Loading...
HomeMy WebLinkAboutGHD, Inc. 2014-04-16 �u � 13��' -a�ro AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this �{��day of �Yi , 2014 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and GHD, INC., a Corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "ConsultanY'. RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to the design of new water well #9 and the rehabilitation of water well #4. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is wiiling to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment"A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment"A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within a reasonable time agreed upon by City and Consultant from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $359,610. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Std-ProfSvcsAgreemem-No.ember 20.2008 PAGEIOF] Consultant to perform the Scope of Work as set forth in the attached Attachment B, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Chanqes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Pavment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Pavment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Sid—RolSvcsA6reemenv-November 20,2008 PAGE30F) Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and wili not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liabilitv. Without limiting ConsultanYs obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scooe of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultanYs profession. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liabilitv: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liabilitv: $1,000,000 combined single limit per accident for bodily injury and property damage. sm-e�ors����ns.«mem-No�-m,eR zo,aoos PAGE30F] 3. Worker's Compensation and Emplovers Liabilitv: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. 4. Errors and Omissions liabilitv: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liabilitv and Automobile Liabilitv Coveraqes a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, o�cials, employees or volunteers. b. The ConsultanYs insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the ConsultanYs insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The ConsultanYs insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Emolovers Liabilitv Coveraqe The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from ConsultanYs performance of the work, pursuant to this Agreement. sa-nom«nb,«m���-rvo��c�,zo,xooa PAGEJOF] 3. Professional Liabilitv Coveraqe If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend for the duration of the design project. 4. All Coveraaes Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceotabilitv of Insurers Insurance is to be placed with admitted California insurers with an A.M. BesYs rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coveraqe Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. sm-anrs���.ns,hm���-�����r.o,auos PAGESOF4 "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownershio of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of ConsultanYs services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. Any reuse without written verification or adaptation by consultant for the specific purpose intended will be at the City's sole risk and without liability or legal exposure to Consultant, and City shall indemnify and hold harmless Consultant from all claims, damages, losses and expenses including attorneys' fees arising out og or resulting from. 7.2 Governinq Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Aqreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabilitv. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assipnment. ConsultanYs services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the sm-e�ors��:ay�«mem.No�<mx.zo,zoos PAGE 6 0F/ breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of ConsultanYs breach of contract. 7.9 Duplicate Oriqinals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH GHD, INC DEPT. OF PUBLIC WORKS ATTN: MATT KENNEDY 300 SEMINARY AVENUE 2235 MERCURY WAY, SUITE 150 UKIAH, CALIFORNIA 95482-5400 SANTA ROSA, CA 95407 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: GHD, INC BY: �S Zo Dat PRINT NA : C f �IIAh `f8-o4 - 25935 IRS IDN Number CITY OF UKIAH: � a . Ls�2- `� o J A. CHAMBERS, CITY MANAGER Date EST: / � � !� y/l�/ zo��r K ISTINE LAWLER, CITY CLERK Date sca-e�ors.�:ns��m=��-No�emte.�o,zoon PAGE)OF] �rra�c�M�AJT q Scope of Work (Basic Services) Based on GHD's project understanding and with review of the Request for Proposal, GHD has prepared the following Scope of Work. Execution of the Scope of Work The Request for Proposal provides a detailed scope of work for the Consultant. GHD has reviewed this scope and it is incorporated in our proposal by reference. Below is a summary of the main components of the Scope of Work. In order to facilitate the timely delivery of the lwo project objectives, GHD proposes that portions of the projects be undertaken concurrently. The design of the rehabilitation or replacement of Well#4 overlaps with aspects of the design/installation of Well#9. Once these projects are started it is likely that additional opportunities for concurrent completion of tasks will be identified. GHD has the resources to provide higher staffing levels when multiple tasks are active simultaneously. Completing tasks simultaneously significantly reduces the