HomeMy WebLinkAbout _ 4.11(a)--Approve the Third Amendment to Contract (C-7412) GI �" Y C� F
� � �- ' � ° � � i � CITY OF REDDING
��
REPORT TO THE CITY COUNCIL
MEETING DATE: August 4, 2025 FROM: Michael Webb, Public Works
ITEM NO. 4.ll(a) Director
***APPROVED BY***
„, �. .A,��,�
ie ael � iiEali� oaks L)arector 7/?$1242� i�}�in,Ci an � 7130/242�
mwebb@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.11(a)--Approve the Third Amendment to Consulting and Professional Services
Contract (C-7412) for the Sacramento Drive Bridge at Olney Creek Re lacement Pro'ect
Recommendation
Authorize and approve the following actions relative to Consulting and Professional Services
Contract (C-7412) with Morrison Structures, Inc. for the Sacramento Drive Bridge at Olney
Creek Replacement Project:
(1) Approve the Third Amendment to the Consulting and Professional Services Contract in
the amount of$291,054.02 for a total not-to-exceed fee of$574,095.93;
(2) Authorize the City Manager, or designee, to execute the Third 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 Sacramento Drive Road Bridge at Olney Creek Replacement Project
(Project) is estimated at approximately $10.5 million dollars. The project is funded with 88.53
percent coming from the Federal Highway Bridge Program and the remainder being matched by
Toll Credits. All items of work that are within the project scope and considered participating by
the Bridge Program, will be fully funded. Any work that is determined to be non-participating
will be funded by the City of Redding's (City) Transportation Impact Fee fund or the appropriate
Utility Division's Maintenance fund. The total project cost includes a consultant contract with
Morrison Structures Ine., (Morrison) to provide bridge design services through construction. This
amendment will increase 1Vlorrison's consultant contract by $291,054.02 for a total not to exceed
amount of$574,095.93.
Report to Redding City Council July 30, 2025
Re: 4.11(a)--Approve the Third Amendment to Contract(C-7412) Page 2
See table below for a summary of amended costs to Morrison's consultant contract (table only
includes amendments that adjusted the contract amount).
Original 3rd Amendment
Contract Revised
Amount Ad�ustment Total
$283,04191 $291,054.02 $574,095.93
Alternative Action
The City Council (Council) may choose not to authorize the amendment and provide staff with
an alternate direction. Without the proposed amendment, Morrison will not be able to complete
the bridge design or provide services during the construction phase of the project. This
alternative would delay or likely eliminate the replacement of this bridge and jeopardize federal
funding.
Background Analysis
In October 2017, an engineering services contract was executed with Morrison for the project.
In March 2020, and again in December 2022, administrative amendments were executed to allow
for salary increases and update the end date of the contract,respectively.
Over the course of the preliminary engineering and environmental phase of the project there has
been a substantial increase in the professional services required, mainly associated with the
extended project duration and environmental design support related to additional and extensive
revisions to environmental studies. As the consultant is approaching the end of the environmental
phase they have estimated that the project will extend until 2027 for construction completion.
Therefore, for Morrison to continue to provide the services originally outlined in the contract, as
well as address the multiple revisions to the environmental st�udies being required by the
California Department of Transportation (Caltrans), additional funds are necessary as requested
in this amendment. The amendment has been approved as to form by the City Attorney.
The Sacramento Drive bridge was constructed in 1954 and is currently designated as
"structurally deficient" per Caltrans' Bridge Inspection Reports. This designation is largely due
to the amount of traffic using the bridge and the lack of shoulders, pedestrian facilities, in
addition to the lack of freeboard to prevent overtopping the bridge during the 50 year and greater
storm events. The project will replace the existing 30-foot-wide, 2-lane bridge with a 48-foot-
wide bridge that includes two 12-foot travel lanes, two 6-foot shoulders, and two 6-foot Type 26
sidewalk barriers. These improvements meet the requirements of both the American Association
of State �Iighway and Transportation Of�cials and the City.
Environmental Review
This action, contract amendment, is not a project as defined by the California Environmental
Quality Act(CEQA). As the environmental studies and design progress, staff will prepare CEQA
documentation for future Council approval.
Council Priority/City Manager Goals
This is a routine operational item.
Report to Redding City Council July 30, 2025
Re: 4.11(a)--Approve the Third Amendment to Contract(C-7412) Page 3
Attachments
C-7412 3rd Amendment
C-7412 Amendment 2
C-7412 Amendment 1
Contract C-7412
THI AMENDIVIENT TQ
CONSULTIlVG ANI� PR:t7�FESSIONAL SERVICES CONTI2�CT
WI'I`H FHWA FUNDIN+G/ASSISTANCE
BE'I'V6�EEN THE'CITY C?F DDI1�1G AND MO SQN STRUCTiJRES, INC. (C-7412)
This Third Amendment ("Third Amendment") �s rnade and entered into by and between the City of
Redding, a municipal corporation, {"Gity") and Morrison Structures, Inc., ("Consultant")
(callectively t�le"Parties" and individually a"party")
ItECITALS
�:EIE AS, the Parties have previously entered in Consulting and Prof�ssional Services Contract
on C?ctc�ber l d,;2017, for the purpose of engineering services for the Sacramento Drive Bridge over
�lney Cre�k Replacement Project (�-7412) (referred herein as the "Contract") and arnended th�s
ct�ntract on March 17, 2020, (First Amendment), and December 8, �022, {Secand Amenclrnent)
(collectively referred herein as the"Contract"); and
�V�IEI2EA5,the City and Consultant agreed to extend the term of the Ct�ntract;
NO'W,THER.EFOI�E,tl�e Parties for good and valuable consideration,the receipt and su�ficiency of
which is hereby acknowledged,hereby agree as f�llaws:
I. S�tbsection A of Sectian l c�f th� Contract is hereby amended and replaced in its entirety to
read as f�llows:
Snbsection 1(�}. Subject to the terms and canditions set fortlz in this Cantrac�t, Consuitant
shall prr�vide to City the services described in Exhibit A and Exhibit A-1, attached and
incarporated herein. Consultant shall provide the services at the time, place and in the
m�nner speci�'ied in Exhibit A and Exhibit A-1. All Consultant personnel listed as
members ofthe project team in the attached exhibits shall remain an project unless prior
approval for the change in personnel has been granted by City's Gantract Administratar.
All other subsections of Seetion 1 of the Cc�ntract shall remain unchanged and in full force and
effect.
II. Subsection �I of Section 2 of the Cantract is hereby amended and replaced in its entirety to
read as follows:
Subsection 2(H}. Consultant wi11 be reimbursed as promptly as fiscal proeedures wi�ll
permit upc�n receipt by City's Contract Administrator of iternized invozces in triplicate.
Invoices sha11 be submitted no later than 45 ca�endar days after the performance of work
. for which Consultant is billing, Invoices shall detail the work performed on eacli
milestone and�ach project as applicable, Invoices shall follow tlze forrrrat stipulated for
the approved Cost Proposal and shall r�ference this cnntract nurnber and project title.
Final invoice must contain the final cost and all credi#s due City including any
equipment purchased under the pravisions of Section 4 "�quipment Purchase" of t11is
c�ntract. The final in�voice sliould be submitted within 60 calendar days after completion
of cc�nsultant's work, Invoices shall be emailed tt� City's accounts payable at t11e
failowing address.
acconntsbayable ,cityofreddin�.org
III. Subsection I of Section 2 af the Contract is hereby amended and replaced in its entirety to
read as fQllows:
Subsection 2(I).In accordance with E�iibit$and Exhibit B-1,attached and incorporated
herein, the total amc�unt p�yable by City including the fixed fee shall not ex�eed Fiv�
Hundred Seventy=Four Thousand Ninety-Five I?oilar� and 93t100 ($574,095.93).
All other subsections af Section�of the Contract sha11 remain unchanged and in full force and
effect.
IV. Subsection E of Section 3 af the Contract is hereby arnended and replaced in its entirety to
read as follows:
Subsection 3(E). The maxirnum amaunt for which the City shall be liable if thi�contract
is terminated is $574,095.93.
All other subsections af Sectic�n 3 of the Contract shall remain unchanged and in full force and
effect.
V. Subsec�ion F of Section 5 of the Contract is hereby amended and replaced �n its entirety tc�
read as follows:
Subsection 5(Fj. Consultant shall designate the City of Redding, 777 �ypress Avenue,
Redding, CA�6001 as a Certi�cate Halder of the insurance. Cansultant s�Yall furnish City
�with certificates of insurance and original endorsements effecting tl�e caverages required
by this clause. Certificates and endarsements shall be submitted electrc�nically via the
PINS Advantage systern. A link wiIl be pravided for the Consultant, or their insuranee
agent, to enter and upload documents directly to PINS Ad�antage, Tl�e certificates and
endorsements €crr each insurance policy are tc� be signed by a person authorized by the
insurer to bind coverage on its behalf. All endorsements are to be received and approved
in PINS Advantage b�the City's Risk Manager pric�r to the commencement of contracted
services. City may withht�ld payments to Consultant if adequate certificates af insurance
and endarsements required have not been submitted as deseribed abave or provided in a
timely manner.
All ather subsections of Section 5 of the Contract sha11 remain unchanged and in full force and
effect.
VI. E�ibit A-1 and Exhibit B-1, attached to this Third Amendment are hereby incoipc�rated by
this reference and made part c�f the contraet.
VII. Except as expressly set fc�rth herein, all otl�er terms and conditians of tlle Cantract dated
Octob�er 10, �017, shall remain in full force and effect.
VIII. The effective date of this Third A:mendrnent shall be the date that it is signed by tlze City.
I1�1 WITNESS WHERE(�F, City and Consultant have executed this Third Amendment on the days
and year•set farth below.
CITY (7F REUD►Il�G
A Municipal Corparation
I3ated; , 2025
By:: JAC'K M�INNS, �Icryor
Forrr�Appraved:
Atiest: CHRISTIAN M. CURTIS
�ity Attorney
By, CfRETCHEN STtJ�Ir�, Assistrznt City Attr��•r�ey
Morrison Structures,Inc.
�
��t�a: ar �� , �ozs � ``�
By.� ROBERT L. MORRISON, JR, P��esident
Exh�b�t A-1
�;I"�Y QF R�1)IDIN�G
GCJ�N�U:LTING A P'F�:C�►FE5SIUI��A.� �ERVI�ES C�'lNT'� C'�' (�''-7412}
�ontract Arnendment No. 3
Scope c�f Services fo� Prafessic�nal En�ineerin�for_Sacraamento I)rive Brid�� �v�r
r0�:nev Creek�enla€eme��t Project
Sct�pe af �rk
See Cc�ntract�-�412, Exhi�it A for Scope of Services detailed for each Task.
Envi�c�r�nen�al Dc�cumentati�:� fc�r the proj�ct is �ot complete. The p�oject has �een on
hc�ld�`cr fve years and City desires�:o ex�end the following T�sks tc�December 31, 2026.
T��k �.: P'ro,���t an�g�inent, Review, �c��edulin�
M�.�ison Struet�res �rill contiriue to prc�vide prc�ject ma�agement services in urder ta
prc�vid+� ct�mp��te the �I�s��ri ag�d enviro�.nn�ntal doc�um�z�tatic�n and perrr�i�ting support
thr�ugh l�ecemb�r�026.
Task 2. Support fv�° Environmental Dvcumentatlo� & PermYtting
Caltrans Loeal Ass�stan�e
Morz�iscan Structures wi�l �ontinue tc� provide prof�ssional services in Qr�er to provid�
envirc�runental dc�cumentat�o� and permitting suppc�rt to the City's effr�rts respanding to
Ca�tra.ns Loca� Assl�tanc� and in obtaining environmental docum�ntation, and
construction�ermits,thro�gh Tiecember 202�.
Ta�� 3: �'relixninary Des��n
M�rrison 5t�-iYct�ar�s will revise the pr�liminary design of tk�e bridge structure ancl ��epar�
n�ew TYpe S�lectit�n Stud� and Type Selection Study report far the projeet:
Ta�k 4. D�ta Cr�Iiectian & I'ieid Survey
Morrison Structur�s with subconsultant C�HD will provide the data collecti�n and field
surveys as necessary to revise and update Frelirninary Design changes, and prepare fnal
bridge replacement desi�n, and proviele support for the en�ironmental dc�cun��ntation
thr�ug�h De�ember�026>
Task 5: Fin�l +Geof�ch�i��l Investiga�tr+�n
Mc�rrison Structures with �ubconsultant CGI Techtiical will revise and update the
J�ne 11, 20�5
Gr�t�technic:al Investigatian Report for finat design of the bridge structur�for the�rraject.
Task +a: �+�inal ` ydraulic ��uc�y � �po�t
�orrison Structures with subcor�sul�ant �'acific Hydrul+�gic will ct�ntinue to provide
i�ydraulic study az�al;�sis suppt�rt tr� the City a�d update and finalize the HyQraulic 4t�dy
ReporC.
T�s�7: �[TtiXi�y �ac�rdin�tiarn
Morrison Structures witl�, subconsultant GHD will cQntinue to provide the utility
coordinatic�n for th�project thro�gh L?ecember 202�.
