HomeMy WebLinkAbout _ 4.11(a)--Award RFP No. 5622 CM Services for REU Power Plant Maintenance Office Building GI �" Y C� F
� � �- ' � ° � � i � CITY OF REDDING
��
REPORT TO THE CITY COUNCIL
MEETING DATE: October 21, 2025 FROM: Michael Webb, Public Works
ITEM NO. 4.11(a) Director
***APPROVED BY***
ie ael � iiEali� oaks L)arector if?l'9/242� t�s�a a �, t�t � 1[dll l(202�
mwebb@cityofredding.org sbade@cityofredding.org
SUBJECT: 4.11(a)--Award Request for Proposal (Schedule No. 5622) Construction
Management and Inspection Services for the Redding Electric Utility Power Plant Maintenance
Of�ce Buildin Pro'ect.
Recommendation
Authorize and approve the following actions relative to Request for Proposal (RFP) — Schedule
No. 5622, Construction Management and Inspection Services for the Redding Electric Utility
Power Plant Maintenance Office Building Project(Project):
(1) Award RFP to PACE Engineering;
(2) Autharize the Mayor to execute a Consulting and Professional Services Contract for a
not-to-exceed fee of $3$0,280 with PACE Engineering to provide Construction
Management and Inspection Services for the Project; and
(3) A�uthorize the City Manager, or designee, to approve Contract amendments not-to-exceed
$50,000.
Fiscal Impact
The Redding Electric Utility (REU) Power Plant Maintenance Of�ce Building Project (Project)
was initially budgeted in the Fiscal Year (FI� 2023-25 Biennial Budget in the amount of $3
million. During the development of REU's FY 2025-27 Biennial Budget, an additional $214
million was requested and approved for FY 2026, to support the project. This brings the total
approved and appropriated funding to $5.14 million, which covers all aspects of the project,
including engineering, design, and eonstruction, ensuring the facility meets operational and
maintenance needs.
Alternative Actzon
The City Council (Council) may choose not to award this contract, in which case, staff would be
reguired to serve as eonstruction management and inspections. This would require either
consultant services to be solicited for other capital work or a reduction in the City of Redding's
(City) Capital Program delivery.
Report to Redding City Council October 13,2025
Re: 4.11(a)--Award RFP No. 5622 CM Services for REU Power Plant Maintenance Office
Building Page 2
Background/Analysis
On September 16, 2025, Council awarded the project that includes construction of a new office
building for the REU power plant maintenance operations. The building is single story and
approxiinately 5,075 square feet. In addition, site improvements will be constructed, including
but not limited to utility demolition and installation, site grading and paving, and carports with
and without solar facilities, all as shown and described on the plans and in the specifications.
Consultant Selection Process
In July 2025, a �ormal Request for Proposal (Schedule No. 5622), outlining the specific scope of
work, was advertised. Proposals were required to include a scope of work and proposed fee.
Proposals and fee schedules were received on August 21, 2025, from three firms. A review and
selection panel were formed with members from the Public Works Department and REU. Based
upon proposal review and experience, the panel ranked the firms as follows:
FIRM RANK
PACE Engineering 1
DEVCOM 2
EPICUS 3
Proposals were evaluated based on their understanding of the scope of work, ability to meet the
proposed schedule and maintain the project budget, experience and quali�cations of the
proposed staff, ability to work with City staff, project approach, familiarity with state and City
procedures, and geographic location of the team. Applying the criteria to the proposals, the
selection panel determined that PACE Engineering was the best quali�ied firm to provide the
required services for this project.
Following the evaluation and ranking, PACE Engineering's proposed fees were opened,
evaluated, and negotiated to include reasonable costs based on the scope of services as well as
previous similar projects cost comparisons.
The consultant fee is in an amount not to exceed $380,280 and the contract will be for act�ual
work performed. However, staff recommends the approval of an additional $50,000 in
contingency reserve. Contingency funds may be necessary due to unforeseen projeet issues. If
this reserve needs to be utilized, a contract amendment would be negotiated with the consultant
and the contraet would be modified with approval of the City Manager. A professional services
agreement with PACE Engineering has been approved as to form by the City Attorney's office
and is attached.
Report to Redding City Council October 13,2025
Re: 4.11(a)--Award RFP No. 5622 CM Services for REU Power Plant Maintenance Office
Building Page 3
Envir�onmental Review
This action is not a project as defined by the California Environmental Quality Act. On
September 16, 2025, Council determined that the that the project is categorically exempt from
review under the California Environmental Quality Act, pursuant to Section 15301 — Existing
Facilities and Section 15303 — New Construction or Conversion of Existing Structures, and no
further action is required.
Council Priority/City Manager Goals
• This agenda item is a routine operational item.
Attachments
^Location Map
Previous Staff Report 091625
Consulting and Professional Services Contract with Pace Engineering
/
,
�
�_ �
/
R�
\ - SQR�N�'S
���PS
PROJECT
� LOCATION
�
Z
�
�
�
�
�
� c�EpR CR��KR� �
W /
�
a /
CLEAR CREEK RD , _.—��
� �---
� � _,
�.
/
i
/
i �_ �
/
_—�
— — � ----
—_---'`'""
�OF RFO� CITY OF REDDING EXHIBIT A
� � Z Power Plant Maintenance Office Building
v � PUBLIC WORKS Project
� � - f// ° 17120 Clear Creek Road
t�,9 /`��� DEPARTMENT LOCATION MAP
�iFoa
GI �" Y C� F
� � �- ' � ° � � i � CITY OF REDDING
��
REPORT TO THE CITY COUNCIL
MEETING DATE: September 16,2025 FROM: Michael Webb, Public Works
ITEM NO. 4.11(d} Director
***APPROVED BY***
„, �. .A,��,�
ie ael � iiEali� oaks L)arector �3iS1242� i�}�in,Ci an � 9,�10/242�
mwebb@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.11(d)--Award Bid Schedule No. 5621 REU Power Plant Maintenance Office
Building
Recommendation
Authorize and approve the following actions relative to Bid Schedule No. 5621, Redding Electric
Utility Power Plant Maintenance Office Building:
(1) Award to Gifford Construction Inc., in the amount of$3,152,000;
(2) Approve an additional $513,000 to cover the cost of administration and inspection fees;
(3) Approve $345,000 for project development costs;
(4) Approve $162,000 for furniture, fixtures, and equipment;
(5) Approve $315,000 to provide construction contingency funding;
(6) Autharize the City Manager, or designee, to approve additional increases in either the
construction management or construction contingency amounts up to a total of$50,000;
and
(7) Find that the Project is categorically exempt from review under the California
Environmental Quality Act, pursuant to Section 15301 — Existing Facilities and Section
15303 —New Construction or Conversion of Existing Structures.
Fiscal Impact
The Power Plant Maintenance Office Building (Project) was initially budgeted in the Fiscal Year
(FY) 2023-25 Biennial Budget in the amount of$3 million. During the development of Redding
Electric Utility's (REU) FY 2025-27 Biennial Budget, an additional $2.14 million was requested
and approved for FY 2026 to support the project. This brings the total approved and appropriated
funding to $5.14 million, which covers all aspects of the project, including engineering, design,
and construction, ensuring the facility meets operational and maintenance needs.
Report to Redding City Council September 20,2025
Re: 4.11(d)--Award BS No. 5621 REU Power Plant Maintenance Office Building Page 2
Cost Summar
Item Estzmated
Pro�ect Develo ment Costs $ 345,000
Construction Contract+Contin�enc $ 3,467,000
Furniture,Fixtures, and E ui ment* $162,000
Contract Administration, Ins ection,Testin $ 513,000
Additional Cit Mana er Authorit $ 50,000
Total Pro'ect Costs $4,537,000
Pro'ect Bud et $ 5,140,000
* Will be procured separately,in accordance with City of Redding procurement and
solicitation procedures,outside of the recommended construction contract.
Alternative Action
The City Council (Council) may choose not to award the project or provide alternate direction to
staf£ If the project does not move forward, REU power plant staff will continue to maintain
mobile office trailers, which have nearly reached the end of their useful life and will require
ongoing maintenance.
Background/Analysis
This project includes the construction of a new office building for the REU power plant
maintenance operations. The building is a single-story structure, approximately 5,075 square feet
in size. In addition, site improvements will be constructed, including but not limited to utility
demolition and installation, site grading and paving, and carports with and without solar
facilities.
Attached is a tabulation of the bids opened on August 28, 2025. The low bid in the amount of
$3,152,000 was received from Gifford Construction Inc. of Redding. The engineer's estimate for
the project was $3,159,000. Total project development costs for this project are estimated to be
$345,000. Project development costs include engineering, surveying, environmental, and
consultant services.
On August 29, 2025, the City of Redding (City) received a formal bid protest from Michael A.
Roberts Construction, the apparent second-low bidder for the project. The protest states that the
apparent 1ow bidder should be deemed non-responsive because they failed to include one page of
the proposal packet with their bid, and that this missing page would have provided them with an
advantage over other bidders. The missing page was labeled as P6, "In-Use Off-Road Diesel-
Fueled Vehicle List." The California Code of Regulations requires contractors to obtain and
retain a Certificate of Reported Compliance for their fleet. Per the Instruction to Bidders
contained in the project's Special Provisions, bidders must submit these Certificates of Reported
Compliance to the City no later than 4:00 PM on the fifth calendar day after the bid opening, or
their bid may be deemed non-responsive and rejected. Gifford Construction understood this to
mean that not only did they have five calendar days to submit the certificates, but also to submit
page P6 of the proposal packet. Gifford Construction submitted the certificates within the five-
calendar day window.
Report to Redding City Council September 20,2025
Re: 4.11(d)--Award BS No. 5621 REU Power Plant Maintenance Office Building Page 3
Staff provided the bid protest, proposal packet, and the Instructions to Bidders from the project
Special Provisions to the City Attorney's office for review and evaluation to determine the next
steps. After reviewing all of the documentation, the City Attorney's office determined that the
missing page can be waived as inconsequential and as a non-material irregularity. Therefore,
staff believes that proceeding with awarding the project to the apparent low bidder, Gifford
Construction Inc., is in the best interest of the City.
Envir�onmental Review
Staff has determined that the project is categorically exempt from environmental review under
the California Environmental Quality Act Guidelines,per Section 15301 —Existing Facilities and
Section 15303 — New Construction or Conversion of Existing Structures. Class 1 exemptions
include the minor alteration of existing public and private facilities, equipment, and
topographical features. Class 3 exemptions consist of construction, conversion, and location of
new small facilities, structures, and equipment. The new office building will be constructed
within the existing Power Plant facility to support maintenance operations. The facility
modification will result in a negligible expansion of use, while providing a modern facility to
support reliable service. The action area does not have significant values for wildlife habitat or
other environmental resources and the project has no potential to have a significant effect on the
environment.
