submifting contract for review; you must also�ubmit an lnsurance Transmitta!Form fQ Risk so insurance can be requesfed and approved in P/NS. lf nat, yorar contract wi1/be held in fhe Clerk's C7ffic�. For help confact Risk L.iability at�t���a� ca �frea�t�err ,car�or(530) 225-4385. D�SCRIBE A,TTACHED DtJCUMENT(Sl DocumentTitle: First Amendment to GPSC wl FHWA Fundinqlassistance Outside Party(ies): GHQ In�. �ro�ect/Purpose: Victc�r/Gypress Active Transpart�ti�n Proiect (VCAT� COtItV�IL APPI�OVRL REQUIt�fiD? No [�es�IF YES;DATE�F M�ETIIVG: Agenda Item#: Was contractJagreement the result of an RFP or Bid?No [�es Q Bid Schedule#or RFP#: `"'����. �'� _ � �� REQUEST FUR ATTORNEY SERVICES _ O ��c�r � +��i� � �°�ft-�i1 d��� �r��s rntz�t l��r��rie e� ��p��°eav�d�e�csr��b��ir��z���a��si�i�aat�ir�se Vl�h�n� �a�di���s�ntr�c��,�t��ch�cc�py of eari�iii�l e�z��r°�c°t�:r�d�11 pr°�c�r�rr���d�n����. l�c��cst e-rri�zl dr���xrrkerit� ithe��t pr��r appr°cs�r��, � R�tu1'n dt'�fts ta: (to finalize&t�btain outside signatures) � �t�c���� Si �� �f a��l� � ���i� ���`��c��m� ��°4 ��� dr�ft h�������r���c���siy z���i���d� apprc���d b����csz�z���; (�� ����,h�s�b���r��c3 c�a�t�i��si�c��t��r��. Pl����sc��ar�i��r��i�it���s. 1���p�p�r�1��a� -ric����pl�s-��cl ��f�:�`°�i�r��ea��"��k�� ca�i all s��r��t�r��s����, (Attarney appr��al mandatory- RMC§4.2'0.120.A) �Note: Signed originals will be forwarded ta City Cierk far necessary City signatures,insurance& ather requirement verification,and processing. � Mailing/distributian [nstructivns: _ _____ � Prepare Certificate of Acceptance{easement&grant deeds) ��`���"����,{� � � Memo trr additianal info is attached. ��� � � ��� � Other: ��� Save�forAttorne}�s�Notes. . ... . ... ......... ......... ..... .... ..... .. � .. . . City Attorney�og# �� " � �� �� Logged t7ut By; �"��� Rev.06/20 ...... ... ........ . .. . _ ..... i � � � ���� � � " :=. =-��� 777 Cypress Avenue, Redding, GA 960Q1 . �l '' PC7 BC�X 496071; Reclding, CA 96�49-6C771 P� ,.y L I I, ��" �it�eafr�dciir�g.c�r � ��,;, � �� � C}FFIGE CfF THE CITY CLERK SHARLENE TIPTON,C1TY GLERK� 530,225,4447 530:225.4463 FAX �eC�111�7�T' 17, 2��� �JHD IT1C. A��: ����1a11 �1g�eT', �.�, 330 Harti1e11 Avenue, Suite B Redding, CA 96002 RE: First Amendment—C-950� Dear Meghaiz Sigler: E1�closed please find the above referenced fully executed Fiz�st Amendllient to Consulting and Professio11a1 Services Contract by and between t�1e City of Redding and GHD Ii1c. for tl�e pur�ose af providing engiileerii�g and environmental services for the Victor and Cypress Avenues Active Trai�sportatic�n Pi•oject (VCAT). If yau have any c�uestioi7s regardit�g this agreei�lent, or if we can be of assi�tance; please cantact the Office of the City Cler�k at (530) 225-4439. Sincerely, � ,<' - ,,� � � T''�"�r���� Kristen McGee Management Analyst Enclosure cc: �tendan Carr Corri Vandiver Ellen Gral�nis FIR�T �NTENI�MENT TC� TI�[E �ONSULTII�IG AND PROFES��ONAL SERVICE CC�NT �T WITH lFHWA FUNDrNG/ASSISTA1�t+CE �ET'WlCEN THE CTTY �F R�DDIN��NI�+G�C�D IN�. {�-9509) Tl�is Fi�•st A�nendinel�t ("First A1r�et�dinent"j is made aild e�xtered i��to by a�1d �etween tlie City of Redding, a 1r�unicipal cor�oration, ("City") and GI�D Inc., {"Ct�nsultant"} {callectively the`<Pa�-ties" arzd individuall�a"party"). R ECITALS WHE AS, the Parties have previolzsly esztered irlto �oixsulting al�d Professiollal Seivice Contract an Qctober 13, 2Q22, fc�r the puzpose of Victo� and Cypress Avenues Active Transpol-tatit�n Pi�oject {VCAT} (C-9509�(cc�llectively�eferr•ed l�ez•ein as tl�e"Coz�tract"); a1�d WHE AS, the Parties desire to a��:�end tlle Coiltract to add taslcs to tlze Sco�e of VJork, and to increase tlle not to exceed amc�lXnt; NtJW, THEREFORE, tlle Parties for gooci and valuabie consideration, the receipt and stifficiency of w�licll is hereby acknowledged,hereby ag�:ee as follows; I, Subsection A of�ectiun 1 of'tihe Co�ltract is herel�y ai�nerlded arld re�laced i1�its entirety to read as fallows: Subsectic�n 1{A). Sul�ject to the te�-rns a�ld cc�nditions set fo�-tl� in tl�is Contt:act, Cc�nsultanl. shall provide to City the sei-vices descri�ed in Exhibit A, and Exlaibit A-1, attached and incorpolated herein. Collsultant shall �rovide the serviees at the ti�ne, place and in the t�laruzer specified iis Exl�ibit A,a��d Exl�ibit A-1. All Consultant personnel listed as inembe�s of the project teain in the attacl�ed e�ibits shall renlain on the pY�oject ti�nless prit�Y-approval for tl�te change izl�ersonnel 31as l�een gr-anted by City's Contract Administratt�r. All otller subsectians of Section 1 of the Contract sliali re�n�ii� uiichaliged and iil full force and effect. II. Subsection I of Section 2 of the Contract is liel•eb� alnended and rep�aced ili its entirety tc� read as follows: �ubsection 2{I}. Iz1 aecordance with Ex�libit B and E�ibit B-1, at�aclled and incc�rporated herein, the tatal arnount payable by City inchiding the fi�ed fee sl�all not exceed One Million Eight Hundre�i Seven Thc�usa�d Fo�i7 Hundt-ed Ninety-Three Dollars and 29/1'4t� ($1,807,493.29). All other subsections of Section 2 of the Contract shall re�nain unchanged and in full force and effect. III. The fo�egoinb Recital�, Exl�ibits A-1, and B-1 attached to this First Amendment are hereby � ineorporated by this reference and lnade part of the Contraet, ��LL ��"°a IV. Except as expressly set forth herein, all of t�e terms and conditions of the Cont�act sha11 remain � k in fiill farce and effect. � � First Aineudrnent to Contract(C-9509) Pa�e l V. The effective date c�f this First Ainendment shall be the date tliat it is signed hy the City. IN T1�ES� �VHER]EOF, City and Consiiltaizt lia�e executed tl�is Fii-st Ainendment on tlse days and year set fol-th below; �IT�'(�F REDDING A Municipal C�r�po�•atic�n I)atecl: �` , 2�24 y: I3� �PP ity 1Vlaz�ager P�TTE�T: APPR+QVETD AS TO Ft� , CHRISTIAI�T M, CURT'7S +City Attorney ,��w . r � � . � � � ��� ��� � ��-��� �� �`�' � ��,'� ������� �4 �b�r��1�� a .f�HA1�..EI�t� TIPTCIN, C.ity C'lcrk B CH � �1`�t1"1�9��� �i ttorney CONSULTANT GHD Inc. Dated: ,202A B;y: � �, Ta��n�v�.. � Fiist Ainendment to Contract(C-9509) Page 2 �/ic�or �nd �ypre�s v+�n�es cfii�� Trans�aa�atic�n �roje�t City o�Reddingj Contrac��menc�men� �i+�. 'i E�1�ibit A-'9 December 4, 202� �� +� � C' The Gity desires to add additional services to the folic�wing Tasks: Increase tc� Taslc 2 -E�vir�nment�l acum��tation; P�rmifitings and �oarclin�tian with C�I�r�n� Local �ssi�tan�e Amend Task 2:4 Cultural F2es�ur�es Report to include a new subtask 2.4.7: Task 2.4.� CU��UIC�I R��`s{)UI'GC.'S RG'�tYi't �AC'�t.�1'�101121I S@C`V1GE:5� This subtask shall address Caltrans's requests and incorpc�rate additi�nal information into the draft ASR and HPSR as follows: — Review C�ty, County, and other online parcel databases and prepare a summary table that incfudes Assessor Parcel Nurnbers (APNs),ownership contact informatian,and built environment histories (when avail�ble)of parcels in the approved Area af Po#ential Effect boundaries (April 2,2024).This infarrnation will be summarized in ihe Buiit Enviranment Mem�randum. Review the California Built Enuiranment Resources Direc#ory(BERD)to determine if there are existing str°uctures within the AP�deemed eligible or ineligible fc�r listing in the Natianal Registe�of Histaric Places (NRHP). !f patential resourcas are present, a fiefd survey will be conducted and recc�rd resources using DPR 5�3. — Address a request by CaPtrans to provide culturai studies and infarmation prepared for this project to the Shasta Caunty Historical Society. Confidentiality issues associated with these studies wilf require a heightened co�rdination process to ensure that the transfer of any potentially sensitive inforrnafion to a private c�r quasi-gt�vernm�ntal t�rganizatiion is done in accordance with Caltrans's confidenti�lity abligations: — Upc�n executian af this arnendrnent, one additi�nal raund of comments by the City will be acidressed, and ane addition�l round af camments from�aPtrans on the revised ASk�and NPSR,and the Built Environment N9emarendum, if necessary. Far efficiency, Gaftrans's comrnents must be submitted as one comprehensive batch: Task 2.4 Deliverables — Revised draft ASI�, HPSR,and Built Environment Memorandum (PDF Gapy) — Final ASR, HPSR,and Built Environment Memorandum(PDF Gopy) Amend Task 2 and�dd new Task 2:�3. 7ask 2.13 Prep�re Initi�l Site Assessmen� An Initial Site Assessment(1SA)will be�repared for the project site(as shown on the approved Area of Potential Effects figure[April 4,2024]j taking into accaunt the type afwark to be perFormed und�r this task; whic}�wil!include the fallowing ac#ivities. — C7btein and review all readily availabfe data, including previous studies,Caltrans Bridge Inspec#ion Reparts, F2esource Conservetian and Recovery Act(RGRA}facifity inspectians and plans, site The Pcsw�r of Commitment 12571683 � Exhibit A-1 1 investigation reports; groundwater monitoring reparts, and Federal and State recard reviews within 1 mile af the project site provided by the Project Team,City,and other sources,This work is tca document that no previously identified hazardous wastes were recorded as present at the project site. — A field reconnaissance will be cc�nducted ta assess the existing conditions at the project site to observe any hazardous wastes that may be visible at the surface of the projeet study area. Nate: Collectian of s�mples and laboratory testing is not included in this scope of wt�rk.An ISA will be prepared following the latest Caltrans guidelines and surnrnarize the resuits of the findings and further studies in a technica(report:The comments received from the City will be incarporated intc�the draft report and prepare the revised�raft raport far submittal to Caltrans. If necessary;a final ISA addressing any corrrments provided by Galtrans will be pcepared.The repart will comply with current Caltrans Standard Environmental Reference requirements, Task 2.13 Lteliverables — C7�aft ISA{PbF'Gopy} — Revised draft 15A{PDF Gopy} — Final ISA{PDF CopY) Amend Task 2 and add new Task 2.14. T�sk�.14 Prepare Visual Impact As�essment Memorandum Report A Memorandum VisuaC Impact Assessmen#(UTA)F2eport will be prepared ta qualitatively assess the potenti�i visual ehanges in the approvad area of potential effect(APE)(April 2, 2024)that cauld result from project implementatinn.7his study will fcallow guidance outlined in the Visuaf Impact Assessment Handbook —FinaJ{Caltrans 2023)with respect to�reparation of a Memarandurn VIA Repart. A memorandum level af VIA reporking requirement was deterrnined by Caltrans using the Vl�questionnaire appended#�the signed Preliminary Enviranmental Sfudy(Aprill5,2t722). A reconnaissance-level field survey u+ill be canducted to take photographs, assess landscape character and quality, and identify visual sensitivity based on likely viewers at representative viewpoints. Visual changes will be ev�luated in th�rnernorandum based on compatibility and contrast of the proposed project with the existing enviranrnent. Any carnrn�nts frorn the�ity will be inc4rporated into a revised reporF for subrnittal ta Caitrans District 2. ff necessary, camments provided by-Caltrans Qistrict 2 will be incorporated inta a final repart and a final Memorandum VIA report wilC be submitted.A�andscape Architect will aversee preparation of the repork. Excluded fram this S�W are visual simulations. 7�sk 2.�14 C��Iiv�r�bles — Draft Memorandum VIR i�eport(PDF Copy) — Reuised dcaft Memorandum V!A Report{PDF Gopy} — Fin�l Memorandum VIA Report((�DF Copyj I�crease ta 1'ask 4. r �t� �ollectivn �nd Field Sur�rey Amend an�1 Repiace�fask 4.8 Pcathaling with the following: T�sk�.8 Pt�thc�ling The original s�ope ir�cluded an allawance for potholing (subsurface investigations)in the event it was required. Upc�n further investigation, significanfly more pothole locations are required than ariginally anticipated. Pathc�ling will be perFormed by Bear Mountain Construction for a total of 22 locatians along Victor Avenue. 12571663 � Exhibit A-1 2 Task 4.8 Deliverables — Potholing Exhibit — P€atholing 12571869 � ExhibitA-1 3 o� ..a�i w. am� a� .m m m -t a-f -� .. . C� v b q ^ " m �y.rn i.n u.0 � � e.0 a�N d ' 2 ' o. 0 o w�,. , u iu .. u F� ��� �x x � � �. N mmoam>v <a <kv«�«c�'�o<b�«a <.�v <2 �m �v� °� o � �p A �<��' � 'm�`n a �..'�'s '$.:.�9`8 "3° `d' ��`�3 � 5 ��� �S.A n' "'�° ' a 3 � � �m� m<u,�.vv� n�:ha' n o" � '�ci � n.o n 'n � 3 r� a'��� g. ° ? a ' � P 3 p�: ad � ���°� �.00F �s �aaF �E, ��� ?. p ''c o m�m�. �°H ���. �.� � . 3�� 3�3�� °6,�. *��� u �. y'" N�.��2 '" n'' � � �-1 >2 D�pD .o.,D.�. b G'D nb w.D = Y� � b d� > ' � ^ �S.:P O ry&o��n.cJ. _ �1° ?..f° _ y p �" 3� � � o m @ F Q:� '�ro � �Na @ n N ^ � � ry.q ���. � ° � ro s S'i � m �i� O '+•' b� N O �:» � •�ti e ' m n ��. � y =� .� .. 3 a 3 v�� -,. �.❑ § �x a��. a�� a ro .3 '�n 3 �� � m �.c" 61� �mNm � '�3 ,`��� A .. m ^ .�.a b.N. � m'� 2 �p �m = b Y = S' � - � = o �n -� .. N � � ~� � � � -. o ^ ? N Y} .�. .. � . � a �� �� $ n'_'. � m - y 3 w >� U7 �3� �d =. .�a�� � 3 - ,� �9 �� ,�m o � s ;� , n � � g � � ,T'+ar< � ,Z 'Yi a 3 9 �, �9 7 (i7 � � °�^ a.7[1 � . � -. o� .:� �c. a 3 "�N �� ..� _ � x s� � a� m v � � ce v�� x a" ��n CJ� �7 �"' AMhtn a�.�a. � � ��-i � n = �'��M o c r"0 x 3�W � o�� 2�2 0' ..�� - y ���O �+ �� - � ..IT1 0�, q). � s � c. �� m <�^e_` t71 o � �y.��� ''. ' � -I m e �, o � � v � � � � a ; �; �� t'n m ° _ .a � °;a c-r o� � -1 � m 3� �$ �� „��,,:� (j5�. o + b t!? a � ^ � T� y m � � � � � .�1 � � � �{" z £ '��tt,, �� '�^�, w.. ��{'��: <4 � ,7 �t� �. y ��� �.;1y �. ` a, � 2 � � ���a����#�e���� � � � �"� "��,ti�t�'�� �i1 � a > � ���� � �� � �a�,�� ti �t � � � �. ���3�,�� �� i*,*.�. �����.. '�� O �" �� t f� � t �1 � r � �� �. { � ti��` .. i.2`�� `� it) S� f:i ���� J����' � ��"t ,._ �, �.�i 1�{ �j L�i�4`t� �` � ��° �. :ti �. ��4`��s} ?,`� yrT+ � �t � X 4,t� �i ��� f\ '� ��1��i� � 3 ��a ti���?����ti���� ��tt��;����, �, ^ �� �,, �� k �� ,� ��st �az,;' �z � s�i� ��3� ���� �� � ' � � ti � _ � �; � � � � � � °�'O � � � � z"- � ��_ s7e � �'� o � °oa N « 6 n 4= .�a.u b � N u � V � This fee is to reflect the First Arnendment ta the Scope of Work Exhiblt B-1 City of Redding 1{�-H1 ���e;12/a412��4 Cost Proposal GWII Project No.12571663 Gontract No: C-9509 Date Decernber 4,2024 Cansultant GHD Inc, I71"REGT LABQR #nitial Hourly Classification Name Range j$) Hours Rate{$) Total Principal Wenham $75:00 Q @ 75.00 $ - Praject Manager Sigler $52.88 0 @ 52,88 $ t�AIQC Tenney $56:00 0 @ 56.l�0 $ - RE/Constr Mngr Bline $75.00 p @ 75.Q� $ - Caltrens Liaison Van Parys $75.00 0 @ 7b.40 $ - Sr Traffic Ops Vedula $75.00 0 @ 75A0 � - SrRaundabout Design Kehrer $66.63 p �,a7 66:63 $ - Senior ATPlCivil Design Otto $64.18 0 @ 64.18 $ - Surveyor Various $70:00 0 @ 70:00 $ - Senior Eng I Teehnical Staff Variaus $69.00 0 @ 69.00 $ - Project Eng ldesign Support Varinus $55.00 Q @ 55.00 $ - Staff Eng j Technicians Variaus $45.00 0 45,Q0 $' - PW Surveyar Various $72:63 0 @ 72:63 � - Admin/Tech Apprentice Various $39:(70 0 @ 39.00 $ - Subtotal Hours- 0 Subtotal Direct Labor Gosts $ Anticipated Salary Inereases(see attached caiculationj $Q:QO Tot�l Direct;Labor Costs $ Indirect Rate Rate Total {Fringe 8enefits+Overhead+G&A) 182.&�°lo $ - Total Indirect Costs $ - FEE F2ate Total 10:00% $ - Total Fee $ - O7HER COS7S Potholing $ 14;OOQ.00 Pastage and Courier $ - Reproductian $ - Survey Equipment Rate(Totai Station or GPS) $ - Vehicie Mileage $ - Employee Per diem $ - Total Other Gosts $ 14,Q00.40 Total�4�L7 9rse.Costs � 14,Q00:00 Total�to&a�e�nscritant Costs $ 85,5Q1.00 Totai F°rr��ec#Casfs $ 99,501.00 NQTE; Rates will be adjusted up to 5°/n ane time per year on July 1. GHD Page 2 2024 11-05 Gontract Amd 1 Fee 1a-H Format:xlsx IP TRANSMITTAL FORM � � �t)C°C3�1 S R FTf�2�°�3��f?hft�7'�- �r � TQ CITYATTORNEY(225-4050�&CITY CLERK�225-4439� Agreements¢Bonds p Contracts p Leases p Escrow Instructions p Deeds p Securities Q Resolutions p Ordinances p Opinions Date: 10/06/22 From: Stephanie McCollum � � En ineerin � �' �� �F`� � Dept. Name: g� 9 Dept. # 501 Phone: 225-4511 k,,�.�3 Person most knowledgeable: Corri Vandiver Phone: g � � � ���� � ; � � ����� INSURANGE REQU/REMENTS MET?Prior to signatures, must submit lnsurance Transmitta!Form to R�sk, have certificate uploaded by vendor and approved by Risk. lf not, your contracts wil!be held in the C/erk's Office. For help contact Risk Liabitity-�adahl cif�ca�r�d�`irs�a c�r�a(530)225-4385. DESCRIBE ATTACHED DOCUMENT(Sl Document Title: FHWA Consuiting and Professional Services Contract Outside Party(ies): GHD Inc Project(WhatJWhere/Why?): ��neering and Environmental Services for the Victor and Cypress Avenues Active Transportation Project(VCAT) COUNCIL APPROVAL REQUIRED? No❑Yes� IF YES,DATE OF MEETING: 9�20/22 Agenda Item#: Was eontract/agreement the result of an RFP or Bid?No Yes Q Bid Schedule#or RFP#: IS��N`T �'T REL�T��°T(�°TI3��I��F'IR�? No�Y�� REQUEST FOR ATTORNEY SERVICES � �ttc�t�r�„�����,a.�,L�,r.,�gt��11 dac��rt�r�ts rmust be reviewed�Z �pprov�d b�fcar„�,obtainit���a�y si�n�tur��. VVh�r�am�ndir��contracts,�ttach a copy of crri�tnal co�itrac��r�d�11 priar�rr��r�d��nts, t�c�rtot e-rr7a�1 d�rci�rr��nts w'rthc�czt pr��r�pprcaval. ❑ RetUi"ri di'afts to: (to finalize&obtain outside signatures) � � � � _ �� : (i� �r°������s����r��a�pe�gz��z���r x°ev�ew�d � ��s��rtc��;����y���c��Q€���P �2� ����.��� ��S���r�g� ���s���si����t����, ��-'l��s�s�.�br���i�t�vr� ��� cs�z������,s, �s� p���r��:�i�s-�t�s�����s _.. aa�c���.���°`Si�� ����°�"t�bs es�t����i�r�a�aas°����es, (Attorney approval now mandatary-RMG§4.20.120.A� �`Note: Signed originals wili be forwarded to City Clerk for necessary City signatures,insuranc other requirement verification, and processing. ❑ Mailing/distribution Instructions � Prepare Certificate of Acceptance (easement&grant deeds) ❑ Memo or additional info is attached. � Other: Save for Attorney's Notes � �. z4 ���` ��� � �^"� o-'�G "� "*�"�s ��� ` � �� City Attorney Log# ,� ����� ��� � �°°- „°.-� � Logged Out By; � � ���� Rev.8/18 I 1� Y ��- C�T�( F f l� , ' '% 777 Cypress Avenue, Redding, CA 96001 - r� : ��-. � PO BOX 496071, Redding, CA 96049-6071 � � L I F-� O -R f�1- 1'=��r� c�ty�fredcfir►g.or� t. , , � �,� PAMELA MIZE,CITY CLERK SHARLENE TIPTON,ASSISTANT CITY CLERK 530.225.4447 530.225.4463 FAX October 14, 2022 GHD Attn: Meghan Sigler, P.E. 330 Hartnell Avanue, Suite B Redding, CA 96002 RE: Consulting and Professional Services Contract—C-9509 Dear Meghan Sigler, P.E., Enclosed please find the fully executed original of the above referenced Consulting and Professional Services Contract by and between the City of Redding and GHD regarding engineering and environmental services for the Victor and Cypress Avenues Active Transportation Project (VCAT). If you have any questions regarding this agreement, or if we can be of assistance, please contact the Office of the City Clerk at (530) 225-4044. Sincerely, �� � 5 �. t � =3- �µ ' � �_ __ ., u. ....,� � � �-� �-,�v,� / �.' .' ` ` "` � _t � f i '- �- "'�-... � �Amber DalPoggetto Executive Assistant Enclosure cc: Stephanie McCollum Corri Vandiver Becky Kraft CONSULTING AND PROFESSIONAL SERVICES CONTRA.CT WITH FHWA FUNDING/ASSISTANCE THIS CONTRACT is made at Reddulg, California,by and between the City of Redding("City"), a znunicipal corporation, and GHD ("Consultant") for the purpose of Engineering and � Environmental Services for the Victor and Cypress Avenues Active Transportation Project (VCAT). WHEREAS, a source of funding for payment for professional services provided under this Agreement is federal funds from the United States Department of Transportation. WHEREAS, Consultant desires to perform and assume responsibility for the provision of certain professional services required by City on the terms and conditions set forth in this Contract. NOW, THEREFORE, the Parties covenant and agree, for good consideration 1lereby acknowledged, as follows: SECTI4N 1. CONSULTANT SERVICES A. Subject to the terms and conditions set forth in this Contract, Consultant shall provide to City the services described in Exhibit A, attached and incozporated herein. Consultant shall provide the services at the time, place and in the manner specified in EXhibit A. All Consultant personnel listed as members of the project teain in the attached exhibits shall remain on project unless prior approval for the change in personnel has been granted by City's Contract Adininistrator. • B. Consultant shall submit progress reports at least once a month. Each progress report should be sufficiently detailed for the Contract Administrator, as noted in Section 10.A,to: 1)determine if Consultant is performing to expectations and is on schedule; 2) provide eommunication of interim fndings, and 3) suf�ciently address any difficult'res or special problems encountered. C. Consultant's Project Manager, as noted in Section 10.B., shall meet with City's Contract Administrator as needed to discuss progress on the scope of work. D. Nothing contained in this Contract or otherwise shall create any contractual relation between City and any subconsultant, and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to City for the acts and omissions of its subconsultants and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly ernployed by the Consultant. Consultant's obligation to pay its subconsultants iS an independent obligation from the City's obligation to make payments to Consultant. E. Consultant shall perform the work contemplated with resources available within its t� own organization and no portion of the work pertinent to this contract shall be �, �� �� Consultin�and Professio�at Secvices Contract/FHWA wFederalTu�dingAssis pa.ge 1 � ����.���.� ����.��� ������� subcontracted without written authorization by City's Contract Administrator,except that, which is expressly identified in the approved Cost Proposal. F. Consultant shall pay its subconsultants within seven (7) calendar days from receipt of each payment made to Consultant by City, in accordance with the provision in Section 7108.5 of the California Business and Professions Code. Concerning prompt payment to contractors. The 7-day rule is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30-days may take place only for good cause and with the agency's prior writ�en approval. Any violation of Section 7108.5 shall subject the violating consultant or subconsultant to the penalties, sanctions, and other remedies of that Section. This requirement shall not be construed to limit or impair any contractual, administra�ive, or judicial remedies, othenvise available to the consultant or subconsultants in the event of a dispute involving late payment or nonpayment by the consultant, deficient subconsultant perforrnance, andlor noncompliance by a subconsultant. This clause applies to both DBE and non- DBE subconsultant. G. Any subcontract in excess of$25,000 entered into as a result of this contract shall contain a�l the provisions stipulated in this contract to be applicable to subconsultants. H. Any substitution of subconsultants must be approved in writing by City's Contract Administrator prior to the start of work by the subconsultant. L Consultant and any subconsultant shall permit City, the State of California, and the Federal Highway Administration ("FHWA"), if�federal participating funds are used in this Contract,to review and inspect the project activities and files at all reasonable times during the performance period of this Contract including review and inspection on a daily basis. SECTION 2. COMPENSATION AND REIMBURSEMENT OF COSTS A. The method of payment for this contract will be based on actual cost plus a fixed fee. City will reimburse Consultant for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by Consultant in perfonnance of the work. Consultant will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental,overhead, and other estimated costs set forth in the approved Consultant's Cost Proposal,unless additional reimbursement is provided for by contract amendment.In no event, will Consultant be reimbursed for overhead costs at a rate that exceeds City's approved overhead rate set forth in the Cost Proposal. In the event, that City determines that a change to the work from that specified in the Cost Proposal and contract is required, the contract time or actual costs reimbursable by City shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified u1 Paragraph "I" shall no� be exceeded, unless authorized by contract amendment. B. In addition to the allowable incurred costs City will pay the Consultant a fixed fee of One Hundred Four Thousand One Hundred Thirty and 14/100 Dollars($104,130.14). Coos�lYfng and Professionat Services Contcact/FHWA wFederaiFundingAssis P'clg(;G The fixed fee is nonadjustable for the term of the contract, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the appz•oved Cost Proposal. D. When inilestone cost estimates are included in the approved Cost Proposal, Consultant shall obtain prior written approval for a revised milestone cost estimate froin the Contract Administrator before exceeding such cost estimate. E. Progress payments will be made inonthly in arrears based on services provided and allowable incurred costs.A pro rate portion of Consultant's fixed fee will be included in the monthly progress payments. If Consultant fails to submit the required deliverable itelns according to the schedule set for in the Statement of Work, City shall have the right to delay payment or terminate this Contract in accordance with the provisions of Section 3 "Term and Tennination°. F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this contract. G. No retainage will be held by City from progress payments due Consultant. Any retainage held by Consultant or subconsultants from progress paylnents due subconsultants shall be promptly paid in full to subconsultants within thirty (30) calendar days after the subconsultant's work is satisfactorily completed. Federal law (49 CFR26.29) requires that any delay or postponeinent of payinent over the thirty (30) days may take place only for good cause and with City's prior written approval. Any violation of this provision shall subject the violating Consultant or subconsultant to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otlserwise available to the Consultant or subconsultant in the event of a dispute involving late payment or nonpayment by Consultant, deficient subconsultant performance, or noncompliance by a subconsultant. H. Consultant will be reimbursed as proinptly as fiscal procedures will perinit upon receipt by City's Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due City including any equipment purchased under the provisions of Section 4 "Equipment Purchase" of this contract. The final invoice should be submitted within 60 calendar days after completion of consultant's work. Invoices shall be mailed to City's Contract Administrator at the following address: Consulting and Professional Secvices Contract/FHWA wFedecalFundin�Assis p3ge 3 City of Redding Corri Vandiver, Senior Civil Engineer 777 Cypress Avenue Redding, CA 96001 L In accordance with Exhibit B, attached and incorporated herein, the total amount payable by City including tlle fixed fee shall not exceed One Million Seven Hundred Seven Thousand Nine�-Iundred Ninety-Two 29/00 Dollars ($1,707,99229). J. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by City's Contract Administrator. For personnel subject to prevailing wage rates, as described in the California Labor � Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. K. Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR,Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual itexns. L. Consultant also agrees to comply with federal procedures in accordance with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative � Agreements to State and Local Governments. M. Any costs for which payment has been made to Consultant that are determined by subsequent audit to be unallowable under 49 CFR Part 18 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to City. N. All subcontracts in excess of$25,000 shall contain the above provisions. SECTION 3. TERM AND TERMINATION A. This contract shall go into effect on September 21, 2022, contingent upon approval by City, and Consultant shall commence work after notification to proceed by City's Contract Administrator. The contract shall end on December 31, 2026, unless extended by contract amendment. B. Consultant is advised that any recominendation for contract award is not binding on City until the contract is fully executed and approved by City. C. City reserves the right to terminate this contract upon thirty(30)calendar days written notice to Consultant with the reasons for termination stated in the notice. D. City may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at�he time and in the manner herein provided. In the event of such termination, City inay proceed with the work in any manner deeined Consultin�and Pmfess[onai Seroices ContracY/FHWA wFedeca7FundingAssis p"clge 4 proper by City. If City tenninates this eontract with Consultant, City shall pay Consultant the sum due to consultant under this contract prior to termination, unless the cost of completion to City exceeds the funds reinaining in the contract. In which case the overage shall be deducted from any sun� due consultiant under this contract and the balance, if any, shall be paid to Consultant upon demand. E. The maXimum amount for which the City shall be liable if this contract is terminated is One Million Seven Hundred Seven Thousand Nine Hundred Ninety-Two 29/00 Dollars ($1,707,992.29). F. It is mutually understood between the Parties that this Contract znay have been written before ascertaining the availability of funds or appropriation of funds, or for the mutual benefit of both Pal-�ies, or in order to avoid program and fiscal delays that would occur if the Contract were executed after tl�at determination was made. This Contract is valid and enforceable only i�sufficient funds are made available to the City for the purpose of this Contract. In addition, this Contract is subject to any additional restrictions, limitations, conditions, or any statute, ordinance or regulation enacted by the Congress, State Legislatures, or City Council that may affect the provisions, terms, or funding of this Contract in any lnanner. Consistent with Article 16, Section 18, of the California Constitution, it is mutually agreed that if suff'icient funds are not appropriated, this Contract shall be amended to reflect any reduction in funds. City may likewise void the Contract under Section 3.C. G. In the event that City gives notice of termination, Consultant shall promptly provide to City any and all finished and unfinished reports, data, studies,photographs, charts or other work product prepared by Consultant pursuant to this Contract. H. I�i the event that City terminates the Contract, City shall pay Consultant the reasonable value of services rendered by Consultant pursuant to this Contract; provided, however, that City shall not in any manner be liable for lost pro�ts which might have been made by Consultant had Consultant coinpleted the services required by this Contract. Consultant shall, not 1a�er than ten (10) calendar days after termination of this Contract by City, furnish to City such financial information as in the judgment of the City's Contract Administrator is necessary to determine the reasonable value of the services rendered by Consultant. I. In no event shall the terinination or expiration of this Contract be construed as a waiver of any right to seek remedies in law, equity or otherwise for a Party's failure to perform each obligation required by this Contract. SECTION 4. EQUIPMENT PURCHASE A. Prior authorization in writing by City's Contract .Administrator shall be required before Consultant enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or Consultant services. Consultant sha11 provide an evaluation of the necessity or desirability of incurring such costs. Consuttin�and ProFessionat Services ComcacY/FHWA wFederalFundingAssis pa,ge 5 B. For purchase of any item, service or consulting work not covered in Consultant's Cost Proposal and exceeding$5,000,prior authorization by City's Contract Administrator is required. Three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified and accepted by City's Contract Administrator. C. Pursuant to 49 CFR, Part 18 and for any equipment purchased as a result of this Contract, Consultant shall maintain an inventory of all non-expendable property. Non-expendable property is defined as having a useful life of at least two years and an acquisition cost of$5,000 or more. If the purchased equipment needs replacement and is sold or traded in, City shall reeeive a proper refund or credit at the conclusion of the Contract, or if the Contract is terminated, Consultant may either keep the equip7nent and credit City in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with City's established purchasing procedures and credit City in an amount equal to the sales price. If Consultant elects to keep the equipment, fair market value shall be determined at Consultant's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to City aild Consultant. The terms and conditions of such sale must be approved in advance by City. D. All�ubcontracts in eXcess $25,000 shall contain the above provisions. SECTION 5. INSURANCE A. Unless modified in writing by City's Risk Manager, Consultant shall maintail� the following noted insurance during the duration of the Contract: Covera�e Required Not Required Commercial General Liability X Comprehensive Vehicle Liability X Workers' Compensation and Employers' Liability X Professional Liabilitiy(Errors and Omissions) X (Place an "x" in the appropriate box) B. Coverage shall be at least as broad as: l. Insurance Services Office form number CG-0001, Commercial General Liability Insurance, in an amount not less than$1,000,000 per occurrence and � $2,000,000_general aggregate for bodily injury,personal injury and property damage; 2. Insurance Services Office fonn number CA-0001 (Ed. 1/87), Comprehensive Automobile Liability Insurance, which provides for total limits of not less Consultin�and Pmfessionat Services Contract/FHWA wFederalF�ndinoAssis P�.ge V than $1,000,000 combined single limits per accident applicable to all owned, non-owned and hired vehicles; 3. Statutory Workers' Compensation required by the Labor Code of the State of California and Employers' Liability Insurance in an alnount not less than $1,000,000 per occurrence. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers; 4. Professional Liability (Errors and Olnissions) Insurance, appropriate to Consultant's profession, against loss due to error or omission or malpractice in an amount not less than $1,000,000. 5. The City does not accept insurance certificates or endorsements with the wording "but only in the event of a named insured's sole negligence" or any other verbiage limiting the insured's insurance responsibility. C. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of the City, either:the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its elected officials, officers, employees, agents and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigat'rons, claims adrn'rnistration and defense expenses. D. The General Liability shall contain or be endorsed to contain the following provisions: 1. City, its elected officials, officers, employees, and agents are to be covered as additional insured as respects liability arising out of work or operations performed by or on behalf of Consultant; premises owned, leased or used by Consultant; or automobiles owned, leased, hired or borrowed by Consultant. The coverage shall contain no speeial lilnitations on the scope of protection afforded to City, its elected officials, officers, ernployees, agents and volunteers. 2. The insurance coverage of Consultant shall be primary insurance as respects City, its elected officials, officers, einployees, agents and volunteers. Any insurance or self-insurance maintained by City, its elected o�cials, officers, employees,agents and volunteers,shall be in excess of Consultant's insurance and shall not contribute with it. 3. Coverage shall state that the insurance of Consultant shall apply separately to each insured against whoin claim is inade or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be canceled except after thirty (30) calendar days' prior written notice has been given to City. In addition, Consultant agrees that it Consuttin�and Professional Services Cont�act/FHWA wFederalFundingAssis pa.g8 7 shall not reduce its coverage or limits on any such policy except after thirty (30) calendar days' prior written notice has been given to City. E. Insurance is to be placed with insurers with a current A.M.Best's rating of no less than A-VII. F. Consultant shall designate the City of Redding as a Certificate Holder of the insurance. Consultant shall furnish City with certificates of insurance and original endorsements effecting the coverages required by this clause. Certificates and endorseinents shall be furnished to: Risk Management Departrnent, City of Redding, 777 Cypress Avenue, Redding, CA 96001. The certificates and endorseinents for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City's Risk Manager prior to the commencement of contracted services. City may withhold payments to Consultant if adequate certificates of insurance and endorsements required have not been provided, or not been provided in a timely manner. G. The requirements as to the types and limits of insurance coverage to be maintained by Consultant as required by Section 5 of this Contract, and any approval of said insurance by City, are not intended to and will not in any manner li�nit or qualify the liabilities and obligations otherwise assumed by Consultant pursuant to this Contract, including, without liinitation,provisions concerning indeinnification. H. If any policy of insurance required by this Section is a"claims Inade"policy,pursuant to Code of Civi1 Procedure � 342 and Government Code � 945.6, Consultant shall keep said insurance in effect for a period of eighteen(18)months after the termination of this Contract. I. If any damage, including death, personal injury or property damage, occurs in connection with the perforinance of this Contract, Consultant shall immed'rately notify City's Risk Manager by telephone at (530) 225-4068. No later than three (3) calendar days after the event, Consultant shall submit a written report to City's Risk Manager containing the following 'rnformation, as applicable: 1)name and address of injured or deceased person(s);2)name and address of witnesses; 3)name and address of Consultant's insurance company; and 4) a detailed description of the damage and whether any City property was involved. SECTION 6. INDEMNIFICATION AND HOLD HARMLESS A. Consistent with California Civil Code § 2782.8, when the services to be provided under this Contract are design professional services to be performed by a design professional, as that term is defined under Section 2782.8, Consultant sha11, to the fullest extent permitted by law, indemnify protect, defend and hold harmless, City, its elected officials,officers,elnployees, and agents, and each and every one of thern, from and against all actions, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or 1ega1 counse] retained by City, eXpert fees, litigation costs, and Consuirin�and Professlonal Services Coatract/F'HWA wFederalFnndingAssis 1 a.ge (� � investigation costs) of every type and description to which any or all of thein may be subjected by ieason of, or resulting from, directly or indirectly, the negligence, recklessness, or willful znisconduct of Consultant, its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or inisconduct of the City. B. Other than in the perforinance of professional services by a design professional, which is addressed solely by subd.ivision (A) of this Section, and to the fullest extent permitted by law, Consultant shall indeinnify protect,defend and hold har.mless,City, its elected officials, officers, employees, and agents, and each and every one of them, from and against all actions, damages, costs, liability, claims, losses, penalties and expenses (including, but not limited to, reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs, and investigation costs) of every type and description to which any or all of'theln may be � subjected by reason of the performance of the services required under this Contract by Consultant its officers, employees or agents in the performance of professional services under this Contract, except when liability arises due to the sole negligence, active negligence or misconduct of the City. C. The Consultant's obligation to defend, indemnify and hold harmless shall not be excused because of the Consultant's inability to evaluate liability. The Consultant shall respond within thirty (30) calendar days to the tender of any claim for defense and indeinnity by the City, unless this time has been extended in writing by the City. If the Consultant fails to accept or reject a tender of defense and indemnity in writing delivered to City wzthin thirty (30) calendar days, in addition to any other remedy authorized by law, the City znay withhold such funds the City reasonably considers necessary for its defense and indemnity unril disposition has been made of the claim or until the Consultant accepts or rejects the tender of def�nse in writing deiivered to the City,whichever occurs first. This subdivision shall not be construed to excuse the prompt and continued performance of the duties required of Consultant herein. D. The obligation to indemnify, protect, defend, and hold harmless set forth in this Section applies to all claizns and liability regardless of whether any insurance policies are applicable. The policy limits of said insurance policies do not act as a limitation upon the amount of indemnification to be provided by Contractor. E. City shall have the right to approve or disapprove the legal counsel retained by � Consultant pursuant to this Section to represent City's interests. City shall be reimbursed for all costs and attorney's fees incurred by City in enforcing the obligations set forth in this Section. SECTION 7. MISCELLANEOUS TERMS AND CONDITIONS A. This Contract shall be deemed to have been entered into in Redding, California. All questions regarding the validity, interpretation or perfonnance of any of its tertns or of any rights or obligations of the parties to this Contract shall be governed by California law. If any claim, at law or otherwise, is made by either party to this Consutting and Professional Services Contract/YI-IWA wPederalFundin�Assis P$ge 9 Contract, the prevailing party shall be entitled to its costs and reasonable attorneys' fees. B. This document, including all exllibits, contains the entire agreement between the parties and supersedes whatever oral or written understanding each may have had prior to the execution of this Contract. This Contract shall not be altered, alnended or modified except by a writing signed by City and Consultant.No verbal agreement or conversation with any of�cial, officer, agent or employee of City, either before, during or after the execution of this Contract, shall affect or modify any of the terms or conditions contained in this Contract, nor shall any such verbal agreement or conversation entitle Consultant to any additional payment whatsoever under the terms of this Contract. C. No covenant or condition to be performed by Consultant under this Contract can be waived except by the written consent of City. Forbearance or indulgence by City in any regard whatsoever sha11 not constitute a waiver of the covenant or condition in question. Until performance by Consultant of said covenant or condition is complete, City shall be entitled to invoke any remedy available to City under this Contract or by law or in equity despite said forbearance or indulgence. D. If any portion of this Contract or the application thereof to any person or circumstance shall be invalid or unenforceable to any extent, the remainder of this Contract shall not be affected thereby and shall be enforced to the greatest extent permitted by law. E. The headings in this Contract are inserted for convenience only and shall not constitute a part hereof. A waiver of any party of any provision or a breach of this Contract must be provided in writing, and shall not be construed as a waiver of any other provision or any succeeding breach of the same or any other provisions herein. F. Each Party hereto declares and represents that in enteiing into this Contract, it has relied and is relying solely upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto. Each Party further declares and represents that this Contract is made without reliance upon any statement or representation not contained herein of any other Party or any representative, agent or attorney of the other Party. The Parties agree that they are aware that they have the right to be advised by counsel with respect to the negotiations, terms, and conditions of this Contract and that the decision of whether or not to seek the advice of counsel with respect to this Contract is a decision which is the sole responsibility of each of the Parties. Accordingly, no party shall be deemed to have been the drafter hereof, and the principle of law set forth in Civil Code � 1654 that contracts are construed against the drafter shall not apply. G. Each of the Parties hereto hereby irrevocably waives any and all right to trial by jury in any action, proceeding, claiin or counterclaiin, whether in contract or tort, at law or in equity, arising out of or in any way related to this Agreement or the transactions contemplated hereby. Each Party further waives any right to consolidate any action in which a jury trial has been waived with any other action in which a jury trial cannot be or has not been waived. ConsnitingandProfessionalSecvicesContracUFl-ZWAwFederatFundin�Assis Pa.ge l� H. In the event of a conflict between the terin and conditions of the body of this Contract and those of any exhibit or attachment hereto, the terms and conditions set forth in the body of this Contract shall prevail. In the event of a conflict between the terins and conditions of any two or inore exhibits or attachments hereto, those prepared by City shall prevail over those prepared by Consultant. I. Pursuant to the City's business license ordinanee, Consultant shall obtain a City business license prior to commei�cing work. J. Consultant represents and warrants to City that .it has all licenses, permits, qualifications and approvals of any nature whatsoever that are legally required for Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Contract any licenses, permits and approvals that are legally required for Consultant to practice its profession. K. Consultant shall, during the entire terin of this Contract, be construed to be an independent contractor and nothing in this Contract is intended, nor shall it be construed, to create an einployer/employee relationship, association, joint venture relationship,trust or partnership or to allow City to exercise discretion or control over the professional manner in which Consultant performs under this Contract. Any and all taxes imposed on Consultant's income, imposed or assessed by reason of this Contract or its performance, including but not limited to sales or use taxes, shall be paid by Consultant.Consultant sha11 be responsible for any taxes or penalties assessed by reason of any claims that Consultant is an employee of City, Consultant shall not be eligible for coverage under City's workers' compensation insurance plan,benefits under the Public Employee Retirement System or be eligible for any other City bene�t. L. No provision of this Contract is intended to,or shall be for the bene�t of,or construed to create rights in, or grant reinedies to, any person or entity not a party hereto. M. No portion of the work or services to be performed under this Contract shall be assigned, transferred, conveyed or subcontracted without the prior written approval of City. Consultant may use the services of independent contractors and subcontractors to perform a portion of its obligations under this Contract with the prior written approval of City. Independent contractors and subcontractors shall be provided with a copy of this Contract and Consultant shall have an affirmative duty to assure that said independent contractors and subcontractors comply with the same and agree to be bound by its terms. Consultant shall be the responsible party with respect to all actions of its independent contractors and subcontractors, and sha11 obtain such insurance and indemnity provisions froin its contractors and subcontractors as City's Risk Manager shall determine to be necessary. N. Consultant shall perform all services required pursuant to this Contract in the manner and according to t11e standards observed by a competent practitioner of Consultant's pro�ession. All products of whatsoever nature which Consultant delivers to City Coos�ttin�nnd Professionat Secvices Contract/FHWA wFederalR�ndingAssis pa.�8 1 1 pursuant to this Contract shall be prepared in a professional manner and conforin to the standards of quality normally observed by a person practicing the profession of Consultant and its agents, employees and subcontractors assigned to perform the services contemplated by this Contract. O. Consultant shall perforin a11 services required pursuant to this Contract in adherence withtheprovisions in Sections 8, 10, 11, 12,and 13 of the SLib-Recipient Cooperative �greement between Shasta Regional Transportation Agency and City of Redding, C- 6025, incorporated herein by reference. SECTION 8. SURVIVAL The provisions set forth in Sections 4, 5, 6, 7.A, 7.D, 7.G, 7.L, 15, 18, 19, and 20 of this Contract shall survive termination of the Contract. SECTION 9. COMPLIANCE WITH LAWS -NONDISCRIMINATION A. Consultant shall comply with all applicable laws, ordinances, regulations and codes of federal, state and local governments. Consultant shall include the provisions of this section in all subcontracts to perform work under the contract. B. Consultant's signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has,unless exempt, complied with,the nondiscrimination program requirements of Government Code Seetion 12990 and Title 2, California Adlninistrative Code, Section 8103. C. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassinent against any employee ar applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medica� condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for einployment are free from such discrimination and harasslnent. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act(Gov. Code�12990(a-�et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employrnent and Housing Commission implementing Government Code Section 12990 (a-fj, set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this claLise to labor organizations with which they have a collective bargaining or other Agreement. D. The Consultant shall comply wi�h regulations relative to Title VI(nondiserimination in federally-assisted programs of the Department of Transportation - Title 49 Code of Federal Regulations, Part 21 - E�fectuation of Title VI of the 1964 Civil Rights Act and Appendix E of the Title VI Assurances—US DOT Order 1050.2A(attached)). Consuttiog and Professionat Services Con[ract/FHWA wYederalFundinoAssis P�j.gE', 12 Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race,color,national origin,religion,seX,age,disability,be excluded from participation in,denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. E. The Consultant, with regard to the work perforined by it during the Agreement shall act in accordance with Title VI. Speci�cally,the Consultant shall not discriminate on the basis or race, color,national origin,religion, sex,age, or disability in the selection and retention of Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT's Regulations, including employment practices when the Agreement covers a program whose goal is employment. F. The Contractor or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CF.R Part 26 in the award and administration of United States Department of Transportation-assisted contracts. Failure by the contractor to carry out these requirements is a inaterial breach of this contact, which may result in the termination of this contract or such other remedy, a recipient deeins appropriate. SECTION 10. REPRESENTATIVES A. City's Contract Administrator for this Contract is Corri Vandiver, email ��ar�cllv�r�c�cztvs���ec�c�ar��c�r�,telephone number(530)245-7120.All of Consultant's questions pertaining to this Contract shall be referred to the above-named person, or to tl�e representative's designee. B. Consultant's Project Manager for this Contract is Meghan Sigler, email �vl��ha��l.s��l�r���d.�orr�,telephone number(530) 691-5790. All of City's questions pertaining to this Contract shall be referred to the above-named person. C. The representatives set forth herein shall have authority to give all notices required herein. SECTION 11. N(3TICES A. All notices,requests, deinands and other cominunications hereunder shall be deemed given only if in writing signed by an authorized representative of the sender(may 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 a courier or an express service guaranteeing overnight delivery to the receiving party, addressed to the respective parties as follows: Consutting and Professional Services ContracHFHWA wFederalFvndingAssis Pa.ge 13 To City: To Consultant: Coz�ri Vandiver, Senior Civil Engineer Meghan Sigler,P.E. City of Redding Engineering Division GHD 777 Cypress Avenue 330 Hartnell Avenue, Suite B � Redding, CA 96001 Redding, CA 96002 B. Either party may change its address for the purposes of this paragraph by giving written notice of such change to the other party in the manner provided in this Section. � C. Notice shall be deemed effective upon: 1)personal service;2)two calendar days after mailing or transmission by facsimile, whicllever is earlier. SECTIQN 12. AUTHORITY TO CONTRACT A. Each of the undersigned signatories hereby represents and warrants that they are authorized to execute this Contract on behalf of the respective parties to this Contract; that they have full right, power and lawful authority to undertake all obligations as provided in this Contract; and that the execution, performance and delivery of this Contract by said signatories has been fully authorized by all requisite actions on the part of the respective parties to this Con�ract. B. When the Mayor is signatory to this Contract, the City 1Vlanager and/or the � Department Director having direct responsibility for lnanaging the services provided herein sha11 have authority to execute any amendment to this Contract which does not increase the amount of compensation allowable to Consultant or otherwise substantially change the scope of the seivices provided herein. SECTION 13. DISADVANTAGED BUSINESS ENTERPRISES PARTICIPATION A. This Contract is subject to 49 CFR, Part 26 entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs". Consultant shall be guided by, and comply with,Exhibit 10-I of the Local Assistance Procedures Manual ("LAPM"), attached and incorporated herein. B. Consultant must give consideration to DBE firms as specified in 23 CFR 172.5(b), 49 CFR, Part 26. If the contract has a DBE goal, Consultant must meet the goal by using DBE's as subconsultants or document a good faith effort to have met the goal. If a DBE subconsultant is unable to perform, Consultant must make a good faith effort to replace l�im/her with another DBE subconsultant if the goal is not otllerwise met. C. A DBE may be terminated only with written approval of City and only for the reasons specified in 49 CFR 26.53(�. Prior to requesting City's consent for the proposed terminatioil, Consultan�inust meet the procedural requirements specified in 29 CFR 26.53(�. Consuttittg and Professional Services Contract/FHWA wFedera(F�ndingAssls Pi�gf'. 14 D. Consultant shall maintain records of materials purchased or supplied from all subcontracts entered into with certi�ed DBE's. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payrnent and tlle total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. E. Upon completion of the Contract, a summary of these records shall be prepared and submitted on the form entitled, "Final Report-Utilization of Disadvantaged Business Enterprise (DBE), First-Tier Subconsultants," CEM-2402F (Exhibit 17-F, Chapter 17, of the LAPM), certified correct by Consultant or Consultant's authorized representative and shall be furnished to City's Contract Administrator with the final invoice. Failure to provide the suinmary of DBE payments with the final invoice will result in 25 percent of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to the Consultant when a satisfactory"Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subconsultants" is submitted to City's Contract Administrator. F. If a DBE subconsultant is decertified during the life of this Contract, the decertified subconsultant shall notify Consultant in writing with the date of decerti�cation. If a subconsultant becomes a certified DBE during the life of the Contract, the subconsultant s�all notify Consultant in writing with the date of certification. Any changes should be reported to the Agency's Contract Administrator within 30 days. G. Any subcontract entered into as a result of this Contract shall contain all of the provisions of this Section. SECTION 14. CONFLICTS OF INTEREST/UNLAWFUL CONSIDERA.TION A. Consultant, including its employees, agents, and subconsultants, shall not maintain or acquire any direct or indirect interest that conflicts with the performance of this Contract. Consultant shall comply with all requirements of the Political Reform Act (Government Code § 8100 et seq.) and other laws relating to conflicts of interest, including the following: 1) Consultant shall not make or participate in a decision made by City if it is reasonably foreseeable that the decision may have a material effect on Consultant's economic interest, and 2) if required by the City Attorney, Consultant shall file financial disclosure forms with the City Clerk. B. Consultant warrants, by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a cornm'rssion, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fide established commercial ar selling agencies maintained by Consultant for the purpose of securing business. For breach or violation of this warranty, City has the right: 1}to terminate this Contract without liability; 2)pay only for the value of the work actually performed; and 3)to deduct from the contract price or consideration, or otllerwise recover the full amount of such colninission, percentage, brokerage, or contingent fee. Consulting and Pmfessional Se�vices ConvactlFHWA wFederalPundio�Assis Page 15 C. Consultant shall disclose any financial, business, or other relationship with City that may have an ilnpact upon the outcome of this Contract, or any ensuing City coi�struction project. Consulrant shall also list current clients who inay have a financial interest in the outcome of this contract, or any ensuing City construction project, which will follow. D. Consultant hereby certifies that it does not now have,nor shall�it acquire any financial or business interest that would conflict with the perfonnance of services under this Contract. E. Any subcontract in excess of$25,000 entered into as a result of this contract, shall conrain all of the provisions of this Section A through E. F. Consultant hereby certifies that neither Consultant, zlor any firm affiliated with Consultant will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through joint-ownership, or otherwise. G. Except for subconsultants whose services are limited to providing surveying or materials testing information, no subconsultant who has provided design services in connection with this contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. H. Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any City employee.For breach or violation of this warranty, City shall have the right in its sole discretion: 1) to terminate the contract without liability; 2) to pay only for the value of the work actually performed; 3) to deduct from the contract price; or 4) to otherwise recover the full amount of such rebate, kickback or other unlawful consideration. SECTION 15. RETENTION OF RECORDS/AUDIT A. For the purpose of determining compliance with Public Contract Code § 10115, et seq. and Title 21, Califomia Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code § 8546.7; Consultant, subconsultants, and City shall inaintain and make available for inspection all books, documents,papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to,the costs of administering the contract.All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, City, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of Consultant and its certified public accountants (CPA) work papers that are pertinent Co�sultfng and Professional Services Contract/FT�WA wFederalFu�dingAssis pa.ge 16 to the contract and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of$25,000 shall contain this provision. B. Any dispute concerning a question of fact arising under an interim or post audit of this Contract tl�at is not disposed of by agreement, shall be reviewed by City's Director of Finance or her designee. Not later than thirty (30) days after issuar�ce of the final audit report, Consultant rnay request a review by City's Director of Finance or her designee of unresolved audit issues. All requests for review shall be submitted in writing. C. Neither the pendency of a dispute nor its consideration by City will excuse Consultant from full and timely perforinance, in accordance with the terms of this contract. D. In cases where the maximum compensation under this Contract exceeds $150,000, � Consultant and subconsultant contracts, including cost proposals and indirect cost rates (ICR), are subject to audits or reviews such as, but not limited to, a Contract Audit, an Incurred Cost Audit, an ICR Audit, or a certified public accountant(CPA) ICR Audit Workpaper Review. If selected for audit or review, the contract, cost proposal and ICR and related workpapers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instance of a CPA ICR Audit Worlcpaper Review, it is Consultant's responsibility to ensure federal, state, or local government off'icials are allowed full access to the CPA's worl�papers including making copies as necessary.The contract,cost proposal, and ICR shall be adjusted by Consultant and approved by City's Contract Ad7ninistrator to conforin to the audit or review recominendations. Consultant agrees that individual terrns of costs identified in the audit report shall be incorporated into the contract by this reference if directed by City at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensuae that the federal, state, or local governments have access to CPA workpapers, will be considered a breach of Contract terms and cause for termination of the contract and disallowance of prior reimbursed costs. SECTION 16. DISPUTES A. Any dispute, other than audit, concerning a question of fact arising under this Contract that is not disposed of by agreelnent �hall be subinitted in writing and decided by City's Director of Public Works, wl�o may consider written or verbal information submitted by Consultant. B. Neither the pendency of a dispute, nor its consideration pursuant to this Section will excuse Consultant from full and timely perfonnance in accordance with the terms of this Contract. SECTION 17. SAFETY A. Consultant shall comply with OSHA regulations applicable ro Consultant regarding necessary safety equipment or procedures. Consultant shall comply with safety Consniting aodProfessional Services ContcacUFHWA wFedera(FundingAssis Pa.Pe 17 instructions issued by City. Consultant's personnel shall wear hard hats and safety vests at all times while working on a construction project site. B. Pursuant to the authority contained in Section 591 of the Vehicle Code, and when applicable, Consultant shall comply w�ith all of the requirements set forth in Divisions � 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as a result of this contract, shall contain all of the provisions of this Article. SECTION 18. OWNERSHIP OF DATA A. Upon completion of all work under this Contract or terinination of this Contract, ownership and title to all reports, documents, plans, specifications, and estiinates produce as part of this Contract will autoinatically be vested in City, and no further agreement will be necessary to transfer ownership to City. Consultant shall furnish City all necessary copies of data needed to complete the review and approval process. B. It is understood and agreed that all calculations,drawings and specifications,whether in hard copy or machine-readable form, are intended for one-time use in the construction of the project for which this Contract has been entered into. C. Consultant is not liable for claims, liabilities, or losses arising out of, or connected wit11 the modification, or misuse by City of the machine-readable information and data provided by Consultant under this contract. Further, Consultant is not liable for claims, liabilities, or losses arising out of, or connected with any use by City of the project documentation on other projects for additions to this project, or for the coinpletion of this project by others, except only such use as Inay be authorized in writing by Consultant. D. Except as noted above, City may pennit Consultant to copyright reports or other contract-related product. If copyrights are permitted, the City and the FI�WA sha11 have a royalty-free nonexclusive and irrevocable right to reproduce, publish, or otherwise use the work and to authorize others to use the work for government purposes. E. Any subcontract in excess of$25,000 entered into as a result of this Contract shall contain all of the provisions of this Section. SECTION 19. CLAIMS FILED BY CITY'S CONSTRUCTION CONTRACTOR A. If claims are filed by City's construction contractor relating to work performed by Consultant's personnel, and additional information ar assistance from Consultant's personnel is required in order ro evaluate or defend against such claiins, Consultant agrees to make its personnel available for consultation with City's construction Consultin�and Professionat Services Contcacf/FHWA wFederalFundingAssis 1 a,g0 1 c� contract administration and legal staf�and for testimony, if necessary, ar depositions and at trial or arbitration proceedings. � B. Consultant's personnel that City considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from City. Consultation or testimony will be reiinbursed at the same rates, including travel costs that are being paid for Consultant's personnel services under this contract. C. Services of Consultant's personnel in connection with City's construction contractor cla.ims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this contract in order to resolve the construction claims. D. Any subcontract in excess of$25,000 entered into as a result of this contract shall contain all of the provisions of this Sectioil. SECTION 20. CONFIDENTIALITY OF DATA A. All financial, statistical,personal, technical, or other data and information relative to City's operations, which are designated confidential by City and made available to Consultant in order to carry out this Contract, shall be protected by Consultant from unauthorized use and disclosure. B. Permission to disclose information on one occasion, or public hearing held by City relating to the Contract, shall not authorize Consultant to further disclose such inforination, or disseminate the same on any other occasion. C. Consultant shall not comment publicly to the press or any other media regarding the contract or City's actions on the same, except to City's staff, ConsulYant's own personnel involved in the performance of this contract, at public hearings or in response to questions from a Legislative committee. D. Consultant shall not issue any news release or public relations item of any nature, whatsoever,regarding work perforrned or to be performed under this contract without prior review of the contents thereof by City and receipt of City's written permission. E. Any subcontract entered into as a result of this contract shall contain all of the provisions of this Section. SECTION 21. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code �10296, and by signature on this Contract, Consultant hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a fedeial court has been issued against Consultant within the immediately preceding two-year period,because of Consultant's failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. Consuttin�and Pmfessional Services Contract/FHWA wFederatFimdingAss[s Pa.ge 1 9 SECTION 22. DEBARMENT AND SUSPENSION CERTIFICATION A. Consultant's signature affixed herein, shall constitute a certi�cation under penalty of perjury under the laws of the State of California, that Consultant has complied with Title 2 C�FR Part 180, "OMB Guidelines to Agencies on Government-wide Debannent and Suspension (nonprocurement)", which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, of�cer, or manager, is not currently urzder suspension, debarment, voluntary exclusion, or deterinination of 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 rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3)years.Any exceptions to this certification must be disclosed to City prior to execution of this Contract. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in dete�mining Consultant responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Fedeial Governinent Exc7uded Parties List�System maintained by the General Services Adlninistration are to be determined by the FHWA. SECTION 23. PROKIBITION OF EXPENDING CITY, STATE, OR FEDERAL FUNDS FOR LOBBYING A. In cases where federal funding exceeds $150,000, Consultant certifies by signature on this Contract that, to the best of his or her knowledge and belief: 1. No state, federal or local agency appropriated funds have been paid, or will be paid by-or-on behalf of Consultailt to any person for influencing or atteXnpting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the lnaking of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuat'ron, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid, or wi11 be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement; Consultant shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. Consultictg and Professional Services Cont�act/FAWA wFederalFuodingAssis Pa.��20 B. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prarequisite for making or entering into this trailsaction imposed by Section 1352, Title 31, US. Code. Any persoll who fails to file the required certi�cation shall be subject to a civil penal�y of not less than $10,000 and not inore than $100,000 for each sLich failure. C. Consultant also agrees by signing this document that he or she shall require that the language of this certification be included in all lower-tier subcontracts,which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly. SECTION 24. STATE PREVAILING WAGE RATES A. Consultant shall colnply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcantract entered into as a result of this contract if for Inore thau $25,000 for public works construction or more than $15,000 for the alteration, delnolition, repair, or maintenance of public works, shall contain all of the provisions of this Section. C. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outliiled in the applicable Prevailing Wage Determination. See�tt��s:f/wo�vw,cia�.��.��ve SECTION 25. EFFECTIVE DATE OF CONTRACT The effective date of this Contract shall be the date it is signed by City. Consulting and Professio�a(Secvices Contrnct/FHWA wFederalFundingAssfs P3ge 21 WITNESS E OF,City and Consultant haVe exeeuted this Contract on the days and year set farth below: �ITY OF I}DING, A un�cipal Cc�rporat�on � �� ated: � , 2022 /"� L' � �� By: STEN S H EDER, 1VIayor ATTEST: APPRO��D �S TO FfJ . BA Y E. DeWALT ,�-�j �... City Attorney � `��°°. �� ,�� � , ',. � �, �,. �« �~ ; c� L��E�.L��I�,�+a �� 1�2'� By: �� F �.QNSUI...Tf�l�T ��� ��� ?�`� � . � � �. �ted: , 2022 � �. y° �si�...�-� �i(���'�-� �'� Tax No.• ��� ������������ Attachments: Exhibit 1� (Scope af Work} Exhibit B (Cost Proposal} Exhibit 10-I(Notsce fo Propos�rs DBE Information) Appendix E of the Titie�7I Assurances Consul[ing a�l Professional Services ContractlFHWA wFederalFundingAssis t a,�e GZ pendix E of the Title VI Assur nces (US D T Order 1050.2�4) D�ring the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: Pertinent Nondiscrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21 . • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. � 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federai or Federal-aid programs and projects); • Federal-Aid Highway Act af 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. � 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. � 4 71, Section 4 7123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not); • Tities II and Iil of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, p�biic and private transportation systems, places of p�blic accommodation, and cerfiain testing entities (42 U.S.C. �� 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination stat�te (49 U.S.C. � 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Consulting a�d Profzssionnl Services Cont�act/FHWA wFederalFundingAssis pa,ge 23 discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Exec�tive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination incl�des discrimination because of limited English proficiency (LEP). To ensure compliance with Title Vi, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in ed�cation programs or activities (20 U.S.C. 1681 et seq). Consuttine aod Piofessional Services ContracUFHWA wFederalF�odingAssis Pa,g�2q- EXHIBIT A f or�k � r lan The following Scope of Work has been prepared for the Engineering and Environmental Services for the Victor and Cypress Avenues Active Transportation Project(VCAT). The scope of work has been carefully developed by all members of the GHD Team to deliver this project in a manner that meets the needs of ali community members and maximizes the benefits an active transportation project can bring to a community. The following is the City's scope of services outlined in the RFP,with some additions made by GND to clarify some of the services to be performed. These additions are based on independent research, previous project information and site visits. Task 1 — Project Management Review and Scheduling GHD will provide all Contract Management and Quality Control Services throughout the duration of the project, inciuding: 1 .1 � PDT Meetings GHD will heip plan and attend ail meetings, prepare agendas, and meeting minutes.An allowance has been provided in the budget for general Project Development Team (PDT) meetings with City and Caltrans staff. The scope assumes the City will identify a focused PDT that will meet with members of the design team up to 20 times through final PS&E. Meetings under this item will be reported to the City's Project Manager and an addendum will be prepared if the required meeting work exceeds the allowance. 