'�ask 8: Rzght`of aY
I��c�rrison Structure�with�ub�t�nsult�.rats Bender Ros�nthal and GHD w��1�ro�id�R�ght _
of-"r�ay�professi�nal ser�vice�tluough I7ecem�rer 2�26,
T"ask �!: �'repara�it�n of�t�nt�a�t c��um�nts
Mcrrrisc�n 5tructures with subcc�nsultant GHD will continue preparatian af contract
dc�cuments thrau�h December 202�,
T�sk 10: Ass�stance I�►uring Bidding � �c�nstruction
Morrison 5tructures with subconsultant GI-ilJ will prc�vzde assistance to the City during
th�bidding ar�d construction p�rases af the project throu�h I)ecember 2a26:
June 1 l, 2425
E�hibit �-1
�ITY OF D►DING
C'ONSUL'TING D PR+C�FE�SIC�NAL SE�tVICIES C�DI�T CT (C-7412)
�ontr�cfi A,mendm�nt Ncr.3
Prop�sed F�e and BilIin�I�t,ates for Pa°�nfessiona�En�ineerin�Se�vices far
Sacr�►mento Drive 8rid�e over t)lnev�reek lteulacement Frojeet
Fee T�ble
Tas�C Descr��ti�n ' t�rigina] Contract Ner�v Contract
A.m�un�t �mount
1 Proj��t Management $32,{�tt5.11 $ �G5,U�5.11
2 Support fc�r�ntrirc�ritrier�tal � 24,�i20.10 � 42,76i�.10
T�o�umentation&Permittin
3 �'reliznit�ary I7esign � 0.04 �' 25,OOU.00
4 Daxa Collecticsn and Field Survey $ 999.49 $ 2,199',4�
5 Fi�al Geotechnical Investigation � 5,'799.49 � 9,774.�9
6 Final Hydraulic atudy Re�ort $ 5,347.68 � 11,09'7,6$
7 Utility Coordinati�n : � 6,398.�1 � 14,�16.51.
$ Right-of-Way $ 46,004.21 � b7,946.53
9 Pre�a�atic�n c�f Cc�ntract $130,948.�2 $286,9�1.52
I)trcuments
10 Assistance During Bidding 8c � 30,918.50 � 49,154.5U
Cc�nstruction
Total N�t to E�ceed �283,U41.91 �574,095.93
Ncates:
1. Shifting of fees and expenditures between fiask� as approved will be pezmiited witl�in
the tc�tal not tcs�xceed arnount.
2. See Ma:y 19, 2C}�5 Amendznent� Cost Prc�p�sal�'or currez�t bii�ing xates, and
anticipated labc�r increases per year.
June 11, 2025
TRANSMITTA FO 4
'� ,�4�� � � �t���� ; �� '� �I� � ���1��' �� � IF� * �T° � F'�F2 �°T/E'i�/
�. n.
� �����. , � r . �� TQ CITYATTORNEY 225-4050�&CI`I'Y CLERK( 25-4439�
Agreements�Bonds Q Contracts Q Leases p Escrow Instructions
0 Deeds l}Securfties p Resolutions¢ Ordinances p Upinians
Date: 12�05/22 From: Stephanie McCollum
Dept Name: Engineering Dept. # ��� Phone: 225-451� � �����. �� ��� �� ��
Person most knowledgeable: �orri Vandiver Phone: ���� �� ����
iNSURANCE REQUIREMENTS MET? Prior to si natures, must submit Insurance Transm �l � ����
g � �or`rri'�o��sk, have
certificate uploaded by vendor and approved by Risk. 1f not, your contracts will be held in the Clerk's Office. For
heip contacf Risk Liabi(ity- c��hl�cit �fr��'dira .ar (530) 225-4385.
DESCRIBE ATTACHED DOCUMENT�SI
Document Title: Second Amendment to C-7412
Outside Party(ies): �orrison Structures Inc.
Project(What/Where/Why?): -�ramento Dr. Bridge at Olney Creek Replacement Project
COUNCIL APPROVAL REQUIRED? No�Yes� IF YES,DATE OF MEETING: Agenda Item#:
Was contractJagreement the result of an RFP or Bid?No �/Yes� Bid Schedule#or RFP#:
IS� `I° C1' �I.�°T� °T T° E�A �I �? ��I'��
REQUEST FOR ATTORNEY SERVICES
❑ �fitorne�R�,�g�w Draft-Ali doeuments must be reviewed� approvec�before obtaining ar►y signat�zres.
VVhen amending cantracts,attach a eopy of or�ginal contract and all prior amendrn�nts. I�o z�ot e�znail
cioct�rrients vvithout prior approval.
❑ Return drafts to: (to finalize&obtain outside signatures)
� �t�e:e�°�� �� � ���� ���als � r°�a�it� ���'€z F°c��y � t��: {1� �r°��t�z�s be�r� �r��~i�t�sly re4�x�w�d �
�������� �ay�t�c�r°���rr ��� L�e�a�, �a� c��tai�a�d a�ts�c��sa���a�tzr°�s. P�e�s�s€�b���t t�lc� (2� c����i�a�s. i�se
��ptar��lip.� --rac�st�pl�s-� �nd afi��"Sa�� ��r�"��bs c�r��3� �i��aa���T€�p���5.
(Attc�rney approval now mandatc�ry-RMC§4.20.12(?.A)
*Note: Signed originals will be forwarded to City Clerk for necessary City signatures, insurance&
other requirement verification,and processing. _ �
❑ Mailing/distribution Instructions: �
��,
❑ Prepare Certificate of Acceptance (easement&grant deeds)
❑ Memo or additional info is attached. � _.
� Other: "
Save forAttorney's Notes � . ���� ���
e+^"'� ..�,.,,�.�
�.
City Attorney Log# �'��..�- � � � �
� ' _ Logged Out By: ��C.�� �
ae�.e�ie
C I T Y O F GITY OF REDDING
777 Cypress Avenue, Redding, CA 96001
� PO BOX 496071, Redding, CA 96049-6071
_ Y�/J
C A L I F O =R N=�I;i``� cityofredding.org
PAMELA MIZE,CITY CLERK
SHARLENE TIPTON,ASSISTANT CfTY CLERK
530.225.4447
530.225.4463 FAX
December 13, 2022
Morrison Structures, Inc
Attn: Robert Mozrison
1890 Park Marina Dr., Suite 104
Redding, Ca 96001
SUBJECT: Second Amendment to Consulting & Professional Services Contract, C-7412
Dear Sir,
Enclosed please find the fully executed original of the above referenced Second Amendment to
Consulting & Professional Services Contract, C-7412 by and between the City of Redding and
Morrison Structures, Inc. regarding the Sacramento Drive Bridge at Olney Creek Replacement
Project.
If you have any questions regarding this agreement, or if we can be of assistance, please contact
the Office of the City Clerk at (530) 225-4056.
Sincerely,
���
hrlstina Sims
Business License Specialist
Enclosure
cc: McCollum
Vandiver
Grannis
SECOND AMENDMENT TO
CONSULTING AND PROFESSIQNAL SERVICES CQNTRACT (C-7412)
With FHWA FundinglAssistance
Sacramento Llrive Bridge at Olney Creek Replacement I'roject
The Consulting and Professional Services Contract C-7412 ("Contract")dated October 10, 2017,
and amended March 17, 2020, between the City of Redding, California, ("City") a municipal
corporation, and Morrison Structures, Inc., ("Consultant") is hereby amended as follows:
SECTION 3.A is amended to read in its entirety as follows:
A. This contract shall go into effect on September 28,2017,contingent upon approval by City,
and Consultant shall corrimence work after notification to proceed by City's Contract
Administrator. The contract shall end on December 31, 2026, unless extended by contract
amendment.
All otherterms and conditions ofthe Contract dated October 10,2017,and amended March 17,2020
shall remain in fu11 force and effect.
The date of this Amendment shall be the date that it is signed by the City.
IN WITNESS WHEREOF, City and Consultant have executed this Amendment on the days and
year set forth below:
CITY OF REDDING
�-11VIunicipal Corporation
� �_.���-n-�
Dated: , 2p22
By: BARRY PPI , Manager
Form Approvecl:
BARRYE. DeWA�?'
Attest: �`ity Atto�ney
���� � � �
F
�.,, ��d
rry�:�,.��.;"� '
PAMELA MIZE, City Cle By:
MORRISON STRUCTURES,INC.
Dated: ������>��°�;� `�. , 2022 `°�``��.�. ��``���,�.��. � . ��
By: `������r� �.. ���������.s � ���. ���=.������.��,
Taxpayer I.D.No.a ��,-�;���c����
�
�
��
Y��p r.
e '` ` TRANSMITTALFORM
� a $ ° ' ��' ��, ♦ �A,�RD G'G1PIE�RE�(IIFtED*DQ M()T�E-MAlL Ff3k2 R,EVIF.W
: ��� � TO CITY�T'fQRNEY f225-4050)&CITY CI.ERK f225-4439�
Agreements b Bonds¢ Contracts Q Leases p Escrow Insirucrions
Q Deeds d Securities O Resolutions p Qrdinances 0 Upinions
Date: 3/11/2020 From: Stephanie McCollum
Public Works - En ineerin 501 225-4511 �
Dept. Name: 9 9 Dept. # Phone:
Person most knowledgeable: Corri Vandiver Phone: 245-7120
INSURANCE REQU/REMENTS MET?Prior to signatures, must submit Insurance Transmiital Form to Risk, have
certificate upioaded by vendor and approved by Risk. If not, your contracts wiil be heid in the Clerk's Otfice. For he/p
contact Risk Liability-pdahl c(Dcityofreddinp.orp(530) 22�4385 or ccarmona _cityofredinp.or,q(530) 225-4387.
DESCRIBE ATTACHED DOCUMENTfSI
Document Title: First Amendment to C-7412
Outside Party(ies): Morrison Structures
Project(What/Where/Why?): -�ramento Drive Bridge at Olney Creek Replacement Project
COUNCIL APPROVAL REQUIRED? No�Yes� IF YES,DATE OF MEETWG: Agenda Item#:
Was contract/agreement the result of an RFP or Bid?No �/ es� Bid Schedule#or RFP#:
IS CONT �1'I�EL�l'TED 'T�T'I-�E CE1�81i FIRE? �o �/ Yes Y
❑
REQUEST FOR ATTORNEY SERVICES
� Attorne,y Revi�ws Daraft-All documents must be reviewed&approved efore obtaining any signatures.
When amending contracts,attach a copy of original contract and all prior amendments. Do not e-mail
documents without prior approval.
��"� � �� .
� Return di'afts to: (to finalize&obtain oufiside.si�natures)
���°°`� �
� ��a�r�e�Si ns �ri�ira�l�.�pp��vin��s'T�a��a�rn � �er; (1) c�raft has been �reviously��evie�v�il'8r, �
approved by Attorney; (2) Dept. has obtained outside signatures. Please submit twn (2) orig�nals. I��"e
paperclips -no staples -- and af�x"Sign Here"tabs on all sigrlature pages.
(Attarney approval now mandatory-RMC§4.20.120.A) �`
;r
_._
Note: Signed originals will be forwarded to City Clerk for necessary City signatures, insurance&
other requirement verification,and processing. �,.���
,
❑ Mailing/distribution Instructions: �`' �� � �� '� ��-����
❑ t�v .�,. �a! . ._ .�
Prepare Certi�icate of Acceptance (easement&grant deeds) '�'����°��������`����
❑ Memo or additional info is attached.
� Other:
Save for Attorney's Notes �
���n ��
.°+�``�� 6 �
� ���� � � �� �,� � � � City Attorney�og# �� �.b��� ����
��- �(
#��„� '°~~�.�" �.,��� Logged Out By: l>`�j�
Rev.B/79 ���
FIRST AMENDMENT TO
CONSULTING AND PROFESSIONAL SERVICES CONTRACT (C-7412)
With FHWA Funding/Assistance
Sacramento Drive Bridge at Olney Creek Replacement Pro,ject
The Consulting and Professional Services Contract C-7412 ("Contract") dated October 10, 2017,
between the City of Redding, Califoi•nia, ("City')a inunicipal corpoY•ation,and Morrison Structui-es
("Consultant") is hereby anlended as follows:
Section 2. J is amei�ded to read in its entirety as follows:
J. Salai•y increases of 3% will be reimbursable if approved by City's Coiltract
Administrator.
All other tei•ms and conditions of the Contract dated October 10,2017, shall remain in full force and
effect.
The date of this Amendment slZall be the date that it is signed by the City.
IN WITNESS WHEREOF, Gity and Consultailt have e�ecuted this Amendment on the days and
year set fortll below:
CITY OF REDDING
A 1Vlunicipal Corporation
Dated: ,,�,,�°�� , 2020 N
�
By: BA TI . City Mancr�es.
For•�r1 Approi�ed:
BARRYE. Dei�%A�T
.��re,�r: Ci�v A�rory�ey,
� � � �� :��
�-�-� �
P��17EL� MIZE, City ler�k By�
MORRISON STRUCTURES
Dated: ���,��,�' /� , 2020 � ,,�
By: �
Taxpayer I.D. No.: G��-o��-�e,�� ��
c'
�
�
�. s X " 5±,� ' 4
� N��� ��e�P`� �� �e�G�,.��'rn3�u"'�..`s
�� r�".w�r+*d'" �
� � �m ��� 777 CYPRESS AVEivUE, REDDING, CA 9pOC}i
����.,�� PO. Dox 49607t, REooiN�, CA 960�9-6071
�' �� ��
�
PAMELA MIZE,CITY CLERK
SHARLENE TIPTON,aSSiSrANT CiTv C�ERK
530.225.4447
530.225.4463 FAX
March 19, 2020
Robert Monison
Morrison Structures, Inc.
1890 Park Marina Drive, #104
Redding, CA 96001
SUBJECT: First Amendment to Consulting and Professional Services Contract, C-7412
Dear Mr. Morrison,
Enclosed please find the fully executed original of the above referenced Third Amendment to
Consulting and Professional Services Contract by and between the City of Redding and Morrison
Structures, Inc regarding the Sacramento Drive Bridge at Olney Creek Replacement Project.
If you have any questions regarding this matter, or if we can be of assistance, please contact the
Office of the City Clerk at (530) 225-4044.