Council Prior�ity/City Manage� Goals
• This agenda item is a routine operational item.
Attachments
^Location Map
^Bid Tabulation
^Notice of Exemption
/
,
�
�_ �
/
R�
\ - SQR�N�'S
���PS
PROJECT
� LOCATION
�
Z
�
�
�
�
�
� c�EpR CR��KR� �
W /
�
a /
CLEAR CREEK RD , _.—��
� �---
� � _,
�.
/
i
/
i �_ �
/
_—�
— — � ----
—_---'`'""
�OF RFO� CITY OF REDDING EXHIBIT A
� � Z Power Plant Maintenance Office Building
v � PUBLIC WORKS Project
� � - f// ° 17120 Clear Creek Road
t�,9 /`��� DEPARTMENT LOCATION MAP
�iFoa
BID TABU�ATION FOR:
REU POWER PLANT MAINTENANCE OFFICE BUILDING
Bid Schedule No.: 5621
Michael A Roberts
ENGINEER'S EST Gifford Construction Inc Construction
8/28/2025 UNIT UNIT UNIT
ITEM DESCRIPTION UNIT QTY PRICE TOTA� PRICE TOTAL PRICE TOTA�
1 Water Pollution Control LS 1 $15,000.00 $15,000.00 $9,000.00 $9,000.00 $4,000.00 $4,000.00
Prepare Water Pollution
2 Control Plan LS 1 $3,500.00 $3,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00
Power Plant Maintenance
3 Office Building LS 1 $3,140,500.00 $3,140,500.00 $3,142,000.00 $3,142,000.00 $3,642,167.00 $3,642,167.00
TOTAL -CONTRACT ITEMS $3,159,000.00 $3,152,000.00 $3,647,167.00
**Thompson General
Construction Averaae
UNIT i UN17'
ITEM DESCRIPTION UNIT QTY PRICE TOTAL PRICE
1 Water Pollution Control �S 1 $0.00 $0:00 $6,50�,00'
Prepare Water Pollution
2 Control Plan �S 1 $0.00 $d.00 $1,0�0,00
Power Plant Maintenance
3 Office Building LS 1 $0.00 ' $0.0� $3,392,083,5Q '
Average Bid Tatal
TOTAL -CONTRACT ITEMS $0.00 $3,399,5$3.50 '
**Contractor did not submit bid per special provisions instructions and is therefore deemed non-responsive
�
TI�E OF PTIQN
TO: ❑� Office of Planning and Research FRO�i: City af Redding
14Q0 Tenth Street, �oom 121 Public Works DepartmetZt
Sacralnento, CA 95$14 777 Cypress Avenue
12edding�CA 96001
� Shasta County Clerk
County of 5hasta
�'.1�.Box 990880, 1643 Market Street
Redding, CA 96099-0880
I'raject'Title; 12EU Power Plant Maintenance Office Building Project
Pro�ject Lacation—Speeific: 17120 Clear C1•eek Road
Pro;�ect Location—City: Rec�dii�� Project Locatian—�ounty: Sliasta
Descrip#ion of Praject: The Reddina Electric Utilitv will construct a new maintei�ance affice building at the Redding
Power Plant. The buildirl� is sin�le storv and ap�roxi�nately 5 075 SF I�1 addition site improvements will be constructed
includin� but ilot limited to utility deinalition and installatian site�radi�; aild pavrna and carparts witll and without
solar facilities.
1�Tame af Public r�gency Approving Project: City of R�ddin�
1�T�me of Person or Agency�arryin��1►ut Project; Corri Vandiver, Senior En�ineer
Exempt Sta�us: (check ane)
� Ministerial [Section 210$0{b){1); 15268]'
❑ Declared Ernergency[Secti�ii 21080(b)(3); 15269(a)]
❑ Ernergency Project[Section 21080(b)(4); 15269(b)]
❑ Statutory Exemptipns. State code nulnber:
❑ Common Sense Exetnption(This project does not falt within an exempt class,but it can be seen with certainty that there is
no possibility that the actiivity may have�significant effect on the environment(14 CCR 15061[b][3]).
� Cate�orical Exemptian_State type and section number: Section 15301. Existin�Facilities atld 1530�.New
Construction or Conversion of Existing Structures.
� No exceptioils appiy that would bar the use c�f a categorical exemption(PRD 21084 and 14 CCR 15300.2).
Reasans why proj�ct is exempt: Class 1 exemptions include the minor alteration of existina t�ublic and private facilities
equipme�lt and#opa�raphical features. Class 3 exemptions consist af canstructioi� conversion and location af new small
facilities, st��uctures, arld eqi�ment. The new office buildii7�will be co��structed witliin the existineLPower Plant facility
to support mainteiiance operations. The facilit�modification will result in a negli ible expansion of use while providing
a lnodern facilitv tc� suppart i•eliable service: The action area does nat have si�nificant values for wildlife habitat or otller
environmental i-escaui•ces and tl�e project has no potential to have a si�nificant effect on the environment.
Lead Agency�ontact Persan:Aznber Kelley Telephonez 530.225.4046
If Fil�d by Applacant.
1. Attach certified document flf exernption finding.
2. JHas a iiotice of exernptian been filed by the public agency approving the project? ❑ Yes o No
�ignature; ��;..�� _����� I)atet �� �� � "��
'I'itle: Environmental Compliance I��a��a�er
�Signed by Lead Agency Date received for filing at OPR.:
❑ Signed bY Applicant
_.
r � r _ ,r, ,�,
`�.�.. _ .. „ .�.i�.......:
r
C ' r v Ca � -=' �I1"Y fJF R�[3�3ihlG
.,. ~ _
� � = � i��7 �.y��`�s5 kv�-����rc, ��c1Cli1�� �A �)C(JCJ�.
' {'t� �C>)y =&�GC771, I���t:l�lii i4;, C:f� ���()•`��-�} �7t)�1
C� .� �., � �` C� � � � �. �i�yc��reddie�gdc�r�
Pu�c.s� c���c�
E��e�l���t�+�D�vt�tor�
��c�.���.�r�o
��0.��5.-�c�z4 September 23, 2(l25
Shawn Wade; S.E:
I'AC�Engineerin�
5�55 Venture Farkway
Tteddingg CA 16042
Subject; Cc�nsultin�and Professianal Scrvices Cc�nt�act
L�ear Shawn VVade:
We hav� completed our revie�u c�f y�ur pro�c�sal fiar the REU Power Plant N�a�ntenance �ff`ice
Building Prcaject and have �r�vided yt�u wit� twc� capies c�f the C�nsultin� and Professional
Services Cc�ntract tc�review and sign.
The �ity of R.edd`zng has an c�nline ir�surance pro�,rarn, PINS.�d�vantage, al1 Consultants
p��vidin��nsurance tc�th�Cit�c�f Redding wili be nt�tified vi�email frc�m this pr�gram tc�re�ister
a�d uplt�ad all insuranc�required accordin�tc�the contract.`When y�u receive the ernail from PTNS
AdVantage,�Iease forwar�iminediately to your insurance c�rrier.Ifyc��need any assistance or have
arzy questi�ns regardin�this prc��t•am pleas�cc�ntact Pam�ahl rn Risk Managernent at 530-�25-�385
or etrnail pdahl�,7a cityofreddin�.org.
�leas�returr�the s�gned ct�ntracts in accordance with the agreement. A fi.�Ily executed�on�ract will
be rnailed back tc� y�u.
If yc�u have any questions or comments>please ccrntact me at(53�) 225-�45fl:
Sinc rely,
�
Misty K.ufner
�c�ntract Compliance
Enclosure:
�or�sulting and �'rafessiona�Servi�es Cr�ntract(2)
�I'I'Y I�' �+ I�G
� I�SLJ�TI�T� ��d � �°�S�I ��L, �� �I��� � �'T �T
'�' I� � I�1'i' ��'is made at Redding,Ca�if�rn�a, by and between the City Qf R�ddin�("�ity„},
a municipal cog-poratian, and �'ACE En��neerin� {"Cc�nsultant") for th� p�rpose caf Canstructi�n
Manag;ement Servic�s fc�r Redding El�ctric Utility P�wer Plant Maintenance (�ffice Buildin�
Prc�j�ct,
E .t��, �ity do�s nc�t have suffcient pezscrnnel ta perform the services rec���red herein
thereby necessitatin��his Cc�ntract for persvnal services.
I� ` , T' � F' , the Parties covenant and agree, for g�c�d consideratit�n hereby
ackrlc�wledged, as f+allows:
���'TI l�t 1. � �1�IT�.,'r'�l�'T S� ��S
Su�ject tc� tl�e te�-ms and cc�nditic�ns set fc�rth in this C�ntract, Consultant shall provide to
City the services described in Exhibit A, �ttached�nd incorporated herein. Consultant shall
provide the services�t the tirne,place and in the manner specified in Exhibit A.
S��"°T�' 1��. �' 1�����.'�"I�� �1�1 I IJ �� ��"�' 67�' � S"I'�
A. �ity sha11 pay Ct�nsultant fc�r servi�es re�ldered pt�rsuai�t to this C�ntract, at the tirn�s
and in the rnanner set fortl� in Ex�ibit � c� B, attached and inc�rp�7ated herein, in a
tcrtal amount na� to exceed Three Hundrecl Eight� Thousand Two H�.andred Eighty
I��llar�($38t1,�8�)This s�m includes ail aut-�af po�ket t�•avei, lcadgin�and in�ide��tal
expenses incurred by Consuitant that are reas�nably assa�iatec�with the prc�vision of
services under this C�antract. The payments specified herein shall be the only
payme��ts tc� bc m�de t� �onsultant for services rendered pursu�nt tc� this C�ntract.
B. G�nsultant shall submit mcrnthly in�c�ices tc� Cit� f�r work completed to the date of
t�ze in�roice. All invc�ices shall be itemized t�reflect the �mploye�s performir�g the
rec��,�ested t�sks, th� billing rate f�r ea�h ernplc�yee and the hc�urs �vQrked.
C. AIi cc�rrect,complete and undisputed invoices settt b��t�nsultant to�ity sha[1 be paid
within tliirty(3t�)calendar days c�f receipt.