1 .2 General Project Management and Coardination — Coordination and consultation with City Staff in support of environmentai documentation and permitting for project construction — Schedules and schedule updates — Prepare and submit monthly progress reports with monthly progress payment. The monthly progress report will indude: • An overview of work accomplished during the previous month • A description of current key activities and an updated schedule for each task and subtask. The schedule shaii be done in Microsoft Project • A list of problem areas, and proposed corrective actions • A list of tasks for the following month • A bar graph showing total contract budget, monthly invoiced amounts, cumulative amount invoiced and project billings to end of project • An earned-value statement that shall cleariy describe the relationship between fee to date, percent work complete, and percent time remaining • A Schedule Summary indicating whether the project is on schedule and any schedule concerns or critical path items (a Recovery PIan/Schedule for any activities that fall more than two (2)weeks behind schedule) — Develop a Quality Assurance!Quality Control Program, including a formal project specific Quality Pian (See Task 1.3} — Correspondence and project file maintenance in accordance with Caltrans files or City of Redding file management GND's Project Manager, Meg Sigler,wiil at all times play an active role in the management and coordination of the project to include monthiy meetings with City staff to discuss project status, problems, budgeting, and other areas that may have an adverse effect on the work. 1 . uality sur nce / uality Contral ( / ) GHD will develop a QA/QC Program including a formal project specific plan for approvai by the City. Upon approvai of the QA/QC Plan, GHD wili be responsible for maintaining the QA/QC Plan and monitoring project deliverables for conformance with the QA/QC Plan throughout the length of the project. The QA/QC Plan will establish a process to ensure the project design is in accordance with the following: — The Quality Control Plan will establish a process whereby all work is independently checked, corrected, and re-checked, in accordance with accepted practice, by a qualified engineer, registered in the State of California. Ail job related correspondence and memoranda are routed and received by affected persons and then bound in appropriate job files.All original drawings and calculations shail be maintained for the duration of the design contract and submitted to the City at the compietion of the work. — Coordination and checks are provided on those drawings that show different work in the same area(i.e., plans coordinated with specifications),to see that conflicts and misalignment do not occur between plan sheets, and beiween the plans and specifications. — GHD will verify the constructability of the plans in relation to City's Construction Standards,the"Greenbook" 2021 edition (if utilized), modified CSI format(if utilized), Caltrans Standards, independent technical specifications, and the project special provisions. — Delivery of plans and computations will be accompanied by supporting documentation that demonstrates consultant is foilowing its Quality Control Plan.The documentation may include copies of appropriate lists of deliverables,tables, plan sheet punch lists, etc.,which show columns for checking, revising, backchecking, and quality controi reviews. Design review submittais not accompanied by sufficient verification of quality control procedures will be returned to consultant. Documentation of quality assurance procedures is considered to be a requisite element of each review submittai. — Prior to the above indicated submittals, GHD will perform an internal quality control and constructability review with engineers experienced in the appropriate discipline(s). GHD will identify personnel responsible for this review, prior to the review. GHD will provide review results to City. — Evidence that the Quality Controi Plan is functioning wiil be periodically confirmed by the City. Deliverables that do not conform to the approved plan will be returned to GHD without review by City. Task 1 Deliverables — Meeting Agendas and Minutes — Project Schedule and Schedule Updates — Monthly Progress Report — Prepare and Submit QA/QC Plan for Approval, Maintain QA/QC Pian, Monitor Project Deliverables for Conformance Task 2 — Environmenfal Documentation; Permitting; and Goordination with Caltrans Local Assistance Stantec, a subconsultant to GHD,will be responsible for the following tasks: 2.1 Project Management and Coordination Stantec will maintain an open line of communication with GHD and the City(as appropriate)throughout the duration of the project.This will be accomplished through a combination of up to two{2)field site visits, conference calls, informal communications (e.g., emails), and submittals of pertinent written correspondence. Stantec will coordinate closely with Caltrans and City staff as needed to ensure provisions of the Caltrans Local Assistance Procedures Manual are followed, including templates,forms, processes, reviews, and other pertinent elements. Stantec will be responsible for coordinating with and submitting all documentation and forms required by Caltrans Local Assistance for federal aid projects.All studies must meet National Environmental Policy Act(NEPA) standards. Stantec will provide services during all phases of the projects—environmental and preliminary engineering,final design, and construction services. Task 2.1 Deliverables — Meeting Notes; Emails Summarizing Conversations; Project Updates — Attendance at up to Two (2) Project Site Visits . atural nvironment tudy The Natural Environment Study(NES)will be prepared in accordance with the Caltrans Standard Environmental Reference (Chapter 14) using the Caltrans template(http:f/www.dot.ca.gov/ser/forms.htm). The NES will characterize biologicai resources in the BSA and vicinity; assess project impacts on biological resourees; identify general mitigation measures, if necessary; summarize the results of other biological studies; and discuss the status of any required agency consultations. Preparation of the NES will consist of: Reviewing and evaluating background information (e.g., published literature, Stantec project files, agency guidelines) regarding biological resources in the ESL and vicinity Requesting a list from the US Fish and Wildlife Service(USFWS) identifying federally listed, proposed, and candidate species that have potential to occur near the ESL Requesting a species list from the National Marine Fisheries Service(NMFS) biogeographic database and list generator Reviewing CDFW's California Natural Diversity Database (CNDDB)for reported occurrences of special- status species within five(5) miles of the ESL Reviewing the California Native Plant Society's Online Inventory to determine potentially occurring special- status plant species within the ESL Conducting a single-visit protocol botanical survey of the ESL timed to correspond with the blooming period (i.e., temporal period when unique floral structures are present and identifiable)for special-status vascular plant species with potential to occur in the ESL (likely between early April and mid-May) Conducting a reconnaissance-level field investigation of the BSA, including an assessment of habitat for special-status wildlife and plants, and vegetation mapping Summarizing environmentally sensitive habitat areas (ESHA) if present Summarizing the wetland delineation (conducted under Subtask 2.3) Preparing maps showing the locations of significant biological resources, inciuding observations of speciai- status species and/or suitable habitat and ESHAs Evaluating impacts on jurisdictional waters and ESNAs using the project-based site plans and wetland impact calculations (one-, two-, and three-parameter wetlands); providing recommendations for avoidance, minimization, and mitigation measures, and preparing the Wetlands Only Practicable Finding—Alternative finding pursuant to Executive Order 11990, Protection of Wetlands Task 2.2 Deliverables — Draft NES — Final NES 2.3 tJelineation of Waters of the United States Stantec will conduct a delineation of waters of the United States and prepare a delineation report suitable for submittal to the Corps. The delineation will include the following items: • Obtain and evaluate baseline data (aeriai photograph,topographic maps, soil survey, etc.). If aerial photographs or site-specific topographic mapping is available,they wiil be provided to Stantec by GHD or the City. if not available, Stantec will use aerial photographs and topographic maps available from the U.S. Geological Survey or other appropriate source. a Conduct a field delineation of the study area in accordance with Corps methodology as outlined in the Corps of Engineers Wetlands Delrneation Manual(Environmental Laboratory 1987), and the Regional Supplement to the Corps of Engineers Wetland De/ineation Manual:Arid Wesf Region, Version 2.0(U.S. Army Corps of Engineers 2008).This will include three-parameter data points to identify wetland features and boundaries, and delineation of the ordinary high-water mark for other wafers of the United States. Depending on field conditions, the delineation may inciude the use of aerial photography and topographic map interpretation in combination with physical inspection, • Determine type and acreage of waters of the United States within the study area. This determination will be subject to Corps verification. • Prepare a report that is suitabie for submittal to the Corps summarizing the delineation of waters of the United States.The report will be prepared to support either an Approved or Preliminary Jurisdictional Determination (Note:City and Stantec will discuss suitable approach once delineation field work has been conducted)and will contain background information, data sheets, and a delineation map(minimum scale of 1 inch=200 feet). Task 2.3 Deliverables — Draft Delineation Report — Finai Delineatian Report 2.4 Cultural Resources Report 2.4.1 Prepare Archaeological Survey Report/Historical Property Survey Report The Caltrans programmatic agreement process per fhe Caltrans/Federal Highway Administration(FHWA)I SHPO Memorandum of Understanding (MOU) (amended January 2014)wiil be followed. Stantec will conduct an inventory of eultural resources and prepare an Archaeological Survey Report(ASR) and Historic Property Survey Report(HPSR) (if necessary) in Caltrans format and in compliance with Section 106 of the National Historic Preservation Act(Section 106}. Stantec assumes the City or GND will provide a project description with a description of the vertical and horizontal Area of Potential Effect(APE) and if possible,the depth, quantity, and location of excavation. 2=4.2 Records Search in accordance wifh State Historic Preservation Officer(SNPO), FHWA, and Caltrans guidance,we will consult the following archives and inventories • National Register of Historic Piaces and updates • California Register of Historical Resources • California lnventory of Historic Resources ° California Historical Landmarks • The Northeast California lnformation Center(California State University, Chico) of the California Historical Resources Information System 2.4.3 Native American Outreach Stantec will contact the Native American Heritage Commission (NAHC) and request a search of the NAHC Sacred Lands File and a list of locai Native American representatives. Stantec will contact each individual or tribal group on the NAHC list by letter and follow-up phone call to determine if they have any concerns with the proposed project. 2.4.4 Archaeological Survey After the APE map is approved by the City and Caltrans, a pedestrian survey of the study area will be conducted to complete the required discovery process. This survey will be conducted by walking systematic transects over accessible and sensitive landforms.The pedestrian survey will identify: •The presence or absence of culturai resources visible on the surface in the study area • The present condition of the locai environment • Environmental factors that may have affected use of the areas by prehistoric and historic occupants (e.g., elevation,food or material resources, proximity to water) • Environmental factors that may have limited the survival or visibility of archaeological remains(e.g., erosion, or modern disturbance) A maximum of three(3) existing sites or newly identified sites (e.g., historic buiidings, linear features, lithic scatters) identified within the project APE will be updated and/or recorded in a manner consistent with the Secretary of the Interior's Standard and GuideJines for ldentification af Cuitural Resources(48 CFR 44720- 23). If necessary, California Department of Parks and Recreation Series 523 forms wiil be prepared,along with appropriate supporting forms(e.g., archeological site record, linear feature records, site sketch map, location map). 2.4.5 Archaeological Survey Report Results of the discovery process will be presented in the standard Caltrans ASR format. The ASR will document both positive and negative archaeological survey resuits(it does not evaluate sites or significance of impacts).The ASR demonstrates that a reasonable effort has been made to identify historic properties, commensurate with the scale and scope of the undertaking. Stantec will provide an administrative draft ASR for review and approval by the City and GHD, incorporate revisions, and provide the City with a draft ASR for submittal to Caltrans for review and approval. Stantec will review and respond fo Caltrans comments and prepare a final ASR. 2.4.6 Historic Property Survey Report If necessary, Stantec will prepare a Historic Property Survey Report(HPSR)that summarizes the results of the ASR The HPSR is used by Caltrans to document completion of the cultural resource identification phase, completion of the National Register eligibility evaluation of the resources within the project APE (if any), and,when relevant, a Finding of No Historic Properties Affected or No Adverse Effect with Standard Conditions. Stantec will provide an administrative draft HPSR for the City and GHD review and approval, incorporate revisions, and provide the City with a draft HPSR for submittai to Caltrans for review. Task 2.4 De/iverables — Draft Cultural Resources Investigation Report — Final Cultural Resources Investigation Report 2.5 Construction Noise Assessment Stantec will identify the noise level standards contained within the City of Redding General Plan, the Redding Code of Ordinances, and any other city, state, or federal noise standards applicabie to project construction activities. Stantec wiil estimate the ambient noise levels in the project area using Table 5-2"Existing and Projected Noise Contours for Selected Road Segments" in the City of Redding Generai Plan Noise Element. Noise sensitive receptors shall be identified through a review of aerial photography. Using the Federal Highway Administration's Roadway Construction Noise Model (RCNM), assess potential noise impacts associated with project construction.The evaluation will include consideration of the dates,times,and equipment to be used in the construction project. Stantec does not propose to evaluate impacts due to traffic, as this assessment focuses only on construction noise. Specific recommendations for noise control at impacted receiver locations in the project vicinity will be provided. Stantec wili provide a written construction noise memorandum for this project that includes the data, analysis, and results of the study. This memorandum again wiil cover construction noise only. Task 2.5 Deliverables — Noise Study Technical Memorandum .6 Hydraulic / Floodplain tudy A Hydraulic/Floodplain Study will be conducted to document the currently unmapped flood inundation area for Little Churn Creek within the project vicinity. The floodplain study wiil be submitted to the City for review and concurrence. The City will then submit the report to FEMA. We will also be responsible for the preparation and submittal of Caltrans Location Hydraulic Study and Summary Floodpiain Encroachment Report forms and technical documents. Task 2.6 Deliverables — Draft Hydraulic/Floodplain Study — Final Hydraulic/Floodplain Study 2.7 CEQA CompllanCe Based on the assumption that there are no significant, unmitigable environmental impacts or significant public controversy associated wifih the project, CEQA documentation will be an initial Study(IS) supported by technical studies. CEQA approval will be in the form of a Mitigated Negative Declaration (MND), with mitigation based on the results of the IS and associated technical studies identified in this SOW and in the City's Request for Proposal. 2.7.1 Prepare Administrative Qraft initial Study Stantec wiil prepare an Administrative Draft IS/MND using the environmentai checklist form included as Appendix G of the CEQA guidelines (or another format preferred by the City). The document will be prepared in a narrative format that describes the environmental setting for the study area, summarizes the results of the technical studies (ASR, NES,wetland delineation, etc.}, identifies potential impacts resuiting from the proposed project, and recommends mitigation measures (as appropriate). Each issue area covered in the environmental checklist (Appendix G)will be evaluated at a suitable level of detail to fully address all potential impacts of the proposed project. The IS wili only analyze the preferred project alternative at a fuli level of detail.An administrative draft IS will be submitted to the City and GHD for review and comment.We wili also circulate the administrative draft IS to other responsible agencies, as deemed appropriate by the City. Task 2.7,1 DeJiverables — Administrative Draft IS 2.7.2 Prepare Draft Initial Study and Notice of Intent to Adopt a Mitigated Negative Declaration After the City, GHD and other potential responsible agencies complete their review of the administrative draft IS, Stantec will incorporate their comments into a public draft IS, making certain to include any needed or proposed mitigation measures. Stantec will also prepare a Notice of Intent to Adopt a Mitigated Negative Declaration.We will bind this document together with the draft IS and begin public notification of the availability of the environmental document, In addition, we will complete the Notice of Completion (NOC}form on behalf of the City and submit to the State Clearinghouse by uploading the CEQA public draft document package to the CEQAnet Web Portal. We recommend the City provide a 30-day public comment period. Task 2.7.2 Deliverables — Public Draft IS/MND 2.7.3 Prepare Final Initial Study / Mifiigated Negative Declaration and Mifiigation Monitoring and Report Plan Assuming comments warranting substantiai revision or recirculation of the IS are not received,then Stantec wiil complete the following: • After the close of the pubiic comment period, Stantec will review the public and agency comments with the City and GHD, compile and number all substantive comments, and provide written responses for each comment provided. Note:the level of effort to respond to comments assumes up to 32 hours of technical staff fime.Addit+onal budget may be required if extensive and substantive comments are received. Stantec will provide the City with a draft set of responses to comments for review and approval.The draft IS/MND will become the final IS/MND and the final written responses to comments will be included as an appendix. • A Mitigation Monitoring and Reporting Plan (MMRP) shall be prepared by Stantec that summarizes all of the project mitigation measures, the responsibie parties for implementing each measure, and the timing for each measure. The MMRP would be included as an appendix to the final environmental document. Task 2,7.3 Deliverables — Final IS/MND and MMRP 2.7.4 Coordinate Final CEQA Stantec will caordinate the final stages of the CEQA process with the City. CEQA approval,via adoption of a negative declaration with mitigation, would be obtained at a regularly scheduled meeting of the City's Board of Supervisors. CEQA requires that the lead agency file a Notice of Determination (NOD)with the County Clerk and with the State Office of Planning and Research after deciding to approve a project for which a negative declaration has been adopted. Stantec will assist the City with preparing the NOD. Stantec assumes that the City will be responsible for the payment of any required filing fees. Task 2.7.4 Deliverables — Draft NOD for the Gity's Signature 2.8 Project Permitting Stantec will prepare all regulatory permit applications, including ali supporting documentation which may include an alternatives analysis and compensatory mitigation plan for the City's signature and submittal. Based on the issues associated with the proposed project, Stantec anticipates the following permits will be required: 2.8.1 Secfiion 404 Permit (U.S. Army Corps of Engineers) Based on the nature of the proposed project and anticipated efFects on waters of the United States,tne project will likely qualify for coverage under Nationwide Permit#58—Utility Line Activities for Water and Other Substances. Preparation of an Individual Permit application or Letter of Permission is excluded from this scope of work.To obtain coverage under the Nationwide Permit, Stantec will prepare a pre-construction notification and provide details on#he anticipated project impacts(i.e., placement of fill) on waters of the United States, including wetlands. GHD will be responsible for providing Stantec with the project detail necessary to complete The Preconstruction Notification (PCN) (e.g., area, type, and volume of fill material). If mitigation is required for project impacts, Stantec will prepare a riparian mitigation plan.The plan shall include the following elements: responsible parties; mitigation site location and characteristics (jurisdictional areas, aquatic functions, hydrology/topography,soils/substrates, vegetation); conceptual planting design; vegetation plans and native plant palette including target species to be planted; nature and source of propagules; long-term management; monitoring requirements (methods, schedule, photo-documentation), remediation measures, and final success criteria. The intent of the plan is to ensure replacement of the functions and values of the riparian wetlands that would be filled as a result of the project. Stantec will prepare a revised mitigation plan that incorporates the City's and GHD's comments made on the draft mitigation plan. The revised mitigation plan will be submitted to Caltrans District 2 for review and approval. Following receipt of comments from Caltrans, a final riparian mitigation pian wili be prepared and inciuded with the permit applications for final permitting agency approval. Stantec will provide an electronic version of the PCN to the City and GHD for review and will address any comments. Once finalized,the City will submit the application to the Corps and wili be responsible for subsequent coordination. Task 2.8.1 Deliverables — Draft Application and Associated Materiais — Final Application and Associated Materials — Up to two (2)staff attending two(2) meetings with GHD,the City, and the Corps 2.8.2 Section 401 Water Quality Certification (Central Valley Regional Water Quality Control Board) in compliance with Section 401 of the Clean Water Act, Stantec will prepare an application for water quality certification for the project to the Water Board.A copy of the Section 404 preconstruction notification may be attached to the application. GHD will be responsible for providing Stantec with the project detail necessary to complete the application (e.g., area,type, and volume of fill materiai). Stantec wiil provide an electronic version of the draft water quality certification application in compliance with Section 401 of the Clean Water Act to the City and GHD for review and wili address any comments. Stantec will finalize and submit the application electronically to the Water Board. Stantec will request a"pre-filing meeting"with Water Board staff on behalf of City at the time of application submittai. This meeting provides an opportunity for both the Applicant and Water Board staff to discuss and review the draft application packet, verify water quality impacts and possible mitigation. The pre-filing meeting may be conducted after staff's initial review of the draft application and can be conducted in the field if appropriate. A copy of the Corps' pre-eonstruction notification may be attached to the application. GHD will be responsible for providing Stantec with the project detail necessary to compiete the application (e.g.,Appendix C stormwater calculator, area,type, and volume of fill material}. Stantec will provide technical support(e.g., respond to questions from Water Board)during the application review process. Payment of the application fee will be the responsibility of the City. Task 2.8.2 Deliverables � — Draft application and associated materials — Finai application and associated materials. — Up to two (2}staff attending two(2) meetings with GHQ,the City and the Water Board 2.8.3 Section 1600 Streambed Alteration Agreement (California Department of Fish and Wildlife) In compliance with Section 1602 of the California Fish and Game Code, Stantec will prepare a Notification of Streambed Alteration on behaif of the City for submittal to the CDFW.The City would be responsible for submitting the notification to the CDFW and payment of the notification fee.The City and GHD wili be responsible for providing Stantec with the project detail necessary to complete the application (e.g., area,type, and volume of fill materiai; area of vegetation removai). Task 2.8.3 Deliverables — Draft Application and Associated Materials — Final Application and Associated Materials — Up to two (2) staff attending two(2) meetings with GHD,the City, and the Corps o iol ic I s n / ent�al i it t s� s�mertt If required based on resuits of Subtask 2.2, Stantec will prepare a Biological Assessment/Essential Fish Habitat Assessment(BAIEFNA) suitable for: • Site Reconnaissance-Fish species that are federally listed or candidates for listing couid be present in Churn Creek and other tributaries to the Sacramento River in the project study area. Stantec will conduct a reconnaissance-level field characterization of aquatic habitat in these streams extending up to 750 feet upstream and downstream of the project site. The characterization will include the extent of suitable salmon spawning and rearing habitats within the affected reach. Note—If there is private property within the study area, Stantec will oniy survey those areas where permission has been granted to the City by the property owner. • Section 7 Consultation- Formai consultation with the Nationai Marine Fisneries Service(NMFS) under Section 7 of the federai Endangered Species Act is anticipated at this time to deal with potential project- related impacts on federaliy listed fish species. For purposes of this scope of work, Stantec assumes that preparation of a Biological Assessment (BA}will be required. Consultation with NMFS will also be required under Section 305(b)(2) of the Magnuson-Stevens Fishery Gonservation and Management Act regarding Chinook and coho saimon essentiai fish habitat(EFH). (Note: Pursuant to Sections 2080 and 2081 of the California Fish & Game Code, consultation with the CDFW may also be required if there are potential impacts on species that are also state listed or candidates for listing. Since federai discretionary