Sincerely,
°� ...� ����
�,, -
Joan Twomey
Executive Assistant
Enclosure
cc: Vandiver
McCollum
Grannis
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
WITH FHWA FUNDING/ASSISTANCE
THIS CONTRACT is made at Redding, Califomia,by and between the City of Redding{"City"),
a m�nicipal corporation,and Morrison Structures,Inc.{"Consultant")for the purpose of Engineering
Services for the Sacramento Drive Bridge at Olney Creek Repiacement Project.
WHEREAS, a source of funding for payrrient for professional services pravided under this
Agreement is federal funds from the United States Department of Transportation.
WHEREAS, Consultant desires to perform and assume responsibility far the pravision of certain
professional services required by City on�he terms and conditions set forth in this Contract.
N�W, THEREFORE, the Parties covenant anc� agree, for good consideration hereby
acknowledged, as follows:
SECTION 1. CONSULTANT SERVICES
A. Subject ta the terms and conditions set forth in this Contract,Consultant shall provide
to City the services described in Exhibit A, attached az�d incorporated herein.
Consultant shall provide the services at the time,place and in the manner specified in
Exhibit A. Al1 Consultant personnel listed as members of the project Eeam in the
attached exhibits shall remain on project uriless prior approval for the change in
personnel has been granted by City's Contract Administrator.
B. Consultant shall subrr�it progress reports at leas�once a month. Eacn progress report
should be sufficiently detailed for the Contract Administratar,as noted in Sectian 1 O.A,
to: 1) determine if Consultant is performing to expectations and is on schedule; 2)
provide communication of interim findings,and 3)sufficiently address any difficulties
or special problems encountered.
C. Cons�tant's Project Manager, as noted in Section 10.5., shall meet with City's
Contract Administrator as needed to discuss progress an the scope of work.
D. Nothing contained in this Contract or otherwise shall create any contractual relation
between Ciry and any subconsultant,and no subcontract shall relieve Consultant of its
responsibilities and nbligations 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 employed by the Consultant.Consultant's obligatian to pay its subconsultants �
is an independent obligation from the City's obligation to �nake payments to �
Consultant. 1 f
_+.
E. Cansultant shall perform the work contemplated with resources available within its �
own organization and no portion of the work pertinent to this cantract shall be �
C PSG1FEiN'A-Sacrameato br.Bridge at piney Cr Repl Aage 1 r f
����.-�p� �'e I�/( �
subcontracted without written authorization by City's Contract Administrator,except
that, which is expressly identified in the approved Cost Propasal.
F. Consultant shall pay its subconsultants within ten (I�) calendar days from receipt of
each payment made#o Consultant by City.
G. Any subcontract in excess of$25,000 entered inta as a result of this coniract shall
contain all the provisions stipulated in this contract to be applicable to subconsultants.
H. Any substitution of subconsultat�ts must be approved in writing by City's Cantract
Administrator}�rior to the start of work by the subcansultant.
I. 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 �"iles at ail reasonable
times during the performance period af 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 performance of ihe 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
appraved overhead rat�set forth in the Cost Proposal.In the event,that City determines
that a change to the work from that specified in the Cost Proposaj and contract is
rcquired, the contract time or actual costs reimbursable by City shall be adjusted by
contract am�ndment to accommodate the changed work. The m�imum total cost as
specified in Paragraph "I" shall not be exceeded, unless authorized by contract
amendment.
B. In addition to the allawable incurred casts City will pay the Cansultant a fixed fee of
$18,537.87. 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 approved Cost Proposal.
D. When milestone cost estimates are included in the approved Cost Proposal,Consultant
shall obtain prior written approval for a rEvised milestane cast estimate from the
Contract Administrator before exceeding such cost estimate.
C PSC-!F'HWA-Sacramento Dr.Bridge at Olney Cr Repl Page 2
E. Progress payments will be made monthly 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
items according to the schedule set for in the Statement af Work, City shall have the
right to delay payment or terminate this Contract in accordance with the provisions of
Section 3 "Term and Termination".
F. Na payment will be made prior to approval of any work, nor for any work perfornied
prior to approval afthis contract.
G. No retainage vvill be held by City from progress payments due Consultant. Any
retainage held by Consultant or subconsultants from progress payments 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 postponement of payment over the thirty(30)
days may take place only for gaod cause and with City's priar written appro�al. Any
violation ofthis provision shall subject the violating Cansultant or subconsultant ta the
penalties,sanctions and other rernedies specified in Section 7108.5 ofthe Business and
Professions Code. These requirements shail not 6e construed to limit or impair any
contractual,administrative,or j udicial remedies,otherwise available to the Consultant
or subconsultant in the event of a dispute involving late payrnent or nonpayment by
Cansultant,deficient subconsultant performance,or noncompliance by a subconsultant.
H. Consultant will be reirnbursed as promptly as fiscal procedures will permit upon receipt
by City's Contract Administrator of itemized invoices in triplicat�. 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 perfarmed on each milestone and
each project as appiicable.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
�u�der the provisions of Section 4 "Equipment Purchase" of this contract. The final
invoice should be submitted within b0 calendar days after completion of consultant's
work. Invoices shall be mailed to City's Contract Administratar at the foliowing
address:
City of Redding
Corri Vandiver
777 Cypress Avenue
Redding, CA 96001
I. The total arnount payable by City including the fixed fee shal!z►ot exceed$283,041.91
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.
C PSC-/FHWA-Sacramemo�r.8ridge at Olney Cr Repl Aage 3
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 items.
L. Consultant alsa 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
Acquisitian Regulations System, Chapter 1, Part 31.000 et seq., are subject to
repayment by Consultant ta City.
N. All subcontracts in excess af$25,000 shall contain the above provisions.
SECTION 3. TERM AND TERMINATION
A. This contract shall go into effect on Septernber 28,2017,contingent upon approval by
City, and Consultant shall commence wark after notification to proceed by Ciry's
Contract Adrninistratar.The contract shall end on December 31,2022,unless extended
by contract amendment.
B. Consultant is advised that any recommendation 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 thirly(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 perfarm the
covenants herein contained at the time and in the manner herein provided.In the event
of such termination,City may proceed with the work in any manner deemed proper by
City.If City terminates this contract with Cansultant,City shall pay Consultant the sum
due ta consultant under this contract prior to termination,unless the cost of compietian
to City exceeds the fiinds remainang in the contract.In which case the overage shall be
deducted from any sum due cansultant under tl�is cantract and the balance,if any,shall
be paid to Consultant upon demand.
E. The m�imum amouzat for which the City shall he liable if this contract is terminated
is $283,041.91 dollars.
F. It is mutually understoad between the Parties tl�at this Con.tract may have been written
before ascertaining the availability of funds or appropriatian of funds,or for the mutual
C PSG/FHWA-Sacramenro Dr.Bndge at Olney Cr Repl Page 4
benefit of both Parties,or in order to avoid program and fiscal delays that would occur
if the Contract were executed after that determinatian was made.This Contract is valid
and enforceable orily if 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 manner. Cansistent with Article 16, Section 18, of the California
Constitution, it is mutually agreed that if sufficient funds are not appropriatec�, this
Contract shall be amended to reflect any reductian in funds.City may likewise void the
Contract under Section 3.C.
G. In fhe event that City gives notice of termination, Consultant shall promptly provide
to Ciry any and all finished and unfinished reports, data, studies,photographs, charts
or other work product prepared by Consultant pursuant to this Contract.
H. In the event that City terminates the Contract,City shall pay Consultant the reasonable
value of services rendered by Cansultant pursuant to this Contract;provided,however,
that City shall not in a�y manner be liable far lost profits which might have been made
by Consultant had Consultant completed the services rec�uired by this Cantract.
Consultant shall,not later than ten(10)calendar days after termination of this Contract
by City, fuz-nish 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 Cansul�ant.
I. In no event shall the termination 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 subcantract exceeding$5,000
for supplies,equipmer�t,or Consultant services.Consultant shall provide an evaluation
of the necessity or desirability of incurring such costs.
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,Consulta�nt shall maintain an inventory of all non-expendable property.Non-
expendable property is defned as having a useful life af at least two years and an
acyuisition cost af$5,000 or more.If the purchased equipment needs replacement and
is sold or traded in,City shall receive a proper refund ar credit at the conclusion of the
C PSGlFHWA-Sacramento�r.Bridge at Olney Cr Repl Page 5
Contract, or if the Contract is terminated, Cansultant may either keep the equipment
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 deterrnined at
Consultant's expense, on the basis of a competent independent appraisal of such
eq�.zipment. Appraisals shall be obtained from an appraiser mutually agreeable to City
and Cansultant. The terms and conditions of such sale must be approved in advance
by City.
D. All subcontracts in excess $25,000 shall contain the above provisions.
SECTYON 5. INSURANCE
A. Unless modified in writing by City's Risk Manager, Consultant shall maintain the
following ndted insurance during the duration of the Contract:
Covera�e Required Not Required
Commercial General Liability X
Comprehensive Vehicle Liability �
Workers' Compensation and Emplayers' Liability x
Professional Liability (Errors and Omissions) x
(Place an"x" in the appropriate box)
B. Coverage shall be at least as broad as:
1. Insurance Services Office farm number CG-0001, Commercial General
Liability Insurance, in an amount not less than $1,000,Q00 per occurrence and
$2,400,000 general aggregate for bodily injury, personal injury and property
damage;
2. Insurance Services 4�fice form number CA-0001 {Ed. 1/87}, Comprehensive
Automobile Liability Insurance,which provides for total limits of not less than
$1,�04,000 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 amount nat less than
$1,d00,000 per occurrence. Both the Warkers' Compensation and Employers'
Liability policies shall contain the insurer's waiver of subrogation in favor of
City, its elected officials, o#ficers, empioyees, agents and valunteers;
C PSC-/F}{WA-Sacramento Ih.8ridge at Olney Cr Repl Page 6
4. Professional Liability (Errors anc� Omissions} Insurance, appropriate to
Consultar�t's profession,against loss due to error or omission or malpractice in
an amount not less than $1,004,004.
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 elimina#e such deductibles
or self-insured retentions as respects the City,its elected officials,officers,employees,
agents and vo�unteers;or the Consultant shall procure a bond guaranteeing payment of
losses and related investigations, claims adrninistration and defense expenses.
D. The General Liability shall contain or be endorsed to contain the foilowing provisions:
1. City, its elected officials, officers,employees, and agents are to be covered as
additional insured as respects liability arising out af work or operations
performed by or on behalf of Consultant; premises owned, leased or used by
Consultant; ar automobiles owned, leased, hired or borrowed by Consultant.
The coverage shall contain no special limitations on the scope of protection
afforded to City, its elected officials, officers, employees, agents and
volunteers.
2. The insurance coverage of Consultant shali be prirnary insurance as respects
City, its elected officials, officers, employees, agents and volunteers. Any
insurance ar self-insurance maintained by City, i�s elected officials, officers,
employees,agents and volunteers,shall be in excess of Consultant's insurance
and shall not contribute with it.
3. Caverage shall state that the insurance of Consultant shall apply separately ta
each insurEd against whom claim is made or suit is brought,except with respect
to the limits of the insurer's liability_
4. Each insurance policy requ�ired by this Contract shall be endorsed to sta.te that
coverage shall not be canceled except after thiriy (30} calendar days' prior
written notice has been given to City.In addition,Consultant agrees that it 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 c�rrent A.M.Best's rating of no less than
A-VII.
F. Consultant shall designafe the City of Redding as a Certificate Ho�der of the insurance.
Consultant shall furnish City with certificates of insurance and original endorsements
effecting the coverages required by this clause.Certificates and endorsements shall be
C PSG/FHW A-5acramento Dr.Bndge at Olney Cr Rep] Page 7
furnished to: Risk Management Department, City of Redding, 777 Cypress Avenue,
Redding, CA 96001. The certificates and endorsements for each insurance policy az�e
to be signed by a person autharized by the insurer to binc�coverage on its behalf. A�l
endorsements are ta be received and approved by the City's Risk Manager prior to the
camrnencement of contracted services. City may withhold payrnents to Cansultant if
adequate certificates of insurance and endorsements required have not been provided,
or nat been provided in a timely manner.
G. The requirements as to the types and limits of insiarance coverage to be maintained by
Consultant as required by Section 5 ofthis Contract,and any approval of said insurance
by City, are not intended to and will not in any mannear limit or qualify the liabilities
and obligations otherwise assumed by Consultant pursuant ta this Contract,including,
without limitation, provisions concerning inderr�nification.
H. If any policy of insurance required by this Section is a"claims made"policy,pursuant
to Code of Ci�il Procedure§342 and Gaverniment Code§945.6,Consultant shall keep
said insurance in effect for a period of eighteen (1$) rnonths after the termination of
this Contract.
I. If any damage, including death, personal injury or property damage, occurs in
connection with the performarice of this Cantract,Consultarrt shall imanediately notify
City's Risk Manager by telephone at(530}225-40b8.No �ater than three(3}calendar
days after the event, Consultant shall subrr�it a written report to City's Risk Manager
containing the following information,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 invalved.
SECTION 6. INDEMNIFICATION AND HOLD HARMLESS
A. Consistent with California Civil Code§2782.8,when the services to be provided under
this Cantract are design professional services to be performed by a design prafessional,
as that term is defined under Section 2782.8, Consultant shall, to the fullest extent
permitted by law, indemnify pratect, defend and hold hazmless, City, its e�ected
officials, officers, employees, and agents, and each and every one of them, from a�nd
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
caunsel retained by City,expert fees,litigation casts,and investigation costs)of every
type and description to which any or all of them may be subjected by reason of, ar
resulting from, directly or indirectly, the negligence, recklessness, ar willful
misconduct of Consultant, its officers, ein�loyees or agents in the performance of
professional services under this Contract, except when liability arises due ta the sole
negligence, active negligence or misconduct of the City.