overall project duration and costs, and increases the flexibility of project execution. The first Phase of this project(GHD Phase 01) is primarily associated with Well#9. Task 1 under GHD Phase 01 is associated with project kickoff applicable to both Well#9 and Well#4. Tasks associated with the Well#9 are Task 2 though Task 11 under GHD Phase 01. The work associated with Well#4 will begin later in this project and GHD will track this work as Phase 02 under this contract. Under Phase 02 Tasks 1 and 2 are related to the Well#4 rehabilitation design. The Project Phases and Tasks are identified below: Well#9 Design, Bidding and Insta/lation (GHD Phase 01) Task 1. Project Award and Preliminaries(Well#9 and WeII#4 contracting kickoffJ Task 2. Well#9 Location Evaluation and Field Invesfigation Task 3. Well#9 Concept Design Drawings to Qualified Drilling Contractors Task 4. Well#9 Detailed We/I Design and Bid Documents Task 5. We/I#9 Sife:4-inch Test Well(Recommended Optional Service) Task 6. Weil#9 tnsfallation Task 7. Wel!#9 Aquifer(Pump) Testing and Pump Design Refinemenf Task 8. Well#9 Reporting and Closeout Task 9. Well#9 Site, Building, Distribution Piping and Disinfection Design Task 10. Wel!#9 8id Phase and Construction Engineering Support Task 11. Weli#9 Construction Management and Inspection Well tl4 Rehabilitation Design(GHD Phase 02) Task 1. Well#4 Field Investigation Task 2. Well#4 Rehabilitation Specifications Additional details related to each of the Phases and associated Tasks are provided below: Task 1 — Project Award and Preliminaries GHD understands that one of the most critical aspects of this well installation and rehabilitation project is timeliness. Based on prior experience, it is recognized that drilling contractors are frequently booked out several months in advance. Therefore, in order to deliver Well#9 on schedule, GHD proposes to identify and contact suitable drilling contractors immediately following the contract award. Discussions with contractors suitable for the rehabilitation of Well#4 will also be completed early in the project to avoid potential delays as a result of unavailability. GHD will continue monitoring of contractors' availability throughout the well assessment and design phases. This task also includes preliminary activities such as a detailed review of the 2006 Well Siting Study, available supporting documentation for both Well#9 and Well#4 and an initial site inspection at both locations to assess general site access requirements. After these initial steps are completed, the Well#9 and Well#4 work will be managed separately as Phase 01 and Phase 02. This Task includes: • City of Ukiah contract, data review, kick-off meeting, and initial site visit . Identify qualified drilling contractors and well rehabilitation contractors . Identify availability of qualified drilling contractors(critical path) • Discussions and/or meetings with contractors to establish interest in these projects Task 2—Wel!#9 Location Evaluation and Field lnvestigation GHD understands that a final location for Well#9 has not been selected but the site located on Brush Street is being seriously considered. The final selection of a site is a critical path decision for the City. Identifying the location of the new well is a requirement for preparation of the California Department of Public Health (CDPH)water source permit documents. Selection of the site is also required before the detailed design documents can be issued to drilling contractors. GHD's approach includes the installation and testing of a relatively low-cost Test Well at the well site. In the event that the chosen site has a critical flaw such as poor water quality or low yield an alternative site can be used This task includes the following: . Establish location for Well#9 • Prepare draft CDPH permit application and supporting information (i.e.Drinking Water Source Assessment and Protection report) . Meet with CDPH to discuss schedule and well location Assumptions: GHD assumes that the City has notified the CDPH of the intent to install a new well and that they are in agreement with the proposed well. GHD also assumes that the CEQA permitting has been obtained or is being addressed by the City. GHD also assumes that the site has been cleared for hazardous materials concerns. GHD has the expertise to assist the City with hazardous materials and/or CEQA permitting if needed. Task 3— We/!#9 Concept Design Drawing Provided to Qualified Drilling Contractors GHD 's approach is to engage the interest of drilling contractors early this construction season by providing early notice of the intent of well installation and a Conceptual Design Drawing of Well#9 This Conceptual Design Drawing would be sent to qualified drillers to allow them to initiate preparation of bids and to provide comments regarding scheduling and other constraints. This Conceptual Design Drawing can be prepared quickly and is expected to shorten the overall schedule by clarifying the basic project before beginning detailed design. By providing early notice to drillers, the City will learn of drillers availability and by providing a Conceptual Design Drawing the City can ask for a fast response to the final bid without risk that drillers will decline to respond This Task includes the following . Preparation of Concept Design Drawing . Ciry review of Concept Design Drawing . Issue Concept Design Drawing to qualified drilling contractors . Respond to questions and changes in driller availability and schedule Task 4— We!