approval be required for the project(Ciean Water Act, Section 404), it is anticipated that the US Army Corps of Engineers (Corps)would serve as the federal lead agency for formal Section 7 consultation with NMFS. Stantec will prepare a combined BA/EFHA and coordinate with NMFS and the Corps, as necessary, to assist the City with the required state and federal endangered species and EFH consultation processes. This BA/EFHA will fuily analyze the effects of the proposed project on listed fish species. In-channel activities such as pile driving are not anticipated to be a part of project construction; therefore, a hydroacoustic study will not be prepared. • Report Preparation -The BA/EFHA wili include the following sections: introduction, consultation to date, description of proposed action including the project area, species considered and life history needs, environmental baseline, effects of the proposed action, cumulative effects, conclusion and determination, recommendations for mitigation, essential fish habitat assessment, and references. Copies of the Draft BA/EFHA will be provided to the City and GHD for review prior to circulation to pertinent resource agencies(i.e., Corps, NMFS, CDFV1/�. If requested, Stantec would be available to attend a site visit with GHD,the City, Corps, CDFW, and NMFS to discuss the project. Stantec will also coordinate with CDFW to ensure that the BA/EFHA satisfies the requirements of Section 2081 (b) and (c)of the California Endangered Species Act(CESA),which we anticipate will be a consistency determination from the CDFW under Fish and Game Code 2080.1 based on NMFS's response. Task 2.9 Deliverables — Draft BA/EFH Assessment — Final BA/EFH Assessment 2.10 C QA Public Scoping Meetings If requested by the City, Stantec will coordinate with the City and GHD to conduct up to two (2) public scoping meetings. The first of these meetings is intended to introduce the project to the general public and key stakeholders in one setting, such as a City conference room or via a scheduled oniine public meeting using a platform such as Zoom hosted by Stantec. During this informational meeting,the City, GHD, and Stantec would present the proposed project, describe the CEQA process, project objectives, range of alternatives, principal issues identified during the initiai design process, and solicit local concerns and comments. If the City determines that a second public scoping meeting is appropriate, Stantec will work with the City and GHD to conduct a second meeting to solicit further public comment on the environmentai issues identified in the CEQA Initial Study prior to adoption of the Mitigated Negative Declaration by the City's Board of Supervisors. The second meeting may be either in person or virtual. Task 2.90 Deliverables — Project presentation materials, such as project alternative posters and up to 20 hardcopies of the project description (it is anticipated that requests for the GEQA IS and supporting studies wili be directed to the City's publicly availabie project website) — Up to two(2) public meetings either in-person or hosted virtually by Stantec 2.11 Historic esources valuation Report ( ptional) Subsequent to completion of the Archaeological Survey Report a Historical Resources Evaluation Report(HREF2} may be prepared, if appropriate,to document identification, recordation, and any evaluation efforts for buiit environment resources such as buildings, structures, objects, districts, and linear features, and historical archaeological resources.The HRER would be completed foilowing Caltrans guidance. Task 2.99 Deiiverabies — An electronic copy of the draft HRER; an electronic copy of the final NRER with supporting files; up to five(5) nard copies of the final HRER. 2.12 Finding of Effect (Optional) Based on the results of archaeological and historic investigations, a Finding of Effect(FOE) may be prepared, if appropriate,to identify a finding of no adverse effect or adverse effect for the project. The FOE would be completed foilowing Caltrans guidance and identify any effects to historic properties associated with the project and any mitigation measures that may be implemented to reduce any project efFects to historic properties. Fask 2.12 Deliverables — An electronic copy of the draft FOE; an electronic copy of the final FOE with supporting files; up to five (5) hard copies of the final FOE. Task 3 — Preliminary Design (30°lo Design) GHD will prepare preliminary plans equivalent to a 30%submittal,which shall address at a minimum the improvements identified within the ATP grant application: — Roundabout at Cypress Avenue and Victor Avenue — Protected intersection improvements and Americans with Disabilities Act(ADA} Curb Ramps at Hartneil Avenue and Victor Avenue — Widen Victor Avenue from Hartnell Avenue to Cypress Avenue to provide a two way left turn lane — Restriping Victor Avenue, Cypress Avenue, and Alfreda Way — Shared use path along Victor Avenue from Hartnell Avenue to Cypress Avenue — Shared use path within existing walkway easement to Shasta Meadows Elementary School — Sidewalk gap closures along Victor Avenue — Sidewalk widening and gap closures along Cypress Avenue — ADA improvements at Oxford Road and Bunker Street — Shared use path along Alfreda Way that connects to Del Monte Street — Pedestrian safety lighting at the foot bridge east of Del Monte Street — 10'x 20' prefabricated foot bridge east of Del Monte Street — Rectangular Rapid-Fiashing Beacon (RRFB) at mid-block crossings on Cypress Avenue and Victor Avenue — Wayfinding signage — Functionallandscaping — Redding Area Bus Authority (RABA} improvements — Access to existing businesses and residences within the project limits — Construction staging — Drainage/hydraulic study 1 stormwater/MS4 — Geotechnical Studies — Right of way requirements — Environmentai issues — Utility coordination • PG&E Gas • PG&E Electric • Redding Electric Utility(REU) • Water • Wastewater • Storm Drain • Cable (Spectrum) • Telephone (AT&T) 3.1 30°/a Plans and Estimate GHD assumes there wili be no significant modifications to the preliminary design developed for the ATP grant application. GHD will refine the current design concepts to the 30%design level and incorporate any revisions resulting from meetings and discussions with City Staff. GHD will prepare 30°lo plans and prepare a preliminary engineer's estimate for submittal and review by the City. 3.2 Landscape Concept Exhibits Michael Lander, a subconsultant to GHD will prepare up to two landscape concepts utilizing drought tolerant planting.The landscape concepts will be coordinated with GHD and the City to obtain concurrence on proceeding with further landscape design. 3.3 Raundabout �esign Check Exhibits GHD wiil evaluate and prepare one(1)draft and one(1)final set of exhibits for the following in order to provide documentation of the roundabout design: • Fast Path Analysis • Intersection Site Distance • Vehicle and Pedestrian Stopping Site Distance • ViewAngles • Bus/Truck Turns • Landscape Restrictions Task 3 Deliverables — 3Q% Project Pians and Engineer's Estimate — Landscape Concept Exhibits — Roundabout Design Check Exhibits — Right of Way Acquisition Exhibits(See Task 8) — Preliminary Drainage/Hydraulic Study(See Task 6) — Preliminary MS4/Stormwater Calculations/Exhibits(See Task 6) — Potential Environmental Issues(See Task 2) — Preliminary Utility Mapping (See Task 4) Task 4� — ata C�Ilecfiion and Field Survey GHD will perform the surveys and base mapping necessary to support the environmental documentation and preliminary engineering for the project. Surveying and mapping will include establishment of vertical and horizontai controi, aerial photogrammetry, conventional topographic surveys, and boundary surveying. The mapping product will be a digital base map with surFace, boundary lines, and inelude a supplemental digital rectified orthophotograph, all tied to the project datums. Project control and mapping will meet the Caltrans Orders of Survey Accuracy at a mapping scale of 1" =50' and a one (1)-foot contour interval.All work under this phase will be performed under the direction of a California Licensed Land Surveyor. 4.1 Project urvey Datum & Control A survey control base for the project will be determined.The horizontal control survey wili be based on the North American Datum of 1983 using the California Coordinate System of 1983 (CCS83). The Vertical Datum will be the North American Verticai Datum of 1988 (NAVD88). The project datums wili be established by utilizing GNSS observations in conjunction with data from and continuously operating reference stations.A Project Control Diagram will be prepared and provided upon completion of the project control phase. 4.2 Aerial Photography Aerial control wiil be established using Global Positioning System (GPS) methods.Additional ground verification survey data points wili be acquired using Total Station or GPS equipment on hardscape and in vegetated areas as needed to model the ground. Aeriaf photography and mapping of the project will be obtained from AEROTECH, subcontractor to GHD. AEROTECH will begin with the production of 1"=20', 1 foot topographical information, planimetric detail and digital orthophoto covering the approximate 124 acres. The photography will consist of three(3)flight lines and 22 exposures utilizing 4cm digital imagery.Accuracies of plus or minus 0.262'can be expected as it relates to the topographical information generated from the Digital Terrain Modeling (DTM) information.Accuracies of plus or minus 0.176' can be expected as it relates to the DTM information itself. Project accuracy will conform to generally accepted photogrammetric standards established by the American Society of Photogrammetry and Remote Sensing (ASPRS). Deliverables will consist of an FTP sharefile link containing the DTM information used for the generation of topographical information, the contour information, planimetric detail,the .tfw image limit file, orthophoto TIFF image and .dgn image limits file which wiil ailow for bringing the image into its proper coordinate position. The .xml and .dgn surface(TIN)files will also be provided. Final delivery of the digital information will be supplied in ACAD, or as directed by GHD.The layering scheme will be standard ATM layering. 4.3 Supplemental Field Surveys Aerial mapping data will be suppiemented with ground based topographic surveys at the hardscape conforms and on critical structures.This field surveys wiil include the following: • Supplemental survey of Wails,walks, curbs, pavement, and ramps • SurFace evidence of storm drain system (ditches, culverts,catch basins, drop inlets with flow line elevations)and other utilities. Invert elevations will be determined at all accessible storm drain structures 4.4 Land Net Boundary Base Record data wili be compiled to create a land net base map of the project. Boundary controi monuments wiil be located and positioned sufficient to provide a resolution of all rights of way and adjoining parcels. The boundary survey will be referenced to recorded boundary maps and documents and mapped on the project's horizontal datum. Boundary corner monuments will not be set, but a record of survey wili be filed to memorialize the found monuments as required by state law. 4. esearch and ata ollection In addition to the above surveying tasks, GHD wiil request or research utility mapping, as-buiit pians, Geographic Information Systems (GIS)data, and existing right of way mapping and monumentation. . eri 1 pin Inte rati�n, ufi rle etup, nd T Terrestriai surveys wiil be combined with the aerial mapping and data collection to form a complete mapping product. Computer files will be prepared to include field control points, topographic surveys, utility data,property surveys, and preparation of the DTM used for Three-Dimensional (3D) calculations, (i.e., earthwork, cross sections, and profiles). 4.7 Right of ay n ineering GHD will acquire preliminary title reports for each parcel affected by the right of way acquisition process along with copies of all relevant documents.A review of these documents will be made with respect to the land title rights that affect this project. The records that affect this project wiil be mapped to assist in the determination of right of way needs for the project. Once the proposed right of way and ancillary easement needs are determined, GHD will prepare a right of way appraisal map showing ail proposed acquisitions. GHD will prepare plats and legal descriptions based on the anticipated acquisition needs of the project. Separate documents will be prepared for each fee titie acquisition, public service easement, drainage easement, slope control easement and temporary construction easement. GHD wili incorporate revisions to the acquisition needs as the design process progresses and as the acquisition needs are finalized, we will stake and flag these new lines for use in the appraisal and acquisition process. The plat maps and legal descriptions will be prepared for each acquisition parcel and supplied on a form suitable for recordation. The plats and legal descriptions will be provided to the City for review and upon approval those descriptions will be stamped, signed, and delivered for recordation. Assumptions and Exclusions: a) Preliminary Reports budgeted for$600 per affected parcel b) Right of way acquisition will require up to eight(8) legal descriptions with plats c) Easements and other rights will require up to 16 lega�descriptions and plats 4.8 POth4ling The budget includes an allowance for potholing in the event it is required. If this work is requested by the City, GHD will hire a subcontractor for excavation, backfill,traffic control and USA notifications. GHD will provide the City with an exhibi#showing pothole locations and pothole information. Task 4 Deliverables — AutoCAD Civil 3D File of the Survey Control Base, Topographic Mapping, Supplemental Field Surveys, Boundary Survey, and Surface — Potholing Exhibit — Right of Way Appraisai Maps — Plat Maps and Legal Descriptions Task 5 — Geo�technical Investigation BAJADA, a subconsultant to GHD,will conduct a geotechnical investigation of the subsurface conditions in the area of the roadway improvements. The geotechnical investigations will be consistent with typical Caltrans requirements.The data from the investigation will be used in the design of all underground structures and roadways.This work will include, but not be limited to,the foliowing: • Site investigation • In-situ soil sampiing, pavement boring and laboratory tests. The tests wiil include, but not be limited to, determination of soil "R"value in new pavement areas and determination of existing pavement structural section in areas abutting new paving work. • Determination of ground and slope stability • Notification to City and Underground Service Alert(USA} of all sampiing work BAJADA will be responsible for obtaining all City and/or Caltrans encroachment permits necessary for the geotechnical work. Consultant shall coordinate with the City Project Manager at least 48 hours prior to any work on the site. .1 Pre- x loration Select, existing, available geotechnical data pertinent to this study will be collected and reviewed. Those data include existing geotechnicai reports obtained from a search of files within the City for properties adjacent to the improvement areas, subsurface soil data from the State's Geotracker database, and historical aerial photograpns. BAJADA will also compile and review regional geological maps and data, and soil survey data for the project area. Prior to subsurface exploration, BAJADA will obtain an encroachment permit from the City for exploration within its easements. It is assumed that since this is a City project,the permit will be issued with no fees. BAJADA wiil aiso obtain a permit from the County for advancing drill holes for the project.They will mark proposed exploration locations and contact Underground Service Alert, as required by California law. 5.2 Roadway Condition Assessment BAJADA personnel will map the condition of the Asphaltic Concrete (AC) surFace along Victor and Cypress Avenues and Alfreda Way. To do so, they wili walk each roadway and identify longitudinai and transverse cracking, alligator(flexural)cracking, rutting, potholes, and other distress features. Maps prepared by GHD will be made available to BAJADA for this mapping. 5.3 Drilling, oring, & ampling Subsurface exploration is proposed for the following locations and shown on Figure 1: Figure 1 ■ Four (4) hollow-stem auger drill holes `�`�`�"" along the section of Victor Avenue, °����� between Hartneil and Cypress Avenues, k,���;,,,�,,�„� that is proposed to be widened. Those a�'��"'"�'� drill holes will be advanced to depths of up to 10 feet. ■ Two(2) hoilow-stem auger drill holes will g � �° `��`"* be advanced at the proposed pedestrian � , bridge site located near Del Monte ' ' Street.Tnose drill holes will be advanced �""�"'���`�" k5{P PROJCCT to depths of up to 20 feet # ■ Three (3) hollow-stem auger drill holes � �` will be advanced as dose as practical to the existing retaining wall bordering the east side of Alfreda Way. Those drill holes wiil be advanced to depths of up to "" 15 feet. +�""�'"��r ■ Up to four (4) shallow test pits or hand - auger borings along proposed shared use paths. The purpose of these explorations is to obtain soil samples for ��;orse4�,��:=a�+�,� ����p,�Yr=�i=�,«a �.�:��:s���.aw���m characterization and corrosion sensitivity - testing. ■ Nine {9) core holes wili be advanced through the structural pavement section and into the upper 12 inches of subgrade soils along proposed improvement areas within Victor and Cypress Avenues. The core holes wiil be$to 10 inches in diameter. Sampling of drill holes will be perFormed using a California modified split spoon (CM) or Standard Penetration Test (SPT) sampler. CM and SPT samplers will be driven using a 140-pound auto trip hammer in accordance with standard test method ASTM D1586-11. SPT samples will be coliected in sample bags, labeled, and transported to our office for testing. California modified split-spoon sampies wiil be coilected in 2.5-inch diameter by 6-inch-long brass or stainless-steel sleeves. Those sleeves will be capped, labeled, and transported in foam-cushioned boxes. Bulk samples wili also be obtained from near surface soils at selected drill hole, at coring, and at test pit locations. BAJADA personnel will log the soils and rocks exposed in the explorations, and will obtain samples for visual examination, classification, and laboratory testing. Logging of soils wili be performed using the Unified Soi! Classification System (USCS). We will estimate exploration locations using a compass and tape measure from known geographic control points on the property and by the use of a handheld Global Position System(GPS) receiver. All drill holes wiil be backfilled using cement grout.Asphaltic concrete,where disturbed by our operations, wiil be patcned using quickset concrete dyed black. Cuttings from drilling operations will be dispersed on site.Test pits will be backfiiled with excavated soils and tamped. Core holes will be backfilled with quickset concrete and dyed black. BAJADA will utilize the approved traffic control plan during exploration to create a safe working environment in all areas of our work in the public right of way.All lane closure and traffic control work wili be performed by a qualified traffic control contractor. 5.4 Laboratory Testing Soil sampies obtained during Task 5.3 will be delivered to BAJADA's office for assignment of laboratory testing. It is anticipated that the following laboratory tests wiil be perFormed during the course of this study: Test Standard Test Methad Number of Tests In-Situ Moisture/Densi f1STM D7263 40 Attesber Lirnits ASTM D4318 15 Gsain Size Anal sis ASTM D422 15 -#2Q0 Sieve AS'I'M D1140 10 Direct Shear �ST�4 D3040 4 Maxirnum Densi /O timum Moisture ASTM D1557 3 R-Value Cal 301 6 � Soi1 Cllernistry AASIITO T288,CT 643, g CT 417,CI'42� 5.5 Geotechnical �►nalysis Upon completion of the above-noted tasks,we will perForm the following geotechnical evaluations: ■ Subsurface soil profiles at the sites ■ Excavatability of the on-site soils ■ Evaluation of groundwater depths and distribution, if encountered ■ Evaluation of expansive soil influence on project foundations and improvements ■ 2019 CBC seismic design paramefers ■ Allowable bearing capacities,friction coefficients, etc. ■ Anticipated total and differential settlement values beneath the proposed bridge abutments • Structural pavement sections for proposed roadway widening ■ Rehabilitation methods for existing pavement ■ Effects of constructing the proposed shared use path next to the retaining wall along Alfreda Way, and mitigation methods for reducing those effects, if needed ■ General corrosion potential for steel and concrete based upon soil chemistry testing of selected soii samples It is assumed that Exception 2 of Section 11.4.8 of ASCE 7-16 will be taken and a site-specific ground motion hazard analysis will not be required. . eote hnic � e ortin Results of the field investigation, laboratory tests, and engineering analyses will be summarized in a geotechnical report prepared for the site.That report will contain, at a minimum, the foliowing: • A description of the proposed project including site maps showing the approximate locations of the subsurface explorations advanced for this study • A description of select, existing, available data collected, reviewed, and utilized during this study • A description of the site surface and subsurface conditions encountered at the time of our fieid investigation • 2019 CBC seismic design parameters • Estimates of total and differential settlement that could impact the proposed bridge foundations • Recommendations related to geotechnical aspects of: ✓ Site grading and drainage, inciuding compaction criteria and potential reuse of on-site soils as select backfill materials ✓ Allowable bearing pressures for structure foundations ✓ Lateral earth pressures(active, at-rest, and passive) under static and dynamic conditions ✓ Coefficients of friction for soil materials ✓ Structural pavement sections for widened roadways ✓ Recommended rehabilitation methods for existing AC pavements ✓ Recommendations for increasing the stability of the retaining wall adjacent to Alfreda Lane, if necessary ■ An appendix presenting a summary of the field investigation including drill hole, core hole, and test pit logs ■ An appendix presenting the results of our laboratory testing Unless otnerwise directed, we will submit a draft copy of the report in *.pdf format for review and comment. Upon receipt of comments,we will edit the report then submit the finalized documents for GHD's use. Task 5 Deliverables — Draft Geotechnical Report — Final Geotechnical Report Task 6 — Drainage / Hydraulic Sfiudy Report GHD will be responsible for drainage J hydraulic design services for the proposed improvements. The hydraulic design services and report will include at a minimum: • An evaluation of the existing and proposed drainage conditions • Preliminary Stormwater Data Report(SWDR) • Preliminary Drainage/Hydraulic Report • Drainage shed maps(Pre and Post) • Determination of incremental runoffs • Determination of water quality volumes • Initial design approach • Preliminary City MS4 Plan/Calculations and Stormwater Treatment • Identify Drainage Management Areas (DMA) � Treatment Design and Quantities • Post Construction Features • Draft/Final SWDR • Draft I Final Drainage/Hydraulic Report ° Response to comments on preliminary reports, and follow-up on draft comments • Hydraulic Grade Line Calculations • Inlet Spread Calculations • Pipes, culverts, and swale designs • Draft/Final City MS4 Plan/Calculations and Stormwater Treatment • Response to preliminary report and follow-up on draft comments • Water quality elements—sizing and design GHD shall provide the City with five (5) hard copies and one (1) electronic PDF file of draft and final reports. Task 6 Deliverables — Draft/Final Drainage/Hydraulic Study — Draft/Final SWDR — Draft/Final City MS4 Plan/Calculations and Stormwater Treatment Task 7 — Utility Coordination GHD will perform subsurface utility engineering in conformance with LAPM Chapters 13"Right of Way°,Chapter 14"Utility Relocations", and Caltrans Policy on high and low risk underground facilities to identify possible conflicts. The utilities include but are not limited to PG&E, REU, Redding Municipal Utilities(RMU},AT&T, and Charter. GHD will be responsible for ail coordination with each utility including relocation of any utilities as needed to eliminate possible delays in the design of the project. GHD will also include all associated utilities in the design of the project. 7.1 Utility Conflict Maps GHD will use the information collected in Task 4 to prepare utility conflict maps, based on the proposed improvements, as part of the preliminary design (30% Plans). These plans will be used to identify any potholing requirements and/or confirm conflicts and obtain any comments the utility purveyors may have. One (1) set of conflict maps wifl be prepared for each utility involvement. Potholing services, if required,will be performed by a subcontractor to GHD in accordance with Task 4. 7.2 lltility Policy Certification and Utility IVlatrix GHD will prepare a draft and a final Utility Policy Certification and Utility Matrix in conformance with the latest Caftrans' guidelines. 