B. Other than in the performance of professional services by a design prafessional,which
is addressed solely by subdivision (A} of this Section, and to the fullest extent
C PSC-/FHWA-Sacramento�r.Bridge at Olney Cr Repl Page 8
permitted by law,Consultant shall indemnify protect,defend and hold harmless, 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 iegal counsel retained by City, expert fees, litigation costs, and investigation costs)
of every type and description to which any or all of them 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 e�nder this
Contract, except when liabiliry arises due to the sole negligence, active negligence ar
miscanduct of the City.
C. The Consultant's obligation to defend, indemnify and hold harmless shall nat be
excused because ofthe Consultant's inability to evaluate liability_The Consultant shall
respond within thirty (30} calendar days to the tender of any claim for defense and
indemnity by the City,unless this time has been extended in writing by the City. If the
Consultant fails ta accept or reject a tender of defense and indemnity in writing
delivered to City within thirty (30) calendar days, in addition to any other remedy
authorized by law, the City may withhold such �unds the City reasonably considers
necessary for its defense and indemnity until disposition has been made of the claim
or until the Cansultant accepts or rejects the tender of defense in writing delivered 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 se�forth in this Section
applies to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits of said insurance policies do nat act as a limitation upon
the amount of indemnification to be provided by Contractar.
E. City shall have the right to approve or disapprove the legal caunsel retained by
Consultant pursuant to this Section to represent City's interests. City shall be
reimbursed far all costs and attorney's fees incurred by City in enfarcing the obligations
set forth in this Section.
SECTION 7. MISCELLANEOUS TERMS AND C�NDITIONS
A. This Contract shall be deemed to have been entered into in Redding, California. All
questions regarding the validity, interpretation or performance af any of its terms or of
any rights or obligations ofthe parties to this Cantract shall be governed by Califomia
law. �f any claim, at law or otherwise, is made by either party to this Contract, the
prevailing party shall be entitled to its costs and reasonable attorneys' fees.
B. This document, including all exhibits, contains the entire agreernent between the
parties and supersedes whatever aral or written understanding each may have had prior
to the ex�cutian of this Contract. This Contract shall not be altered, amended or
modified except by a writing signed by Ciry and Consultant. No verbal agreement or
conversation with any official,officer,agent or employee of City,either before,during
C PSG/FHW A-Sacramento Dr_Bridge at Olney Cr Repl Page 9
ar after the execution af this Contract, shall affect or madify 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 shall not constitute a waiver of the cavenant or conditian in
question. Until perfarmance by Consultant af said covenant ar condition is complete,
City shall be entitled to invoke any remedy available to City under this Contrac�or by
Iaw or in equity despite said forbeararace 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 sha11 not
be affecte�thereby and shall be enfarced to the greatest extent perrriitted 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 provisian 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 entering into this Contract, it has
relied and is relying solely upon its own judgment,belief and knowledge of the nature,
extent, effect and cansequence relating thereto. Each Party further declares and
represents that this Contract is made without reliance upon any statement or
representation nat contained herein of any ather Party or any representative, agent or
attorney of the other Party.The Parties agree that they are aware that they ha�e 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
princi�le of law set forth in Civi�Cade § 1654 that contracts are construed against the
drafter shall not apply.
G. Each of the Parties hereto hereby irrevocabty waives any and all right to trial by jury
in any action,proceeding,claim or counterclaim, whether in cantract or tort, at law or
in equity, arising out of or in any way relatec� to this Agreement ar the transactions
contemplated hereby. Each Party further waives any right to consolidate any action in
which a jury trial has been waived r-vith any other action in which a jury trial cannot be
or has not been waived.
H. In the event of a conflict between the term and conditions of the body of this Contract
and thase of any e�ibit or attachment hereto,the terms and conditions set forth in the
body of this Contract shail prevail. In the event of a conflict between the terms and
conditions of an.y two or more e�ibits or attachrnents hereto, those prepared by City
shall prevail over those prepared by Consultant.
C PSGIFHWA-Sacramento Dr.Hridge at Olney Cr Repl Page 10
I. Pursuant to the City's business license ardinance, Consultant shall obtain a City
business license prior to commencing 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
Cansultant 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 reguired
for Consultant to practice its prafession.
K. Consultant shall, during the entire term of this Contract, be construed #o be an
independent contractar and nothing in this Contract is intended, nor shall it be
canstrued, to create an employer/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 taYes imposed on Consultant's income, imposed or assessed by reason of this
Contract or its performance, including but not limited to sales ar use t�es, shall be
paid by Cansultant. Consnitant shall be responsible for any taaces or penalties assessed
by reason of any claims that Consultant is an employee of City. Consultant shall not
be eiigible far coverage under Czty's workers' compensation insurance plan,benefits
under the Public Employee Retirement System or be eligible for any other Ciry benefit.
L. No provision of this Contract is intended to,or shall be far the benefit of,or construed
to create rights in, or grant remedies 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 priar written approval of
City. Consultant may use the services of independent contractars and subcontractors
to perform a portion af 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 tha�said
independent contractors and subcontractors comply with the same and agree to be
bound by its terms. Consul�ant shall be the responsible party with respect to all actions
of its independent contractors and subcontractors,and shall obtain such insurance and
indemnity provisians from its contractors and subcontractars as City's Risk Manager
shall deterrnine to be necessary.
N. Consultant shall perform alI services required pursuant to this Contract in the manner
and according ta the standards observed by a competent practitioner of Consultant's
profession. All products of whatsoever nature which Consultant delivers to City
pursuant ta this Contract shall be prepared in a professional manner and conform to the
standards of quality normally observed by a person practicing the profession of
Consultant and its agents, employees and subcantractars assigned to perform the
services contemplated by this Contract.
C PSG/FHWA-Sacramento Dr,Hridge at Oloey G Repl �$�e 1 1
SECTION $. SURVIVAL
The pravisions set forth in Sections 4, 5, 6, 7.A, 7.D, 7.G, 7.L, 15, 18, 19, and 20 of this
Contract shaIl survive termination of the Contract.
SECTION 9. COMPLIANCE WITH LAWS -NONDISCRiMINATION
A. Consultant shall co�nply witl�all applicable laws,ordinances,regulations and codes of
federal, state and local governments.
B. Consultant's signature affixed herein,and dated, shall constitute a c�rtificatian under
penalry of perjury under the laws of the State of California tk�at Consultant has,unless
exempt, complied with, the nondiscrimination program requirements of Government
Code Section 12990 and Title 2, California Administrative Code, Section 8103.
C. During the perFormance of this Contract, Cons�ltant and its subconsultants shall not
unlawfiully discriminate,harass,or allow hatassment against any emplayee or applicant
far employment because of sex,race,color, ancestry,religious creed,national origin,
physical disability (including HIV and AIDS}, mentai disability, medical condition
{e.g.,cancer),age(over 4a),marital status,and denial of family care leave. Consultant
and subconsultants shall insure that the evaluation and treatment of their employees
and applicants for employment are free from such discrimination and harassment.
Consultant and subconsultants shall comply with the provisions of the Fair
Employment and Housing Act (Gov. Code §12990 (a-� ef seq.) and the applicable
regulatians promulgated thereunder(California Code of Regulations, Title 2, Section
7285 et seq.}. The applicable regulations of the Fair Employment and Housing
Commission implementing Government Code Section 12990(a-f},set forth in Chapter
5 of Divisian 4 of Title 2 of the California Code af Regulations,are incorporated into
this Contract by reference and made a part hereof as if set forth in full. Cansultant and
its subconsultants shall give written notice of their obligations under this clause to
Iabor organizations with which they have a collective bargaining or other Agreement.
D. The Consultant shall camply with regulations relative to Title VI{nondiscrimination
in federally-assisted programs of the Department of Transportation-Title 49 Code of
Federal Regulations, Part 21 - Effectuation of Tit�e VI of the 1964 Civil Rights Act}.
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, cojor, national origin, religion, sex, age, disabi�ity, 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 successars in
interest.
E. The Consultant, with regard to the work performed by it during the Agreement shall
act in accordance with Titie VI. Specifically,the Consultant shall not discriminate on
the basis pr race,color,national origin,religion, sex,age,or disability in the selection
and retention of Subconsultants, including procurernent of rnaterials and leases of
C PSC-lFHWA-Sacramento Or.Bndge et Olney Cr Repl Page 12
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.
SECTI4N lU. REPRESENTATIVES
A. City's Contract Administrator for this Contract is Co�ri L. Vandiver, email
cvandiver(a�ci.reddin .ca.us , telephone number (530) 245-7120, fax number
{530}_245-7024. All of Consultant's questions pertaining to this Contract sha11 be
refened to the above-named person, or to the representative's designee.
B. Consuitant's Praject Manager for this Contract is Robert Morrison, email
bmorrisonla7morrisonstructures.com,telephone number(530)24b-8528, faa�number
(530)246-8625. All of City's questions pertaining to this Contract shall be referred to
the abave-named person.
C. The representatives set forth herein shail have authority to give a11 notices required
herein.
SECTION 11. NOTICES
A. All notices,requests, demands and other communications 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 14}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:
To City: To Consultant:
Ms. Corri Vandiver Mr. Bob Morrison
City of Redding, Engineering Division Morrison Structures, Inc.
777 Cypress Avenue i 890 Park Marina Drive, Suite l 04
Redding, CA 96001 Redding, CA 96041
B. Either party may change its address for the purposes of this paragraph by giving written
notice of such change to the other pariy in the manner provided in this Section.
C. Notice shall be deemed effective upon: 1)persanal service;2}two calendar days after
mailing or transmission by facsimile, whichever is earlier.
SECTION 12. AUTHORITY TO CONTRACT
A. Each of the undersigned signatories hereby represents and warrants that they are
authorized to execute this Contract an behalf of the respective parties to this Contract;
C PSC-/FFiWA-SacrameMo�r.Bridge et Olney Cr Repi Page 13
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 Contract.
B. When the Mayor is signatory to this Contract,the City Manager andlor the Department
Director having direct responsibili�ty for managing the services provided herein shall
have authority to execute any amendment to this Contract which does not increase the
amount of compensation allowable to Consultant ar otherwise substantially change the
scope of the services provided herein.
SECTION i3. 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 incarporated herein.
B. Consultant must give consideration ta DBE firms as specified in 23 CFR 172.5(b},49
CFR,Part 26. If the contract has a DBE goal, Consultant rnust meet the gaal by using
DBE's as subcansultants or document a good faith effort to have met the goal. If a
DBE subconsultant is unable to perfarm,Consultant must make a good faith effort to
replace him/her with another DBE subconsultant if the goal is not otherwise 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
termination, Consultant must meet the pracedural requirernents specified in 29 CFR
26.53{#}.
D. Consultant shall maintain records of rnaterials purchased or supplied from ali
subcontracts entered into with certified DBE's. T�e records shall show the name and
business address of each DBE or vendor and the total dollar amount actually paid each
DBE ar vendor,regardless of tier. The records shall show the date of payment and fihe
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 or�the farm entitled, "Final Report-Utilization of Disadvantaged Business
Er�terprise(DBE),First-Tier 5ubconsultants,"CEM-2402F{Exhibit 17-F,Chapter 17,
of the LAPM),certified correct by Consultartt or Consu�tant's authorized representative
and shall be furnished to City's Contract Administrator with the final invoice.Failure
to provide the summary 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"�'inal
C PSC-/FHW A-Sacmmrnta Dr_Bridge at Olney Cr Repl Page 14
Report-Utilization of Disadvantaged Business Enterprises {DBE}, First-Tier
Subconsultants" is submitted to City's Contract Administratar.
F. If a DBE subconsultant is decertified during t�e life af this Contract, the decertified
subconsuItant sha11 notify Consultant in writing with the date of decertification. If a
subconsultant becomes a certified DBE during the life of the Contract, the
subconsultant shall notify Consultant in writing with t�e date of certification. Any
changes should be reported to the Agency's Contract Administratar 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. CONFLICT5 OF INTEREST 1 UNLAWFUL CONSIDERATION
A. Consultant,including its employees,agents, and subconsultants, shall not main�ain or
acquire any direct or indirect interest that conflicts with the perfvrmance of this
Contract. Consultant shall comply with all requirements of the Political Reform Act
(Government Code § 8100 et seq.) a.rid 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 econamic 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 sectire this contract upon an agreement or
understanding, for a commission,percentage,brokerage, or contingent fee,except�ng
bona fide employees, or bona fide established commercial or selling agencies
maintained by Cons ultant 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 otherwise recover the full amouni of such
commission, percentage, brakerage, or contingent fee.
C. Consultant shall disclose any financial, business, ar other relationship with City that
may have an impact upan the outcome of this Contract, or any ensuing City
construction project.Consultant shali also list current clients who may have a financial
interest in the outcome of this contract,or any ensuing City constructian 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 performance af services under this
Contract.
E. Any subcontract in excess of$25,000 entered into as a result of this contract, shall
contain all of the provisions af this Section A through E.
C FSC-!F'HWA-Sacramanto Dc Bndge at Olrtey Cr Repl Page 15
F. Consultant hereby certifies that neither Consultant, nor 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 lirnited to providing surveying or
materials testing infarmation, no subcansultant who has provided design services in
cannection with this contract shall be eligible to bid on any construction contract, or
on any contract to provide construction inspection far any construction proj ect resulting
from this contract.
H. Cansultant 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 withaut 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.