D. Pursuant to Sectian 178� of the Labor Cade, �c�nsultant is advised that the work
contemplated in this contr�ct (Exhibit A) is subject to the payrnent of prevailin�
�va�;es and all c�ther rec�uirernent� c�f the Prevailing V�age L�w. The pr�vai�ing wage
of each jc�b classification may be found by inquiry with the Caiif�mia l)epartrnent�f
Industrial Relatic�ns. Consultant shall canlply with all Iaws related ta the perfor�nanc�
Qfpublic�v4rk including, bt�t ne�t limited to, the e�nployment of a�prentices pursuant
to Sectit�n 1777.5 c�f the Labc�r Cc,de, wor�C dayJweek hours and overtirne rates
pursuant tc� �ections �813 and 1815 c�f the Labrar Cc�de and the �bligation set forth in
Section I77�-1776 ofthe Labor�ode in regazds tc�payment ofprevailing wages and
PR:EV�VAGE-Cot�sulting and Professianni Services�Contrazt ����: �
Rev OSi?1
t� provide the City af Reddin� and De�artment of Industrial Relatic�ns certified
payrc�ils when r�qui�•ed. �-1 certi�ed cc�py c�f all payxoll recc�rds relative to this�rc�ject
shall be subn�itted t� th� City of R.eddir�g �lc�ng wit�i the relateci invoice. R�ceipt �f
certifed payroll rect�rds is a;prerequisite tc�receivin�pa��nent.
E. Nc� Cansultant or subc�nsultant may be listed c�n a bid prc�posal for a �ublic works
prt�ject unless registered with th� Department of Industria� Rela.tic�ns pursuant tc�
Labar Cc�de Section ��25.�. Nc� Cc�nsultant c�r subcc�nsultant may be awarded a
cantract f�r public work c�n a ptzblic wc�r�Cs pr�ject ui�less registea�ed with the
L7epar�ment �f Industriat IZel�tic�ns pursuant to Labt�r Cc�de Section 1725.5, All
Gc�nsult��ts and subcc�nsulta�nts �nust furnish electronic certified payroll recc�rds t�
the L�bc�r C�ammissi�aner, This requi�:ement applies ta �11 p��blic warks pro�ects,
whethe�° new or ongt�ing. Consultant is further �dvised that the work conternplated
��erein is subject tc� ct�mpliance mc�nitoring and enforcemernt by the �epartrnent c�f
Indus�•ial Relatzc�ns,
���'I'I T�3. �°� �� 'I`� I��'�� l�t
A. Cc�nsultant shall commence wc�rk an c�r abc�ut C}ctober 13, �025 az�d complete s�id
wc�rk no Iater than Uecember 3 l,2026, Time zs of the essence.
B. If Cc�nsultant fails tc� perf�rrn its c3uties t+� the satisfacti��a c�f City, or if consultant
faiis tc� fulfill xa�a tizneiy and prc�fessi�nal �nat�er its c�bligatic�ns under this Contract,
ther� City shall have thc ri�ht tc� t�rminate this Cantract eff�ctive immediately u�on
City givin�writt�n nc�tic�t�ereof tc� Cr��asultant.
G. Eifiher F'arty may terminate this Cont�act withaut cause on thirty(�0) calendar days,
writt�n na�tice. Nc�twithstanding the preceding,if the terrn set forth in Secti�n 3.A. c�f
t�is Contract exceeds ninety (9�} calendaz days in cluratiQn, �onsultant's �o1e right
tc� terrninate shall be limified to terrnination for caus�.
I�. Gonsultant hereby acknowledges and agrees that t�e obligatic�n of C'rty to pay �.u�der
this Ct�ntraet is contingent up�n the a�railability c�f City°s funds which are
apprcr�ariated �r allocated by the �ity Council. Shc�uld the fiand�ng fr�r the project
andJc�r wot•� set forth h�rein not be a�pzopriated or allcacated by the City Council,
�ity �nay terminate this A�reernent by furnishing at least thirty (3{�) calendar days'
Wt�l$��11 T10�1�€'. Q�lt5 i11��T1�10I1 �t) �E'.TTlllllel��. �Tl��lE� �V�Ii� C?�c'� �f'=Tt11121r"��1L721�UI5Ue'�Tl$ �Ll
this su�divisi�n, �c�ns�.�ltant shali not be entitled ta a remedy of acceleraticrn af
payments due over the term of this Agre�ment. The F'�r-�ies ackr�crwl�dge and �gree
th�t the power to t�rmin�te described herein is required by Article l6, Section I8, �f
the Califorr�ia Constitution; and that constitutic�nal pravision super�edes �ny law,
z�ule, regulatic�n or statute which cc��flict� witl�the prc�visi�ns of this Section,
E. In the event that City give�nt�ty�e c�f ter7ni�ation, Consultant sha11 prc�mptly prc�vide
to Gity any ancl alI finished and unfinished reports, data, studies,phc�tographs, charts
ar ot�er wc�rk prc�duct pt�epared by Cc�ns�ltant pursuant ta this Contract: City shall
PREVIVAGL'-Consul�inyand�ProfessionalServicesCunte�tt �}��� �
Rev::O$/23 .
have full owner�hip; including, but not limited to, intellectual property z°ights, and
cc�ntrol af aIl stx�l�finis��ed and unfinished r�ports, dat�, st�dies, phtstc�graphs, charts
or c�ther wc�i`k product.
F• In the event that �ity t�rmrnates the �ontrac�, City shall pay Const�ltant the
r�ascrnabl� value of se��vices rendered by Cc�nsultant �ursuant tc� this Cont�act;
provided, however, that City �hall ncat in any manner �e liat�le for lc�st profits which
rni�ht have been made by Consultar�t h�d Cansizltant cc�mpleted the services required
b�y this Contract. Ct�nsultant shall, not 1a.ter �han ten (1U) calend�r days �fter
terminataon of this Ct�iltract by City, furnish to City such financial ir�formati�n as in
the judgar�en� of the �ity's t�epresentative is necessary to determine the reasonable
value of the services rendered by Consultant.
C.r. In no ev�nt sh�ll the terrnin�tior� ar expiration af this Cantract be eonstrued as a
waiver c�f ar�y right to s�ek x•emedies in law, ec�uity or otherwise �c�r a Pa�-ty's fai�ure
tc�perform each c�bli�ation requ�red l�y this �c�ntract.
S��'TI�T�14. �S��L�AI'�E IT� 'I"E � ��d ��I�d I�'I I�� � � I�1T' �'I'
�. City shall make it� facilities accessible to �o��sultant as �equireti f�r Consultant's
performance c�f its servic�s �nder this Cor�tract, and, u�t�z� request of Gc�ns�ltant,
provide labc�r and safety equipment as required by�onsultazlt f��•such access.
B. Pursuant tc� the City's business license ordin�nce, C�nsultant shali cabtain a City
business license pri�r to c�rnmencin� wc�rk.
C'. Consultant rep�esents and warrants t� City that it laas alI licenses, permits,
quali�caticans and appro�als of any �ature whatsa�ever that are legally required fc�r
�onsultant to practice its pr�fession. Cc�nsultant represents and warrants tc� City that
Cansulta�.t s�ali, �t its sale cc�st and expense; I�eep ira effec� or obtair� at ��i times
during the term t�f"this Co�tr�.ct any licenses, permits and �ppr�vals that are le�ally
rec�uired fr�r Cr�n�uitant to practice its prcrfessio��.
D. Cc��sultant shall, during the entire t�rn1 of this Cr�ntract; be ct�nstrued ta be a��
independent cc�ntractc�r and t�c�thin� in this Contract is intend:ed, noi: shall it be
construed, to create an employer/employee relatic�nship- ass�vci�tion, jaint venture
relationshi�,ttust c�r partnership�r to all�w�ity to e�ercis�discretion or control over
the professional manner in which Ct�nsultant p�rfarrns under this Contract. Any and
aIl taxes imposed on Consulta�t's income, impc�sed t�r assessed by reason af this
C€�ntract or it� perfc�rmance, including but not limi�ed tc� sales ar use taxes, �hall be
paid by Consultant. Consultant shall be respc�nssb�e for any t�xes c�r pen�.Ities assessed
by reasc�n af any cl�ims that Ct�nsultant is an empl�yee af�City. Co�lsultant shall nc�t
be eligible for caverage under Ci#y's wc�rkers' cornpensatic�n insurance plan,benefits
u�der the Public ]Gtnplt�yee �Zetirement 5ystem or �e eligible for any other City
benefit.
PREVIWRGE-Consuttin};.and�Prcafissiona�.I:Strvices�Conlract ����p� 3
Rcv,.Q8f2�� ��
E. No provision of this Contract is intended tc�,c�r shall be ft�r the�enefit�f,or construec�
to create rights in, or�rant remedies to;any person or enfiity not a�pa��ty heretc�;
I'. No portion of the wark or services to be perfc�rmed under this �c�ntract shall be
assi�ned, tratisferred, con:veyed or subcc�ntr�ct�d �v�t�7c�ut the pricrr written approval
of Cit�. Consultant may use the serr�ices of independent contractors and
s�zbcontractc�rs tc� perfarm a pc�rtic�n c�f its �btigati�ns under this C�ntract with the
prior writt�n approval of�ity. Independent contractc,rs and subcc��tractors shall be
prc�vided �ith a cc�py c�f this C�ntract and Cc�nsultant shall have an affirmativ� dcxty
to assure thafi said independent contr�ctc�rs and subcontractt�rs cotnply with the same
and agree tc� be b�und by its terms. Coi�sultant shali be the respons�ble party �ith
respect tc� all acti�ns of its i�c�ependent cor�tractors and subcc�ntractors, �nd shall
c�btain such inscuanc� and indemnity prc�visians frc�m its contractors and
srabccrntractc�rs as City's Risk Mana�er shaCl determine to be �ecessary.
G. Cc►nsultant, at s�ich times an.d in such form as City may require, shali furnish Cxt�
with such periodic r�ports as it tnay request pertaining ta the �vc�rk ar s�rvices
undertaken pursuant to this C�r�tr�ct, the co�ts c�� obligations incuz�red �r to be
incurred in c�nnectiQn therewith, and any other rnatters cc�vered by this Contract.
H. Consultar�t shall m�intain accounts a�nd r�cc�rds, includis�g p�rsannel, prt�perty and
fin���ial recc,rds; adequate to i�ientify and ac�ount for alI costs pertaining tc� this
Contract and such�ther recorcls a�may be dee�med�xecessary by City t4 asst�re proper
accountin� far all plo�ect funds. These reccsrds shall be made available fc�r ac�dit
purpc�se� tc� state and federal authc�rities, nr any a�tt�c�rized re�resen�atiiv� of �ity.
Cc�nsultant shall retain such records for three (3) years after the �xpiratic�n of this
Contract, unless pric��°permissir��to de�trc�y t�em is �ranted by City.