7.3 Preliminary Utility Relocation Plan Coordination and Relocatian Claim Letter This task addresses coordination of the pretiminary utility relocation plans with the project plans for the project. Each affected utility company will complete their relocation plans,with input from GHD. For instance,typical items addressed under this task are utility sleeves for potential future projects, clearances, and cost and schedules to relocate. We assume utility relocations to be completed prior to construction of the project, or by utility purveyors. If it is necessary to perform some of the utility relocations simultaneously with project construction,we will address coordinating the phasing of utility relocations in the Special Provisions and on the Stage Construction Plans. GHD will also prepare a relocation letter,to be signed and sent by City staff to each utility purveyor, addressing needed relocations, anticipated construction schedule, and liability. . lJtility r� en� upp n otice to ner Letter GHD will be availabie to support the City in drafting utility agreements for the relocation of utilities. We assume the City will prepare and execute the utility agreements, though we will prepare the draft Notice to Owner letters and provide a copy to the City for signature and subsequent delivery to utility companies. Task 7 Deliverables — Utility Conflict Maps — Utility Policy Certification and Utility Matrix — Relocation Claim Letters — Notice to Owner Letters — Caltrans Utility Gertification Binder — Finai Ciose-Out File to the City Task 8 — Right af Way Monument, a subconsultant to GHD, has developed the following project-specific Work Plan to ensure compliance with ali applicable state and federal regulations, as well as Caltrans procedures, and the timely certification of the project for construction award.As such, Monument will perform the acquisition services for the subject acquisitions in accordance with the Uniform Relocation and Real Property Acquisition Act(49 CFR Part 24), as amended;the California Relocation Assistance and Real Property Acquisition Guidelines {Title 25, California Code of Regulations);Title VI Civil Rights Act of 1964;the Caltrans Right of Way Manual; and the City own Policies and Procedures. Some of the activities required by the City in connection with this project are as foilows: coordinate with GND,the City and the project team, draft acquisition documenfs, meet with impacted property owners(up to eight owners) and present offer, confer with owners about the project and conduct negotiations, address any questions/concerns regarding subject offer and ultimately, secure signed acquisition documents of the necessary rights in connection with the project and coordinate the right of way certification for the project, as required by the Caltrans Locai Assistance right of way staff. .� Right of ay Project anagement Monument will work closely with GHD and City staff in performing the required real estate services and establish work processes to manage and coordinate right of way activities to ensure that deliverables meet quality standards. Monument wili work with project stakeholders to anticipate potential issues, resolve problems, recommend solutions, and ensure the project schedule is adhered to by the team. In addition, duties will include folfowing services: • Participate in a Project Kick Off meeting with GHD and the City to ensure design, appraisal and right of way impacts are coordinated and on schedule, establish lines of communication, project reporting requirements, as weii as listen to the City concerns and address any issues that may arise. • Attend up to three (3)subsequent Project Development Team meetings to coordinate and provide updates on the right of way activities. • Provide oversight for all right of way acquisition activities to ensure timely and accurate performance of real estate activities. • Prepare and deliver written progress status reports for cases. • Monitor and update project schedules utilizing MS Project software. • Update each parcel file checklist(our QA/QC Manager,wili conduct weekly reviews of the project reporting to ensure compiiance with the City regulatory requirements}. • Impiement and comply with Uniform Act guidelines, State and Federal laws, Galtrans Local Assistance Program Guidelines, Caitrans Local Assistance Procedures Manual, and the Caltrans Right of Way Manual {as necessary). • Develop all necessary acquisition formats for use on the project, including appraisal notices, offer letters, appraisal statements, acquisition brochures, agreements, contracts, deeds, in a format acceptabie to the City legal counsel. • Maintain accurate records, monifior work plan and workflow. • Finalize work product, provide services and prepare and deliver presentations to tne City staff and stakehoiders, as appropriate. • Assist the City in preparing staff reports, memorandums, exhibits and presentations for community meetings and Board meeting. Task 8.9 Deliverables — Attendance at Project Kick Off Meeting, and up to three (3) PDT Meetings — Written Progress Reports — Project Schedule — Parcel File Checklist — Presentations to City Staff — Rssistance with Staff Reports, Memorandums, Exhibits and Presentations for Community Meetings and Board Meeting 8.2 Appraisal Services CBRE Inc., a subconsultant to Monument,will prepare eight(8) USPAP compiiant appraisal reports of each property for the purposes of determining the fair market value and establishing the amount of Just Compensation. The activities to be performed by CBRE Inc.will include the following: • A pre-appraisal meeting with the City takes place to outline the scope of work needed and glean any additional information that may be needed.This meeting may be undertaken in person or by telephone depending on the detail involved in the scope of work. • A notice of intent to appraise letter(NDA) is sent, inviting the owner to accompany the appraiser on the real property inspection, per California Eminent Domain Law. • Property inspections are undertaken, as well as inspections of the neighborhoods in which the properties are located. During the inspection, an inventory of the property attributes is collected based on visual observation. The inspection will take into account issues such as availability of utilities, topography, drainage, external site influences(i.e., traffic patterns and surrounding uses, access, frontage, visibility, and quantity, quality and condition of improvements). • Identification/analysis of market conditions relevant to the subject property type under appraisal. • An investigation of public records for fihe property's zoning, entitlement status, generai plan,and flood hazard area classification, as weil as investigation of the property tax assessor's records for attributes of the property and project detaiis and mapping, if applicable.The appraiser will also research the reasonable probability of a zone change. � Consideration of the highest and best use, both as if vacant and as improved(if applicable). • Application of all relevant valuation methodologies. Assumes not severance damages and no major cost to cure analysis. ° Reconciliation of the applicabie approaches used into a single fair market value opinion. • Preparation of a written report to comply with USPAP, and the Code of Ethics of the Appraisal lnstitute. Task 8.2 Deliverables � Pre-Appraisal Meeting • Notice of Intent(8) • Appraisal Report .3 ppr isal �eview e ic s For this project, Monument has designated Sierra West Valuation, a reputabie and highly qualified appraisal firm, to complete the appraisal reviews. The review appraiser will review each appraisal report to ensure the appraisal meets minimal reporting requirements, prepares a separate review report stating the findings, concurs with the fair market value conclusion, and recommends approval of a Statement of Just Compensation to the client. Task 8.3 Deliverables — Appraisal Review(8) .4 Acquisition Process MonumenYs Acquisition Agent will contact the property owner(s) and, if possible, meet with the owner in person at a convenient location to present the City offer within two(2)weeks after receipt of the approved appraisal and determination of just compensation by the City. During this meeting, the agent wili discuss the project, expiain the property rights affecting the property, review the proposed project design, present the offer to purchase, review the salient information in the appraisal report, review the terms of the Right of Way Contract and answers any questions or concerns the owner may have concerning the process.An informationai brochure explaining the acquisition process will also be provided. Owners will be given reasonable opportunity to consider offers, present materials tney believe are relevant to determining property values and suggest modifications in the proposed terms and conditions of the purchase. Every reasonable effort will be made to acquire the necessary real property rights expeditiously through negotiations (up to 60 days from the initial offer}.The Acquisition Agent will proactively communicate with the property owner on a regular basis, meet in person when necessary, and respond to any questions,concerns or clarifications requested by the property owner.The Acquisition Agent will establish a file and maintain a parcel diaryllog to record ail communications with the property owner and/or the property owner's representative. If an amicable agreement is reached with the property owner,the Acquisition Agent wiil prepare a memorandum transmitting the owner's signed agreement and executed deeds to sell the property, for review and approval by the City. After an offer is accepted and the purchase agreement is approved by the City, MonumenYs Escrow Coordinator will transmit the original documents to the escrow company.The Escrow Coordinator will review the updated titfe report and prepare a memorandum of disapproved title exceptions.The escrow company will prepare escrow instructions,transmit a copy of the purchase contract to the title company and begin tne process of satisfying ail monetary liens, prorating taxes, and clearing adverse title exceptions and encumbrances. Upon escrow's request for funds from the City, the estimated closing amount will be deposited in escrow, and upon close,the escrow holder will record a deed and issue a title insurance policy. The Escrow Coordinator will provide ongoing support to the escrow officer to ensure the timely execution of escrow instructions, coordination of title clearance documents and processing of wire transfers. Escrow closure generaliy will be accomplished in 30 to 60 days. Task 8.4 Deliverables — Meetings with Property Owners — Record of Communications with Property Owners — Transmittal Memorandum . n n tion u p If negotiations are not successfui and the agent determines that an administrative settiement is not feasibie or project timing requires use of the eminent domain process,the Project Manager will submit a recommendation to the City to initiate condemnation proceedings. MonumenYs Team wili work closely with the City condemnation counsel in preparing the resolution hearing notices, providing a duplicate copy of the agent's acquisition file, and assist in the eminent domain complaint and in trial preparation as requested. Settlement negotiations by legal staff may continue until the trial begins, including alternative dispute resolution and negotiations for Stipulated Use and Possession to assure access to the property consistent with project schedules. Task 8,5 Deliverables — Hearing Notices — Acquisition Files 8.6 ight of ay Certification The final phase of the right of way program is Right of Way Certification approvai which documents that the construction project is ready for advertising. During this process, Monument will coordinate and attend certification planning activities and meet with the City, Caltrans Right of Way and Locai Assistance staff, and the project partners to determine project requirements and the certification level required to meet the project construction schedule. Monument wili coordinate with the project engineer, utility relocation, acquisition, and right of way engineering managers to ensure their respective activities have been eompieted in compliance with applicable policy and certification requirements. Monument will assist the City in the preparation of the submittal package that will include the certification form and compilation of the necessary back-up documents. This wouid generaliy include deeds, resolutions of necessity, final orders of condemnation, access agreements, cooperative agreements, permits, utility relocation agreements and notices, utility relocation plans, among other documents. Task 8.6 Deliverables — Right of Way Certification Form Task 9 — Preparation of Contract �ocuments GHD shall shail prepare all contract documents (roadway construction pians, specifications, and cost estimates} in accordance with City of Redding and Caltrans standards as detailed in the Capital improvement Project Submittal Requirements, and as directed by the City. Services shall inciude, but not be limited,to the foliowing: Engineering calculations, plan preparation,technical specification preparation, speciai provision preparation, engineers' cost estimates and all other appropriate engineering necessary to provide complete contract documents, ready for bidding a road improvement project. GHD shall prepare geometric approval drawings (base plans)for the entire work site. The base pians shall show the existing roadway and drainage facilities,the right of way lines, all existing nearby structures, fences, driveways, poles, signs and any trees and shrubs in the general facility of the work site.The base pians shail also show utility facilities such as fire hydrants, valves, manholes, and electrical equipment.The location of all utilities shown on the base plans shall be verified with the appropriate utilities. GHD shall submit for approvai a sample pian sheet and legend showing the proposed symbols, line work and lettering for all existing and proposed improvements. Aii engineering shall comply with any and all appropriate federal, state and locai design codes and guidelines including: — City of Redding Construction Standards — American Association of State Nighway and Transportation Officials (AASHTO) guidelines — Caltrans Highway Design Manual — Caltrans Drafting and Plans Manual Constructability reviews for the project shall be accomplished at the appropriate stages. Final drawings shall be prepared on 22"x 34" mylar for originai signatures. Submittals for review will be at the appropriate design stages (30%, 60% and 90%)with drawings reduced by 50%and specifications on 8'/°x 11° reproducible paper. Ten (10) sets will be included at the review stages to allow the City and all other appropriate agencies consuited to provide a thorough review of the project documents.A complete and final set of contract documents, including plans, specifications, and estimates shall be submitted electronicaliy to meet all City requirements. Complete bid packages shall be prepared incorporating all City standard general provisions, instructions and notice to bidders, technical specifications, special provisions,federal provisions, if required, and approved plans reduced by 50°/a. GHD shall conduct formal design review meetings with Gity staff and utility liaisons throughout all stages of the preliminary engineering and final design process. Meetings shall at a minimum be conducted at the 30%,60%, and 90%stages of the project. Formal submittals PS&E shall occur at the 30°/o,60°/o, 90%, and 1 QO% Final Package campletion points for City and outside agency review. Submittal formats shall follow the City guidelines. GHD shall respond to, and incorporate, if appropriate, any and all comments received from the City, State or any other partners, stakeholders, regulatory or utility agency. 9.1 60°/a PS&E GHD will incorporate revisions based on review comments of the 30% Qesign, prepare the 60% PS&E sets, and revise the draft reports and memos accordingly. GHD will provide a formal comment resolution table identifying all design review comments received on the 30% submittal. GHD will prepare landscape architecture construction documents for the roundabout based on the selected landscape concept, planting, and irrigation (as required) only. Artistic monuments, scuiptures, andlor public art can be incorporated into the design upon approval of an agreement amendment. The following Plan Sheets are anticipated and included in fhe scope: ID Type of Sheat Number Code Re uire --- itle Sheet and Location Map 1 D Data Sheet 2 X ypical Cross Sections 4 K Key Map, Line Index and Control 1 L �ayouts 12 G Grading Sheets 12 C Construction Details 6 WPC emporary Water Pollution Control 6 Details&Quantities DP Drainage Profiles 12 DD Drainage Detaiis 4 U Utility Pians, Profiles and Detaiis 12 CS Construction Area Signs 1 MI Motorist Information Plans 4 SC Stage Construction/Traffic Handling 12 Plans, Details&Quantities PD Pavement Delineation Plans& Details 13 S Sign Plans&Details 13 R Retaining Wall Plans&Details 2 B Bridge Plans& Details 4 � Irrigation Plans, Details and Quantities 7 PP Planting Plans, Details and Quantities 7 EC Erosion Control Plans& Details 7 E Modify Signal, RRFB and Lighting 5 --- Redding Electric Utility Plans and Details TBD otal 147 9.2 90% PS�E The plans prepared as part of the 60% design will be supplemented with additional details and information to respond to comments received. Supplemental reports and other supporting calculations will be updated and resubmitted as part of the 90% PS&E submittal packages. GHD wili provide a formal comment resolution table identifying all design review comments received on the design plans and submitted reports.The cost estimates and bid schedules will be revised to incorporate any changes from the 60% submittal. GHD will revise the special provisions and bid documents per City and Caitrans standards. it is assumed the City will provide any front-end contract boilerplate language for use by GHD. .3 100% Final PS&E GHD will update the 90% PS&E sets based on the agreement and resolution of comments for finai submittal of stamped plans and specifications to the City. This submittai will represent the final contract documents that will be issued by the City for bidding, award, and construction. Inciuded in the submittal will be full-size Mylar,AutoCAD files, and reproducible documents needed for bidding. Task 9 De/iverab/es — 60% PS&E — 90% PS&E — 100% Final PS&E Task 10 — Assistance During Bidding and Gonstruction GHD will provide assistance to the City during the bidding and construction phases of the project to ensure the contractor understands all technical aspects of the plans and specifications.This work will include the foilowing: — Participate in pre-bid meetings for prospective bidders to answer contractor and supplier technicai questions — Review of technical contractor and supplier submittals — Coordinate through the City responses to contractor and supplier technical questions during bidding and prepare any addenda required — Provide any drawings, modifications, and clarifications during the bidding period — Attend all pre-construction conferences — Provide ongoing consuitation and interpretation of contract documents as required — Assist the City with submittal reviews, preparation of change orders, and response to requests for information related to technical design issues encountered — Prepare design clarifications to clarify the design intent — Attend all finai inspections — Prepare as-built drawings following construction from markups by the contractor and resident engineer. As- built markups shali be made by hand,on the original mylar in permanent ink. Prepare as-built plans per Caltrans requirements of the encroachment permit.The original designers stamp and signature shall be maintained on the as-built drawings.An"As-built"or"Record Drawing"stamp shall be added to the drawings. Task 90 Deliverables — Bidding and Construction Support as Requested — Prepare As-Built Drawings Task 11 � on�truction na ement / Ins ct�a►n ( ptional �ervic�s) As an additional option to the City, GHD has the ability with local staff to provide support services for construction management and/or inspection for this project. If requested,these additionai services can be provided upon execution of an agreement amendment. N m N� ��� �O r�i h� N� � I U oIN �� ol� � � I � ¢ Y _ �lo _ _ �� _ _ _ �� ' " I I F � " ��rn � �� � � I m �= M�°' � m �� � �� oloo � I W L�N ° ojool� a U � �i� �O a� I U �I� � . � - �E t m � I I � �N H � } aF-Q m m � � � N �L � m�,n p Y = 3 � d�n � I h� �.. ' .= I i n.'.� �S' a U - w�o � - I � N �C �1,.N = j m L L y �� i � � � �NF� � W U x �, I U.o � o w m a old � I � '� � a N n N� I �.d � �o�(n o W � a`� N O ' QZJ m o `�=`�S � N�¢t' ���� � O�Z a � �n� _ aWwN a�p� ; N� ~�� i I � I �H� 7 > �� _ Z' � I c � a+ c U p)� N m m� �D� � U�..�Q,.Ui� �,���� �a O c�0 _ � � z QI � � � � � � Z� .�,.": t/J�O� I I � � �� I I I N z a � ��� a I �� I � � = n� ��� � � � � � o� ZU � I a� W � ,;� U�r - m .� o � 3 I I I � I N� � �,��� U�� N o Y :9 ul y�^ ! a F- �c y � ci I 3 ,'� d� ory mI �� I N E � a�� ��m � ��� i �� -- o � ,�.� om <olo NN �p � I��N� �-' Em d�� �o��, r'^� � E ���� E @� v @� ,n I - v�, _�� a'U N I @ $E;. `� i m n. a` � � N I `�h o I�•- �� � m � G o � C I Z� a o L} c „ � C O �Y > � d�o O � .� � -° �o� a 9 - � N U� � E � N O I I �,��aNi o' m '� � « U E �E m °' `" c m `o m �o E) � ���m �' � E � � o 3 �� � ❑ � � � � � N C p C y Z W I K L � C e � O j 0 'O O tiJ >. m � �� O �'�' � N � m �� z w - ,Lp�3$ a V � u U � N � E o � � � y '� o o � •.v _m� w a� E� y m a � m'�, m � v � m � m'� m v V m�� m �o o v a = _ .� y �= �v�i p y,o y- w 9 H = �v�i m O �v�i� y C m����� u.-� � L� y C m C V �n y U vi U (n= a 9 tn C d N p�c�A T � �c� -� � � 'N� �N E Y T d � T N N T N'� T N� T d a T�� T N a T� � �+` N N r O.�IL O o w �'E ��.� mc�N o �m� o ��� E�� c�au��� 3c�v�c� °�',� ����3� Uaa°�ml>w �'n N�`o 'o !' � m b � � �� I� �j N � � N O�� C�a?o `I �o �M'� ��u d U_v J'�v� d��¢ d� � �i N- Q�W N t(l m � oZ r=a`¢Sw�Qy�¢}oaSc9a'>� a5^a'>�¢>a¢5o¢5 a¢mloo;w� �=LL .- nMv v '� T � O h��-N ���N�� � N H•- N N�N��N I O� m ci �V Vi ✓�(O a �U o a ��^� ���i�f,`�' r v�� F co�n�F m m�m rn�� I � OIN .. z° N � m N a �g�w„� �i r �� �,» ��� �''��' Rm�-;,,,n°�'."' `�. �'"',` ;`� � � � ��S ��� �,. `�� �*r �'�� � � �r� ;'��°� � u' �Ar.��� �� ��, �� �d� �� , `�'� � `�t' �'�� � `"� „ . ,. �� �„- . , � r. .; � �. �. � �. > �, ;.. �< � � �. - :-. ,. �: �„ �;-� � ; " , :"', .. � .� ., . < . � � �,�, , <�. Nm � "� " I o ,� � �� �� � �� N m o �I�N � ,',. ��m �^f cv�� � o � o �� � �� � o!oo�o j � m�� �� � �I� �� mm � i � o� <�o �N - - - �� ��� �� "m - ojooti� �p N � �� O I ~C ��� I� �I� H3 UW� ^I� O'C; 1' +i �O Ci f�.O t0 Vi Ki�+i I I m _ �� �I� _ �� �N � �� �N ��N I N - ��� I � � I ' o�� � � _ N �C � �� a � c Sp a o.�� � o 0 a m ' m �u '� .��o h O � � � o� � �-. y '� � ° ,� �, m � � «. " �N� v b N � G � o cl E�v��£ a� ,0 a � � � U _ c o m a =� ����� `° o'-" '- Z m � m a", � ¢ � � � N ip p� N C I p C y'� TI K t G � � O O � � �„�j c�n jy � N � m ,V„`m 2 � m �.B � N � � C � u U C C �= O 10 � �°1 m � o I o c Q�j �`v�I°1 w �'�� E� �° � a' �;� ¢o a' o a c a''O a' � a' a'a a'o a' �� I��I�� � - � � � N v U y "�u N u y? N�° �, N c O1 °i - �� - °1� m c� m '�� >.m £� >.d � >.m m >.d�� �m � >.m �o >.m .-,yt0 m o >.m � >.d �A s o. " o �'o�w ��E �__o °' d �"'S c 3� �3 0� �3 �i U3� a�I`�� N3 �,._.nwl'�E a N�`o - o H � � c o n p �9U o ��t`:E��Ua�?; m��-' G�� m� mv N m�, mv ua°¢.�u>�>w m °1 °- m a � � m � N O�� C� �'�-6`+ d� .�. m O O v o�� y O=�o-�F O �m o¢w.� � I F."v�i� Q J W�y N m d' Q p F d.¢�i W c¢�>d¢> �¢>U' ¢5� ¢»¢�CL¢}6.¢5 0¢> a¢mlUOwu. Sii .- rv Mv O ,-T, " O h � � O N � ri y v � vi V��o N Yn 'xn N�N�� I i p�.�- � a` � n`° cea .=�•-� �� ��� � v�N r m��ti�il�Fm�;F� ol�""; Z � o m o P� q$a Y �� F- Io`�°w Iw � ° �� ��� �� olo mlm �m � � ~ � �I� � ai� - � o a ���� � �� �I� �I� �� - m a I�w� �, � ��� � �� a � - � �I� �ip p� ; o F- ln _ _ N oJ _ _ r_ m m m NIV �0 � �� ��� �� �w� I � I N � � � � O c w Z N 0] I N N N U� ryo _ � w Y - �� w h � V ~ I I O� i I w u � U.N E w^ p W o W� aa o I W = U � � � _I U' J',., � N Z F`�- C I O p W � � � �I� I I�S aW� " � � - - I �� C N I I^i� ��� cC '^ w a�� a�'`-O ` � i O ~ N�� > � � � I I� � Z' � �m I I UUWQ a _S mlm °I`,-° �v� � tA � � �v mIm �'m M Z N E �IN 'o - � Q � � '= I �i� o� U N g I � d. zQ � � I W N U9 � z � v � � I � �� i o� zU �y � �'� � i Wa J � � c � � ` I I ° �m �o I > �< � :� "a �" a i�m �� I I � i = w � I � o o � �� °�'m �`�° Q av a'» � ' � � a I ! o�.- v �n.�n, m �_ �� `� o c c 2 Q .°n a�c y � G o `.� �ro > •_ m .. � .�.n o � � � I o� i m y 9 `°o- ` U m N E = N O m��,� o' m � �V} c °� � � U I E � 'n E G"m ` E � y a e `°�� N �¢ � � V � . � y G I O C U�Ni Z I �.) I� G �J o LL � U � m O= I Z � I� � � Q1 o I o � :a U� a � � Q � � � �} '� o I a ❑ Qv yl�� I10 0�.--� E°��' c w „ °'' m � m � m m' m mc� m'� m °I_a IU = - 4 N ;c- �Np ¢' o ¢'_ a'a ¢' c a' Na a'p ¢' �m iH�� ... � t�� �" � w c'U y va' " y= �,�o v, v, w �n ��o'"� �, 'm �" _ m a d a+ ��g �.� Et �d � mdrv� T�, �." oTw� >.I� oT� � Ta, �N`-S.�lao o gW T�E �=� � 5� � oy�� = �����E�v��U�9� ��oV�IUL�lU �9U,��c� Uaal��nl>w �'n Nloa' ¢>w'�� :o N N , � ._ o � � � a.. � -o� �� m � � o �a`a> w �¢>a`a> oaSc�'¢>o` a»a>�¢�>a` o �� I o�` a� `o �v m m ¢>¢¢> a'amoolwu� =IcN �NM °' � z s s ae `� y s m o I '� Y a' O N `p rv ,n ��'i i�v cV � c�N`- � Y� Y "� I O�"- m 4. U O d �F`-`- 'm U tv F M � v�in N��o co�hIr�m m F rn m F o � aIN rv I O� Z �r��t�u���t ��ha�li i�-H �iYy ca#Reddirt� ��i5t F'ttkpa � �aie:. £#�iS�l'?t��� �'RQ t�o,12�a718�� Ctzs�tr�c.t s�'�a. ��tr��#�al�t��a�27� C7at� �r�l 14,2Q2`�' w�r�tait�nt ��it1 in�. tlki2�GT�.A,�C�4� i tr�ott�!�t�eu�y �:��5��1'�G�€44f3 ��l12� �r3d1 k3 �S �'}CFU#'$ $L �}� '�4$9E i�i ir�;.i�r�t V4'cat€ S`fS.Q� 113 � T�,�4 � 8,475.G(} Fres��t��naG�r S' t�r �5�.�3� 127� � 52.8� � �7,#57.fiQ �2AIG8� T�aan�� $56,Q4 36E3 � S�r.QO 5 21P28d�.�aa ��PC�ns#r�ttttc�r E49i�t� �?S.d�Q 165 � 75,CI�J � 12,4�O.C7d'J � �Il'€�cts L��i��sr "�°�e's Par�+s 5?5.E�4 �� �` 75.Q0 � 3,3[�Cb.Q�t Sr�'r�#��4�ps Y�dut� ��`�.