SECTIQN 15. RETENTION OF RECORDS/AUDIT
A. For the purpose oFdetermining compliance with Public Contract Code § 1011 S,et seq.
and Title 21, California Coc�e of Regulatians, Chapter 2�, Section 2500 et seq., when
applicable and otl�er matters connected with the performance of the contract pursuant
to Government Code§8546.7;Consultant,subconsultants,and Ciry shall maintain and
make available for inspection all books, documents, papers, accounting records, and
other evidence pertaining ta the performance afthe cantract,including but not limited
to, the costs of administering the contract. Al� parties shall make such materials
available at their respective offices at all reasonable times during the contract period
and for tl3ree years from the date of final payrnent under the contract. The state, State
Auditor, City, FHWA, or any duly authorized representative of the Federal
Government shall ha�e access to any books,records,and documents of Consultant and
its certified public accountants{CPA)work papers that are pertinent to tl�e contract and
indirect cost rates(ICR)for audit,examinations,excerpts,and transactions,and copies
thereof shall b�furnished if requested. Subcantracts in excess of$25,000 shail contain
this provision.
B. Any dispute concerning a question of fact arising under an interim or post audit of this
Contract that 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 issuance of the final audit
report,Consultant znay 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 consi�eration by City wiil excuse Consultant
from fixll and timely performance, in accordance with the terms of this contract.
C P5C-/FHWA-Sacrnme`rto Or.Bridge at Olney Cr Repl Page 1 fi
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 accauntant(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 Workpaper Review, it is Consulta.nt's responsibility to ensure federal, state, or
local government officials are allowed full access to the CPA's warkpapers including
making copies as necessary. The contract,cost proposal,and ICR shall be adjusted by
Consultant and approved by City's Contract Administrator to conform to the audit or
review recommendations. Consultant agrees that individual terms of costs ic�entified
in the audit report shall be incorporated into the contract by this reference if directed
by City at its sole discretian. Refusal by Consultant to incorporate audit or review
recommendations,or to ensure that the federal,state,or local gpvernments have access
to CPA workpapers, wili be considered a breach of Contract terms and cause for
termination of the contract and disal�owance of prior reimbursed casts.
SECTIQN l6. DISPUTES
A. Any dispute,other than audit,concerning a question of fact arising under this Contract
that is not disposed of by agreement shall be submitted in writing arid decided by City's
Director af Public Works, who may consider written or verbal ir�formation submitted
by Consultant.
B. Neither the pendency of a dispute, nor its consideration pursuant to this Section will
excuse Consultant from full and timely performance in accordance with the terms of
this Contract.
SECTION 17. SAFETY
A. Consultant shal� comply with OSHA regulations applicable to Consultant regarding
necessary safety equipment or procedures. Consultant shall comply with safety
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 tne authority contained in Section 591 of the Vehicle Code, and when
applicable, Consultant shall comply with all of the requirements set forth in Divisions
11, 12, 13, 14, and l5 of the Vehicle Code. Consultant shall take all reasonably
necessary precautions for safe operatian of its vehicles and the protection of the
traveling public from injury and damage from such vehicles.
C. Any subcantract entered into as a result of this contract, shall contain all vf the
provisions of this Article.
C PSG/FHW A-Sacramenro Dr.8ridge at Olney Cr Repl Page 17
SECTION 1$. OWNERSHIP OF DATA
A. Upon completion of all wark under this Contract or termination of this Contract,
ownership and title to all reports, documents, plans, specifications, and estirnates
produce as part of this Contract will automatically 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 ofthe project for which this Contract has been entered into.
C. Consultant is not liable for claims,liabilities,or losses arising out of,pr connected with
the modification, ar misuse by City of the rnachine-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 flther projects for additions to this pro�ect, or far the campletion of
this praject by others, except only sucl� use as may be authorized in writing by
Consultant.
D. Except as noted above, City may permit Consultant ta copyright reports ar other
contract-related product.If copyrights are permitted,the City and the FHWA shall have
a rayalty-free nonexclusive and irrevocable right ta reproduce, publish, or otherwise
use the work and to authorize others to use the work for government purposes.
E. Any subcon#ract in excess of$25,400 entered into as a result of this Contract shall
contain all of the provisions of this Section.
SECTION 19. CLAIMS FILED BY CITY'S CONSTRUCTIQN CONTRACTOR
A. If claims are filed by Ciry's construction contractor relating to work performed by
Consultant's personnel, and additional information or assistance from Consultant's
personnel is required in order to evaluate or defend against such claims, Consultant
agrees to make its personnel available far consultation with City's construction contract
administration and legal staff and for testimony,if necessary,at depositions and at trial
or arbitration proceedings.
B. Consultant's personnel that City considers essential ta assist in defending against
construction cantractor claims will be nrtade available on reasonable notice from Ciry.
Consultation or testimony will be reimbursed at the same rates, including travel costs
that are being paid for Consultant's personnel services�nder this contract.
C. Services af Consultant's personnel in connection with City's constructian contractor
claims 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.
C PSGIFHWA-Sacramento�r.Bridge aY Olney Cr Repl Page 18
D. Any subcontract in excess of$25,000 entered into as a result of this contract shall
contain all of the provisions of this Sectian.
SECT�ON 20. CONFIDENTIALITY OF DATA
A. All financial, statistical, personal, technical, or other data and information relative to
Ciry'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 infarn�ation on one occasion, or public hearing held by City
relating ta the Contract, shall not authorize Consultant to further disclose such
information, ar 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, Consultant's own
personnel involved in the performance of this contract, at public hearings or in
response to questions from a Legislative cammittee.
D. Consultant shall not issue any news release ar �ublic relations item of any nature,
whatsoever,regarding work perfarmed 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 subcantract entered into as a result of this contract shall contain all of the
provisions of this Sectian.
SECTION 21. NATIONAL LASOR RELATIONS BOARD CERTIFICATION
In accordance with Public Contract Code § 10296, and by signature on this Contract,
Consultant hereby states under penalty of perjury that r�o more tnan one final unappealable
finding of contempt of court by a federal court has been issued against Consultant within the
immediately preceding two-year period, because of Consultant's failure to comply with an
arder of a federal court that orders Consultant to comp�y with an order of the National Labor
Relations Board.
SECTION 22. DEBARMENT AND SUSPENSION CERTIFICATION
A. Consultant's signature affixed herein, shall constitute a certification under penaity af
perjury under the laws of the State of California, that Consultant has complied with
Title 2 CFR Part 1 S0,"OMB Guidelines to Agencies on Government-wide Debarment
and Suspension (nonprocurement}", which certifies that he/she or any person
associated therewith in the capacity of owner,partner,director, officer,or manager,is
not currently under suspension, debarment, voluntary exclusion, ar determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily
excl�ded,or determined ineligible by any federal agency within the past three(3}years;
does not have a propased debarrnent pending;at�d has not been indicted,convicted,or
C PSG/FI-lWA-Sacramento Ar.Bridge at Olney Cr Repl Page 19
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 ta City prior ta execution of this
Contract.
B. Exceptions will not necessarily result in denial af recomnnendation for award,but will
be considered in determining Cansultant responsibility. Disclosures must indicate to
whom exceptions apply, initiating agency, and dates of action.
C. Exceptions to the Federal Government Excluded Parties List System maintained by the
General Services Administration are to be detern�ined by the FHWA.
SECTION 23. PROHIBITION OF EXPENDING CITY STATE OR FEDERAL FUNDS
FOR LQBBYING
A. In cases where federal funding exceeds$150,000,Consultant certif es by signature on
this Contract that, to the best of his or her knowledge and belief:
i. No state, federal or local agency appropriated funds have been paid, or will be
paid by-or-on behalf of Consultant ta any person for influencing or attempting
to influence an officer or emplayee of any state or federai agency; a M�mber
of the State Legislature ar United �tates Congress; an afficer or einployee of
the Legislature or Congress; or any employee of a Mennber of the Legislature
or Congress, in canraectian with the awarding of any state ar federal contract;
the making of any state or federal grant;the making o#'any state or federal loan;
the entering into of any cooperative agreement,and the extension,continuation,
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 will be
paid to any person far influencing or attempting to influence an officer or
employee of any federal agency;a Member of Congress;an officer or emp�oyee
af Congress,or an eznployee of a Member of Congress;in cannection with this
federal contract, grant, loan, or cooperative agreement; Consultant shall
camplete and submit Standard Farm-LLL, "Disclosure Form to Report
Lobbying", in accordance with its instructions.
B. This certification is a material representation of fact upon which refiance was placed
when this transaction was made ar entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352,Title
31, US. Code. Any person who fails to file the required certification shall be subject
ta a civil penalty of not less than$10,000 and not more than $100,OQ0 for each such
failure.
C PSG/FHWA-Sacramanro Rr.Bridge et Olney Cr Repl Page 2 p
C. Cansultant also agrees by signing this document that he or she shall require that the
language of this certification be in.cluded in all lower-tier subcontracts,which exceed
$100,000, and that all such sub recipients shall certify and disclase accordingly.
SECTI4N 24. STATE PREVAILING WAGE RATES
A. Consultant shall comply with the State of California's General Prevailing Wage Rate
requirements in accordance with California Labor Code,Section 1770,ar�d all Federal,
State, and local laws and ordinances applicable to the work.
B. Any subcontract entered into as a result of this contract if for rr�are than $25,Op0 for
public works construction or more than$15,004 for the alteration, demolition, repair,
or maintenance of public works, shall contain all of the pravisions 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 minirn�rri rates set by
the Department of Industrial Relatians (DIR) as outlined in the applicable Prevailing
Wage Determination. See htt�://www.dir.ca.�ov.
SECTION 2S. EFFECTIVE DATE OF CONTRACT
The effective date of this Contract shall be the date it is signed by Ciry.
C PSGlFHWA-Sacramento Dr.Bridge at Olney Cr Rep3 Page 21
IN WITNESS WHEREOF,City and Consultant have executed this Contract on the days and year
set forth below:
CITY OF REDDING,
A Municipal Corporation
Dated: � ,2017
By: BRENT W y Mayo�'
ATTEST: APPR�VED AS TO FORM:
BARRY E. DeWALT
City AtEorney
�
, �
�
PAMEI,A MIZE, i�� Ller� By:
C�NSULTANT
Morrison Structures
n_
Dated: flyai�62 2 ,2Q17
By: t�/a�io�rr
DIR No.: /oonp33 23 Z
Tax ID No.: (o -0 5Oj"8
Attachments:
Exhibit A (Scope of Work)
Exhibit B (Cost Proposal)
Exhibit 10-I (Notice to Proposers DBE Infarrnation)
C PSC-lFEiWA-Sacramento Dr.Bridge at piney Cr Repl Page 22
Exhibit A
CITY OF REDDING
Scope af 5ervices for Professional Engineering Services for the Sacramento Dri�e Bridge o�er Olney
Creek Replacement Project.
MORRISON STRUCTURES, INC. shall provide all equipment and labor resources necessary to
perform the scape of engineering services descrit�ed herein for the 5acramento Drive Sridge over
Ojney Creek Replacement Project.
Task 1: Praject Management Review and Scheduling:
Morrisan Structures will provide all Contract Management and Quality Control Services throughout
the duration of the project including:
• All mee�ings, agendas,and summaries,
• Coordination and consultation with City staff in support of environmental documentation
and permitting for project construction,
• Coardination and consultation with utilities for possible relocations and or conflicts
• Schedules and schedule updates,
• Prepare and submit monthly progress report with monthly progress paymez�t. 'Fhe monthly
progress report shall include:
a} An overview of work accomplished during the previous month;
b) A description of current key activities and an updated schedule for each task and
subtask.The schedule shall be done in Microsaft Project;
c] A list of problem areas,and proposed corrective actions;
d) A list of tasks for the following month;
e) A har graph showing total cantract b�dget, monthly invoiced amounts, cumulative
amount invoiced and project billings to end of project;
f] An earned-value statement that shall clearly descriiae the relationship between fee
to date,percent work complete,and percent time remaining; and
g) A Schedule Summary indicating whether the project is on schedule and any
schedule concerns or critical path items (a Recovery Plan/Schedule for any activities
that Fall more than 2 weeks behind schedule).
• Develop a Qualiry Assurance/Qualiry Control Program including a formal project specific
Quality Plan {see Task 9).
• Carrespondence and project file maintenance in accordance with Caltrans files oz- City of
Redding file management.
Marrison 5tructures' Project Manager will �alay an actiive role in the management and coordination
of the projec� to include monthly meetings with City staff to discuss project status, problems,
budgeting,and other areas that have an adverse effect on the wark. This task should be broken out
into the level of effort needed for each phase of work noted ahove (i.e design development, final
design, canstcuction services).
Task 2: Support for Environrn�ntal Documentation and Permitting and Caltrans
Local Assistance
The City will be respansible far preparing and submitting the permit applications and for paying all
fees associated with environmental Qermits for the project. Morrisan Structures will be responsible
for cooz-dinating with and providing technical support for City staff and ar their consultants an all
environmental requirements by all federal, state and local agencies and environmental support
during each phase of the project; design development, final design, and construction. These
responsibilities shaIl include,but not be limited to:
• 5upport for the appropriate environmental documents and any associated technical studies
ta clear the project(s) for construction.
* Support for services may include but not limited to the following:
+ Coardination and consultation with utilities for possible relocations and or conflicts
� Mapping
+ Figures and Exhibits
+ Design information and c3ata
• Alternatives analysis
• Project descriptions including construction
� Support for al1 public meetings including; figures, posters, attendance, comment
solicitation and preparation of response ta comments.
Morrison 5tructures Inc. will be responsible for coordinating with and submitting all
docuznentation and forms required by Caltrans Local Assistance for federal aid projects. Morrison
Structures Inc. will provide service during all phases of the project: 90% design, final design, and
authorization for construction.