�. �c�nsultant shall perf�rm aI1 services required pursuant to this Cc�ntract in the manr�er
and�ccording ta �h�standards observed by a cc�rnpetent practitioner c�f Cc�nsulta�t's
prafession. All products of vvhatsc�e�er nature which �c�nsul�ant cielivers to �ity
�ursuant to this C�ntract shall be prepared in a professic�r�al tnanner and cc�nform to
the standards c��quality normally c�bserved by a persc�n practrcing th� prafessicrn of
Consultant and �ts agents, empl�yees and subcontract�r� a�si�ned tc� perf�rn� the
services c�ntemplat�� by this C�ntract.,
J. A�1 completed re�arts and othe� data �r dt�cumen�s, or computer media including
diskettes, and vther rnaterials pi•ovic�e�l c�r prepared by Cc�nsult�nt in accordance with
this Cc�ntra�t ar� the property c�f City, ar�d may lae used by City: City �ha11 have alI
intell�ctual property ri�hts including, but�t�t Iimited to, cc�pyright and.patent ri�hts,
ir�sa�d docurr�ents,cc�rnputer media,and other tnaterials�rovided by Consultant. City
shali r�tease,defen�, indernnify and hold har�I�ss Consultant frorn alI clairns, costs,
expenses, darnag� ar liability arising �ut crf c�x resulting from City's use or
mc�dification of any�•eports, data, doeuments, drawings, specificatic�ns or c�ther work
product prepared by Cansultant,except for use by City orz tht�se portions ofthe City's
prc�ject for which such items were prepared.
PREV\WAGE-Consultin�.and Prpfessionnl Services'Contraci� �1.���. �
Rev..08l2:7
�, Cc�nsultant, including its emplc�yees, ag�nts, and subct�nsultants, shall nat rnair�tain
ar acquire any dire�t c�r indirect intere�t that cc�nflicts with th� p�rfr�rma�ce �f t��is
Ct�ntract. C�nsiilt�r�t s��ll cc�rriply �vith a.11 re�uirements of th� Pc�litical Ref�rm Ack
(Gc�vernrnent Ct�de � �104 et seq.} �nd other la�vs r�latin� to c�nfli�ts s�f interest
including the fc�llo�ving: 1 j Consultant shali nc�t rn�ke or p�rticipate in a decisic��
rnad� by City if it is reasonably foreseeable that the decision may have a material
effect �n Cc�nsultant's ec�nornic interest, anc� 2) if rec���ired by the City Attt�rney,
Consultant s1aa�I �ile financial disclosure fc�rms wit�the City�lerlc,
���"I'I l'� 5. II�T��.T ���
A. Unless mc�dif ed in writing by Gity",� Risk Manager, Cc�nsultant �hai1 nnaintain t1�e
foliowing nc�ted insurance during the duratio� c�f the C�ntract:
��o������� �.�c�c�ar°�d i�o���a�uir�ct
�a�r,anez°ci�l�e��ral�yabi�it� � _
�a��pa°�ta�rasflv� 'Veh��i���:�bfi�a� �
o�°k��s' �c�r�pe�sa#iom as�d ��npla��er�' C..�abile°ty X
I��a#'�ss�or����e���is8y{�a��ors ��d CDa�iss�oras) �
(Pl,ace�n"x"in the appropriate box)
B. Cc�verage shall be at le�st as broad as;
1. �nsura�ce �ervices C7ffice ft�rm number C�-�}f}01, Gommercial General
Liability Insura.nce,in ar�amo��nt i�c�t less than�l,(?�0,4�{}per occurrence and
$2,t�{?0�000 general �ggregate for bodiSy injury, persc�nal injury and property
damage;
2: Insurar�ce 5ervices fl�`fice fc�rrr�nun�ber�A-40U1 {Ed. 1/$?),Comprehertsx�ve
Autc�mabile Liability Insurance, which provid�s for tc�tal limits of nc�t less
th�n $1,�00,�1U0 c�mbined srngle lirnits per accident applicable to all own�d,
nan-owned a:nd hired vei�icles;
3: Statutt�ry Wvrkers' C�mpensatit���requ�red by the Labvr Cc�de ofthe State of
Californ�a and Employ�rs' Liability Insurance in an amount not less than
$I,���,OOU per occurrence:B�ath the Workers' Cc�rrzp�nsatian anct Emplc�yers'
Liability pc�Iicies shall cc�ntain the insizrer's waiver of subrc�gati�r�in favc�r of
City, its eleeted t�f�cials, officers, empioyees, a�ents and volunt�ers;
4. PrQfessi�nal Liability (E7�ors and Omissi�ns) �surance, a�r�ropriate to
Consultartt's professitan, a�ainst It�ss due to errc�r or c�missit�n ot:rnalpractice
in an arnount nc�t iess tha� $I,O�O,U{�0.
PItEVWr1G5-GonsulNnganci�Frofessional Servuces�Contract F.l�p� �C
Har.,09127 �
5. The City dt�es not accept insurance certificates or enc�orsements with the
wc�rding "but c�nly in the event of a rtamec� insured's sole negligence"or any
crther verbiage lzmitin�the znsured's insuran�e r�spc�r�sibility,
C: Any deductibles or self-insured retentions must be de�Iared tc� �nd apprc�v�d by City.
,�1t the€�ptic�n ofth�City,eit�ier: th�insurer shall reduce ar eli�nin�te stach deductibles
or self-insui-ed retentians �s respects the City; its elected officials, c�fficers,
empl�yees, agents and vc�lunteers; or the Consc�l�a�t shall prc�cure a bo�d
guaranteeing�ayrnent of Ic�sses and related investigatic�n�, claims adrni�istratian�nd
defense expenses:
I�> The C�eneral Liability shall contain c�r be endorsed tfl �ontain the foll�wing
prc�visions:
1, �ity,its elected c�fficials,c�fficers, employees, and agents are tc� be covez•ed as
additional insured as respects lia}�ility arisin� t�ut of wc�r� �r operati�ns
perfc�rmed by or on behalf of��nsultant; premises ow��d, �eased c�r used by
Ct�nsultant; c�r autolr�obiles owned, leased, hired c�r borrawed by Consult�nt.
The covera�e shall ct�nt�in no special limitations t�n the scope of pr�tectican
affo�ded tt� City, its elected t��`�ciais, officers; employees, a�ents and
�olunteers.
2. The insurance ct�vera�e c�f Consultant shall 6e�rrimary insurance ��t�espect�
City, its elected �fficia�s, c�fficers, emplQyees, agents �nd vc�lunteers: Any
insurance or self-insurance maintained by �ity, its eie�ted cafficials, afficers,
employees, a�ents and volunteers, shall be in excess c�f Ccrnsuitant's
insurance and shall nc�t contribute with it.
3, Cavera�e shail stat�tha��he insuxance of Ct�nsultant shall apply sep�rately to
cach insured against wham claim is made r�r suit is brought, except urith
res�sect tc�the limits af the insurer's liability.
'�: Each insurance pc�li�;y required by this Cc�ntract sha11 be endarsed to state that
caverage shall not be c�nceled except after thirty (3C►) calendat days' pric+r
written nc�tic� has be�n given �o City. In additic�n; Cc,nsr�ltant agrees t�at it
shall not reduce its coverage c�r lirnits Qn any stich policy except after thirty
(30} calendar days' �rric�r written natice has been given to Czty.
E. Insurance is ta be placed with insurers with a �urrent A.M:Best's rating of no lcss
than r'�-VIT.
F. Cc�nsultiant shall designate the City �f Redding; 777 Cypress Avenue, Redd'zng, CA
96001 as a Certificate Holder c�f the insurance. Consultant shall furzush City with
certific�tes of insurance and �riginal enclorsements effecting the caverages required
by this clause. C�rtificates and enclorsements sha11 be subrn.itted electronically via the
PII`�S Ad�rantage system. � link will be presvided fdr the �onsultant, or their
PR:EVWAGE•Consultiny and PraCessiona(�Sern¢es Contract� �k��� �
Rev;�08121. �
insurance agent, tc� �ntex� and upload documents directly to 1'INS �dvantage, The
certi�cates and endcarsements for eac� insurance policy ar�to be si�ned by a persc�n
authc�rized by the ins�.irer to bind cov�ra�e r�n its behal£ Al1 e��dc�rsernents are to be
received and apprt�ved in �'TNS Advantage by the City's Risk Man�ge� �z��or ta the
cc�mrnericement of cc�ntracted s�rvices. City may withhold paymei7ts ta�onsultant if
adeq��ate certificates c�f i��sura.�ce and endorsements required have nat been submitted
as d�scribed abc�ve c�r provided in a timeiy rrlanne��. .
G. The requirements as to the ty�aes and lirnits of insurar�ce c�ve�ag� tc� be maintained
by Cran�ultant as rec�uired by Section 5 of this Contract, and an:y apprc�val of said
insrtrance by City, are nc�t intended to and will nt�t in an�rnann�r limit c���qualify the
liabilities and abligations�ther�vise�ssumed by�onsultant prarsu�nt to this Contract,
including, witl�aut linnitatit�n,provisit�ns conce�•ning indemnification.
H. I�`�y pt�lrcy af insurance requir�d by this 5ecfion is a"claims tn�de'"palicy,pui suant
tr� Cade of Civil Pr�cedur� § 342 and Gt�ver�:tnent Cc�de § 94�5,6; Consultant sl�a1l
l�eep said insurance in effect fc�r�perit�d of eighteer�(1$)rnonths after the te�•minatic�n
of this �ontract.
I. If any damage, incl�zdin� cleath, persor�al injur}� or pro�terky �amage; occ�crs in
connection r�itl� the perforrnance of this C�ntract, Cc�nsultant shall imrnedi�tely
nt�tify City's Risk Nlanager b� te�ephone at {530} 2�5-4t368. No I�ter than tl�ree (3)
c�lendar days a�fier the ev�nt, C€�nsultant shall submit a written��part�c� City's Risk
l�Ia�aager containing th�fallc�wing infcarrnatic�n, as ap�licabl�: 1)name and address c�f
injured c�r deeeased persc�n(s);2)name and address c�fwitnesses] 3)name and address
of Gonsultant's insurance company; and 4} a detailed d�scriptic�m af t1�e dam�ge and
whether any City property was in�olved.