� 3fl �3 75.t�? S 2,�StT.Q� S�F�ouna����u1 ��s r F�eE�r€:r ���.�3 222 � �.�3 � ��#.?�9.8�r ��n"sssr f�TPlCa;rit ��� n �tt� �64.9� i�6 � 6�1� S 7,4�4 B� �sarv�yor V�tiou� � 5?D.QQ 1�6 �} �TQ.�pO S 13.72Ct.CN2 S��a��*�r��/ T�c�tn��!St�Ff !l�ei�us _�69.G� 32� � �9.44 � 22.3��Q�b &'€aj�ect��rq 1Cl�si n�u �czrt el�r�t�� � �S.f�C� 1522 "��r �5.4U S 8�?1:}.04� �t�f��n�F _ ���hr��cran� "��erasus S�a.�Jt� i�t�G� ��(�� � �1.G�Cl.f� PV9t���vu�ye�r tt�r��us SsT2.63 96� � 7�.63 � 32,2Q�9.� �drrsias�l"��kr � �Pp��r99:G� `�°�faczu� �3�t� 146 � 3�t�� S �,�94,L�(J �ta�4�1�1 Ff��t� 6�A9?� Su�t�;��C'=re�t k����ar GQ�t� � 355,�39.2� r�t�tici�ated S�I��l:t�r��s�s(����Rk�cs�ed��I�:ud�El�arsJ ���.64$.42 3"ct���ir�et Latacr�Qst� � ����432,�aC� Ie�direc9#��t� F�at� T�i�� .—Y�A..� t�rinq�:8��+�f3t�+�sv�rta��d+�"`a$A� f���'�°r� � �72.9�E�.�6 Tatai Ir�dir�ct���ts �S 672,��$.4� ��E ��t� T�?#�! 3t��1°,� � 14�d,1�'§� 1°c+��'�`�� S �s�,4�0.'�4 CDTN��2 G[�S�S P�tih�li�lg S ��,��4Q.C74 F" t���8�td��aari�r � ��0�� R�proa3u�tst�n � 5,�t00.�0 5urv�y�q�spm��t��t�STr�t�i Scats�n ar��5! � 5,p{��p,� tf�h&cd��Ae���� � �,7°c�t.Gs� �m�+itsy���'�r'G9a��n � 1,�t?,G4 '�Cr3�{E:3€Y1�+a'�'4�#�� ,� 4�,.�1�Q.Q� 7�t�t�t C'a�iL�8itc:Cc7sEs � 9,1��,711,2Q Tcatai S�e���sa�€s�x�a�t��s�€s � 51�,&A�.Q� 1"��i�rr�j�,�t�OS�� $ �,�Q�,�92.29 t��TE:f�a�c.ss rvsl6 k,���;�s4e�u�t�5°�tan�ti€si��r�r y��r can Ju'sy 1. CakiC 2�22�1�-t7�4f�,�,T F���s�-Fi�o-rm�t_�I�� F�eojec�E�ttd��i ��ty�f f��c��ir� � ;��sf� C"�a#91���� �R���.�a������ ��h�b�� �.p-�# 5���r�tt��r+��s�s C��cu��ti�a� Cor�sult��t�1�r�e; C;li£�It�e l,C�I #�te aver�g�h�csrly rat�f�r 1�t y��r��the ec�ntract��ar�cc La�c�r Sra6tot�i�flvtd�d E�y t�ta!h�u��� ��St��t€�€�t p�r Tca���Fr�urs p�r�ast ���t�rca���P Prcapo��� Av° }i+�url�R�t� � 3������.�� f ��9� � $54.77 Y�ar l,�v�l�s��r&y��te �.CalcuEate�S��arfy r�t�for a�f y��rs(lnere�s�tts�A�rera��F���arPy ra������y���r�y presp�os�d��seaCeti�r�°�} �u�hc�ur�y R�tes Pr�p�s�d�sc�lati�rrr 'Y��r z $5�#.77 -� a� � ��7.�1 1°��c�-d�v,��3r6}�R�t� Ye�r 2 $�?.�2 � �� — S�,C1.39 Year�-�'��r��r€y t�at� '�ea� 3 a6�,3� � ��- _ $F3.42 `t�ae�-Av��#rty�at� Y�aa-4 �63.�1 t� �� = �6�.5� Y��r�-�v�Hrly Ra�� �.��lcut�c��sti�n�tec��s��ss��r���r{14�uft►p�#y est�r��t�������ar by c�t�f hc�ur�} Estir��t�d 9��►f�L Tcst�t M�a�,rs per�txst Cc��pC�t��EaeEa Y��,r Presp���{ Y�'�t � �C�.�1� � �497 = 2.5�9 �stir�a�t��i N�urS 5�e�t`.2 ����2 �. � 6'�9� — 324� �stirn�t�d�l��r�Year 2 ��,���> I�{�.�� � 6�9� .� 649.T �5fi�t��i�d He�urs�'�ar 3 ����'�. �,C��a � 6497 � C� �st}t`��t�d Hcrt�r�Y��r� ���r� �.��`a � 6A9� � t� Estim�t�d�1�sar� ���r S Tc�tai ���}e�9� Tt���� �k�7.1 hrs �.��lcc�l�t��`�ta€C��B��r�c�u�lir��Es��l�tic�e�(rrs►�[�ip1�+�v�r��e hs�ur�y r�te by���e��rt��r c�f F�a�ur�p ���#���€r1y R�t� Est�rrr�t�d h��rs {c�fcwslat���bc�v�� {��I�ulat�d abt�ve� Y��r 1 ���,?7 � 25�� � �142,�"�.�3 �e�r� ��a.��. � ���� � ����,���.�� �l��r� ���D,39 � f��.a — �3�,�3S.3s Y��r� $6�.�2 # �} — �Ca.flL� ����� 5��.58 � €� — SC�.QQ Estim�t��3 [3'sr�c� L�b�r��sts tNith Es��l�ti�n ����,��2,�� i�rr��t l.��ac�r�u�t�t�l��€c�r�es�alatican �355,���„�� R�c�l��l�tec�Esc�l�ts`�ac��r,°a�rr�rh�ad Ftate� �"ees �12R�St��.�2 �st�rr����c�tcst��S�lary I�cr�as�� ��� �A�2��-Q�1J�A� Fee 9�-t�Fcs�sn�t.xls� l�ncai,'��s€ytancc F'racectier��r�i�rat�:tl C�.�hitail!C!-Id9 (�*"�T �} p°� ,$y (��"'� �}'�) �± �vst k'rc� ct��l A",td'4.���dF�9� �Lf^�.$A. �'�l./67�S��G���l7e��ls 1-ilifd:.. � Lld"�. _. _. . . .�i['Tt��'�C,C'()�"�'-�`�l.��-F'C�:.�;R F'���g�t �.l:i���'����Y(9CFFtl�t �(��C�E'R�����t,l�;'�"€�.�1C�'��"S 1�!�I�"ai� f;1^�(:�Il`^�LE;RI�C:�:��I��'�1"tf�i�`J:�9�:;�`I'.�I.STt�i�At�,��''rty c�ft���i�a��. `�i�.t�rr��n�C.y�r�����vcr��a�s.�ctive Tr�nsp�rt��Geara Ps•�je� a,n«'���b�r�.��a:;tirt,ts�ne cu � ��iit1E`{QF1S!]�Tr#11� Q �itt��t�"��Sil��c"b74g ��t�{�"�lt'�`C�Lt�3C�6lSL3�:i3inl �"a�nscalf�nt Starale��'s��su��in;�Scrvi�.�s Irst.. ��s�,���t�.'ta �'�ar�tr;�ct�le� 5?7P [�at� �:e�pis�ci 8"f��?�7'? C�I��+�`1"Ce:1��3Et . �1�ssi�cs��ionf Titl� E1��r�s r4,ctu�1�tourt�d�.�t Tat�l �'rincip�f�ln-�,�r�r�c�(I3L (?) � � ��.75 _ �a)_6it� Sr��'r�j�ct�#ana��r(E�ls IG} �+ � ����7 fii,t��$.4� ['r�r��ipai �'rc���sssc�nal{�t� �+} a � 7�.�#3 ��T€�.�$ Sersi�r Pt°c�fe�sit�n�[El (�[. I�} i�, � 7,s,�(l �P.td2?.t1�7 S��si+�rFr�C�ssi�at�I i (�[, ��� �� � 7�,�fi? . ��.��t.t�d� 6'r�,�c�t I�r�af���i�r��1 �l(E�L. !?� �� � ��.08� �7o07?.t7fl Prcr��c°t t'rc�f�ssi��ia] t(E�l. 3 [) �s S G�k��4? �Y�4�f�.£�£1 ,"��s�c.F'rs�j�ct i'rc�f��si�na#(C�L iC�} �tWt :fi 55.� �t�,'70��t� S��tf�rofessi�at�4lI��3L�) ?��, $ ��.�� �I1,.��$.�1£� .�ssc��. .�at�f�`Prc?fes�i+�ra�l tk3�. �.} �7a � 56.�?� �?9.�7=b�t�d �t"t�ci���dr�aa�e�'('t�rical�FF�L?} is S �$.�� �Q.Ct� :As���tant Sci�:nEisi(��..{it ,+;�� y �5.f3() �.a.��lt��4l� �4�,Ot� i.,��C�t�,C:t3�T� 'T`�tal I�r�e�n�:,. ��a� a) �u���c�1�� [)ir�:e:t L�t��.gc(:csst� ��-�,,������ t�? s4ntgei��t�z��;�[�ry�Br�cr�:��es{���p���:?fiar�a,t��3�1 ��,?>�,,�� �j T'{7k't'��, [�t�t��"t"1.,��3fJ�C:�S"f'����?�(��I �G�._'��.,'�t� F�l�d�F �E:'4k;:i�l�"� _ e�i ('rirs�u C�era�t`�rs tR:atc ��.�#+�".=p ? �}"�"�t�€�'rtn��������� [(�!4�+�)� ���„1�",�1[� �hl[7F t2 EC"T'f`'C}�sT� � fC;}u�r���d (��t�: �����15�� � ��C)���rl��xct jtc:t�tt)� �'�f�aQ7[�.�� h� ���fl�r�(and���dsta��si;;€r:ti�ve t�mtg:: 7�a�+ti°e� 1 i)Ccea c�:r�cictsita�fe.)'<f,h}] �4�,9;9.d3'? j}�`a��a�l Ctrdir��t C'msls�f�}+{�� , ���� �1 11,?�>?.fid� #`���Pr�fE� �i� 4hat�: :��►s�3°r'� � �O)'Ct�'T"�l[..Fi���6"t�C#F�1'��4�} +-gj}]x(�?� �1�3,[J�:�.t��1 c:�►°�����t �rt�������'�����.� I)���ri�atioa� i�rs�f��} 4Jrr'rt�'�st "i"c�t�� �� 'rr��rc�t�ti6���c C"���.��sG�p�»�rt�c3 E�y ec�nh;�lt�nt �aet���l�:�st�)(lt�r�si��d b�l�rw� �7d}Ct,p4 r��� ��tsi�rr�cnt!te€tt���nci�u}ag�l�es�ite.�rs's�ed�S�tasvl �Bf}Q.flf� n� �'�.�n�it 3����(�terr�i�e�;i �d�.{�t� c�} :sa.abcc�rss�sft�r�t�'c+sts(��t�iP�d cr�st p'°apaas���tta�f�ed��r��ch sui�erac�5i.�lt��t} �q.pp P�`['c���f�#t�er C?i��ct���ts[(I�+�r��)�-�ny = (ra�l �t.�b4�.DQ 'T()7`�E��'�)�`I'�tC�-��} +(�).<.����� �"'f�(�;���°t,41t� 1.,l�I' 1�-(�! ,ta��uarv 3D.?t7?tl Local Assistancc Procedures N1a�ual � Exhibit 10-H1 Page 1 of�4 ITEMIZATION-OTHER DIRECT COSTS{ODC) Description l) Travel/Mileage Costs(supported by consultant actual cosTs) Unit(s) Unit Cost Total Mileaae 0 $0.575 $0.00 Per Deim (LodQintr,Meats) 0 $136 000 �p flp Del�tiery 0 $]0 000 �0 00 Car Rental 7 $I 06.000 $7Qp,flp $O.QQ �0.00 �o.oa Subtotal (l) $700.00 m) Equipment Rental and Supplies(itemize) Unit(s) Unit Cost Total Black and white capies t8.5 x 11} 0 �0 060 $Q 00 Black and whrte copies(l 1 x 17} 0 $0 1 10 $0 00 Color cop�es(8.�h 1 1) 0 $0 750 gp pp Color copies(11 x 17) 0 �] 500 $0 00 G_raphics{Poster Boards) 0 $45 000 $0 40 Other Direct Cost,Info Center 5 $150.004 $750.04 Submeter GPS Usa e er da ) 2 $25.000 �SO.Od Miscellaneous(Conf. Call/MailinQ) 0 $l0 000 $0 QO Subtotal{m) �800.00 ��) Permit Fees(itemize) Unit(s} Unit Cost Totat CEQA Clearin�house 0 ��406 75 $0 00 RWQCB 401 0 $�0 b48 00 $0 04 CDFW 1602 4 $5,430.50 $0.00 Subtotal(n) $p_Qp o) Subconsultant Costs Unit(s} Unit Cost Total Subtotal(o) LPP IS-OT January 3Q,2020 t,eacai:te�f�t�trtc��f�•ctceci�res A�S:�scss�si i:�h�tair 1[�-lI! }#sag;e 2 er£'.� �������' ��—�� �..`�������"�,���,e .�C"`t'EF,�E,�`f��i'('-F`[al.��=1^C;'��.�C# �^'�"t,C)�t 1.��.'��$f�S�`�t(���:��€°I�r.���-'RCC�)�'.C�;�`t°t�A{:'7'� (�r�t�f t.1L.�"l�tC�'�1�t���.�CtiT'It:(P.�'€'E�[��f�aL���'[�'ti["�������} Cran�utra�t� Sta��t�c�"��s�l4cns�Sc,��i���(tt�. t'c�rstr��ct�l�, �"�7$ I�te I���'���,��ltfri�Q?� Srsh�"«r�sukt�r�t E. �C"�lru��►ste<�E�e�r���Ftcss�rl��it�te Ct�t• 1�t�e:�r�f ct��rrs�trucxt(!)i��.ret t��G�r:*�t�btcrt:�l c�ivis��cf t��v tertal h�r�rs} C)ire�.t l.ak�c�r�s�t��c�t�l '1"�taP !-�r?strs ����Hcazgcl�= �1�'��r C's��te��:t p�r-C�+�t F�rca�acaa�sl� �;�:r�"c�st Pr�pt�sal it�te ����s�tic.�n $f7.C�'�1a.t�'� 0'�?CJ � ��5�(}t3 "ti'c�r 1 .�a�flcaktr[�� �ate 2. Ce;�tc4�l�te h�urly�e•�t�i�r�1t����rs(�r�tr°����thc.����r:��e Ft�urty��s���fc,����e��°Fi�`�rca�ic��eci rseal�li�a�� �r`� r'���E-��tkrf}� ��tc ('���ars�c�c� E„��.�€�ts��r 5'�,�r ( ���.�1�1 t 3�� - �5ti:€i5 �'e�r�,A�v�;[��+ur�y tt�t� �°'e�r? ��b,�� 34p� _ �,��.3� 't''��r� �r���E i�rurf��R<�tc �`��r,� �5�.3�; �. ��� m $�{&.[f� 1` r�.�ti�s�Ncxa�rlkr�t4zt� `�'��r�# �f{�.l�i � ;��� - �6I.4Q Year'�a1v�k�taurl� f�.�[� �. �:��cc€t�te estirca�tcd h�crr���r y��r�i�ulei�rly�•�cim�t��/��cl�ve�r t��•taat�l h�a��rrs�) Es�imazed°�� '��at�E F[�aurs "C`�t��F{aaurs ��r��let�.d�a�l�'r`c±a� p�r��gt�r�ap��al p��-�"��e �'��s I ?�3,€1t7�'m � 3"�'�#�.� - 24�#.€l �;sCi►r����.�d 4���urs"�R��r� 1''ea�-`? ��.Qf�°� . 1?2C�.tl � b1G�.(� ��fint�ia:d�-3our�'�`�a�r� y'e�€e o 3fl,#�E���� � �?°�f�.C1 = ��a�.t3 ��t�����t�� hfc�€mr `�'�ar� `�'��r� !7.{��7�� * 3'?�f}.t� - �}.tl �stic�:���d i��urs�"c��r� �°�.ac� �4.6Q��c� ° i?�t�,� - Q.{� 1��ti�'p�ttd 4-�,�cti�s�cs��� I.�t'1>-t11 ,[ana���~r�1�,��?�#) [,nc�i 1t�sa�s:�aacc F'ra.rrcctur��1t�nca�� S�ktsi�s9t�(3<Ett �'c�tal 1�30�:�'0 't'catal — l?�tD.t3 .�. C;rlc�sl�t�T���l�o�ts inelc€ciiEt� F;'sca�i��e+ar�{�l�tllpl� .��cra�c !-��au�°t�'t��tc E�}�t1�e nus�€iae��f h�at�a-s} :'a����-i�a�riy ��1� F:�tar��ate�h�ur� ��alct�l�€�r3��°�°�) 4�al�ul���d�1���v�� C't�st�aer rrer�r �a`e�r € �55.�3� � �49 - 5t�.�t#.'?fl F�s4�rn�tcd t�3csurs�`e�r i �'�:�r? �5b,t`a� * G1� � �53�.���,�� �:�1����ted���urs�"c�r`� `��e�r,i �5�.�� 3�i� — �2I.$5�i.f5 Cst'rm�ted Ncatyes�`r�r�, `s`�ae� ��{3.�� � �� � ��.tb� [:siirria���i�ic��cs 3`e�r� 1r°��� ��1.9#� x Q � �aQ,O� Es�in��t��Ita�r�3°L�r� 't"crta� �ir�ct 1,�E�i�r ['ckut cro�sth��c�l:�ti�n � ��9,�?�.�� �i���c E_.�a�ns���,b��a��l��:far��:se�€�aie�n � ��7,496,t�? �st'srai�tccl tc�t�l c,~�t�trc�Y €��4��t�a�d�r°; Ina.g���c � ��.,��2<�� Tr�s�:,fer�c�I���� i t�az���t€f�i �?a���$�� ��-�� ����� �'�����,�,� C:`�rti�c�tiea�a�f tlirect�asts° [, €I°�����c��s��"s�n��9.cc�rtif}f t��t�a�L��st c�f��ty �r�c����l�.����a�scl h�Ei��'������a!l dir�a�t ccasc.s i�i��t�i���-� �r� t1a�r�r;a�t �r•��cas�l��) in riTis cc�n�r��t�r���tet��a�, ����c��table, ��€c.~�v��;��(�, �,�c��tic�caE�l��c��I��ctsntr��t i�t ����srd�ncc aag��E� ����c�sntr•�ct t�r�s��d t�tc fc�lfa�uri�t� rc�c��air�r�t��nt�: 1. C;�r�����1���.r�c�cplec�r�c�;��ar�bin�; F'rir�c.��al��(��.�F') 2. 7"�r-��s���cc�c�c�itic����t't(��c��ro����et 3. "�°i�]�?� E.lniteci S�a�es��d�S�eti�n ! �� - [..�t�ir��caf C�c��tr��ts �. ����ad��sf'��c�cr�t F���;�l�ti��t� F'��t�I -�ca�lt�-��t�c��t ��a-ie�c:sp[cs �r€d �'r�ic����re� �. �3 ��c{��f F��d�ra6 f����;latic�rs�P�rt 1°�'' - �c��.�rr�rs��rat. i�1�n;��,t�sfi7��tt, ancf�d�t�ir�°s�ir�ti���c�f Cn�?:r��crin���� C��si�t� R�����d��rr��c� �, ���cs�e c�f��dc.r�1 ��:��r1�t��a�� �'��-����p�� �ast�c�-���ar�t�����t�r�c��rrts �3s�a�d(�vh����p�li���f�) ,�(�e€�st;� rs��a�t ta� ����S�i�c�c�snsi�t,:��f��e�d f�irt�°cc��II cc���tr<�c:t�,t�1���cur��n�atie�« ��"crarrr��li�n��rr�u�t be r�t��n�d �»tt�� �a�a�jeet fri����r�� b�.in e�arn�s�i�rtc�. a�ia��appli�a[��� ��d�r�9 ac�c��t�t�c����ire����ts. �"o�ts tt�at��r����a�ccg�rap�i�r�t +�r�t1t t}i�f���r�l ara��cat�requir�ment�are n�t�(i�'s�sl� fr�r�eiar��tars��n�r�t. C_.e�c.�l �sr�^�rn�tl��ai�ar�re=����si�s1��`c�r����alrfin�c�K�I�°�:t��ndv et���;crtc�,�Ppr�a��t3 c�•�:rz&tr�r���c���t�d �n�lir�ct���t ��t��s�. �"`r�ina�C:o�s�a[tar�t�r�t��r�catasc�ltanf+�"ertif��a�,�. 1,1'�'�5.f)I =f�nuar���tl,2tlZi� 1,e�c�l;�ssis#nn�e�'r���iclue-rs 31�ezu;�D �'xh'ek�ic f tPxlt� ����a��: Jin�t:�r�stt� 7'it[��: ���Tics; 1�ic�F�'c��ic�s;nfi �ai�it�t�at°�� I��t�c��`�'ert�lr��titsrt: [������I; jrrrt,�;r��t���t������::�rr� ('l�c�s�e�lurr�k�er� {9��)�„�4-�9�C� a�d�r��.�: �5�C:a �tcrf E�1a��, Su��c 6�Ci,�acr�rra�nt�a„�"A �����-�t��� �.d��� arttiivi�taai�xee�ttik��txr�n�nci�[c�t��c�*r�,C��z��c�ns�af��nt'�t�r��tk��aat��c�,t�nt`��r�as�iz�zt�ca���i�ls��•�l rat� 1�7°���e�~ tl��€a a �i�.� F'r�ait��rti�it a�`iti�$'I�'i�aa�a�"s�!�f�i�er,csr��ui�t����t�,���cr€a�s�t�t��carit�e�t�r�p��sct��t3�e�nt�an�i�� %�af�raa��tica�u�mli��ct tcr��tal�li�i�tl��c�.�st�rc��uw i f�r t���c���r��t E,ist�er�ice�:tl�e cc�r��u3t�nt is��°��°id�t�� �a��d����li��r��c�b�� cc�nt�a�t: Su�cc,�~�s��(��»t ts� irnple►���rst�"�:C�f��;L�!'A �rc?c�:s�,�r����m�aittir�r�. i��nc-d€af� !��'P 23-�1 .��nuar�`3t;},2{}?f3 �,crrJl:�s�ixl.tncr!'rrvsed��re�s�ia�e�iaaat F:a9aiEeik 141-tCI ..... C'i'ar8 t'r(i,�[ersl F?�E11�IT l�k-F�( �`C��`1'F'�t�P�1S�t� T",���m 1 C1t:� t��ca�-��-t�t.z�-�=�:�t:r�rA��F,c�� t;t°�t��t��r t���l�e���t��:�������t,��c�:�r'�.���� (�E:,�atC'T� t=i^��SiF���l:�2t€��r hP�[�li:��IttC��P�TN"T't45`(1113[i';5� '�+'c�c�; l�9�ck•ae��arr�'�cit r'4�[S,s���cl /�ria,��.t,c ns�xlta�:t � `�t�h��sr•:�ult�.�t� ,�a�� 1 sc..r:���hcta�s�€altastt �'c�nwca?t:ane �1'11�i4t�f'ra��a���t;c�t�C"nrs��l�ax�[s 1'r�.�,�a;�:��lc�, �"'�R m I'mr�a� t C`r���trz�ct�io. �:7�zt� �t�"�?a'��a [�l�t�;t�'f`T::t��112 C'ias�ifi�:�ticr���'it�e ;i;�me h�a�rs :�rtas�al I�n�ri�Ft�i 7`at�l Iart�j�ct F�l�na���r 1�ut�F€j I'�t��,E:t7'" �� . '�1I.61 �t�.�i�t.6� - .���� t�uta Jariatieitt�. F'[ f!:" i� ��#[,$� _ S��I�.�RC� C?�'��= �z�°s}•�:c��'�khn�.Pl.. 1'I�� �p �i��.l� S�i.f��3.Cr(� `t raa�s�a�-a�t��:r��;rsgs;r�t� e�l�c h�^cau<t ��� �a�.61 _ ��.'71���a 't�rac��cart�iti�n C'��i����r �2��,Ki��,��c�Gr��c7ris�-F�'�c�€i� P�Ca S��.�3 _ �5.7�i�.�d� Q ��2.f)(l ��1,�1{? � S�.Q� S�J,�Q �S SC?.4�J 5�2.�1� L:�13tE:fR C° `["� � �{�.G147 af.f�p a� g€aht��i�i t)�r�:�t I.a�rC'cs�t5 ��Cl,�a�p,�� �) .�r��iLi�et��3���I���t��t�cr��ti�:�(�c��a:a���frt�s<�a���aiea �I.C�ST.?i ci'�'t3`T.,hJ.�}iFtl°,[:7{l�,�t�[)Ft f't�5`��;4�fxip*��t+�l ��I,�l 1.G� 1�'T3C��;C"T�'()�'E'.'`s s13 l�rin���3c�ts:E�Es a;�;�t�: .�„'.7��;, } cl 1ni21(�tiet���3e�r,�9� �p��,7� i't 4'w•crf�c�c� tR�ta: 14��5��4°� ��C)v�r��s�aa�Ckc��t�`�� ?;���S�.Sd� h3 ��g�er�C an�d�des�irrS�lr�t's4•�: t���a4�., _ 4�.fdC��� i}f;�:�a�: a�dn�'sn�.4�)�{J��� � p}°�`fJ�°,i►.t�i�)tR►-:C't_�<);�'i'�;�{�)�'t�)�{��) S:+�k?3s.^:'> r��t�.:�t�tP�: k��r�c�r.•�t.t�E����t��ttc�����t`fs��-k ta���:o�,�a��� ���� ��816�.�� 1?C'€?�fit[;B°F1�:ti'�"*S C>�"Itt:F�1)1i2�:C`"t C'{7;�'[`�(f)l)C')-t`CI��1tl�k�(:�cl�i�cldicin�r����;��e"sf n�c�ss��;° �)��c�°i tI���Tlc�m C�e��ntit)' ['nit(�s) E�ni[R""n�t 'E`�t�o� i��"si���c C"ca�t� I � SCa,5�t3 $�pt�.f7Q l:a�t���n�c��t��'t�t:al,�ct;�p�i�� � � _ ��.{?� }'�rm�9 E���^� S4�.Q�t t�€an 4kt��tz �f�3,��� . S�l.(lt� f"c:�t ��.E�U 12"1'C3"i'.�t:(�`I"t�E:12 C��Ft�:t'�'�(lS'I'�s �`?�b�1.�C1 m}4l"E3C't)'e5t'!."t'.4;�"d`:�'t"f�S`T�(:�de��cictiticr�s�t�a��c��F r��e�ss�r4� 5�i�,�r�,tizlt�n�9� �t3.tic'J SuE�c�,r,nsarla��n�'; � �Cl.(�(,i �RS�;it�91S�t�t�131:�:: -...... .. . . ��>��.� �tli�IC'CSS5tit.l�1�C8���; . .. . .. _ . ... �{�.'�{? tt�i'�'(�7'1 Ca°�t"�C:�'f+�S['E,"T.�:ti t 5'C't)"i`€',a': �Q.gry�7 r�}'(`i�1'.1t.C?`t`1F1oFt I)[(�1h:C'7 i;t24`I`S!'4C'�,�'�I�d�;�;�8�[�('+�3'��t��,T.�!ti 1';a�t()-�qn�yj �?�,�t� `i"G��"':��.�:(�S'F((�:1� djl+(E:�•+ {o�)� ��?r€�i�.�� ±���-t�r�� S �;c���cr;.xnns):.. �he m�rkc�.9 r�..r3,.wx.nr�R��,=�`1 a�asl crnrr.rrm•vra.s tiF�u;G at<h)vS't!k(�rr',9�:rt+�,�i se�ee�.�¢set,wvcnr5 r�ree:s�Lt n�a�AYs�e��7N�2 v:i;���eras�;a t`"� �SEI cccr5 sn�sst cc�n�Sy ay�h tPie"ea�tier�S R�.s�g,-irt�sCsakt 3tibda�.,a?w.r,Ge vw II�����•fd�th�ra mem�c:avS�.a;'nxa�l� _ ?rz4 ccci p�t��+�7kauai fr.�smat,?��11 rt,�t(.ne stm�srdcd IrA�st�us,casi r ves clrt(`�:aa�:d,i;cai nr•a,<a,M1.rua!a,v�a�ca,�r�rc6sn�;r x�lt�t tlic�u'�n3a�li.�n€',a=tn.�.;aaccc�sir�lrra_ ga.����ca?�„«,P��iszl5e�3±�a.'�s�er;:a�d�wso� ':�a:tr�i:�hp C".�I�rans - �16ttr.a�+�at��sA";t�}���racr:;u�cvrc;�is �n�t:r(y;l,'c�pm��ia�ewaar.�c,tt} .t�Y9ib:➢3`4`��,�[I �ac�c�a1:1�.�5l:�iac�e t'r�c�sdure��;btanual /^ �.p9 ■^�+ �y �xfrrtrit 1[C-tdl d4.P��kl�a[ 141`(F! C_.�t�,Yi�1 F 4*�Cl{ L_f��y.,, ���'�('6�;G�.,�j�� ��lb5Y�i"t3(YaJ�51� c�c��•�-��.c��.�da�:�:;�€����:t��ri�:������t c�rz����}�t t����:��tat��:�:c�����:��:•�s t�".�'il>>:�.!l�r�(���Ri4t 1`t"6�i t31�t�iC'I&'f't'T€'.�9 t;'�d,:1��1'(fbiC F�C"d'!`3€":�tp 1, t'��eu3:ttr:��erse�e [laaurla ft�te f�s Ec!�°c�r r�f t},��nnttact(L�ir�et l.aEr�ar,�su#atni;�l dissidc�t ts�'trst�l hcr�� i3�t�^cE�.��a.'sr�isa�a€r+t�l `@cat��([irr�arw r1o,�ficra�rik i"a'�,�a'('ca�:ifl�it p�r C't�4i F'���s�i �:r C"rast 4��s�u�sssl R�3�; I��r�tEii�tt �7�1.�iCa4a,�i-3 �&�� w. ,f:�€5.?� 1`�ar 4:���linuci?� �i;�tc 1. (';�l�r�d�tfr&tsurte�r�t�fn��tl}'.�rR(�saer��a�Ih�,•tr��°;�c�l��A��le��t�1r 6ne:z r��r���'�Srnga�xwcd eae;�l�xr�ara",°,�D r����}lr��rl�~I��ate Pr���,{�;;c�I�.sc�;i��ii,n `a'�;�r k ���?.°?� ; ��.�, . �I�.C��3 't`erjr"�,�:•��E�+�sr�} Ct�c� 4't�ar? 5��,�a�d + -��,.�� _ ��i.S� t'�,�r 3�"�+���llcrtacl„��I't;a;. �t'+:«:r:� ��t.I� �9,� _ �S l.It.� �,`�ar�?��_�i fnasrl� h���� §'�'�ac�8 �rl.(4 � t1':��> — ;�,i1.9� 5`�+�€S�le�iyau:@� Gtatc; .3, C°�ttrut��e c�ti���tted t�a�urs�ker yc:xr$�ie�[t'sryt���c#ia�saatc°,��cach s����-��, t�tal hnurs} �:�;;is�7asted�:� T`�,Ikc���c��r� 7'cy��l tdtat;ss �"c�rs��ad�;t�d C�cl�1'��r T�::�C:',rsr 1'rcx�rc��aK �i `t'�:�r 1`'s=;a; f ��k.CFC?°o� � ��?.� � 12�,�a t'�tin��i��tic,3aa°>�4 Gar i �"�ar? 7t�.tlC�� * =�?2,�# - `�9:+,� Rz:�tsr�x;���c€i[c�t�r4�`:�r' l'�:;�r mR t�.C�`r�•�, " <i�'�.t� - �J.(� f:tti�n�te�l�da��rr��r'��r 3 'r"«.:a��# Ct.t�{7�`c� " �9`?�'..0 � (}.t} t:�tit�i�s9��6�c�ur�'�'G,�r•t �r'�::xr 5 tt.�at)�e � �;?�.tl _ �E.Q I:Stan��l��91€��arra'k°ear 5 1"t�trtl Id��k�'� liataP __ ;�22.g) �i. &':ztcs�I�tr 7�ttl,aE C'crst�inctuciin�E�sr�pla�tir���1CuCti���„s�,�.Jerra�c I#a�urlc F�z�$e hb �kac r�easnF�ee nP h�+us°�) :�s�tlr�carlg K�t� t�;sti�tt��t�,+�$x�urs (s�tt€c�aC����l a�'r����;# dc��e,ixl.�t�.€1 c�t�,°�vrb �:'ea�&��r'a'��r 1'�:�t I �:t4.64 � l�`� — �tze29t.3$ F�.3li�i��ts.€9 Eic��a�4`cf€.* � t'��'? ��P.l� * ?�?� �. �l�,tZCI.'°� t��riz�a�ted Fi��r�r�1^'��r? �'+:��`; $S(,t� * � _ �d�.t�Q Cstrrsr�t��t Icsurs�"tar� l`+���i°� �S i.I� � C� - �t?,� Ew�;isn�€e;�i ic��ars`t'�ar•b �B'c�taf[�ir��t[.��t�a t s�;;t��°�flh I's�:�l�z�ia� � 3�lm�t i.t5� C3s'res:t�.;a1�u Suh��t�l t�I�r��=�e�l�ttic�t� � �2�.��Q.,�� [.stan.�atec��csQ:�l cr!`[)iruc�l.,��Sc�a��:a�;�e� [n�r��r��: _ �l,d��l,wt '�'r�a���1�t te�'a�sY I t�c�`t'[:�; 6 €'@c�;r�ra�ra 9iF4 cynit aa�4"+:4,��iin���t,�a!s:� �n�rv.3>i,.d��4�rec itr�3t��rk�;�.sifk bu r�t�ww�s€�c?if ti�ce ticaxf3 ii��i u��c 5hc"�,ijrc�e^as�:.,t�r�t ua iaas+n�`th��c�a,9^rcv. ��;�!�k�a e�%3ca��s�eaf a;re!�a'�tr�s+tat�s rfos:,se�i�.�a l i p�°sar: _ ;1rr es.n�v��rni;�h�s a=1�as�,d csn�;rcwt twh:,r mziti���t�zr]g���„�i+se�� iisce�:;:�`��nsu12(��lfaad ht tla���,t"y��r�i�r��n���,t�t�c, <i s; �?if�J:�iC+�?"„ � ��ss 5'S,���ia mst agr a�e:c�:��c�i�:rncs!s4,cfkjlra�;�dk ', B'�ti..�4;�,sa�a tt,;p�rznc vcat�>�II f��yrak��as ti,v€aic a;n€I�re�.°��r�;c�;�F E�rf€re�s:�l at�t,r�re,zcy Jrm y:�xnse�E �! r�.�4s�si�tac>tiG(a�r aarii;:sp;ss��;;11�n a°�cal.?rin��ntise!�£};,rr�c:7 .#a�ss9�a'c•�'t9��ty 1,�ica��.•lc;�gwt�ca�s�t'r¢ece�tue'rx.?�a;tx�es�I � Iit�itaiE 1�)-#iE C,�cr[i�ir�ati,��nfire^ct(�'ts�ts• Coet i'rt��epsa! f,ihe.:x�r�ti�fsi���;c#.c;;rtif�`!a�aEt�:Psc�E�f r;iy�:nc�s*1a:�3L�csa��9 h.�Et�f tE��t�49 c3ir���vcts��icicr�tixics�cat,€f�i°ctk�t�r����;�P{y)in tf�i+ cc�nir;a�i��°i'sGtu:zf.a�t�,nra,.hE�4.af1���-a�ls.�t'tr��1'li}k��+lt:Re:�tha:ccanir�ect in t���^c�ad�i��b�a i��t thc��ntt3c9 icnat�;�trt�1 tiz� �'c,�1n�o•is��; r�:��ut�'�rrt�t9ia� I (.3c:�ac�ral�t .Ac���rtc;�h�;�t�tlatt3tt�1'ria��i��is�ta<1r1C'� 2,€Lrr�1��rn�1��rr�iit�ca�as��f the cr�srir.c�t N E'i€]t 2?t;nit�rt���t�b C�cacit:`�c etitrsa t E�-(.�ttin�n3`C.'eat�tr�ic�t �3 �Ct3(.'�st3e c�3�l"c;�l,,:r�l C$e���slaiisalrs M':�r4�1 -C't�nir�azt�cr;;i$'rinb:i�rals�aztci I'rcts:�Ytfure 5 S.?s�'{3cic rsl'�=et�cr�t l�c�u9dsc6aa���E'�a� �'��.9'rr}�:i�re�mes��,�«�t�i�t����,;;rtt.�ry�i,a9.;;1�3tanE�EsAttaaxn csf t�ra�is�c�€8n�wnei I�eci�[t�$i^E�.tc�i�.�r�i�,�s h *t!i C'cscic�a( I��i��r�i(t�a;�a��?il�ss�s�'art€J��d7�d-C't�ci.li��asst€�a��at�ras��rc9s]�ca�rc�{�+�x��-�a��ali�a`ta3c1 1l1�(c����t�tt�si E�„�s�s�lic.a!c:ctn�si�i�¢��I��aatd��at�0���+����er�i�6�'tt�t:,.ril!tf�aa:tart��r�t�zia„rr��i�s:r�r��S���r�Ce�mu�e��s.r�t�;istc�ie�tl��peb}��E �Ic��c�n��h��r�e�r��r�i�:'t�k�i��tl'���i�li��t;��:��:k�c�r�'€�ri�;;t�k� r��uir���t�1?�:Cc��t�t1E�a1 ar�:ria�rt�x.am�lid��t ti�•itl�th��;„�c.r�B d�� ��at�rc�c�e�i��m�nt��c�r�c,t<fi��}�#e f�r r�:i�a��€r,s.n�i«t. l.c�c�at s��at��r�rrj�tttc ssr�rc�apt�i�;;iiy���i�ar���sldirt���r�3}��:���ni��nP 3��tqc�^;�p�ac�a��c��C;'sltr�:}r���,�:��;ntc��tn�l�tc�t(:'c�:�t IZ�teis�. �'r�ra�e��rc�aaltant rr�°5€�bc��s�li�r�t�°ert'���rt ', "��a���� �a��ixrt���i�� t"6iEc;: �'rc:,id�rit g�� 1 `,�'a na;tur�: ,�,k,�� ; ���+ � �. � �`'"'� 1��6e�caf'C'c�ez¢SYa«�t€,��t�at�s�'�4�.��°v.�a°): ��'��s,r'3(}a� ���� � � �rnasP: � n���a7*€ni��,�i;�a�,c�c�cr7 f'la�nei��rr�t�r: ���.�a'�,;.�7�11 `���r��-'' ,63(�5 E f;�c��.��i�a(�riv°c,`iuit�,SSfjy 1'Pe��S��a�tcr�a,C`,�i�t��� ':1s���i�la�idza;�C�:�:�caativ�:�r 9in:sn�i�af�,6Pit�:c c}f tl���c�nn,ult€srai"�car;�E�c7��sc�l�;snt'�;�rr��sr7's:?ati�xn�t.�t��,�Is�o la�4u� flst�n��"it'�I't�s€c��n�C�r�t C"ISieC'��n:�At�:tak C�„�t�ce<_ar ctjt�����3�s�t.taP�t�h�s��st�tcr�afs kc�r�:�c•M���rt 1� iirt�cerr;#�I i�t�a�rm:�tiu��c�tilozc:el rc�rsC�a�li�l�a�t��cs�t�rttit�a���l['�r tlis°eG�ntr;x�t. I.�st r��'�cruir�rs tfae con��lt�nt is�s~�w�id����ur�c��r�����a�a�a�►s�d�€��ttr:�ci: Tra�"fra�Fn�ine�rin�� Tran��acrp�a,ti�n fil�n��ir�� �t�rr�,��r�,���� I..�ac�9,#ss6�t�net F'rr�cedua°�flr3�ne�a1 �•",zht�'st ii)-�1i C`na4�ru�c��:sl E:X�pI��`t'I' �d�-I�1 �:t��`� ['�C}T'C7S�:I,� I rtCi!' i t)�'; ['()+"��-1'��t'4<t*t:�i�:[�T�i:t=t�R 1at �t1'titN�t�3�i%1t��1 �`I.�EFI t'�2��"C:C"�C}'ti`�"Ft,tt"7°S 4;3�I�.5l�i�d.t��{,f'VI;I:�4(it.�� ��:�it�i�?Sd�fli�t.1','�2'1.�1"s'�`f'r`�E.s�3"{r[lEf=�S� �Is���-�'��xk��ar�a s�r���l�t a'1ll�r��z:�! ._ Pr;nt�����r,udt�r�t S��i���ca�n���lt��at � �t���i�r Sut�rn���Itant t`{�na«lflaart 1'lKRS`3�c�tn��qri��ic�n��rt;��tt�anl;� Ear�o��ct�;e�_ �<°'��-Prcri�c."? t.crtrtr<��t;w��. 9�,.at�°9�ra�r�"i��r t?tltl�f'�-�..��f}it C`f�ssi("icati�eadi ii[� ��r�c i�na��+; :�etu�I�1asa�ri� T3�t -i'cst�t ('r�'rpa�t�i�rsrc��r Ctut��sj I'�I�t.Ef'1"' aF� ��6F�,I ��;.at3?.�� F'I�' k�ut�s.��riet'�x� t�E:,TC< �r S{?1,��3 ���9.'=t ��1�^�'�' Sak•cdt�ahlar��.i'!�.`IF" __ �� �R�i.��; �1.17$.i? 7'raa���mst�ti+��rs l;n�;iria:er .�alc�^�9�saa:� ��€ S3�h! ��.T.}3.2�t -1't�s����re�a�i��n�::t�,�^in;��r �ias�anatr3tles��t;ge-stit�-i=1�r�4 l�Fs �3fi.�„7s ��.��91.t?6 � _ ��.t�� 5t�.[YC� � at�.ttd3 �C6.l�t� +� �C�_t�(� ��,4t� y �}j$[}p'(}�+"q�^ �" ��.�(� _ �fl.f}(J i..P�Uq✓R'k L.,�..d3$e4 ..... . ..... .. . . . ..... ,tx �;�ahtQt,�1 I7irctt�.�hao�C°4�Cs �11,(��9_3� �ii .i€t9i�ij'r�t�46�ala�a t�ts�rs;:�:�c:�[,e.�: �a�r��°?tiar��ni�+f�l ��if?1.*#� �1 t`t3T`,11<iI1It�.C"C[..�iL��Et C't)�"�'�[f�o��a £�}C S1?,��4.7'7 �'titi11��:C:"t`C'C#�`t'ti �t.t �=riar�c.F�s.rt�lit� tt��I�: .�>.71r,� b ct'lota�1=ain�� [��nk��s =#Cft)7,2?$3�,� B�3 slx�.�r?�s:;s€� {t�a�t�.: �4��i.�4�1�� �„�[}��a�lic.°t��f��c)�(��] la��.�a`+[� [�l Ci���.r�;�nd.°��jn3ir7a:�;tr:ttiuc^ (Et���: E�.i){�"� i��ii:���.r"��irva�r��fc.�k�1:3� �! .!l't'()`["t1�.1:'�C?tl�.E:t'..t,C't�ST�lte)+��}��i)� �1T,2��.tt� F"1:+�F;!?ta[�;l: ��l'C�°i'��1.,1`t'.'���I3�'�C:Di�1T((�:1~.t.7t1��t�:�d i�� tft�'F„ �?,���$�) t��;t:��'+t't.°C':9:ti t'":r t)`i ttl�rFt 1}[I2t;('T �`C}ST4([71��'�-�T��,�Jt;��;�.i�c[���is�itzosaxt�Sat;es i�creces�:rre i�eacs�i ciasr af lt�ni ��t�n3itt� �°�aiE(s� L'rtit C°��C 1`sat�ri L'6i��a��:£:a74tti 1 t� �4?�w(i[� St�.(�Cl E ui�ta�.aat l�c:nts�l uncf�up�s€i�.�; ��,�� t'artr i4 I�a t~ f'l��t Si�'c°ts �0m[� ' . �I�.4� �[).f�} 'Cest �€�.tk�l P}`i't}T.�t;C�"#'i�t;�t tl�[FtF:C`"t't'€7r+�T!a �p,A{� m}'�E�R�'�li�`�t'[.T�1'ti'1`:i'C;CI���a#,������itic�n;�#�t��es if nece����r}') �tah�c�nstaltur�t I: 50.�� Scs���ns�€Itaz�t?; Stl.fE�� �uh�4,��:�s�it;x�t�m . `�.4�4�1 Sut`�;i>�s€alt�nt�: _ �#).�� n��'I�t�I�i'1�.,�'iC�i��["t�+'�v[�1`I.�"�`tS"f"t�S"�,+: �O.qO �+��1'C��i'•tl,:�J"t'IiGt� t�C�'t��..�`t-�rS"�'SI'4C'C,l;t7t'�(:tit 1it:�}ti�[�laT"�i:tif`f':, [g�i��r�l] ���.��i;# 7't�`1'=tl.E"O�'t'�(��� CI) ��t{�"Y���1� �3`L��q�+.7S A:t"&'TI:.`^s I h:ra'}+=rranncl an,..c�,c�scrr4ed sa�rih:ve:aslort*.�:�'�k�e+�crnpidy:.cx tfi,��erc.udr�r�.-t e r y t wasi�m�; ayt�cs�;usac;sarl�a t*434�a lrc 4q�trl;�evi€Pa d:ave�5#ery3ks(A6; �AFi rns4r.wpuel s�tte�ti•'�€r,{r€t�c�ecEt°ral east gtzsr��-��Is S�im.4tiiqaEtiti.�o�s ui I?pr�,ta'd�zb�rr.��.wt�r*E�'a^�s�aads = 7>�avsesvt�rn7so,�,al�nma�al�h�rlt�LLa�aE+a��as�r�y�„tJlrGtizf4q.Kwr.�Erx�c,^�:h�aRll'+r:�r�a&tdaz��Yna�zrr.�o-8�*�rsinme��..a-d,t.��aw�ejs,��4aa��taltare[.�x�iWu,�;,t�^.�.t��.sjp.g G!k:���a�iJc:e.;�k:hAisAss�ht����c��nw rrr;aKc^nt�.yt+��e:^r,e.€e3t�^C7$r>�yi,..; . 3 ,tr,ti���-atbc3 xala�'p�rn���r,�sc�cagtu:�$�,7sy dp��s�ai m�i�t.�Cr,^�4+ark�. ,�:3�9u91fi'��}��1 l.cic�l.�ssist�ank�6'raeeclus�s.4t���Eaa9 �:�hihit 1{I-i�l �7�HI�3�T Tfl—�-�I �(t3'�'�'�2��'C�'Sr�� P<��C.it��f;BF ? �:'��II'ra���.#t C;'t`}�"i'-f�L,t'�i�l�!?�ta[�i°`EL:�)I21.1 1T1'St';1t C}17��112iC 1�'lXF.t7�'�{iC;'F:C'(?i4I[�t-1C"t"�a �t:',hLC L'E,.�1"6�t�;`JS€AC?is r'1ii'�!J'1`IC�4'tt`T'�:CJ�,r'��,r1�4`tti�°�Zt:�L;�:5� t- (";�is�s!„ata.Avir��;�Ftaua ls��t�tt�Cc�r tst���r a�i't�ir ca�ntr�a�t{�irea t[,.abn�5a��tr���I d'r��i�l�c1 bt•tat:�f h€ass [)�rcc€E.,�L�sr Se:�at�'��al � ����I�1��ur9� i _��1� (��7t�E�ic��rs ��e���t['re����a! ��s��'�ni Fa����.a1 �� � 1`ear C'�a,cr,�ea �*�^� �11t'�E.i�8i7X7 �1�.Ca�9[).�? �'�d� - ���,5$ �`�:�r 7 ��4�d�s�ii��y �iaic �. �'a4saa0�te taaaurt��r;�te f�rxlP te,aa`s(Iroe:r�a��ti�c:1��er��c tla�carE`�I��se fes�^s��•��r tx>'�rr���ae�d��cals�ts€�e���j fta�ttc�usli��<�t�° F'�ct�>„c�t��:;��I�tis+i; l'�ar 1 ��.5�# ;"f� ' =� ���.9� Ye�r 2.�v���f�t�r���ta�t�: 1"r:��� ��J,�t� - �v.�, - �;3�.�� l't��:.i r"��,f�Fti�s�erfv Rra�v �`c:�3e� ��I.�d�l -�- ��.� 551:45� 3'iFsr�1.�L���E{citael�"R�:e 4��r�� �St,�� �- ���� � ��1..�5� �Y`��5r;s�`��,��43e�ur$�.��t!'�. 3, ��1cul,�t��c�tirr��tcc!htrours�as:r��cs�r(1€ulti�de�cstim�tr'!�e��fi���ar!�s tsata#he�aar�1 F�c1ir*t�at;�c�"xr �"t�i�l itd�u�4 T�at�?F�F��;rs ('c�nr�atclb:d�aekr 5"��r �a�r C:ns�E'rc°��aG�.�al �.r}�'��� Y'c:.rr ! �4).ti(��:� � '?�$L,t1 _. 7?,tt l::�tis�a��Ic�3 f-tt+��r�!°cnr ( �"c:ar�? '�t`?�tt)"<;, ' ���?.i� _ E��.� !-'stsr�z�tc�I t<,c�rrq�'-u�r 2 't'�ur�? t;�.C�(}°�� * 2�f�.f� �-. �.f} 1•:�4i�i�ted E ics=.sr�1`��s'at 4`e<�r�i t�.��f?",�r ° ?;�€��Cl _ (t.t? i:.;ean3���1 Ifs�ur�YeaG�! i'"�ac 5 f�.8?t�"�� $ ?