Task 3: Preliminary Design
Marrison Structures team has previously prepared an Adaanced Planning Study (APS], equivalent
to 30%submittal, addressing at a minimum:
• Conduct Bridge Type Selection Process
+ Prepare Bridge General Plan
• Access to existing business' adjacent to the project
• Construction Staging
+ Hydrauiic Study
• GeotEchnical Studies
• Utility Cpardination
❖ PG&E Gas
❖ PG&E Electric
❖ Redding Electric Utility[REU)
•'• Water
.
❖ Wastewater
❖ Starm Drain
❖ Cable
•3 Telephone
• Right-of-way requirements [as needed)
* Environmental�ssues
Task 4: Data Collection and Field Survey
Morrison Structures' with subcflnsultant Omni Means has conducted all data collection, field
surveys and all other information necessary to establish horizontal and vertical control, utility
locations and property boundaries. ITnder this task we have assumed no additional topographic
and boundary surveys are necessary for cornpletion af the project.
Task 5: Final Geotechnical Investigation
Morrison Structures' suhconsultant CGI Technical Services will complete the geotechnical studies,
and prepare the final geotechnical investigation report for the project.
Task b: Final Hydraulic Study Report
A draft Design Hydraulic Study report has been completed. Morrison Structures' subconsultant
1'acific Hydrologic will prepare the final Design Hydraulic Study for the praject and assist with
hydz-aulic data for the modifications to the Olney Creek channel. This work will also include
pz-eparatian of Caltrans forms for Location Hydraulic 5tudy and Summary Floodplain Encroachment
Report.
Morrison Structures has not included in this scope of serviices the preparation of FEMA Letter of
Map Revisron (LOMR) for the project. This will be necessary following bridge construction. We can
add this to our scope of services for additional fee if the City desires.
Task 7: Utility Coordination
Morrison Structures' sub-consultant Ozxzni Means will continue to perform subsurface utility
engineering in conformance with ASCE 38-02 and with Caltrans Local Assistance Procedures
Manual (LA�M] Chapter 13 "Right-of-Way", and Chapter 14 "Utility Relocations", and Caltrans
Palicy on high and low risk underground facilities to identify possible conflicts. The utilities include
but are not limited to: PG&E, REi�, Redding Municipal Utilities [RMU],AT&T, and Char�er. Marrison
�tructures' team will coordinate with each utility, including the relocation of utilities as needed to
eliminate a delay in the design project and will plan for all assaciated utilities in the design of the
project.
Omni-Means has prepared and sent"L�tilityA"letters and base plans to the various utiliry purveyors
in the project area. The work remaining under this tiask includes attending utility coordination
meetings and assisting the City with preparation of:
Prepare CTtility Conflict Maps and Relocation Letters. Omni-Means shall prepare utility conflict
maps for use by the City and the utility companies in deternnining liabiliry (cast share) of the utility
relocations.The maps will be sent to each utility with the required Relocation Letter.T�e Relocation
jetter will follow Caltrans format, but will be madified to request different times for the draft
relocation plan, costs and liability claims to allow the right of way acquisitions to proceed
concurrently with the utility relocation liabiliry determination.
Preliminarq Utilit}r Relocation Plan Coordination. 'T'his task addresses coordina�ion of the
preliminary utility relocation plans with the proposed project's plans. The affected utility company
will complete their relocation plans�nrith input from Omni-Means.Utility relocations are assumed to
be campleted prior ta construction,or by the utility purveyors'own forces.As such,relocation plans
for electrical,CATV, and cammunication facilities wi�l not be included as work items in the project's
con- tract documents; instead, the relocated utilities wili be shown as in-place on the plans. If it is
necessary to per- form some of the u�ility relocations simultaneously with praject canstruction,
coordination of the phasing of utility relocations will be addressed in the Special Provisions and on
the Stage Construction Plans. A Report of Investigation will be submitted to the City to surnmarize
relocation for each utility.
Utility Agreement Support and Notice to Owner Letters. Omni-Means shall be availahle to
support the City in the drafting of utility agreements for the relocation of utilities. It is assumed that
the City will prepare and execute the Utility Agreements. Orrzni-Means shall prepare the Notice to
Owner letters and provide them to the City �or signature and subsequent delivery to the utility
companies.
Utility Certification. This task addresses co�pletion of the signed iltility Certification Forms as
required.
Task$: Right-of-Way
Morrison Structures will coordinate with City staff to identify temporary and permanent right-of-
way required for the project. Morrison Structures and their subconsultant Bender Rosenthal wilI
follow all required steps and procedures as outlined in Chapter 13 - Right of Way, in the LAPM.
Based on the 60% design it is anticipated that four parcels will require Temporary Canstruction
Easements. A fifth parcel will require both temporary and per�nanent easements. The permanen�
easement is for a relocated utility pole.The follo�nring services will he provided;
• Right-of-way research
• Right-o�way mapping
• Acquisitian Status Maps
� Plat Maps and Legal Descriptians
• Appraisals
• Properry Acquisition
Task 9: Preparation of Contract Documents
Morrison Structures will prepare ali contract documents [roadway and bridge construction plans,
specifications, and cost estirrzates) in accordance with City of Redding and Caltrans standards as
detailed in the Capital [mprovement and Maintenance Project Submittal Requirennents, and as
directed. Design services shall include,but not be lirnited,to the follow�ing:
Design calculations, plan preparatzon, technical specification preparation, special provision
preparation, engineers cost estima#es and all other appropriate engineering necessary to provide
complete contract docurnents, ready for bidding. Morrison Structures will prepare geometric
approva� drawings (base plans) for the entire wark site. The base plans will show the e�isting
roadway and drainage facilities, the right of way lines, all existing nearby structures, fences,
driveways, poles, signs and any trees and shruhs in the general facility of the work site. The base
plans wiil also show utility facilities such as fire hydrants, valves, manhales, and electrica�
equipment. The location of al�utilities shown an the base plans will be verified with the appropriate
utilities.
Morrisan Structures will submit for approval a sample plan sheet and legend showing the proposed
5}�I11�OIS,line work and lettering for all existing and proposed improvements.
All designs shall comply with any and a�l appropriate federal, state and local design standards and
guidelines including:
• City of Redding Constructian 5tandards
• AASf-ITO guidelines
• Caltrans �Iighway Design Manual
• Caltrans Bridge Design Specifications
• Caltrans Bridge Design Details
� Caltrans Bridge Des'rgn Aids Manual
• Caltrans Bridge Memos to Designers
• Caltrans Bz-idge Design Practice
• Caltrans Drafting and Plans Manual
Bridge and other design services shaIl at a minimum rnclude,but not be limited,to the following:
• Prepare Bridge General Plan Estimate
� Bridge Desrgn and Plan Preparatian
• Bridge Design Independent Check
• Prepare Bridge Specification Special Provisions
• Prepare Bridge Quantities
• Other Design Services
• Roadway
• Drainage
• Redding Municipal Utilities (Water and Wastewater)
• Utilities (Telephone, Gas, Electrical, Cable]-Coordination with all utilities to ensure
horizontal and vertical conflicts are identified and resolved through design or
relacations.
An independent constructability review for the project will be accomplished at the appropriate
design stages.
Final drawings will be prepared o� 22" x 34" mylars for original signatures. Submittals for review
will be at the apprapriate design stages with drawings reduced hy 50% and specifications an 81/z" x
11° reproducible paper. Ten {10) sets will be included at the review stages to allow the City and all
other appropriate agencies consulted to provide a thorough review of the project documents. A
complete and final set of contract documents, including plans, specifications, and estimates wjll be
submitted on reproducible compact disk that meet all Ciry requirements.
Cornplete bid packages shall be prepared incarporating all Ciry standard general provisions,
instructions and notice to bidders, technical specificatians, special provisions, federal provisions, if
required and appraved plans reduced by 50°/o
Formal submittals [plans, specifications and estimates) will occur at the 30 percent, 60 percent, 90
percent, and 100 percent F�nal Package completian points for City and outside agency review.
Submittal formats shall follow the City guidelines. Morrison Structures will respand to, and
incorporate, if appropriate, any and all comments received fro�n the City or any other reguIatory or
utility agency.
QUALITY CONTROL PLAN
Morrisan Structures will have a Quality Control Plan in effect to assist yuality assurance during the
entire time work is in effect.
Morrison 5tructures has total responsibiliry for the accuz-acy and completeness of the plans,
calculations, related documents, and all other work furnished and shall meet that responsibility
through the implementation of a Quality Control Plan. Morrison Structures Quality Control Plan
shall be in effect throughout the entire Contract and, at a minimum, shall establish the process
necessary to ensure the following and all design is done in accordance with good engineering
practice and all�rork meets the standards set forth herein.
a) The Quaiity Control Plan shall establish a process whereby all work is independently
checked, carrected and re-checked, in accordance with accepted practice, by a qualified
engineer, registered in the 5tate of California. All job related correspondence and
memoranda are routed and received by a��ected persons and then bound in appropriate job
files. All original drawings and caIculatians shall be maintained for the duration of the
design contract and submitted to the City at the completian of the work.
b) 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 between the plans and specifications.
c) Morrison 5truc#ures will verify the constructability of the plans in relation to Ciry's
Canstruction Standards, the °Greenbook" 2009 edition (if utilized), modified CSI forznat (if
utilized], Caltrans Standards, independent technical specifications and the project special
provzsions.
d] Delivery af plans and computations must be accampanied by supporting documentation
that demonstrates Morrison Structures is following its Quality Cantral Plan. Th.e
documentation may iz�clude copies of appropriate lists of deliverables, #ables, plan sheet
punch lists, etc., which show columns for checking, revising, back-checking, and quality
control reviews. Design review submittals not accampanied by sufficient verification of
quality cantrol procedures wiIl be returned to us. Documentation of quality assurance
procedures is cansidered to be a requisite element of each review submittal.
e) Prior to the above indicated submittals, Morrison Structures will perform an internal
quality control and constructability review with engineers experienced in the appropriate
discipline(s), and identify personnel responsible for this review, prior to the review.
Morrison Structures wil�then provide the review results to City.
40°/a Desigt� (90%PS&E)
Morrison Structures will review the 60% plan submittal and prepare plans equivalent to a 90°/v
submittal. The follawing items of work shall be addressed:
• Data collection and f eld survey
• Roadway design including drainage and utiliry coordination
• Bridge design
• Olney Creek channel modifications
� Construction staging
• Completian of the Hydraulic Study and Reports
• Completion of Geotechnical �tudies and Reports
• Right-af-way requirements
Morrison Structures wiIl develop the 60 percent p�ans as needed for environmental support and
perform an independent plan check of the unchecked structure plans. The check shall include
calculatians to verify structure layout, geometry and con�'ormance with the bridge design criteria.
Roadway design will be checked. Discrepancies raised by the checkers shall be discussed with the
designer and shall be resolved. The 90% PS&E shall reflect agreement among the designer and
independent checker.
DeliverQbles:
• 1d sets of 11x17 checked and signed plans.
• 10 sets of Engineer's Estimate.
+ 10 sets of edited SSP's.
Final Design(PS&E)
Following the 90% PS&E review by City, agreed upon revisians shall be made to the PS&E.
Morrisan Structures will prepare final road an.d structure item quantities and Engineer's Estimate
to use in preparing the contract bid documents. The revised and �nal PS&E shall be submitteci to
the City for�nal approval.
Upon the Cit�s final approval of the P5&E package, an original set of stamped and signed plans,
special provisions and engineers' estimate will be provided to the City in hard copy and on compact
disk for its use in soliciting bids.
Deliverables;
• 1 set of 11x17 plans and special provisions signed and sealed.
� 1 Mylar set of 22 x 34 p�ans signed and sealed.
� 1 copy of Engineer's Estimate.
� 1 copy of bid item quantity calculations.
• 1 set of final structural design calculations.
• 1 set of final independent check calcujations.
• Compact disk copy of signed plans,special provisions,and engineers' estima#e.
• RE Pending File, including related information as found in Section 4-9 of the Caltrans OSFP
Information and Procedures Guide.
Task 11: Assistance During Bidding&Construction
Morrison Stz-uctures will provide assistance to the City during the bidding and canstruction phases
of the praject of ensure the contractor understands all tec�nical aspects of the design and any
design changes. This work will include the folIowing:
• Participate in pre-bid meetings for praspective bidders to answer contractor az�d supplier
technical questions,
• Review of technical contractor and 5upplier submittals,
• Caordinate 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-canstruction conferences,
• Provide ongoing consultation and interpretation of contract docurrzents as reyuired,
• Assist the City with submittal reviews, preparation of change orders, and response to
requests for infarmatian re�ated to technical design issues encountered,
• Prepare design clarifications to clarify the design intent,
• Attend all final inspections
• Prepare as-built drawings following construction from markups by the contractor and
resident engineer. As-buil� markups will be made by hand, an the original mylars in
pernnanent ink. The original designers stamp and signature will be maintained on the as-
built drawings. An"As-Built" or"Record Drawing"stamp shall be added to the drawings
Contract No. Sacramento Drive 8ridge ovar Olney Creek Projeci Daie: 14-Jun-17
Consultant: Morrison Structures,lnc.