/#9 Detailed WeII Design and Bid Documents As requested in the RFP, GHD will prepare 95% draft drawings and technical specifications for the installation of Well#9 and submit these draft specifications to the City for review and comment. Because the Conceptual Design Drawing will have been previously completed, the City and GHD can use this Task to focus on important details such as which site is selected and the logistics of the well installation. A conditional well screen and pump will be specified (for bid purposes)with a note indicating that these specific aspects of the design are to be confirmed after the results of the Test Well (Task 5) and Pumping Test(Task 7) are available. One meeting will be completed with the City prior to the 95% design to make sure all aspects of the design are incorporated. This Task includes the following: . Prepare draft 95% design specifications for Well#9 . Meet with the City to discuss specifications • Submission of 95% design specifications to the City for review and comment • Submission of 100% design specifications to the City for bidding to qualified drilling contractors . Response to questions during Contractor bid preparation . Review of bids • Acceptance of winning bid . Schedule start of drilling Note: In the project fee proposal this Task includes the design of the well. The well pad, pump, wellhead, piping, disinfection system, electrical, instrumentation, SCADA, building, and site improvement elements are described below under Task 9. Task 5— Well#9 Site:Install 4-Inch Test Well, Tesf Setup and Analysis The City has previously installed a test boring near the proposed Brush Street well site. Subsequent to the interview for this project the test boring results were provided to GHD. The City's test boring identified permeable sediment types(gravel) but test pumping was not completed and neither soil or water samples were collected for analysis. Task 5 proposes that a Test Well be completed as part of the installation of Well#9. The Test Well proposed in this Task is recommended after review of the City's test boring data. Design and analysis associated with the Test Well is included in the schedule and cost. GHD believes that there is a high probability that the Test Well will confirm that the selected site is appropriate for the installation of Well#9. Therefore, it is proposed that the Test Well and installation of Well#9 will be performed during the same mobilization. The Test Well program results will be used to refine the well design specification such as depth, screen interval and filter pack. Performing the Test Well and Well#9 installations concurrently will reduce mobilization costs and expedite the field program. During the Test Well drilling activities, soil samples for sieve analysis and water quality samples will be collected by the drilling contractor and the analysis will be performed by GHD on an expedited turn around. The findings will be used to complete the final design specification for the City, and facilitate the procurement of well construction materials. This Task includes the following: . Observe instailation of Test Well • Analysis of the geophysical log of the Test Well boring . Review of soil sample sieve analysis • Design and review of contractor aquifer permeability testing . Design and review of water quality sampling and analysis . Well screen design adjustments based on Test Well sieve analysis Assumptions: This Task anticipates three days of on-site observation during the installation of the Test Well for the collection of soil samples for sieve analysis and lithologic logging of the boring. It also includes two additional days of on-site time during the setup and pertormance of the aquifer permeability tests. It includes specialized equipment such as a transducer and a depth to water meter needed for permeability testing. The costs assume that the drilling contractor will manage the discharge of groundwater and fluids during these tests Laboratory fees will be billed directly to the City. The drilling contractor will subcontract for the sieve analysis and geophysical log of the Test Well. GHD will collect the water samples and submit these to the City's preferred laboratory for analysis. The City can provide up to 3 short term site visits during test pumping by the contractor for the purpose of verifying contractor adherence to the test pumping procedures developed by GHD. The purpose of this test pumping is to obtain high quality groundwater samples and to gain an estimation of aquifer hydraulic conductivity. Task 6— We/1#9 lnsta!lation The installation of a municipal well is a complex process where on-site observation is required at critical times. This Task is reiated to observation of the drilling contractor during key events and responding to the conditions which are encountered. It is not necessary that GHD technical staff be on-site for all drilling actrvities. This Task includes the following: • Review of procurement of well screen and casing by drilling contractor . Observe pilot hole installation and provide verification of aquifer material • Observation of Well#9 casing installation • Observation of wefl seaf placemenf • Observation of the development of Well #9 at start and end of these activities Assumptions: This Task includes five days of on-site observation during the installation of