�11,�} t?,t? (:siinaa�s�c�3Bs���rs�'«����� �'c�s�l lt)C1°�� 7'aah�9 � �r4�� .1. �:s�dcusl�te.T'c�c;�f C,-ab�s:s ir�c��aeli���:�c�la�ti+�r��t�ultin�� .-�a�r��e t#��ur�� ��te h�'tiac�ra�tsrr�i'Hc��ac°�j ria�x�Itc�utl+� �$;�tic I:�ti€�,zat�s3 E�c��xi [�.'alcu�a:t�trl a°7e�a�s;p {�a�c-u%�s��il t�'.'��a;:} C,a>5C�cr i'a:�ar 4`L�.r i ��#�.9<) � -r`? �- �3,5'�.G� t;sta�rtzttt�l€I�a��r�;�r`c�e 1 'r`�:�r2 �51.�� � ibk� _ ��g€i51_t� ��.,tir��aladita��r�Yeara �'s���r 3 �31.�l� '^ � � �4.&bt� J�t;in�a��;c!l Iraiae�`�`G�r,� '�`��r�! $�SE.�@� � t'i ,. �Q.�14 �:,t�t��ats:efl;s�uss'a"��ar�# 7Yc�c�) t)if�:i:i$.�lx�e Cc��t taiEk�f�as:�tl.��ic�s€e _ �t?,��p,�� C.�ir��t t,atre,���shtc?ta3 c�t�-sr�:€;�����ti��rr _ �1�,fi��9,3?. l..�ti�tt:tt�,�3 ta1t�1�at'i?izsacl 3.al;c�r��itzrc (�t���.�;�: — .'��1a�:5 �I ra��sCc°a ts�F'��c� t 'ti£:?i'f:s�s i Tiir�;e�s�nt tltc�s�st&}•s4at lc,�si:.ti,��al<�r� :;ae:r�;�s.,.�'r�itcr�hn t�a�t:3�sv�li��-�,�r:g�t��i at t.ave��fc,ar9} s;:,;li�it�:!ne°�i=ic.r,a�°,Il�c�«c,Cxv�.rs�f�as,��tr.tef. �n�ahrra��l�r„n�e4`dt�9�}n�esrrire��°a„rfc+rrjn��eae�ycas � r�ss c.stira�r's�an tl�.rt is�.��i:J na,:I�rc��:t I�C�>.kr��,9si�dr,�.)b}-::�s`s�yf�re::r.agc�*��sa��att��atac�t B�t�WEk.=r yi ycass ie�.s,u;a�:�.��st,��l�� 4.i c �'�tr.a`�i�>„�Q ti 4 yes S_S,g1�A3�;n=;+i�;��ec����,hl�rt��9liaaekalar��.�,) � �P't�i��.a°«uim:�c lRta1 Wa:4t x=c:at��val�t�as�rr���{at ii;�;ace c,n afi�ka.st�rrc��;c�s�l F.srfore v�lscs cnrr�::;;��cuc;�r:en8ti�i �: �:i�#€ae��?tx�,�(�€a�e�z;4�x���;:1 s;EI�:���culaaics;a nt�a�[,c��s�+re���d. .�at�a��+�v�L3�## [.rac:�� i�sa±�tas�tc�`a�r�c�dursa'eiac�u:�l �:R�al�it 1G-3YI C;crtifcct�ticsn rrf!)irttt�'rts&�: t:s,�t f"rc�ps�r;at 3.4ht�ar�d�rs��tt�.�,cectifi 1���i��t��t Kt!nt���.nt3�+�1c:c��,zC�sn�h4€i�ftE��t tiil�3ire�:s c�{asrs i{lci�t��icd crt�sP�c ct�^:t�����:7s�!(�}ir�thi:� c��antr�s��Lrr� �ctu<�l.r�;a,;csa��btc�.alic�s��,�a�?iG,s��5��ll���:r�hi�:�b,�t�a:i��rrtr.�ct ar�t��c.,�rdar���ia i��a the c:,a€rtr;s��tLrr;-���r��l tl�r�'t�31�'�•"sn� �-°�tx�r�=r�acr5i�: _ 1.C:r�r;�r�tl�a�,�kc`��ti�,'1s��a�Razt�ig��;('rirs�:i�:�I���a�,��p ?.7`em�:;.�nci��n�itis�a��s�f#"tfr4 cs�r�tit4a�:t * �'it1�2�ttrsi��.�4�t�l�s£`crr�.:�;�ctirzn i l�`-E���ir��,�t�'c�r�cr.�s:� { ,i8 C:cp�3�c>9"l��i�er�l 4$<;^.�ul�tic+n:�f'�s1;I •�:q�trtr��ct C`��sl i'ria�tii�s�ts c�r��E't�r::�;�G�r�� �. �'�.;C'c�d��t'I�c:c�C;rdl It�;�ttly�ti�rn4 nsiri I?'?-I'�uc:ur�:rn�nt.��ta„�����r�e.stt.arkJ r\cl�trsnistr,s�icrr a�f fe'st�ana:�:ri��aers,' C3s>i�r�f�€��att����r�i��°s� �,��C"�s��of�'���s��ttc�ul:�tiv��s�':zn�4%)-�A�'�>st.lc���artia�g Starrdar�t�I�3c,<�ra3{���a�n�7�?�,[ic<t�l�l x��t cca������,C bc;��Is�ci�onsisG�raz[t �st�d t�aiel� fcr�It�;eo-�strc�ct�, �AI(�t;�urn�;nt�iti�ar�c�f'�;oa��'xliarrc;:nsust F�rc�t�tinc��rs tta�°;�r�iinn:�t t's��:��rx�3!'�;i€a carn��li�ra�s.cc ittt a��alic�ktlt fe.�i�:r�tl�n�f st�te:r�u�u�r�rn��7tM C'c�v�,t3��t�ra s�aa�ea°+�:i�0i.`rE�d ct�aih 6hc t�d�ra�:tgt�f st�tc rc+�uir�rr��zrc:��r�:te�t s^dE�ihl�:t�rr ceisnh��r,emerrt. t_�,�+�al�s�i��:rners�°r;is�r�ra:s���rasitsl�:t'crr��s�alt�it��c�ra(}�sc��no��€�t<��fa�c:g<<�{?�rrnkc�c�r C.'�1tr�n:a acec�t4c'��a�irL�t C�;�a 4��te(�l. Prim+e�c�rr��slC�,nt t�r��at�con��alt�nt�"crt�f��ieE�• f����t�. . :�'�a�:�n:��i� E�itBc:_ �"r::.sid��t� �pfv e'i 5i:;�t��4�a`c' �`' . " ,"��t� t�ate ca1`�,:cr#i(ic�t���ra f�nrra'�ld�'t���1: �yf?�,r���w � ;�� � Fmm�il; �1dP7'9i�(�ti$S�ri�tr"6 �>itctat�"tic�ati�r€:e�. 1i?�.�f.ii,4`dt#ti(� x��ddr�ss: ��t�^�ll�ci�:.rts:�l�civ�.S�,i9�:3d�.f�lc:sr��;��t�}��.�:.'���15� °,=�r�i��afa�arluat�:xc�u�r�•i�tr� &Anar��ial crl�irGrr.r(`s��e��r��ril�4�s�8"s�-�r s��E�c�r���al<;�€��`4 c���z�€�i:��ti�an ai�a I�selr�a,l���cr tl�:�rt a t�°ic�f'rL:i€��nt nr a�te°�ti;f�'ist;�a�ci�t a.�tts�ct'.s�r��uit�a��t€�.ie•3ta��ras�ta�4i€�r�tt t<s se�trc��nti 9ta4 finartc€:�E i�ti�arrr^�ts�a�t�cils���3 Ec�esl�rE��i�h t�a�cc,st�are,g,ra�n!ft-�r thc cc�r��r��rs. C.ist af s�r+=�c�s tia�ca�n�utf<ta�t�s�ra���dier�r�r�d�r ttir p�-o�sa��c�rcrr�ir�cac �!"r�t�'i��n�i���rin�cR=Te�ast��a�rtat�cat����nnin�r a��t7us�ra 241�IE �XI-�II3IT 10-H1 COST FRCtPOSAL ❑ Prime Consultant Subconsultant C7 2nd Tier Subconsultant Consultant Bajada Geosciences, lnc. Project No. Contract No. Date 4/1/2022 DIR�CT LAI30R Actual�ourly Classilicatioul'I'itle Name Honrs Rate Totai Engineering Geologist James Bianchin 60 $62.2d �3,732.00 Geotechnical Engineer Jon Everett 4Q �G2.20 $2,488,00 5taff Geolagist ��yan Puleri 32 $45.$8 $1,468.I6 $0.00 LASOR COSTS Subtotat Direct Labor Costs: $7,6$8.16 Anticipated Sa(ary Increases: $0.00 TOTAI,DIT2�CT LABOR COSTS �7,6$8.t6 INDIRECT COS'I'S Fringe Benefits RaYe 81.0°/a Tota!Fringe Benefts $6,227.41 Overhead Rate 0.0% Overhead $0.00 General&Administrative 41.6°/p Gen&Admin $3,198,27 TOTA,L IIYDTRECT COSTS �9,425.68 FIXED FEE i 0°/fl TO'i'AL FIXEA F�E $I,?11.38 COIYSULTAiVT'S OTHER DIRECT COSTS(ODC) Description of Item Quantity Unif Unit Cost Tofal Driil Rig I Lump sum �9,425.00 $9,425.00 Backhoe/Excavator 1 Lump sum �1,200.00 �t,200.00 Traffic Cantrot 1 Lump sum $I,850.00 �1,85Q.d0 Mileage 160 Permile $0.58 $g2.8Q Laboratory Tests 1 Lump Sum $14,350.00 �14,350.00 Lump Sum gp�p Lump Sum $0.00 TOT'AL OTHER AIREC'T'COSTS $26,917.80 SUSCONSULTANT'S COSTS Subcansultant 1: Subconsultant 2: Subcansu(tant 3: TQTAL SUBCONSULTANT'S COSTS $0.00 TaTAL OTH�R Dl:R�CT CQSTS INCLUDiNG SUBCQNSUI,TANTS �26,917.80 TOTAL C�ST $45,743.03 T N N a � pa O N o � 0. r � � �n "c7' U x o W CJ .� � c � � � @ � -p Cl � � °o-a M � o o e o 0 o a o � � a ,o � � � � �, � � M � � 0 c U 0 v � .t.� � {� o o }^ '- � � d m � a � }— N r �,. � N O � u_ m N � � } tU � II II � � � Z .. Q: o � m n. � p cv o m rn o o r� rn n o� w r� � v y, cv a rn rn o m c� cD w c�i v �ri r� o ni �r ui r� o �ri n m a � Q a � � � � � c^n- � � � n r i v�i +� � u�i � � � � � t Qvi � 'a � � � U � � = c + � � U c � s� `� r� v u'� c[� r. C O N N N N N � �' � � h _ � }— O O O � o O O O O 0 O O O O O (Jj � y N N N N cV �N N N N N N N N N N � �- U �U N a � (J N N N N N N N N N N � � N N �ry � c7 O O O O G� p N N N (L N N N cV N N (�, N � O v � � �D n � m m� tb h � m � cLl V M uN'7 � '� V' � n'7 fV N • p N ("i V' O M <") N N V aJ � (V � Z �' c"J cr7 M c'J (�") N M V' N M e7 V 47 NI c") c`'7 c`� ("] ❑ O � o � (!3 EH lfl (fl ffl V; G9 tF3 (fl H3 !J3 f9 (9 y3 }-' ,u ` Q N o � fL' � j � T3� � v ch M c�0 .M- v ch c*�i � .-m- �n c i m v w Q � � c0 Ki N rn I� �' `- � CB �.�. ` N M V V' 4� N r�7 N !� h cti M cO V m � r, N� N N N N N N N N N � � ^ m W � Z � O c�r tJ3 tts � t/3 � (g t» r,3 � ca �r �n �C � �h o E � � z ,..�� � Q ++ U �'S � � p) M � � v v � m � c v �+�i r, `° `h° � t'6 N `'� � '� '- ..-�'+ (�9 •��„ � � CG1 (D I+ Ch � cD �D (� �-�- .e�- � N T C] G '*'' C p � � et; es� v�s � c9 � � � v� v3 c» � � � t�t C.J m rri Ur N � + C � .� o � � * m f/7 4= �N Vl N � O (ll � �Qy N � � � t= O tA N � m �� � C a� -o N � W � � � U a �m cll �� "'�, m c�� `o`� m t+-�II LL d '�= c a-+ N ,� 4 � j� e N U U � � ,� .0 N N i� c C � (J 63 O in � z .C1 � (p LLl � (� O .N ¢ � � ° � � n_ Q. > a Q a ro C a� U v 'v � W � � � U Q Q �-- J U � ti � � Ll W -�, a t} ro cll � W Locaf Assistance Procedures Manua! EXH(BiT 10-H1 Gost Proposal Note:Mark-ups are Nof Allowed �p�jme Consuttant �XSubconsu�lant ❑2ndTierSubconsultanf consultant; Michae!Lander Project No. ATPHIPL-5088(d64) Contract No. Date 4l14/2022 DIRECT LABOR Cfassification/7iEle Name kours Actual Hour(y Rate Total Landscape Architect Michael i.ander' 130,00 $ 64.94 $ 8,441.56 $ _ g _ $ . $ _ � - � - $ _ � _ � $ LABOR COSTS - a) Subiotal Direct labar Cosis � 8,441.56 b) Anticipated Saiary Increases(see page 2 for cafcuiation) � {0.00) c)TOTAL DIRECT LABOR C05TS[(a)+(b)] $ 8,441.56 INDlRECT COSTS d) Fringe Benefits (Rate: 25.00% ) e)i"otai Fringe Benefits c x d � Overhead&G&A (Rate g5,opa/o �t � � 71 21't0.39 � g)Overhead[{c)x(f�] 7175.32 h) General&Rdmin (Rate: ) i)Geri&Adm'tn((c)x(h)) 0.00 j)TOTAL INDJRECT COSTS j(e)+(g)+(�)] g 9,285.71 FlXE[7 FEE k)TOTAL FlXEp FEE[(c)+(j))x tixed fee: 90% $ 1,772.73 i)CONSULTANT'S OTHER DiRECT COSTS(ODC)-ITEMIZE(Add additional pages if necessary) Description of Item Quantity Unif Unit Cost Total $ - $ - $ - $ - O TOTAL OTHER DlRECT CpSTS $ m)SUBCONSULTANTS'CpST5(Add additiona!pages if necessary} 5ubconsultant 1: Subconsulfant 2: � Su6consuftant 3: - $ Subconsultant 4; - $ - m)TOTALSUBCONSULTANTS'COSTS $ _ n)TOTAL OTHER DIRECT CQSTS lNCLUDfNG SUBCONSULTAN7S[(!)+(m)� $ TOTAL COST[(c)+(j)+(k)+(n)]��— Tg 500.DD N07ES: 1. Key personnel must be marked with an astensk(')and employees ihai are subject to prevailing wage requirements must be marked wilh M�o asierisks(°").AI!casts must compiy with the Federa(cost principles.Subconsultants wiH provide their awn cost proposals, 2.The cost proposai format shail not be amended.Indirect cost rates shall be upda(ed on an annual basis in accorda�ce with the consultanPs annual accounti�g period and established by a cognizant agency or accepied by Gafirans. 3. AnticiPated salary increases calculation(page 2}must accompany. CALGUATlC?NS FOR ANTtCIPATELl SALARY!hlGREIaSES Consultant Michael Lander Project No. ATPHIPL-5068(Q64) Contract No. Date 4/i4/2022 1, Calculate Average Hourly Rate for 9st year of t6e confract(Direcf Labor Subfotal diuided by total hours) Direct Labor Subtotal Total Hours Avg Mour�y 5 Year Contract per Cost Proposal per Cost Proposal Rate Duration � 6,441.56 130 ' S 64.94 Year 1 Avg Nourly Rate 2. Calculate hourly rate for ali years(increase the Average Hourly Rate for a year by proposed escalation%) Avg Hourly Rate Proposed Escalation Year 1 $ 64.94 + Qa�o _ — $ 64.94 Year 2 Avg Houriy Rate Year 2 $ 64.94 + p� _ — � 64.94 Year 3 Avg Hourly Raie Year 3 $ 64.94 + 0% _ — � 64.94 Year4 Avg Hooriy Rate Year 4 $ 64.94 + 0% _ — � 64,94 Year 5 Avg Hourly Rale 3. Caicutate estimated hours per year(Muitiply estimate°!a each year by fotal hours} Estimated% Total Hours Total Hours Completed Each Year per Cost Proposai Year 1 100.00% • per Year ]30.6 — 130A Estimated Hours Year t Year 2 0.00% � 130.0 _ — 0_0 Estimaled Hours Year2 Year 3 D.O�% ` 130.0 — — ��� Eslimated Nours Year 3 Year 4 0.00% • 130,0 — O.a Estimeled Hpurs Year 4 Year 5 O.OD% � 130.0 — — �•� Estimafed Hours Year 5 Total 100% Totai _ — 130.0 4. Caiculate Total Cosfs inctuding Escalation(Multiply Average HouNy Rate by the number of hours) Avg Hourly Rate Estimaied hours (calculated above) (calculated above) Cost per Year Yeari � 64,94 ` 130 ' � 8,4q1.56 Estimated Hours Year 1 Year 2 $ 64,94 � p ' $ - Estimated Hours Year 2 Year 3 $ sq g4 , � _ � - Esfimated Hours Year 3 Year 4 $ 64.94 • Q _ — "� - Estlmated Hours Year 4 Year 5 $ 64.94 * p ` � - Estimaled Hours Year 5 Total Direct�abor Cosl with Escalalion — $ 8,441.56 Direct Labor 5ubto(al before Escalation = $ 8,441.56 Estimafed total of Direct Labor Salary Increase � � (0.00� Transferlo Page 1 NOT�S: 1.7his is not the only way to estimate salary increases.Other methods wili be accepted if they clearfy indicate lhe%u increase,fhe N of years of the wntract,and a breakdown of the laborto be performed aach year. 2.An esiimation that is baseQ on direct labor multiplied by salary increase%multipiied by the�of years is not aeceptable.(i.e.525�,000 x 2°/x 5 yrs=$25,000 is not an acceptable melhodofogy). 3.This assumes lhat one year wiii be worked at the rate on the cost proposal before salary increases are granted, 4. Calcula!ions for anticipaled salary escalafion mus!be provided. !_ocal Assistance Procedures Manual EXHIgIT 10-H1 Gosf Proposal EXHIBIT 'ICI�H'� COST PR(�pOSAL page 3 of 3 Ce►fifica�ia�n of Direct Casts: I, the undersigned, certify to the best of my knowfedge and beiief that all direct costs identified on fhe cost proposal(s) in this confract are actual, reasanable, aflowabie, and ailacab(e to the cantracf in accordance with the contract terms and fhe fotlowing requirements: 1. Generally Accepted Accounting Principles {GAAp) 2. Terms and conditions of the contract 3. Title 23 United Sfates Code Section 112 - Letting of Gontracts 4. 48 Code of Federal Requlafions Part 31 - Contract Cost Princip)es and Pracedures 5. 23 Code of Federal Ret�ulations Part 172 -Procurernent, Management, and Rdmmrstration of Engineering and Design Related Service 6. 48 Code of Federa( Re ulations Part 9gp4 - Cost Accountin Standards Board (wt�en applicable) AI! costs must be applied consistently and fairly to al! contracts. AI! documentation af campfiance must be retained in the projeetfifes and be in compliance with applicablefederal and state requirements. Costs that are noncompGant with fhe federal and state requirements are not eligible far reimbursement. Local governments are responsible for applying only cognizant agency approved or Cal#rans accepted Indirect Gast Rate(s). Prime Consultant or Subconsuitant Certif in ; Name_M���ael Lander Title *: Si�aturc : Michaef Lander pa��ea'2p2�Q412Y13r37:43 DT�O' — Date of Certificatian {mmldd/yyyy): a4/12t2022 Email: miander@shasta,cam Phone Nurr�ber. -(5��)2z3-2488 Address:20z70 Lupine Drive, Redding, CR 96002 *An individuai executnre or financiai offieer of fhe consuttant's or subconsuft�nYs organization at a Ieve1 no tower fhan a Vice President or a Chief Financial OfFcer, or equivatent, who has �uthority to represenf the financia!information utilized to establish the cost proposai for ihe contract. List services the cansultant is rovidin underthe propased contract: Landscape arehitecture Page 3 of 9 Januarv �Cl2l� Local Assistance Procedures N9anuai EXNfBlT 1�-H1 Cost Proposa! No(e:Mark-aps are Not Ailowed ❑Pnme Consullant �X Subconsu�lant ❑2nd Tier SubconsuRant Consuftant NfonUment ROlftl Project No. Contract No. Date 4/B/2D22 DlRECT L.ABOR ClassificationJTiUe Name Hours Actual Hourly Rate Totat ROW Principal!n Charge B,Morrison 48�Q $ 108.17 � 5,192.16 Senior Utility Coordinator Agent Various 96.00 $ 65.72 $ 6,309.12 SeniorAcquisition Agent Vanous 248.00 5 67.36 $ 16,705.28 Aqcuisition/Utility Agent Various 98.00 � 40.87 $ 4,005.26 Project Coordinator Various 106.00 � 33.10 $ 3,508.60 Adminstration Various 0.00 g 2Z�7 $ _ � - $ _ $ LABOR COSTS � a) Subtotal Direct Labor Gosts $ 35,720.42 b) Anticipated Salary lncreases(see page 2 for calculakion) � c)TOTAL LIIRECT LA80R COSTS L(a?+(h)l � 35,720.42 iND)RECT COSTS d) Fringe Benefits (Rate: ) e)Total Fringe Benefits[(c)x(d)j 0.00 f� Overhead&G&A (Rate: 112.25°/a ) Overhead c x �7 �{ ) (�) 40096.17 h} General&Admin (Rate� ) i)Gen�Admin[(c)x{h)] D.00 j)TOTAL INDIRECT COSTS[(e)+{g)+(i)] $ 40,096.17 FI?CED FEE k)TOTAL FIXED FEE c + a (( ) Q)J x fixed fee; 10/� $ �581.66 I)CONSULTANT'S OTHER DIRECT C05TS(ODC}-ITEMIZE(Add additionai pages if necessary) Oescription of Item Quantity Unit Unit Cost Ta�t Title fteports 0.00 each $ 85D.00 $ 7ravel 0.00 miles $ _ $ Litigation Guarentees 0.00 Each � 75Q.00 $ - $ - $ - S - $ - 1)TOTA�OTHER DtRECT COSTS $ mj SUBCQNSULTANTS'COSTS(Add additionaf pages if necessary) � Subconsultant 1: CBRE Appraisais(8@$6S00j $ 52,000.00' Subconsultant 2: Sierra West Valuation-Appriasai Review(8 @$1500/ea) $ 12,000.40 Su6consuttant 3: $ Subconsultant 4: - $ - m)TOTAI.SUBCONSU�TANTS'C05TS $ 64,Op6.00 n)TOTAL.OTHER D►RECT COSTS INCLUDING SUBCONSULTANTS[((y t(m)j � 64,OOd.OQ TOTAL CnST((c)+(j)+(k�+(�)� N�TES: 1. Key personnel must be marked with an asterisk J � 9 9 q � 147,398.2a� (°)and employees ihai are sub'ect to revaitin wa e re uirernents must be marked with fwo asterisks{"•).Ali costs must comply wilh the Federaf cosi principies.SubconsWtants will provide fheir own cost proposals. 2. The cost proposa�format shali not be ame�ded.Indirect cost rates shall be updated on an annuai 6asis in accordance wiih the consullanCs annuai accounting period and established by a cognizant agency or accepted by Caltrans, 3.Anticipated salary increases ealculation{page 2)must accompany. CALCtJAT[ONS FOR ANTICIPAl"ED SALARY IM1ICREASES Consultant Monument ROW Project NQ. Contract No. Date 4i8i2022 'i. Calculate Average Hourly Rate for ist year of the conYract(Direct La6or Subtotal divided by totat hours) Direct LaborSubtotai Tolai Hours Avg Houriy 5 Year Cqntract per Cflsf Proposal per Cosi Proposal Rate Duration � 35,720.42 596 = � 59.93 Year 1 Aug Hottrly Rale 2. Calculafe houriy rate for at1 years(►ncrease the Average Hourly Rate for a year 6y proposed escalation%) Avg Hourly Rate Proposed Escalalion Year 1 $ 59.93 + 3nf _ - �" 6273 Year 2 Avg Houriy Rate Yea�2 5 61.73 + 3o�0 - � 63.58 Year 3 Avg Hourly Rate Year 3 $ 63,58 + 3% � � 65,49 Year 4 Avg Houriy Rale Year 4 5 65,49 + go� _ ' � 67.Q6 Year 5Avg�{ourly Raie 3. Caiculate estimated hours per year(Multiply esYimate %each year by tota(hours) Estimated% To(al Hours 7otai Hours Completed Eacti Year per Cost Proposal per Year Year 1 100.00% " 596.0 _ � 596.0 Estimated Nours Year 1 Year 2 0.00°/a * 596.0 - Year 3 . ` Q�o Estimated Hours Year 2 Year4 . - 0.0 Estimated Hours Year 3 Year 5 . ` Q�d Estimated Hours Yeae 4 " �•Q Estimated Nours Year 5 Tota1 100lo Total _ - 596,0 4. Calcufafe Totai Costs induding Escafation(Multiply Average Hourly Rate by the num6er of hours) Avg Houriy Rale Esiimated hours (calculated above) (caiculated above) Cost per Year Year 1 5 59.93 " 596 ' � 35,72dA2 Esiirnated Nours Year 1 Year 2 $ 61.73 " 0 = $ - Estimated Hours Year 2 Year 3 $ 83.58 • p _ � - Estimated Hours Year 3 Year A $ 65.49 • 0 ^ � Year 5 g _ . � ^ � - Estimaled Hours Year 4 - Estirnated Hours Year 5 Totai Direct Labor Cosl wiih Escalation = $ 35,720.42 Direct Labpr Subtotal before Escalalion = $ 35,720_42 Esfimated total of Direct Labor Salary Increase � � - Transfer io Page 1 NOTES: t.7his is not!he only way to estima(e 9alary increases,Ofher methods will be accepled if ihey ciearly Indicate lha%increase,�he#ot years o(Ihe mMraci,and a breakdown of ihe labor!o ba pertormed each yeat. 2.An esiimalion Ihal Is based on direct labor mul�ip)ied by salary increase°/muitiplied by Ihe#of years is not aaeptabfe,(i,e.�250,000 x 2/x 5 yrs=�25,000 is not an acceptabie methodology), 3.This assumes thal one year wiil be worked al the rate on the cosl proposal before salary increases are granted A,Caicufations for an(icipaled salary escalation must be provided. Certification of Direct Costs• I, the undersigned, certify to the 6est of my itnowledge and belief that all direct costs identified on the cost proposal(s)in this contract are actual, reasanabfe, allowable, and allocable to the contract in accordance with the contract terms and the foflowing requirements; 1. Generally Accepted Accounting Pnnciples(GAAP} 2. Terms and conditions of[he contract 3. Title 23 United States Code Sectio� 112-Letting of Contracts 4. 48 Code of Federaf Regulations Part 31 -Contract Cost Principles and Proceedures 5. 23 Code of Federa!Regulations Pari 172-Procurement, Management and Administration of Engineenng and Design Relaied Service 6. 48 Ccode of Federal ReguJations Part 9904-Cost Accounting Standards Board(when applicable} Afl costs must be applied consistently and fairfy to all contracts.AU documentation of complianee must be retained in the project files and be in compliance with app�icable federai and state requirements. Costs that are noncompliant with the federai and state requirement are not eligible for reimbursement. Local govemments are responsibfe for applying only cognizant agency or Caitrans accepted lndirect Cost Rate(s). Prime Consultant or Subconsultant Certif in : Name: Bob Morrison Title `: Vice President Signature; Gf . 'd'`"�"'�"'—�--m-. Date of Certification: Decem6er 8, 2021 Email: Bmoa-ison@monumentrow.com Phone number. (916)717-7069 Address: 3626 Fair Oaks Bivd, Suite �10Q, Sacramento, CA 95864 `An individua!execut)ve orfinancial officer of the consultant's or subconsultanf's organization at a levei no iower than a Vice President or a Chief Financial O�cer, or equivalent,who has authonty to represent the financiaf in(ormation utilized to esta6iish the cost proposal for the contract. List services the consultant is providing under the proposed contract; ROW Services Locai Assistance Procedures Manual EXN(BIT 70-H1 Cost Proposal Note:Mark-ups are No!Allowed �p��me Consultant ❑X Subconsultant ❑ZndTierSubconsWtant Consulkant: Silva Cost Consulting, Inc. Project No. ATPHIPL-5068{064j Coniract No. Date 4M2/2022 DlRECT lABOR Classificationi7itle Name Hours Actuat Nourly Rate Tofal Cost Estimator Javier Silva 150.00 S 72.12 $ 10,817.31 $ - � _ $ - � - $ - $ - $ _ $ - LABOR COSTS $ ' $ - a} Subtotal Direct Labor Costs $ 10,817.31 b) Anticipated Salary(ncreases(see page 2 for calculation) � 432,69 c)TOTAL DIRECT LABOR COSTS j(aj+(b)] $ 11,250.OD INDIRECT COSTS d) Fringe Benefits (Rate: 25.00% ) e)Total Fringe Be�efits c x d f} Overhead�,G8A o « � � » 2812.50 (Rate; 85,pq/o � g)pverhead((c)x(t�] 9562.50 h) General&Admin (Rate: ) i)Gen&Admin[(c)x(h}j 0.00 j)TOTAL iNDIRECT COSiS((e)+(g)+(�?1 $ 12,375.00 FIXED FEE k)TOTAL FIXED�EE c + o [( ) (i)j x fixed fee: 10/a $ 2,362.50 !)CONSULTANT'S OTHER DlRECT COSTS(ODC)-I7EMi2E(Add additionat pages if necessary) Description of Item Quantity Unit Unit Cost Total $ - $ - $ _ $ _ f}TOTAL OTHER DIR�CT COSTS $ m}SUBCONSULTANTS'COSTS(Add additionai pages if necessary) Subcansultant 1: Subconsultant 2: Subconsuttant 3: � " Subconsultant 4: $ " $ - m)TOTAL SUBCONSULTANTS'CQSTS $ . n)TOTAL QTHER DIRECT COSTS INCLUDfNG SUBCONSULTANTS[(1)+(m}j � TOTAL COST[{c)+(j)+(k)+(n)a $ 25,987.5b NOTES; 1. Key personnel must be marked with an asterisk(*)and employees ihat are subject to prevailing wage requirements musE be marked with two asterisks("),All costs must comply with the Federal cosi principles.SubconsWtants wrll provide their own cost proposals. 2. The cost pwposal format shall not be amended,indirect cost rates sha11 be updated on a�annual hasis in accordance with lhe consultanCs annual accounting periad and established by a cognizant agency or accepted by Caltrans. 3. Anticipated sa�ary increases caiculaiion(page 2)must accompany. CALCUATiONS FOR ANT►CtPATED SA�ARY INCR�ASES Consultant Silva Cost Consuiting, Inc. Project No. ATPNIPL-5068(064) Contract No. Date 4112/2022 1. Calculate Average Nouriy Rate for 1st year af the contract(Direct Labor Subtotai divided by total hours) Direct Labor Subtotal 7otat Hours Avg Houriy 5 Year Conkract per Gost Proposai per Cost Proposal Rate Duration � 10,817.31 150 — � 75,00 Year 1 Avg Hourly Rate 2. Catculate hourly eate for a!i years{lncrease fhe Average Hourly Rate for a year by proposed escalatipn°!o) Avg Hourly Rate Proposed Escalation Year 1 $ 75.D0 + qo�o _ Year 2 � 78.00 Year2 Avg Hourfy Rale �S 78.00 + 40� Year 3 � 81•12 Year 3 Avg Hourly Rate � 8T.12 + 40/ Year 4 S B4.36 + 40�0 — � 84.36 Year 4 Avg Nourly Rale " $ 87.74 YearSAvg Hourly ftale 3. Catculate estimated hours per year{Multipiy estimate°Jo each year by#otal fiours) Esiirnaled% 7otal Hours Total Hours Completed Each Year per Cost Proposa! Year 1 10�.00°/a � per Year 150.0 = 150.q Estimated Hours Year 1 Year2 O.00h ` 150.0 ^ Q Q Estimated Hours Year 2 Year3 O.OD% ' t50.0 - 0.0 Estimated Hours Year 3 Year 4 OAO% ' 150.0 _ Year 5 p.pp�� . ` �•� Estimated Hours Year4 150,0 _ Totai Tppo�o �•� Estimaled Hours Year 5 Tofal _ — 150A 4, Calcu�ate Tota!Costs including Escalation(Multipiy Average Hourly Rate by the number of hours) Avg Hourty Rate Estimated houes (calculated above) (calcuiated above} Cost per Year Year 1 $ 75.00 • 150 - � 11,250.00 Estimated Nours Year 1 Year 2 $ 78.OQ e � _ Year 3 � g� �2 , Q - � - Estimated Hours Year 2 Year 4 $ 84.36 * 0 � - Estimated Hours Year 3 ` � - Estimated Hours Year 4 Year 5 $ g��q , � _ '" $ - Estimated Hours Year 5 Total Direct Labor Cost tviEh Escalaiion - $ 11,250.00 Clireci LaborSubtota!6efore Escalation ` $ 1�,817.31 Estimaled totai oi Direct Labor Salary Increase ` S 432,69 Trans(er to Page 1 NOTES; i.This is not the only way to esiimate salary increases,Other methods will be accepted it they clea�iy indicaie Ihe%increase,the tt oF years of the contract,and a 6reakdown o(fhe fa6or fo be performed each year. 2.An esiimalion that is 6ased on direct labw mullipliad by salary increase%muliiplied by Ihe#oF years is not accepta6le.(i.e.$250,00�x 2%x 5 y�s=$25,OpQ is not an acceptable me�hodolagy). 3. 7his assumes that one year wi11 6e worked at the rate on the cos(proposal before salary'tncreases are granled. 4. Calculations for anficipated salary escaiation must 6e provided. Cerfification of Direct Costs• !,the understgned,certify to the best of my knowledge and belief that ail direct costs identified on the cost proposal{s)in this contract are actual,reasonabie,allowable,and al(ocable to fhe contract in accordance with the contract terms and the following requirements: 1. General(y Accepted Accounting Prrnciples(GAAF) 2. Terms and conditions of the contract 3. 7ifle 23 United States Code Sectio� 112-Letting of ConUacts 4. 48 Code of Federaf Regulations Part 31-Contract Cost Principles and Proceedures 5. 23 Code oF Federal Regulations Parf�72-Procurernent,Managernent and Administration of Engineering and i�esign Related Service 6. 48 Code of Federai Regulations Part 9904-Cost Accounting Standards 8oard(when applicable) AI!costs must be applied consistently and fairiy to ail contracts.All documenYation of compliance must be retained in the project files and be in compliance with applicable federal and stale requirements.Costs khat are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency or Caltrans aecepted Indirect Gost Rate(s}. Prime Consutfant or Subconsultant Certif in ; Name: Javier Silva,CPE Title': President Signature: ___����' ��� v Date of Certification: 4/12/2022 Email: jsiiva(a�silvacostcansultin�com Phone number. 916-444-1130 Rddress: 1521 Corporate Way,Suite 210,Sacramento, CA 95831 'An individual executive or financia!officer of the consultanYs or subconsultanYs organization at a Ievel no lower than a Vice President or a Ghief Financial O�cer,or equivalent,�vho has authority to represent the financial informafion u#iiized fo establish the cost proposal for the contract. List services the consultant is providing under the proposed conttaci: Cost Esiimating Services