���'I'�(�T�6. �I�T � l�I�'I��T� I� �I�T I.r � ����
A. Consistent with Galifomia Civrl Code � 27�2.8, �when the servic�s t�a Y�e provided
under this Gontr�ct are design p�ofessic�n�l services �u be perf�rrned by a design
prc�fessional, as that term is defined under Secti�►n 2782.�, �t�nsultai�t shall, tcr the
fullest e�tent permitted by 1aw, indemnify pratect, defend �nd hold harrr�tess, City>
its electec!officials, c�f�cers,emplc�yees,and�gents,and each and every one c�fthem,
from and against a�� actit�ns, d�mages, cc�sts,, liability, cla�ms, �c�sses, penalties and
expenses (includii�g, but nc�t limited ts�, reasonable attorney's fees of the City
Attorney or legal counsel retaineci by City, expert fees, litigatic�n costs, and
investi�;ation costs�of every type and des�riptit�n to which�ny c�r all c�f th�m may be
subjected by reason of, c�r �esulting fran3, dir�ctly or indixectly, the negli�ence,
recklessness, or willful rniscondctct of Cansultar�t, its officers, emplc�yees or agents
in the perfc�rmance of professicrnal se�vices�.uider this Cor�tract, except wlhen liability
arises due tt� t11e sole neglrgence, active neg�igence or rniscc�nduct of the City,
B. Uther than �n th� p�rfarmance of professi�n�1 services by a design prafessional�
which is�ddressed solely by subdivisican{A) c�f this 5ection, anci tc�the fuilest�xtent
I'RE.VtYACL-Cc�nsul�ing and�Profr:ss�onni Services Contract� �3�or� �
Rev 08/?l� �
permittec�by law,C�nsultant shall indemnify protect,defend and hcsld harmless, City,
i�s elected officials, �fficers, e��playees, and agents,and eac�an� every�ne o�tl�er�a;
from �nd against all actic��s, darnages, costs, liability, �lai��ns, losses; penalties and
expenses (including, but not limited t�a, reasonabl� attc�rney's f�es of the City
Attorney c��- legal cc�unsel retained �� City, ex�ert fees, litigatic�n c�sts, a��d
inv�stibatian cc�sts)�f every type and descriptic�n to which any c�r all of them may be
�tibjected by r�ason c�f the performan�e of the services rec�uired under this �ontract
by Cons�altant fts offic�rs, e�nployees c�r a�ents zn the performance of professior�ai
services under this Contract, e�ccept when li��ility arises due tc� the sc�le z�egligence,
active negligence c�r rniscondc�ct of the City.
C. The Ccansult�r�t's �bligation tt� defend, indemnify and hold harmless sh�ll nc�fi be
�xcused becaitse c�f the C�ansuit�nt's ina�iiiity to eva�uate liability. The Consultant
shall respt�nd wit�iin thirty (3fl) calendar days tt� the tender of a.i�y c1�im fflr def�nse
ar�d �ndemnity by the City, can�ess this time has be�n extended in writing by tl�e City.
�f'ihe Cailsultant fails to accept or reject a tender of defens��nc� indemnity in w�iti��g
deliveTed tc� Cit;y �ithin thirty (30) calendar days, in additic�r� ta any c�th�r remedy
alathc�rized l�y 1aw, ihe City may withhold such fiznds the City rea,sc�nably co�sid�s�s
necessary fcsr its defense and indernniiy u�til dispc�sitian I7as b��n rnade t�F the clairn
ar cintil �he Consu�tant accepts ��rejects the tenc�er�fdeiense in writi�g clelivere� tc�
the City, �+rhichever�ccurs first. This subdi�risior�shall not b�construed to excuse the
prc�mpt and continued perforrnance c�f the duties rec�uired o:f Cc�nsult�nt herein.
D. Tl�� c�bligation to intlemnifY, prcatect, defend, and �c��cl ��.rmless s�t fc�rth in this
Section applies to all claims a�d liability re�ardless c�f`urhether any insurance pt>licies
are applicable: The �c�licy lirnits of s�id insurance pc�licies d€� n.at act,as a Iiznitatir�n
upon the amaunt c�f indemnification to be provXt�ed by Ct�ntractc�r.
E. �ity shall hav� the rigl�t to approve or disappr€�ve the legal counsel retained by
Consultant pursua�t tc� this Section t� represent City's interests. City shall be
reimbursed for all ct�sts and attt��•ney's fees incur�red by Citv i�� enforcin� the
obligations set fc�rth in this aectic�n.
S��'TI l� 7. � l�'�' �"�I1�dT� �'�'TTCD�d ���iT� �l�i ��'�' �3�'����
�1. This Contract;shall be deemecl ta I�ave been et�t�reci intc� in Redding, Californi�; A11
questic�ns regardin�the validity, interpretatic�n csr�erforrrr�ance of any of its terms t�r
c�f any rights ar abligatic�ns of the �aarties tc� this Cc�ntract shall be governed by
Californi� law: If any claim, at law or atherwis�, is macle by eitl�er party t� this
Contract; the pre�ailing party sha11 be entitled ta its costs and reasanable attorneys'
fees.
B= This dcrcument; including a11 e�hibits, cc�ntains the entire agreement between th�
parties ar�d supersedes wha�ever c�ral or writ�en understanding each may have l�ad
pri�r tc�the executifln of this Cc�ntract. This Contr��t sha�l not be altered;amended€�r
modified except by a o�rriting sxgned by�ity and Consul�ant. Nc�verbal agreement or
PRLVW�IG6-Cnnsulting�and['�.rofessianal��Scrvices�Contract�� ����. �.
l�ev Q81�3
canversatian with any cafficial, officer, agent ar e�pla�ee of City, either be�'ore,
d�.xring or aft�r the executicsn c�f this Cc�ntrac�, shall affect c�r modif�any c�f the terms
c�r condzti�ns contait�ed in this Contract, ncar sl�all az�y suc� vea•bal agreeme�lt ar
conversati�n ent�tle Cansultant tc� any ad�iitional pa�yrrient wh�tso�ver under the
tertns of this �ontract.
C. Na covenant or conditic�n to be performed �y Ct�rlsultant under tt�is G�ntract can be
waiv�ci except by the written con�ent of City, Fc�rbearance c�r indulgence �y City in
any regard wl��tst�ever sha11 nc5t constitute a waiv�� �f the cc�venant c�r ct�ndition in
questic�n. Until performance by Cc�nsult�nt ra�s�id cc�venant or condition is cornplete5
City shall be entitted to invoke at�y retnedy available tc� City uz�de� this +�t�ntract car
by law�r in et�uity despite said fc�rbearar�ce or indulgen�e�
D. If any portion of this Cc�ntr�ct or the applicatic��x therecrf tc�ar�y persar�or circums���ce
shall be invaiid crr unenforceable to an� extent; the remaind�r of this Contract sh�ll
not be affe�ted thereby and shall be er�for�ed tc� the �reatest extent perrnitt�d by law.
E. The headings in t�is Contract are inserted fi�r cranvenr�nce c��aly ant� shal� not
canstitute a part hereof. A �vaiver of any party of any provision or a breach of thi�
Cc>ntra�t rr��ast be provided in r�vritin�, and shall not be ccsnstrued as a waiv�r t�f any
c�ther provisic�n c�r any succ�eding lare�c�1 ofthe same or any c�ther provisic�ns herein.
F. Ea�h F'arty hereto declares and represents that in en��rin; ir�tc� this �ontract, it llas
reliec� and is relying sc�lely up�n its c�wn jud��nent; belief �nd l�nc�wledge of the
nature, extent, �ffect and cc�x�as�quence relatirtg ther�to, Each Party further decl�res
ar�� represents that this Contract is rriade without relian�e upon any statement c�r
�•ep1•�sentatit�n not c�ntained herein of�ny c�th�r Party c�r any representative, agent c�r
attc�rney c�f the crther lPa�ty. The Parties agree that they are aware that they haVe th�
right tc� be advised by counsel with respect tc� the negotiatians, tenns, and cqnditians
c�f thzs Ct�ntr�ct and that the decisic�n csf whether c�r nat tc� s���C the advic� c�f counsel
with respect to this Contr�ct is a decisic�n which is the sole responsilaility c�f each �f
the Parties. Acco�din�1�, n� part;y shall be deemed tc� h�ve been the drafte�� h�reaf,
and tl�e principle af law set forth in Civil Code � 1654 that contracts are const��ued
against the draf'ter shail not apply.
PIiEVWAGE-Consiiltin�.andProFessional�SzrvicesContract ����a (��
Rev Q8/�7
G. Eacl� c�f the Pac-ties hereta hereby ir�evocab3y�vaives any and aI[ right to trial by jury
in az�y action, prc�ceeding, claim or cc��nterclaim, whether in cc�ntract or tort; at law
or in equity,�rrsing out of or in arly way related to thi�A�reem�nt or the tra�sactions
crantemplated hereby. Eac�l �'arty further wa�ves any right tc� consalidafie any acticrn
�vhickz a jury trial has been waived wit�1 any c�ther action in�vhich a jury trial cannc�t
be az has nat b��i� waived.
�-I. In the event c�fa cc�nflict between the term and ct�nditions af the bc�dy c�fthis�ontract
and tl�t�se af any exhi6it c�r attachment heretc�, the terms and e�nditions set fc�rth in
the body of this Contract pro�er sha11 prevail. In the e�rent c�f a confli�t betwe�n the
tern�s and conditic�ns c�f any twa c�r mog�e exhibits �r attac ents hereta, tha�e
pre�ar�d by City shall prevai� over those prepared by Consuttant.
���'I'I���: �LT �"I��I.
The prov�sior�s set f�rth in Sections 3 thrc�ugh 7, inclusive, of this �ontra�t shall survive
terminatic�n��the C�ntract.
����'IC�1V 9. � ��.,�t���� �'T'�' I.,r� �- l� �" I�� �l`��'TI t�
A. +Con�irltant shall cr�mply with all applicable laws, ordinances and codes c�#'federal,
state and Ic�c�l governments,
B. In th� p�rformance c�f th�s Contract, Gc�nsultant sh�l1 nt�t discriminate again�t any
empl�yee or ap�licant far employment heca:use �f race, calar, ancestry, �ational
c�rigin, relibitat�s creed, sex;s�xual orienfation,disab�lity, ag�, anarztal status,pt�litical
af�liatic�n, c�r r��emberst�ip �r nanrnembersh�p in any �rganizatic�n. Cc�nsultant shall
take affrmative actimn tc� ensure applicants are em�loyed and that em�loyees are
tr�a�ed during their employment withvut rega�d tc�their raee; ccslor, a��cestry,natic�nal
origrn, religiot��cre�d, sex,sexual orientatit�n, disa6ility, age,m�rital status,palitical
affiliatian, t�r rnem�ersh�p c�r nc�nmembership in an�organiza�ion, Stizci�actions �hall
include, but not 1�e Iim�te�l to, thc> fallc�win�: emp[c�yment, up�rading, demotit�n or
transfer, recruitment crr recru'rtmer�t advertising;layt�ff c�r terminatic�n, rates �f pay or
�ther fc�rms af cc�m�rensation and selectic�n for�°aining.