the pilot boring and installation of the well casing. The costs assume that the drilling contractor will manage the drill cuttings and discharge of drilling fluids during the installation. The drilling contractor is also responsible for coordinating required drilling permits and regulatory well inspections. Task 7— Weil#9 Aquifer(Pump) Testing and Pump Design Refinement After Well#9 is installed artd developed the we!!driller will install a temporary pump and run a step- drawdown aquifer pumping test. This test will be followed by a constant rate aquifer test that will range in duration from 24 to 72 hours depending on site conditions. GHD will set up and monitor test equipment installed in the Test Well and Well#9 during these aquifer tests. GHD will analyze the aquifer test data and provide this analysis in the final report. Tfie aquifer test results will also be used by GHD to refine the pump design as needed and to finalize the permit documents. • Well#9 aquifer/step and constant rate pumping tests and analysis . Production pump size design refinement Assumptions: This Task includes five days of on-site observation during the aquifer testing process. GHD assumes that the Test Well will remain in place for use after the installation of Well#9. It is assumed that Well#9 will be installed 20 to 30 feet from the Test Well (Recommended Optional Service Task 5). The Test Wetl remains for future use during operation of Wel!#9. Both Well#9 and the Test Well will be monitored during the pumping tests. After fnal site selection GHD will review the area near the new well to idenfify pofential observation wells. Monitoring of these wells may be completed as an additional task. The costs assume that the drilling contractor will manage the discharge of groundwater during the test. This test is performed for 24 to 72 hours GHD assumes that the Ciry will provide up to six(6)short term site visits to verify that the contractor is adhering to the test protocol developed by GHD. These visits may be need to be conducted after or before normal working hours. Task 8— Weil#9 Project Reporting and Closeout Project reporting includes documenting the activities performed during the well installation and testing. This information is also used to complete the CDPH permitting process. . Prepare final well installation report including as-built drawings . Finalize and submii CDPH permit documents Task 9— We11#9 Site, 8uilding, Distrrbution Piping and Disinfection Design The completion of this task tracks concurrently with the design and installation of Well#9. The well site, building, distribution and treatment design includes the following elements: • Site topographic survey . Geotechnical investigation . Well head and appurtenances • Pump sizing and selection . Site improvements (excavation, grading, paving, fencing & gates) . Yard piping valves and appurtenances . Wood frame well and pump building • Chlorination sysfem . Building HVAC mechanical system . Electrical, interior and exterior lighting, instrumentation and SCADA for the well pump and chlorination system . Coordination with the City Electrical Department for the electrical service, and . Connection to the existing 16" distribution main located approximately 200 feet to the noAh in Brush Street. We understand the City is converting to liquid chlorine as the disinfectant at all of its groundwater pump stations instead of using chlorine gas. To�oqraphic Survev(Subconsultant: Rau 8 Associates): This task includes pertorming a topographic field survey which may be accomplished by a combination of GPS and conventional surveying methods. a. Perform a topographic survey for the Project. All survey work wili be pertormed under the direction of a Licensed Land Surveyor. b. Call USA a minimum of 48 hours prior to field survey to request mark-out of existing utilities. These utilities will be documented in the survey. c. The survey will utilize GPS andlor conventional survey techniques to map the Project area including the following: i. Builds-adjacent to the project, major angle points, finished floors, major utility connection points with surface evidence; ii. Utilities(with surface evidence)-storm drains/inlets, manholes(all),water valves, electrical vaults, monitoring wells, fuel storage, overhead utility lines, invert elevations of dipped utilities; iii. Sidewalks, curbs and gutters-top/toe siope elevations, grade breaks, angle points, begin/end of curves, ADA ramps; iv. 4. Landscape-trees over 6-inch in diameter, outiine of divisions of lawn to shrubbery, main irrigation controllers and valves, fences; v. Hardscape-concrete/utilitylgravel paths angle points, grade breaks, begin/end curve; vi. Other data that could affect the project-Photos, dipping of manholes, etc. d. Horizontal coordinates and vertical elevations will be based on existing City of Ukiah and County of Mendocino monuments and survey control located within 300 feet of the site. In the absence of subsiantial monuments, an assumed vertical datum will be used. Substantial durable control points will be set during the survey to re-establish the survey control for future survey work including construction staking. e. An AutoCAD base map of the Project area will be produced from the survey for development of drawings in subsequent tasks. f. Preparation of easement documents, including legal description and plat. Geotechnical Investiaation (Subconsultant: Rau &Associates): This