DIRECT LABOR
Initial
Hourly
Classification Name Hours Rate Total
90%Design
5truchara!Engineer(E6) Morrison,.Tr. Sob 209 $65.93 $f3,779.37
Senior Civil Engineer(E5) Morrison,Sr. Bob 24 $60.50 $1,452.00
Associate Engioeer(E3) Roesner Dean 184 $43.47 $7,99$.48
Technician(T2) Gallino Janet f 80 $30.09 $5,416.20
547 $2$,b46.D5
FinaE Design
Structural Engioeer(E6) Morrison,Jr. Bob 100 $65.93 $6,593.04
Senior Civil Engineer(E5} Morcison,Sr. Bob 0 $60.SD $AU
Associate Engineer(E3) Roesner Dean 88 $43.47 $3,82536
Technician(T2) Gallino Janet 10 $30.Q9 $2,106.30
258 $12,524,6G
Services During Bidding and Construction
StruCtural Engineer(E6) Morrison,Jr, Bob 42 $6593 $2,769.06
Associace Engineer(E3) Rcesner dean 80 $a3.47 $3.477.60
Technician(T2) Gailioo Janet 41 $30.d9 $ 1,233.69
163 $7,48035
Subtota!Direct Labor 1018 $48,6�L06
Anticipated Salary]ncreases $640.00
(assumes 3.5°/a ratc incrcase in 2018)-Applied
to Final Design and 5ervices During
Construction
Total Dueci Labor Cast $49,291.06
Indirect Overhead Rate{Fringe Benefits+Overhead+G&A)� 18930% $93,307.98
Subtotal Direct Labor and Indirect Overhead Rate $142,599.04
F�XED FEE 13.00% $18,537.87
OTI IER COST3{refer to attached detail)
Expenses(mileage,binders,supplies,final fdn report,etc.) $5,100.00
Subconsultants
Omni Means(Util Coord,RIW Easement,Road PS&E,5DC) $4p,975A0
Pacific Hydrologic{Hydraulic Study) $3,655.OU
Advanced Engineering Graphics{Technician Services) $10,5 L S.OD
Curalium Cvnsulting(UBE,Technical editing and writing) $2,800.00
Bender Rosenthal,1nc.(K/W Appraisais&Acquisitions) $40,360.40
R Valentine,Inc.(Independent Check) $t 1,00�.00
Salix Applied Earth Cate(channek bioengineering methods) $B,lUU.00
Subtatal Other Costs $121.905.OD
Markup Other Costs 0.00% $.00
GR.4ND TDTAL $283,U41.91
�. . W O) .�. U� [h �� A A W W �W N N � �p�j-� � �
. N :.s N :..� h7 � .� .. � N, .. - .
N .
- --- � a � c �v rr� -o' v N r, v
n °A. �, "'" � _ '� � � ° `��
sn ao s � cz � �' v � 'w c � -n cfl m r- ro c� o "D e � z o � °� �
. s � p� m � rn � c� cQ �, ? .Cj m' � a�. n � v� e� o udo;• . . - . . P °' c�o m pp
� m � rt m ri v � .� o �: w � xs � cti 3 �c `� �P. � a, c
' °1 � m m c � m m ° u�i C� a � � � y �� � .�» � D: . s c�, o �m
, - Q � � �. n � -p `{ o � `�. o �, � m � � r�Dn w O+c
� �. � p• m ,� , p; � a y � � '"` �_. o C � � � : o
� O a � c0 `c r' �c � o m o = � � � � �' -� c �
m m Z � y� n m � 7 o Q ¢ � m �, �' , -� fl;
o .�.. [7 co a �u, o � � f9 0 0 3 � .. �• ��
� C)" a� W a: m d: + o � a �. �,�..: � a
. vroi � �- a �,�' � � � � � "o'�"�r ,� �• �� � -, � �
O sB �p �
`° m co D � o d � � p � `� � , �,
� � ,
� �°' � m ' o c � a j O
X � o��. CJ � �. � 3 � N y�[
� a !�+ N �S' � � m � �. c�
� 3 �" R
� � o ti a�i � � � a �
N �. o� � w o m c
- p�j ..��«. v=i u�i 7 3 g 7� . .,
C ''
. � � � . . � - �.
w' � (L!
O �
3
d ��.
x �
� � �a �, � i�
� � m
[� N N'
. � al � N '..'�:.,
7 —
Q
� n. �; � 1TI
o � �> � � �C
o � � � � � a o �; � � _
W - - � N�;. A -,�. -
�p W N
� � 3 �
_ p .
. 7
m ' �. �'- m � -p � "'�
Co N N i � ..i .� .� � � � �S Gi'.,��� � p �. �
� � O� O N W N N O � 01 ,('� ' � : .. ..�, �-O.
.p I m, w,, A m �.';m
� � � �
Q1 a'
- (p p' �
ED � j+ � m
r v� o�
3 � o �'.:c m
a n �„ 2 2
m m � � °� °i " `m ,"�
m °' I � a',. o �, �
a � i y,,� , w ' "n
� H �
��. d ��'�� : . _
� -
� rn
' � � � �, �
� O� A
h O� 0 N A N N . ? N A �. j:.� �' , v
C�i V�i W �. .. .
N �
� �
� . m
� � �
Pu�cf�ases and .
m � �
�- � � �irect Costs.
d
�
0
� � '
� � ,P r.> >v o o i ti rn a � � �
5 � -
- a
� n �' tfr n�i � � N � _c.6yn � w A � Q
e, � � � y w j w i� � m o co �y Z
W � O A W � N t0 N A [�.r�i N � �� �
�p � � � � � O N O] � Ui N W � �� � � O
� � , � 3
p � p ��� p O '� � W A �� Z O �■
; � � �, � � � � � � n --� � .
IV A W �- V �y� 6�i � N � � C17 � O �
IV 00 OO- O1 � _ � �
- �. . .... ..�.... .. ,. . � �
o � Q w � � W � ��o� �t y
a �
e° � e^' oo a �' w � ro �' � z
�.Va O N t0 O � O �1 f�l� p�j � n
N � m � � . � V pWj V�1 S/ VJ (n �.
� . �
� omni •means �
v A GHD company `�
Project Budget Es�mate �xhibit 10-H
City of Redding Cost Proposal
Sacramenta Dr Bridge over Oiney Creek
Date:513U117
PRO No.:7694
Contract No. bate May 30, 2017
Consultant OM�11-MEANS, Ltd.A GHb Company Revised Sept 15, 2D17
DIR�CT LABOR
Initia! Hourly
Classification Narne Ran e $) Ho�rs Rate($) Total
66.71
�roj Mngr4 Wenham 75.81 38 @ 72.60 $ 2,758.80
�" 27.�8
Engineer 1 -4 Various 47.51 220 @ 40.00 $ 8,800.00
45.87
Surveyor 3 Haward 56.12 6 @ 52.08 $ 312.48
�2.ao
Clerica! Various 21.70 20 @ 15_00 $ 300.00
Subtotaf Hours 284
Subtotal Direct La6or Costs $ 12,171.28
Anticipateci Salary Increases (see aftached calculation) $256.69
Total Direct Labor Cosis $ 12,427.97
�ndirect Rate Rate Tatal
tFringe Benefits+Overhead+G&A) 199.56% $ 24,801.2fi
Total Indirect Costs $ 24,801.26
FEE Rate �otal
10.0�% $ 3,722.92
Tatal Fee $ 3,722.92
OTHE�COSTS
Purchases and Direct Costs $ -
LodginglSubsistence $ -
PhotocopieslReproduction/Poskage $ 19.06
Other Cosfs $ -
Tota� �ther Costs $ 'f 9.06
Total OMNI-MEANS Costs $ 40,97122
OMN!-MEANS P7691 BUDp02.xlsx
Praject Budgst T omni • means �
City of Redding �
Sacramento Dr Eiridge over Olney Creek Q► Ci H D c o m p a n y �
Date: 5I3Q177(Rev 9115197) Exhiblt 10-�I
PRO No.7691 Salary Increases
Caiculation
Consu�tant Name: Omni-Means,Ltd.A GHQ Company
1.Calculate average haurly rate for ist year of the contract(Direct La�or Subtotai divided by total hours)
�L Subto#a1 per Tatal Hours per Cost
Cost Proposa] Proposal Av�Nourlv Rate
$ 12,�,73..28 � 284 = $42.86 Year 1 A�g Hourly Rate
2.Calcula#e hourly rate for all years(Increase the Auerage hourly rate for a year by proposed escalation%}
Avg hourly Rates Proposed �scalatian
Year 1 $42.56 + 3% _ $44.14 Year 2-Avg Hrly Rate
Year 2 $44.14 + 3% _ $45.47 Year 3-A�g Hrly Rate
Year 3 $45.47 + 3�0 - �46.83 Year 4-A�g Hrly Rate
Year 4 $45.83 �- 39'a = $48.24 Year 5-Avg Hrly Rate
3.CaI�ulate estimated hours per year(Multiply es#irr�ate%each year by total hours)
Es#imated%of DL Total Haurs per Cost
Cornpleted Each Year Proposal
Year 1 40.0% * 284 = 113.6 Estimated Hours Year 1
Year 2 50.0% * 284 = 142 Estimated Fiaurs Year 2
Year 3 10.09� * 284 - 28.4 Estimated Hours Year 3
Year 4 OA% * 284 = 0 �stimated Maurs Year 4
Year 5 Q.0%4 * 2S4 - 0 �stimated Hours Year 5
Total 100.0`� 7ataf 284 hrs
4.Catculate Total Costs including Escalation(multiply a�erage hourly rate by the number of hoursJ
Avg F�ourly Rate Estirr�ated hours
(calculated abo�e) {ca[culated aboveJ
Year 1 $42.56 �` 113.6 = $4,$58.51
Year 2 $44.14 * 142 - $6,Z68.Z1
Year 3 $45.47 * 28.4 = $1,291.25
Year 4 $46.83 � 0 = $0.00
Year 5 $48.24 '� 0 - $0.00
Estimated Direct Labor Casts With Escalation $12,427.97
Direct Labar Subtotal before escalation $12,�7�.28
Recalculated �stalation w/o ��erhead Rate& Fees, $256.59 Es#irrrated total Salary Increases '
OMNI-MEANS Page 2 of 2 P7B91 BUD002.x1sx
Form 10-H
SUBCDNSUITANT CpS7 PROP45AL
COST PROPOSAL
CaN71tACT No. Bridge 6C0-0340,Sacramento�rive over Olney Creek,City of fledding �ate 20-Sep-17
C6N5ULTANT Pasificliydrologiclncorporeted
DIRECT LA80R Initiai
kourly
Classificatian Name Range Hours Rate Total
Principal Engineer Norman S.Braithwaite 16.5 @ S 54.46 $ 840.84
Su6toWl birect La6or Cos[s $ 640.84
ToWI birect La6ar Casts 5 840.84
FRINGE BENEHTS and INOIRECT COSTS Rate Total
Fringe Benefits,Overhead/G&A Z30.00% $ 1,933.93
Total Fringe Benefits $ 1,933.93
FEE�10% $ 277.4$
OTHER COST5
Travel&Per�iem $ -
Office Misc.&Reproductions $
Total Other Costs $ -
TOTAL C45T5 $ 3,05225
Cantract No. �ate: 31-May-17
Subconsultant: Advanced Engineering Graphics,Inc.
DIRECT�ABOR
Initiat
Hourly
Classification Name Haurs Rate Total
Task 1 -Bridge General Plan,Fo�ndation Plan-Final Design
$.00
$.00
as a .
Task 2-Creek Realignment-Final Design
ec rnaan ic a mann . , .
$.04
�.na
Task 3-Envirqnmental Suppart
ec rncian ic ar mann . .
$.00
$.00
Subtotal Dirett Labor $5,329.54
Anticipated Salary Increases $.DO
Total Direct Labor Cost $5,324.54
lndirect Overhead Rate @ 81.p0% $4,31fi.90
Subtotal Direct Labor and Indirect Overhead Rate $9,646.40
FIXEd FEE $868.18
OTHER COSTS(refer to attached detail}
Expenses(mileage,supplies,elc.)
SubconsuRants
Sub consult A
Sub consult B
Subtotal Other Costs $.DO
GRAND TQTAL $10,514.57
PRQPpSAL
Contract No. 5acramento Dr Bridge overOlney Creek Project Date: 9/1 S!17
Subconsultant, Curalium Consulting
DIRECT LAHOR
loitial
Hourly
Classification Name Hours Rate Total
Environ documentatioo NES
and other misc.document review Coral Cavanagh 21 $65.00 $1,365.00
$.00
$.00
$.00
rask Subtotal 21 $1,365.Q0
Subtotal Direct Labor 2l $1,365.04
Anticipated Sa9ary lncreases 1 Q $3.4Q $30.00
Tota{Direct Lxbor Cost $1,395.00
Endirect Overhead Rate @ 81.00°/ $1,129.95
Subtotal Direct La6or and Indirect Overhead Rate $2,524.95
F1XED FEE lO.Od% $252.50
OTHER CO5TS(refer to attached detai])
Expenses(mileage,supplies,etc.)
Subconsultants
Sub cansult A
5ub consult B
3ubtotal Other Costs $.40
GRAIYD TOTAL $2,777.45
Exhibit 10.H Cost Praposal
Project 1�ame: Sacramento Orive Bridge Replacement Date: 5/26/1]
Prime Consoltant Name: Morrisan Structures
Su6caosultant Name: Bender Rosenthal,inc.