���'TIC��I'lU. � S�I�°Tr�"����5�
A. �ity's representative for this Contract is I�ick V�scc�z�ti, email
a��rasc�����ti'`iz,�,c;i������r�sw�iii����.�,����, telephone number (53�) �25-45�2�, ce11 nu�nber {53{})
�04-5082. AlI c�f Consultant's q�aestic�ns pertainir�g to this Contract sha1l be re;Ferred
tc�the �brave-named persc�n, or to the representative"s designee.
�. Cc�nsultant's representative fc�r this Contract is Sh�wn Wade email
sotif��.1�(cl �cer;���ine���i��;�.�i� telejphc�r�� number (530) 244-02��;0. All of City,s
questions pertaining tt� this�c�ntract shall be referred to the abc�ve-named perscrn.
C. The representatives set fc�rth herein sha11 have authorzty tc� �ive all notices required
F'.IdEV4YAGE-Conaulqi�b:and�Professiona.:1 Services Contrnct. �'f.�b��.��
Etcv�,08l�J �
l�erein.
�E�'I`ICJ� �1. i�t�'�'I�E�
A. A11 r�otices,rec�uests, demands and cather co�munications hez�etulder shali be deemed
given�nly if in writin�signed by an aut��t�i�ed r�pr�sentative c�f the sender(may be
�ther than the representatives referred tt� in Sectic�n l�) and delivered by facsimile,
with a hard capy mai�ed first class, pastage prepaid; or when sent by � courier c�r an
express service guaranteeing overnight delivery tn the r�ceivi�g}�a�ky, addressed tc�
the respective parties as follows.
'�"� �a�.y: 'I'a ���s�a����t.
I�ic1c Vis�on�i, Canstruction Manager Sha:wn Wade, S.E.
Engir�eerin�l7ivision PACE Engxneering
7'7"� CYp��ess Aven��� 51�5 Venttar� Parkway
�.�C�f�tl7l�, �f� �����-���� ��C�C�1T1�,, �;� �����i
B. Either party may change �ts addre�s �'�r the p�,u4poses c�f thi� paragraph by giving
written natic�c�f such chanbe to th�c�th�r party�n the mar3ner pravided�n this Sectic�z�.
C. Notice sh�ll be deemed effective u�ron. l�personal service;2)t�va cale�dar days�fter
mailin� ar transmissiar� by facsimile, whichever is �arlier.
���'T�t�1�1 12. r�tJ'I' ��T'� �C I� ��'
A. Each of the u��dersigned signatc�ries hereby repres�nts and warrants that they are
authc�rized tc�txecute this�c�n�ract on behalf of the respective parti�s ta this Contract;
that the� have fuil ri�ht, p�wer andl i�wfi71 a�,tthority to undertake ali t�bligatic�ns �s
�rovided in this �+antract; and tl�at the �xecution, p�rfc�rmance and d�livery of this
Cc�ntract by said sigz�atories �as been fully authorized by alI requisite actic�ns an the
part of the respective parties to this Cc��tz•aet.
B. �Vhen t�e Mayc�r is �ignatory tc� this Contract, the City Mana�er and/ar t�e
Department D�rector having direct responsibility�or rnanagin�the services pr�vided
herein shall h�ve authority tc� exe�ute any arnendm�nt tc� this Cc+ntract tivhich daes
not increase the am�unt crf compensatic�n allowable to +Cc�nsultant c�r �therwise
substanti�Ily change thc scc�pe af the services pro�ided herein.
����I P� 13. �iT� F` � �'�" �`T
T�e date of this Contract shall be the date it is signed by City,
PR,EVW,�GE-Cansul�in};.and['rpfesxional�Servicrs Cantract. �ag�.l.�.
aev oaiz�
I1�I I'�T����� E �'a City and Consuttant have executed this Cc�ntract on the days and year
set fog-th bei�w:
�I'T� �' Il��l�
�. a������t�����°pc�ra#���
I��t�s�, , ��
�: ��� ICJ�t1�S, ��
�'I"�'��'�'a ��'P'I� �� �� T �' ,
� S'�X�� . ��.J '�'I�
�i�y�tt€�a���y
� � ��� �'IP`�' �, �'��y �l�a�� �y,
� l�`SI7I.�'T��'T
�����r�g�r����-an�
�t�d: ��,��� ,20�:� ��
�,. ��.�°
�p��� ��t ��'T�d�as����a� ���f����1�1c�.:�_. �����
`r'�� Z ��a.: �� ,9.�� �, .� �����°��
PftEV6VAGE-fonsWting�nd�tofessionni�Services Contract. 17���i�
Rev:OH7'3 . .
E7(i�l�l��
���r�����t��a�� ���.1���rj
���v�t�t,�ra����c�������s'ar���.s��v'��s�c��v�����
F'�C��rt�i�eerin�, tnc.(PAa�E)
�ca�pe c����rvic�s fi+�r
Co�s�ructie�n i�a�a�err��nt��nrw��s�+�r��e
Ft�ddin�El�ctr�c U�ility Pcs��r Pl�r�t a�nt�na�►ce Q�fi���uildin�Pres����
t��C?1E{7 L?ES��IlP�IU�U
The praject specifics are as fr�llc�ws:
�.+�c��i�r� Redding, C,A
F�cilitylWarne Pcawer Plant Maintenance€7ffic�
�2�ew1'r����p� (��ice
��n�rat Prs�vic}e cc�nstructian management, resident engineering, and inspectic�n services f�ar the
�r�aj�ct con�tructit�n c�f the new office buildirag as�utlined in the Request far Prcrpt�sal {RFP) Schedule
C31b��c�iv�s i�urt7ber5622.�
�����
�ricsr fics Corss�ru�tit�n
1. Fiie Review,
�. Review all praject fil�s.
2. 5�h�duCe Review;
a. Gc�nstru�tion sehedule�riU be provid'ed by the Canstrucfiian Contractor(Contractor). PACE will
revie�r, camment,and supplement as neeessary.
3, Pr�ccanstructican Cc�nferen�e:
a. Prepar�e a�enda ir� ct�nsultatic�n v+✓ith Ciient.
b. Cc�nduct pre�c�nstruction cc�nfer�nce�ith�lient, Contractor, arrd 5ubc€�ntractors.
t�uring�o�sstr�action
4: Construction Nleetings.
a. Cc�nduct regulariy sche�uled cc�nstructicsr�status meetings tc� review prt�ject schedule, pc�tential
ch;�nge c�rders, prcrgress p�yments, a�d future rnaterial testing needs;
b. Facilitate decision making and discuss issues th�t have the pcatential t�f adversely affectin�th�
project budget, schedule, c�r product.
c: Prepare meeting agenda and rroinutes in cc�nsultation with Client.
S. C+�c�rdin�tican;
a. Cc�c�rdina�e administrative, inspectic�n, and testing activities of the cc�nstructian.
6. Cantract Clcrcuments:
a. Int�r�ret the intent c�f the Dra�rin�s and Specifications in conjunctiorr with the [�esign Team.
7: Labor Cc�mpliance:
a. Perfcrrm labttr cc�m�liance t�sks, including verifying certified payrc�llsk Sub��rnfiraetc�r and
appr�r�tice utilizatic�n, and labc�r interviews;
Exhibit,�—Sca�pe of S�rvices City of Redding,GA
P�CE �n�ineerin�, Inc: Cc�r�structicsn lViana�ement fc�r the Fteddin��lectri�Utility Power
Plant Maintenance O�fiice Building Praject
9/16/25
-I-
8, Progress Reports:
a. Prepare monthly pro�ress reports and submit tc� the Client.
b. The prc�gress repc�rts wtill address the pro�r�ss t�f th�wcsrk;th� prtaject schedule�
inf�rrnation/decisions required to maintain the s�hedule and ecamplete deliverables;prc�blems
encc�untered that may affect the schedule c�r budget; and anticipated upcaming work and will
ccrntain photc�graphs.
9, Gc�ntractor lnq�tiries:
a, fteview RFIs from the Gc�ntractor fc�r compliance with the Qra�uings, Specificatians and Client
procedur�s prior tc� issuing ta the L7esign Team and�lient.
1C�. Contract Chang�C�rders:
a. R�vi�w and prepare change orders in campli�nce with the S�aecifiicatit�ns and Glient procedures
fc�r Client's appr�v�l.
11, Progress payments;
a, Review and apprc�ve C+�ntractc�r's initial schedule c�f values.
b. Ft�ccancil��nd dc�cument items of work ir�cc�mpliance with th�Specificatic��s�nd prepare
monthly prc�gress payments in ccsmpliance with Client prc�c�dures fc�r Ckie�t's appr�val.
12. Prt�ject S�l�edule;
a. �11c�nitc�r and review Contractar`s scheduie f�rr cc�mpliance with the Specifwc�tit�ns and permit
requirements-.
13�. I�rc�ject�udg�t:
�. Manitrrr�nd r�view prc�je�t expenditure�, trac�earned value, fc�recast prc�ject crasts, and
deveiop�tr�te�ies tc�keep project within budg�t.
14, Ccantractar Prcapc�sais:
a. �vaivate Cc�ntraet�r's cost-r�ducticsn prr�p�sa#s and pr�vide reeommendatians tc�the Client.
15. Utility Ctaor�iination;
a: Co�rc{inate with the�ppropriate utility companies fc�r wark th�t af�ect� its sp�cific utility.
16. Shcap Dr�v�rings:
a: Revievu Shap �ra+nrings and fit�eir cornpliance with the C�rawings and Specifications prior tt�
issu'ing tca the i�esign�'e�m anci Client,
27. Prc��ect Submitt�ls;
a. Review project submitta)s ar�d their cc�mpliance with the C)rawin�s�nd 5pecifica�itrrrs pric�r tc�
issuing t�a#he [�esign Team and Client.
18. Materials 1`esting;
a. C�+�rdinate and �upervise a►1 required sp�cial inspection and testing as indieated in tt�e Dravvings
arrd 5pecifications and City of Redding special in�pe�tions form.
��, �U!'V��i�l�:
a: Prc�vide review of Cc�ntracfior's constructic�n staking requests {if applicable}to ensure adequacy
and accuracy.
b: Surveying/cc�nstruction staking is the resp�nsi�aility af the Ccantractor; ho�ve�er,P�CE wri11
cabserve the surv�yin�wc�r�, c�c�rdinate with the survey wc�ck performed durin�cfesign, and help
resolve any issues.
2€�, Cc�nstruction Inspection:
a. Prc��ride daily insp�ctic�n c�f the cc�nstructian �nd the Contractc�r's oper�tions as required based
c�n the cc�nstructit�n activitees tf�at are takin�place. �lc�t ali aGtivities will require fuil-time on-site
inspection;hcawever, PAC�tnrill prc�vide the quality as�urance and cc�ord'rnatiar� required here%n.