task includes performing site investigations and soil borings and laboratory anaiysis, and development of geotechnicat recommendations for the design of the new building and associated site structural improvements. It anticipated that four to six borings will be sufficient to characterize the soils for the development of structural and civil design recommendations, Borings will be advanced to a depth of no more than 15 feet and one boring to a depth of 35 feet. The results of the geotechnical investigation will be summarized in a geotechnical investigation report. The recommendations in the Geotechnical Report will be reviewed and used as the basis for the predesign evaluation and subsequently for the preparation of contract documents. Review Backaround tnformation: This task includes contacting the various ufility providers with utilities within the project limits to request utility information and records, if any, principally to determine the surface and subsurface location of various utilities which may conflict with the improvements. Utility potholing is not included in this scope of work. Desiqn Charrette and Site Visit: GHD will organize and facilitate a design charrette with City Public Works Department antl Water Treatment Plan staff and key GHD design team members. The purpose of the design charrette is to establish the basis of design for the building, well head, pump, piping and appurtenances, site, and associated details. During the charrette we will review previous well building and site designs, and discussing elements and details of those designs, including what worked, what didn't work, and details and elements to be incorporating into this project. Following the design charrette the group will visit Well No. 7 and Well No. 8. A total of 8 hours for each of the Civil Engineer, Electrical Engineer, Structural Engineer and Project Manager are budgeted for this task. Construction Documents: GHD will prepare construction contract documents. drawings, specifications, and opinion of probable construction costs for this element of the project. Documents will be submitted for City review and comment at 95% and 100% design levels. The 95% submittal will also be submitted to the Building Department for permit review. Foilowing the receipt of the City's review comments and Building Department comments on the 95% submittal GHD will finalize the design for public bidding Construction contract documents for bid will be submitted at the 100% (Final)design comptetion, and will address City comments. The bid submittal will include stamped and signed drawings on Mylar, City front end specifications, technical specifications, and opinion of probable construction cost for the project Submittals: • Easement documents (legal description and plat) • Geotechnical Investigation Report(3 hard copies, 1 electronic copy) • Basis of Design Tech Memo (3 hard copies, 1 electronic copy • 95% Plans, Specifications& Opinion of Probable Cost(3 full-s'rze copies of drawings, specifications, cost, 1 electronic copy) . 100% (final) Plans, Specifications &Opinion of Probable Cost(1 full-size Mylar copy of drawings, 10 full-size copies of drawings, specifications, cost, 1 electronic copy) Task 10- Wel1#9 Bid Phase and Construcfion Engineering Support GHD will respond to tech�ical inquiries during bidding via written addenda. This scope is based upon the preparation of up to one(1)written addenda related to changes to or interpretations of the Bid Documents and submitting a PDF of the Addendum. CA� drafting time is not included. This Task does not include construction observation or inspection services GHD will provide construction engineering support services through the duration of construction. Task 11- Well#9 Construction Management and lnspection Services This task assumes the contractor has been allowed sixty (60)working days for completion of all work under the Construction Contract for the Wefl#9 site, building, and piping construction. Task 11.1 -Pre-Construction This task includes project administration, coordination, organizing the pre-construction meeting and document pre-construction conditions Task 111.1 Projec[Administration and Coordination • Budget and schedule tracking . Provide project and contract oversight Task 11.1.2 Schedule and Cost breakdown review . On-site inspector/observer will review the contractor's schedule and cost breakdown of bid items. Task 11.1.3 Pre-Construction Meeting • Facilitate the pre-construction meeting and discuss issues such as design approach, project concepts, overall project review, and construction procedures. . Preparation of ineeting notes and agenda. . Coordination with City Staff, City Building Inspector and City utility service providers. Task 11.1.4 Photo log/pre-construction inspection . Photograph documentation of prior conditions. Task 11.2-Construction Phase-Construction Management GHD will coordinate between the Contractor, design team, City of Ukiah, and other parties throughout course of the project. It is assumed that the City will handle and respond to public concerns/complaints. Task 11.2.1 Progress Pay Requests GHD will review Contractor monthiy payment requests, negotiate differences in payment quantities, and prepare and submit monthly payment requests to City. Task 11.2.2 Project Files GHD will maintain project records and files. Task 11.2.3 Progress Meetings The On-site inspector/observer wiil attend project