D[REC.T LABOR
Average
Hourly
Name and Classification Raie($) Total
Brenda Schimpf ROW Project Manager 24 v $76.92 $1,846.68
Mike L3hodny ROW Planner 16 v $65.1{} $1,041.60
Appraiser(s) TBD 48 C $45.OU $2,16d.00
Acquisition!{gent(s} TBD 180 ` $42,00 $7,56aA�
Researcher{s) TBD 60 v $24.48 $1,458.80
AdministrationlClerical TBD 40 ;r� $25.SU $1,020.00
rw $U.OD
v
�� $6.00
� $6.00
v $a.0�
Tolal Haurs 368 Subtotal $15,04fi.48
AnticipatedSalarylncreases $0.00
TOT'AL Direct labor Casts $]5,096.48
Rate% Total$
Fringe BeneTits 64.22% $9,694.96
Total Fringe Benefits $9,694.96
Indirect Costs
Ovenc�ad 12.28% $1,854
General and Administrative 3332% $5,030
Total Indirect Costs $6,883.99
TOTAL Fringe and Indirect CosFs $16,578.95
FEE{Profit) 10% $3,167.54
DIItECT COSTS
7'ravel Costs 10 x 330 miles x$.535 per mile $�_76ry
Title lZeparts 5 x$750 $3,750
Other Direct Costs(itemize)
Total Other Costs $5,515.50
SUBCONTRACI'QR COS1'S
Name
Name $0.00
Name
$D.00
TotalSuhcontractor $0.00
T�'I'AL D[RECT AND SUBCONTItACTOR COST $5,515.50
COl\TRACT TOTAL $40,358.48
Page 1 of 1
Contract No. Sacraraento Dr. Bridge over Dlney Cr. Date: 1-May-17
Subconsultant: R N Valentine,Inc.
DIRECT LABOR
Enitial
Houdy
Classification Name Hours Rate Total
Final Design
Valentine,Bob 53 $96.00 $S,D88.D0
$5,088-00
53 $5,088.D0
5ubtotal�irect Labor 53 $5_088.00
Total Direct Labor Cost $5,088.00
Indirect Overhead Rate�w 93-00% $4.731.84
Subtotal llireM Labor and Indirect Overhead Rate $9,$19.84
FIXED FEE ]0.00°/a $98L9$
OTHER COSTS
Expenses{mileage,supplies,etc.) $13�.D0
Subtotal Other Costs $130.D0
GIL.aiND TOTAL $10,431.82
Contract No. Sacramento Dr Bridge Replacement Date: 7-Apr-l6
Subconsultant: Salix Applied F.arih Care,I.i,C.
DIftECT LAB4R
[niiial
Hourly
Classification Name Hours Rate Total
Task 1-Olney Cr.Channel Modifications Design Services
Senior Geomorphologist 1 McCullah 60 $63.00 $3,780.OD
Assistant�l'echnician Support Staff 0 $12.00 $.DO
60 $3,780.OD
Subtotal Direct La6or 64 $3.780.00
Anticipated Salary Increases $.OD
Total Direct Labor Cost $3,780.00
Indirect Overhead Rate�u'�, 94.81% $3,583.82
Subtotal Direct Labor and Indirect Overhead Rate $7,363.82
FIXED FEE ]0.04% $7�6.38
OTHER COSTS(refer to attached detail)
Misc 6xpenses $.DO
Subconsultants
N!A $.00
N/A $.00
N/A $.00
N/A $.00
5ubtatal Other Costs $_pp
GR�+1ND TOTAL $8,100.20
S1"ATE OF CAUFORnfIA•DEPARTMENT OF 7RANSPORTATION Local Assistance Procedures Manual
NOTICE TQ PR�P�SERS DBE INFORMATIQN
EXHIBIT 10-1{NEW 01I2U17} Page 1 of 2
NOTICE 7Q PROPOSERS DBE INFORMATiON
The Agency has established a DBE gaal for this Contract of 1.0 %
OR
The Agency has not established a goal for this Contract. However, praposers are encouraged to obtain DBE participation for this contract.
1. TERMS AS USED IN THIS DOCUMENT
• The term"Disad�antaged Business Enterpnse"or"DBE"means a for-profit small business concem owned and controlled by a socially
and ecanomically disadvantaged person(s)as defined in Title 49, Code of Federal Regulations(CFR), Part 26.5.
• The term"AgreemenY'also means"Contract.°
• Agency also means the local entity entenng into this contract with the Contractor or Consultant.
• The term"Small Business"or"SB°is as defined in 49 CFR 26.65.
2. AU7NORITY AND RESPONSIBILITY
A. DBEs and ather small businesses are strongly encouraged to participate fn the per#ormance of Contracts financed in whole or in part
with federal funds(See 49 CFR 26, "Participation by Disad�antaged Business Enterpnses in Department of Transportation Financial
Assistance Programs").The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the
perFormance nf the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance.
The proposer must not discriminate on the basis o#race,coior, national origin, or sex in the awaM and performance of subcontracts.
B. Proposers are encouraged to use ser�ices offered by financial instiiutions owned and controlled by DBEs.
3. SLiBIVAlSSION�F DBE INFORMATION
If there is a DBE goal on the contract, Exhibit 10-01 Consultant Propasal bBE Commifinent must be included in the Request for�roposal.
In order far a proposer ta be considered responsible and responsive,the proposer must make good faith efforts to meet the goal
estabiished for the contract. If the goal is not met,the propaser must docurnent adequate good faith effor#s.All DBE participation will be
counted towards the contract goal;therefore, all�BE participation shall be callected and reported.
Exhibit 10-02 Consultanf Contracf DBE lnformafion must be included with the Request for Praposal. Even if no DBE participation will be
reported,the successful proposer must execute and return the form.
4. DBE PARTICIPATION GENERAL INFORMATION
It is the proposer's responsibility to be fuEly informed regarcling the requirements of 49 CFR, Part 2fi,and the bepartmenYs b�E program
develaped pursuant to the regulations. Particular attention is directed to the following:
A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be ce�tified through the Califomia Unified Certification
Program(CUCP}.
B. A certified�BE may participate as a prime consultant,subconsultant,joint venture partner, as a vendvr of material or supplies, or as a
t�ucking campany.
C. A DBE proposer not proposing as a joint venture with a non-DBE,will be required to document one ar a combination af the following:
1. The praposer is a�BE and wiil meet the goal by pertorming work with its own forc:es.
2. 'Che proposer will meet the goal through work perFormed by DBE subconsultants,suppliers or trucking companies.
3. The proposer, prior#o proposing, made adequate good faith efforts to rneet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility
means actually performing, ma�aging, and super�ising the work with its own forces.7he DBE joint venture partner rnust share in the
capital contribution, control, management, risks and profits of the joint�enture commensurate with�ts ownership interest.
ADA Notiee For individuals with sensory disabilities,this document is available in alUemate fortnals. For infortnation,calt(91fi)445-1233,
TTY 711,or write to Retords and Forms Management,112�N Street,M5�9,5acramento,CA 95814.
STATE OF CALlFORNIA-DEPARTMENT OF TRANSPpRTATION Local Assistance Procedures Manual
NOTICE TO PROPOSERS DBE INFORMATION
EXHIBIT 10-1(NEUV 011201� Pa e 2 of 2
9
E. A�BE must perform a commercially useful#�anction pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the
execution of a distinct element af the work and m�st carry out its responsibility by actually pertorming, managing and supervising the
wvrk.
F. The proposer shall list only one subconsultant far each portion of wark as defined in their proposal and all DBE subconsultants should
be listed in the bid/cost propasal list of subconsultants.
G. A prime consultant who is a certified DBE is eligible to claim alf of the work in the Contract toward the DBE participaiion exoept that
portion of the work to be perFormed by non-DBE subconsultants.
5. RESOURCES
A. The CUCP database incl�des the certified DB�s from all certifying agencies participating in the CUCP. If you beiieve a firm is certified
that cannot be located on the database, please contact the Caltrans 4ffice of Certification toll free nurrEber 1-866-810-634fi for
assistance.
B. Access the CUCP database from the bepartment of Transportation, Office af Business and Eoonomic Opportunity Web site at:
htip:llwww,dot.ca.govlhqlbe�l.
1. Click on the link titled Disadvante ed Business Enter rise;
2. Click on Search#or a DBE Firm link;
3. Click on Access to the D8�Query Form located on the first line in the c:enter of the page.
Searches can be performed by one or more criteria. Follow instructions an the screen.
6. MATERIALS OR SUPPLI�S PURCHASED FROM DBES CpUN7 TOWARDS THE DBE GOAL UNDER THE FQLLOWING
CQNDITIONS:
A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cnst of the materials or supplies.A DBE
manufacturer is a firm that operates or maintains a#actory, ar establishment that produces on the premises the materials, supplies,
articles, or equipment required under the Contract and of the general character descnbed by the specifications.
B. If the materials or supplies purchased from a DBE regular dealer,count 6D peroent of the cost of the materials or supplies.A DBE
regular dealer is a firm that awns, operates or maintains a store,warehause,or other establishment in which the materials,supplies,
articles or equipment of the general character described by the specificakions and required under the Contract are baught,kept in stock,
and regufarly sald or leased to the public in the vsual course of business. To be a DBE regular dealer,the firm must be an established,
regular business that engages,as its principal business and under its own name, in the purchase and sale or lease af the products in
question.A person may be a DBE regular dealer in such bulk items as petroleum products,skeel,cement,gravel,stone or asphalt
without owning,operating or maintaining a place of business pro�ided in this section.
C. If the person both owns and operates distribu#ion equipment for the products,any supplementing of regular dealers'own distribution
equipment shall be, by a long-term lease agreement and not an ad hoc orAgreement-by-Agreement basis. Packagers, brakers,
manufacturers' representati�es, or other persans who arrange or expecEite transactions are not DSE regular dealers within the meaning
of this sectian.
D. Materials or supplies purchased from a �BE,which is neither a manufacturer nor a regular dealer,wil�be limited to the entire amount of
fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the
delivery af materials or supplies required on the job site, provided the fees are reasonable and not excessi�e as compared with fees
charged for similar services.
ADA t�otice For individuals with sensory disabilities,this document is a�ailable in altemate fortnats. For informatipn,cal!(9�8)445-1233,
TTY 711,or write to Records and Forms Management,�12U N Strtet,MS-89,Sacramento,CA 95814.
• C�rY o� REDDING
� . . 777 CYPRE55 AVENUE, RE�DING, CA 96001
� _ P.O. Box 496071, ReoaiN�, CA 980a9-6071
OFFICH QF TH�Cf7'Y CLERK
PAMELA M]ZE,CITY CLERK
SARAH SHEE7Z,ASSISi'ANT CITY CLERK
530.225.4447
530.225.4463 FAX
October 12, 2017
Mr. Bob Morrison
Morrison Structures, Inc.
1890 Park Marina Drive, Suite 104
Redding, CA 96001
SUBJECT: Consulting and Professional Services Agreement, C-7412
Dear Mr. Morrison:
Enclosed is ane fully executed original of the above subject Agreement between the City of
Redding and Morrison Structures, Inc. for the purpose of engineering services for the
Sacramento Drive Bridge at Olney Creek Replacement Project.
If yau have any questians regarding this matter, or if we can be of assistance, p�ease contact the
Office af the City Clerk at{530} 225-4439.
Sincerely,
Q� �
Anette Cates
Executive Assistant
Enclosure
c: Corri Vandiver/Engineering
Finance
1 TA
� � � HARD Q ES RE ! ED"D�NOT E-MAIL FQ R�'VIEW
TO CI'I'1'ATTORNEX 225-4050}&C11'Y CLERK[225-4D551
Agreements p Bonds 0 Contracts p Leases¢Escrow Instrucdons
Q Deeds Q 5ecuri�es 0 ltesolutions p Or�i�tances
Date: �0�117 From: Stephanie McCollum �''�`� -� `� '°
�,. �� ° For Finance:
De t. Name: Engineerin 225-451 i Dept#
p � __,_ Phone: Jo6 Order#
Corri Vandi�er 245-7120 Contract#
Person most knowledgeabie: Phone:
Tip
CONTRACT INSURANCE REQUlREMENTS MET?lnsurance must be obtained, approved and entered by Risk
befor�obfaining City srgnatu�(sJ. !f nof campleted, your confracfs will be held in the Clerk's Offrce. For help contact
RrskLiability(c� ccamrona(a�ci.reddinp.ca.us. (530} 225-4387, ormrhoads(a�ci.reddinq.ca.us, (53D) 225-4385.
DESCRIBE DQCUMENTS ATTACHED�y��p �' �� � �
.U���'���G�f,�/�� 71��1r� -/�/3i�22 �. ��11 a
DocumentTitie: COnSUltln and Professional Services Contract with FHWA Fundin ---
Outside Party{ies):Morrison Structures, Inc. �S;-__�
Project(What/where/why?): Sacramenta Drive Bridge at Oleny Creek Replac_ement Project �J _ ��
iilSI1fG11(CE
COUNC[L APPROVAL REQUIRED? No�YesQ IF YES,DATE OF MEETCNG: g/19/17 �r
Was contract/agreement the result of an RFP or Bid?NoQ Yes� Bid Schedule#or RFP#
[s the source of funding grant related? No�Yes� �n'�"�---
�-.�.�„
RE llEST FOR T ORNEY SERVICES
�QR£QUIRED AttoCney Reviews Draft-All documents must be reviewed before btainin si natur s.When amendin
❑ a contract,attach a copy of ariginal contract and all prior amendrrtents.Do not e-mail documents unless
specifically requested.
� Approve As To FormA 'teer: draft has been approved hy attorney and outside par�ies'signatures have
been obtained. Submit twa (2) originals. Use paperclips(0 staples)and put"Sign Here"tabs on all
signature pages.
� Prepare Cert�ficate of Aeceptance (easement&grant deeds)
� Memo or additional info is attached.
❑ Other:
ROUTING
❑ Return to:
(Then route signed originals to Clerk's Office for attesting,transmitting&fili�g,etc.w/a transmittal form.)
� P�1��^�7AQ�=°�
Forward to City Clerk for necessary signatures and processing �e�'c�-�����«!r.�
❑ �n�r ^ ^�+
Other(mailing/distribution instructians): �°"� � `� ��j7
.
� ',"�� ' i P
City Attorney Log#_��l,,_ _� " �� ���
� Logged out by: � �
Rev s�»