E�hibit A—Scape a�f Servic�s City�f Redding, GA
PACE En�ineering, Inc; Ct�nstructi�rn�Jianagement for the Redding Electric Utility Pc�wer
Plant Maintenance t�ffice Burlding Project
9/16f25
_2-
b. It is anticipated th�t ecartstruction will take p�ace over 52�reeks, and this Scope of Serv}ces is
based t�n the folls�wing:
i: 34t1 hcsurs f�r a construction vbserver;
ii. 78CY hc�ur$fc�r a resident engine�r.
c. We anticipate utilizin�a cc�nsfructican c�bserver during the fc�llowing construction activities:
i. 5ite grading.
ii. Trenching, installatir�n, and bac�filtin�caf ali undergrt�und uti&ities.
iii. Pavement insta4latic�n.
iv. Cc�r�crete installat�an.
d. Co+�rdinate with speci�l inspeetors, Building Department inspecticaras,and �esign Team.
Scheduling of�uilding t�epartment anspectic�ns will ks� ha�dled by the�c�ntractor.
21. Test C�ata:
a. Review and rnake recomrrx�ndations c�n rnanufacturers' shop ox mi!!tests(or reports frc�rrt
independent testing I�boratc�ries� rel�#ive Cr�materials,equipment, performance ratings, and
ct�ncrete data �s necessary ta ensure conformance writh the praject Specific�tiQns.
22. Traffic Cantrafi:
a. Traffic control fs not antici�ated fc�r this pr+�ject as it is all cant�ined in the Pcrwer Plarrt site.
�. Cocsrdinatican with Ftedding Electric Utility s#aff�viCl be required durin�certain construction
�ctiuities.
�3. Safety;
a. In accardanee with generaily accepted constructic�n practices, the Cr�ntractor ancl Ccanstructic�n
5ubc€�ntractors will be required tc�assume sc�#e and eomp(ete respc�nsibili�y forjcrb site
ce�nditions durin�th�course af c€�nstruction of the prc�ject, inciuding safety c�f all persc�ns and
prc�p�rfiy�ncl this requirement shai!apply ct�ntinuctusly and rrc�t be limited to normal'working
hcaurs. The presence c�r duties ofi PACE`� personne#at a construction site;whether as crn-site
repr�serrtatives r�r c�therwise,dc, nt�t make PACE c�r PACE's persc�nnel in any�ay respcsnsib(e for
those duti�s that beieang to Reddin�EE�ctrac Ut�4ity andJr�r the Ce�niraet�r(s} t�e ather entities and
do not relieve the Cc�ntractc,r{s) t�r�ny crther entity c,f the`rr c�bli�atic�ns;duti�s,and'
respcansib'ilities, including hut ncrt Itmited t�r all cc�ns�ructi�n methc�ds, means, techniques,
sequ�ences, s�r pr�cedures necessary fc�r performin�,superintending, or coc�rdin�ting anc�
ccample�ing all portion�c�f the construction work in accordance�rith the ccsnstructi�n Contract
D�cuments and any he�lth t�r safety r�equirements of any regui�t�ry agency t�r state law.
b. The pres�nce of PACf°s per�sc�nne! at a constructian site is fc�r the purpose af providing the Cl9ent
a great�r degree csf cc�nfidence that the csampleted wt�rk wiN ccanfc�rm �enerally tc�the�ontract
E�ocuments and'that the irate�rity of the d�sign concept�s re#I�cted it�the Cantract C�ocuments
has beer� irnplemer�ted ar�d preserved by the Cc�rstracttsr, P,A�� neither�;uar�ntees t�e
p�rformance o�Contr�ctc�r nor assumes respc�nsibility for Cantractor's failure tc� perfarm th�ir
wc�r� in �eccrrdance v�ith Contract C�ocuments,
e, P,ACE +�ill repart ail�ccidents, including prc�per�y damage, and nc�tify pr-r�per authr�rities.
24. Environmentak ar�d Permits;
a. IVt�CEQ�permitting wc�rk is included in this Scope cif Services.The project is categc�ricaGY
ex�mpt, �nd fP�e CEQA permitting pr�acess has �een cc�nducted by the Cleent.
Exhib��A—5�c��e c��Servic�s C1ty af Reddin�,GA
PACE Engin�ering, Inc. Cc�nstruction Mana�ement fc,r the Redt�in�Electric Utility Pow�r
Plant Mainten�nee(7ffice Building Project
9J�6f25
-3-
b. Buildin� permit c�aordinaticrn is the responsibility Qf the Gor�tractar; however, PACE will
faciiitateJc�ardin�te the process and prcrvide deferred submittal information as required tc�
cc�mply vvith �uildin� Dep�rtment requirements.
25. Claims M�nagement.
a. As indicated in th� RF�, a s�parate task and an allavuanc�of$1�,�(}U has been included in th�
pr�aposed fee tt�analyze, co+�rdinate, arirn`inister, �nd make recc�mmend�ticrns regarding
pr�tential claims submitted by the Contractor.
26. Finat Inspectican;
a. Co€�rciin�te finad �nspeetic�ns fc�r alt c�nstruction and e�nsure Design Team has prcavided the
necessary clo�ec�uC documentation for the Buildin� Departm�nt.
27, C2u�aity Cc�ntrcrl:
a. PACE witl review dc�euments fcrr accuracy�nd compieteaess arrd provide timely submissic�n o€
rneet�ng�rrtes, ccantract ch�nge c�rd�rs, pr�sgress p�yments; labt�r cc�rr�pliar�ce, �nd rept�rts.
�ft�r�ar�s�ructie�r�
�:8. Claim Resc�lutian,
a. As indicated in tl�e RFP,a separate task and an allcawance of$1C7;Ofl0 has been included in the
prc�posed fee ta�nalyze, coordinate; administer,and m�ke recort�mer�datiorrs regarding
pc�tential cfaims submitited by the Ccantr�ct�r»
29. C}r�wing Pv1arkups:
a. T'he Cantractc�r is respt�nsikal�fc�r keeping an updated set of dc�cuments,includin�but nat
limiteci t+� Dr�wings, Specifi�ations, addenda, change c�rders, work change directives,field
c�rders, �nd written interpretatic�ns and clarific�tions as a rec�rd csf th� wt�rk as cc�nstructed
under their ecsntract for cc�nstruction. Under thi�Scc�p�r�f�ervic�s, P�10E wilf keep markups tc�
supplement the Cantractor's records;hc�w�v�r, Record t�rawings are based c�n the Ccanstructic�n
C�ntr�ctor's r�cc�rd of the wc�rk, and PA�CE is nat respc�nsi�le fc�r th��ccuracy or cc�mpleteness
oF the R�cQrd C�r�wings.
3t}. Ccantract �ecc�rds.
a. At the end c�f the prc�ject, PACE wi€i ccrc�rdinate vvith the�c�ntr�ctc�r tt�ensure that�he Client
receiues the necessary cfcasec�ut do�uments.
b. Additic�nally, �li project doeumentatic�n and carrespondence frsam PACE wi11 be submitted
electrcanically via a U��flash drive.
S�6�E[�lJCE
The work described in Exhibit�wiil be campleted in coordinaticsn with the Contraetor's �roject schedule.
PACE wilf exercise diligence in the per��rm�nce caf its servi�es consistent with�his schedufe subject ta the
exerci�e r�f the generally�ccepted standard c�f care fc�r performance c�f such service�. Mc�difications tc�the
schedule m�y be made ta-accc�mmudate changing proje�t demands so lc�ng as they are agr�ed�c�by bc�tl�
parties. PACE will mt�dify the schedule to accaunt for sch�dule delays due tc�influences autside P�CE's cor�tral
and report the mcadified schedul�tt�the ClienC immedi�teiy:
E�hibi��—Sce�pe of Serwice� City csf Redding,CA
PACE Enginee�ing, Inc; Canstructian Mana�emenfi for the Reddir�g Electric lltility Power
Plant Maintenat�ce C?ifice Buildin�Project
�J��1zs
-�-
���11�11`�
c���c���������(c�.'���r}
�Q���L°r��������c����src��,��.s���'��s�c���r����r
P��E�ngir►ee�en�,'r,c. (P��Ea
6�ropcased F���nd �iFlin�R�t��f+�r
�anstruc�i�n kVl�rt���rnent S�rvi��s fc�r�he
R�delrng Ei�ctric Utitity������ta����in�er�ar�e�O�'fic�F3�s€id�n�P�trj�ct
Please find en�losed the foilc�wing:
� Persc�n-Nraur Breakdc�wn and�ansultant Fee Estimate
� Fee Sc#aedule: Rates far Professi�nal Services
� Fee Scheduie� Ftates for Prevailing Wage Professie�naP Services
PACE propc�ses to �rc�vid� the Scape �f 5ervices described in in Exhibi# A far a not-tc�-exceed c�ast af$380,280.
Please nt�te'that the attact��d Persc�n-N�ur Breakdc�wr�and Ct�nsultant Fee Estimate includes a 3l inflation factor
c�n our current 2C1�-5 4abor r�tes to accour►t fcar a maj�rity c�f caur w�rk c�ccurrirsg in 2C�2�f 2027.
E�hibi4�—Pro�c�sed Fee and Billin�R�tes City taf Redding,��
RACE Engineering, E��� Canstrc�ctian Management for the Redding Electric Utili#y p�wer
Planf iVlaint�nance C7ffice Building Project
9/16/25
_1_
_ . . N a0 tV N et" N � N� N ' C7� c�a ' N N �+y` '�.�C7 N ` �CV N �5 i�ii � C���.� O C7 eC� pS�
t*7 O N tC M Gn tt7� t'� 0.'1� t�'S � Cfl
'�'�,'°� +x7 h t'� N C7 h. M IX3 Ch� i`+ �h- ���Q�> .� � "� � C�7:et C�b� C1 � � �.��.
�. �8 y� . "�h *S' °' � N N �9' Gri (9�4i5 .#,��N N..��CV .�#' N N N C]�'�Y' �... {J.t7'i�M] �.
�t;j. a�„ � �:.N�, M..
Cl. � �}
C4�D Ei3��.tA NY .iH !!3 tf}�.Eo'3 €A u4�&%9�H3 W3 tact�tf?tr`3�G9��6*t Ef3�iv9 CFr�9 69�,:� 6fa t�4��H>ER d�9�. e3 6t?�..59 ��
'G7
'j
m
�
� � � �
�
tCS
C
dt
C
�� �
� � �� h'����.CV W � i1�"} � ��,�� �.
tV 'C(
ti.
�
d �
Q. p y�
�" .� � G. �. .
y�" ��. ea.+� 6i �"'� aJ CQ� Cd C? . CS O� C7. ���C? CF f.7 4��.p C.J C'S�.d CS C! � C1�.,�. +e!'�.
� U9 � CV fV. CV CV� CV ��N iV N CV�.pv} N N'N tV N 4»g�� CV N
�: tk �.� Q. SG ..h° . .SC .bC.� Y�. � SC Y �.' .a! S.".�:Y' Y � ..
tf! Vi�� tt! uI. tf}� N US N1 fl5��. Cf} f/F kPi U7 f�
� �. �� iD N�. if5 C6� tIS �t0 N 4t7 {Li� (0 C4��.['0 N iiF.
Wr �' I^ M- h 1- t- F-" W- f^- h- I^ F^ h- f- y-�
� W c c c c c ,c c � �" c c c c c
m � zr -a ro ro � ro �a v ta v �a ta v z+
LU � a� — m a� m ar a� su w a� m ca +v a� aa ,u
� 4 `a e» na � 'a -� ro -o �r v v ro -o �a ga v �o
� � � � � � � � � � � � � � �
!R, y ,� c tn co u'� ec cu" i.s i� %r v ca �s r� ia'ca T� c> c`a i� v
i...� G� c+ w --:a �- � rs en c c �-�°., c c � c �,c c t° � c c m c c c c � c �.�, � � �
� �"`� � ',� W — — - - r,, e � � �
P-�- "' "� tn
.W! �
� � .
�
�
� � � �
� — u° v>
� � Ls c�s �' �t c�a ee � ar � � ;`! ax � aa a3 � �y
Gy �s "s � W
� c
'�$ �n � �n n-, a-
n
� � � � � �
� � � � � � �
� '° �" '� tu � �,. ti,
� � ro
p cY ` � ¢,s cw <`�' ,�g. c' � a] a-' er m� v o c�sa "� '�
C'� O �, j U] � C � .`��,. �
�,' �. � �s �r? cr� � �. �
� tJ C� Q cv �'
� m�
� � � ro � � � �
� _ � � �
� � cy ,° � � � �
� � � rra cra
� o
�
� +� �
� �' E
� �
t�' � a
� �C1 U
�.. .t/�� �.G�
Y �
N
O � U
' � � �
`�3.. 'C U7�
..._ tJ -� Ua
_ 6��5 ��C �.N
. , �� ��. ���
` t�J�� �. ;r7 en
.�1 �
N� 'CS Us, �
.,. :��. 41 UB� C
�1 � C) Q?
� c e ur �y rn � �i,o �- c
� a��r c � �' E � "� '� m °� cv � o � L4 c � � � � ro
}= '> o p � m o � E � +v � � `� • ' � � � "� Q � ° �.
- t7 n� '��, � � � � -`'� � {° �r N cy �'� m c °' m ' � t3 � � �
.., � 3 tY � a o � .c � � r� ,v -� . .c� �,.. ,� � c c is
� � e� . . CS E U t� � o $ � ns cv +� o F= us — C�
t� •� as � � �, m ca �, c' u, u) m ° ca � csa �n c �+ � °' E � U L? a� �-
� � � o y,�. � �a � � � `��° �° m v c, � � � c, i° y� ` � � � � � �, � � �= m
� °d � v s c o` c �' c c aa u� � _ o � °D c c y � m -� � m '� N. � m �
� u. U5 CL � o 0 0 � � o a o a � o �- .c '��' m � o a� � eo c m c � #t1 �
� � tac.] �..� _., a. �at� a: aa. t.� � vaca. � cnc.� f- r- cnw � iicc� � c� ¢ c.°�
� � .-- cv e*s � �r u�r ccs rd m rn c� °'- �a rr �r u� co rr aa rn o r c.� m sr �rs <o r` � a� rn o
�.., �- �- � j- <- a- £- t- .- TcdRvcvcvcve� e� c�a � c,� cvrt
G�
�
� p �
�
�,
�� �
�� �° � �
�
�. � � �"
�
� �
�
�
m
� �
c�
�
� � �
�
� � �
� �,
� � �'
.� � . �
� � "� �'
cT
a� ��
�
ta? C. �.c��.���..
O °` t'V l"7
�. ,� � � �. � w
� �. ��� ��.. �'S
4
� � � ��
� �
� � a�Q �
tl4�` r �y...
� � � � J � t+
� �
� � � � � �
� � � � �a
U5 � � �
� c c� �
� � tu �' r
Q a�i �Q � J � n+
� a � � w', �
� �s � �
� c � ��
�r �
� c � '� `p �'
� c ra e35 co csr
a ? .� � cc� r.+
(� � � `w � � � �r' �"
� a ; � � � c �,
�,
�°. >, c rn �? ui w.
�� U U d N � . . rs�r�#.�
�� � u �' � �' `� a..��..
� . � �
. t� G4� ftf � O '..—.�.
� � �. � „� .. � � �...
� � � �
� � � �
d 4�- L�
� ff7 d �
� h m �
t�7 �
� � �
61J
� ffi
C J
b
�
C!.
-x 'ta3
.. �
�Y
x;.
:,t
2E
. :. .�., ��. . �. . .
I"
... .,.. :�; 3 _ . './I�I�`l ( �. t.i � k"'`.`.�ti, �l,��'
-xi f�ift�)�.�i,�; l 't fm:itk4 !.�'�
� . . . � a f`'� k���1 ) 1� .,j� �C'!��'_
. .. .....�„ ����,<�„ .,. . .. . , ..
�����. �����: ��� ..�����.S�d ��� ���. �d����..�
W.i 3"` .I':':, :��1 I�"1!.. �f� �..�.�-w'G ��`I 1!°};�k� u.L. .'y�')ti;� . .. .
� �����.+ �,.?S�1 �����0��. .. . �&�G,�! ������ . � �`t�49�������8�
���r��sn��n�in�er E7 �27�.
Prirac6�al �r��in��rJ�urv�ycar E���.S� �2�6
S�nic�r�r��ir���r/Surv�y�� �SJE.SS ���5
As�c�ci�te En�ir��er/��ar���ar �4/k.S4 �2:�'1
5t��'���ir�e�r/S�r�vv�yc�r-Cr�de 3 E�/LS3 �1�Q
�����rt�in��rJSurr����ar-Cr�d�� E2/l:S� ��79
�����r��in�er/S�rv�yc�r-c�rad�� E1/LS1 $�,��
�"�chrtici�n� T4 $27�
T'�ehni�i�n� �� $�.�?
�"�chrri�i�n 2 T� �1�6
�"�c�rrtic�ar� �, T�. �2��
�r��-�t�n 5ur���Cr�v� �C1 �2'��
C9€��-��n Surv�y�re�ar{C�l'�� SCIx $�5t�
�'�nr�-�i�r���arv�y Cr��nr S�2 �3`��
�r�c�-���,s��������{�f�� s�2� ���
"Thre�-l��n Surv���re� ��� ��,�7
Thr��-�tart�ur�e��r`����/�� SC�x �5�7
�4c�rrtin. C���°k� �t�� �1�C1
�dr�ir�a C��rk� A[�2 ��39
�drnin. �I����� � AC��. $�2
��������
Meals�nd Lcs�gtr�g; �� AC ce�st(out-�f-town and cavernigh�uvork only) �� �.. .�.._.��.
�iehicle Tr���portakian: incf�ade�ln hourly rates unless specifically indic�tee!otherusise in Rg�2em�nt,
Haurly labor r��tes�re applicabEe durin�t�av�l to and frorn jcab si��.
Excrress iVla�l/Feder�f E�press: At cost.
. .,_.��.� ___.__�.�
C�utsi�le Services and Fees: At cast p4us 10°I�adrninistrakive€ee.
Equipment: Included in hnurly rate u{�fess sp�cif�ealiy indicated otherwise ir�Agre�men�;
Rates tor expert witness s�e�rices will be as s�t tc�rth in the En�ineering Agreement.
_._._..a.
Rates aa�e effective th;r�ugh the ciate shc�wn�bnve�nd are sub�eet ta annual revisions. S�rvices wili be�zlEed at t31e
hc�urfy rates in place at the time serviee is provicled,
Re�er to Prevaiiin5 Wage Fee Sch�deafe for hourly rates os� prev�ilsng wage prajects.
; � , � l,�i(n! � i,,:� � t��. ti ,
.. _ ,t,� ,t t} .r�tY
� �� �. I�'��.`, � `; `::r t�}(`1;
e „ � � � Sy
.... . . . , w a �.J�.E'4[ � ;�'�.�..�fs�'.
� : F �LI � F � � � V�l�
=°'Rf ��.ii°J^ _i"�i'��i� ;, �);�, �x°1�w: t ..; ! .:�ii'_.�,
V ,
���� ��������� �����.�����
Pr�v�ill��1�a��C�r��p�-Cc�e��tru�ic�r�C��rs�rv�r �2�9
Pre��rl�n�1�1a��t�rc�up�-Cc�n��tr��kior�t�bs�r�r�r(C?0�7"j ��7Cf
Pr�v�rlin�t�l���t�rc�up� -��rss�r�ac��t�r�C�bs�r�+�r(��t�JT} $�11
�r�va6lir���/���CJn�-��n S�rv��Cr�r� �3�2
Prevailin�����C���-���a�ur��y�r�u��C3/�'� ����
Pr�vaiiir��Y�a��C�r��-��r���rv�y�r��{2x��'i"� �=���
Pr�v�ilin�����"P`�c�-��r�Sur��y Cr��a $4��
F'revailin�����Tvuc�-��r�S�r�r�y�r��r(Q/Tj �572
Pr��aiiira��l���T�rs�-I�l�r��ur�e��r��nr(2�t�,�t`} $6��
�r�or�ili������Thr��-��rt St��vv���r�w� ���9 _
Prev�ilin�1����Thr�����r�Sure��y�c����/�) ��5�
Pr�v�ilin��a����r��-��r�5�r�r���r��e(�x�f3`) ����
��P�����
IV1ea(s and Lc�dginp: �_ AL cost(c�ut-caf-town and c�vernight wczrk crnly�. �
v��iic1�1 ranspcsrtatian: Included�n hcauriy rates tanless sp�cifically indicat�d oth�ri�is�in Agreementi.
Hourly I�b�r rates are appiicable durin�t��vel tc�anci frs�m�ob site,
Express ivlailJFederai Expr�ss: �,t cost.
C�u�ssd�Services�nd��es: �il�csst pdus lt�%a administrative fee.
Equiprnent: ��. fncludecl An hourly rate unless specificaliy indicat�d�ther��rise rn Agreement.
Rates are e�f�ctive thtr�ugh the date sh�swn abcsve and are subject ta annual revisians. Serv�ces�'rfll be billed at the
heaurly r�tes in place at the tirr7e service is pr�vicied.