meetings and prepare agenda, attend, and meeting minutes, as needed. This scope of work assumes one progress meeting per week(up to 92 meetings). The Construction Manager will attend up to 5 meetings. Task 11.2.4 Schedule Monitoring • The inspector will monitor the Contractor's construction schedule and progress for adherence to project schedule, coordinate with the Contractor on maintaining activities, notify Contractor of any schedule concerns, review any schedule revisions, and negotiate time extensions. • Coordinate with the Contractor to provide City staff with sufficient advance notice for any construction activities which may affect or require City resources. Task 11.2.5 Submittals • Coordinate and manage Submittai and Shop Drawings reviews-including maintaining submittal log(up to 12 hours of review and processing time). This scope ftem also includes an allowance for up to 4 resubmittals. . Provide technical review and response Task 11.2.6 Request for InformaUon/Contract Change Orders[RFI's/CCO's) • Manage Contractor correspondence including Requests for Information (RFIs), Potential Change Orders (PCOs)and Change Orders-include technical/engineering assistance&review, maintaining logs, prepare and transmit responses and coordinate with other parties to develop responses. • Allowance for up fo 3 Change Orders and 12 RFI's. Task 11.2.7 Oversight GHD will provide senior level oversight of project, including reviewing progress pay requests, correspondence, meeting minutes, RFI's and CCO's, as needed (up to 2 hours for Principai and 12 hours for Co�struction Manager). Task 11.3-Daily Observation/Inspection GHD will provide part-time daily construction observationlinspection to document construction progress, site cleanliness, potential future conflicts, and contractor issues. Task 11.3.1 Daily Inspection Provide part-time on-site construction observation and inspection to check on the Contractor's general conformance with the projecf plans and specifications. The period of construction will be staffed at%: time during construction (4 hours a day on site). It is anticipated that the City Building inspector will be present during required Bui(ding Department inspections. • Prepare daily observation reports including digital photo togs of progress + Maintain job set plans with markup depicted any changes • Collect and maintain all material tags and testing tags/reports. • Review traffic control and monitor Contractor daily activities for possible impacts to public-check for adequate noticing in alignment with traffic control set up • Review Contractor's erosion control plan, check for conformance with the construction documents, and monitor for implementation of BMPs on timely manner Task 11.4-Project C[oseout Task 11.4 1 Final Documentation. GHD will prepare final project closeout documents including the fol lowing: • Final project summary letter • Complete pro�ect photo log in CD format • Approved submittals • Inspect'ron and observation reports . All materials testing and inspection records antl final reports(provided by City and third party inspecfors) • Labor compliance documentation - contractor prevailing wage reports(if required and provided) • Meeting records Task 11.4.2 Record Drawings Prepare an4 transmit Record As-Built drewings to City, incorporating any field changes, change orders or other changes deemed necessary by the Engineer or City, and existing conditions located by the Contractor. One(f) red-lined bond hard copy with consolidated construction changes will be submitted to the City for their records. Task 11.4.3 Notice of Completion/Retention GHD will assist the City in preparing the Notice of Completion and coordinate payment processing of retention The primary objective of the rehabilitation of Well#4 is to maintain production, therefore non-invasive and non-destructive techniques for assessing the condition of the well will be employed. This will reduce the well downfime as far as practicable and maintain water product+on throughout ihe project. GHD will use a sub-contractor to video survey of the inside of the well casing after the pump is removed by the City's contractor. The assessment will involve the use of a submersible down-hole camera to evaluate the condition of the well casing. The results of the evaluation will be used to prepare recommendations which will consist of redevelopment, relining or replacement. These options vary widely in cost and complexity of implementation. The RFP did not request that this proposal provide costs for these different options. The scope of work for this Task assumes that GHD will pertorm the evaluation and develop the approach for one of these three options. Task 1- Well#4 Field lnvestigation GHD will review available information related to Well#4. A problem assessment letter will be prepared including a Concept Drawing of the well as it currently exists. This problem assessment will be used as a basis for discussions with the City and the video sub-contractor to develop an approach to inspecting the condition of the weli. • Preparation of Tech Memo with Concept Drawings • Field survey Task 2-WeII#4 Rehabilitafion Specifications GHD will prepare specifications for well redevelopment or well relining which the City will use to secure a contractor to pertorm the pump removal and well redevelopmenVrelining. In the event that well replacement is recommended as the preferred alternative, GHD will prepare a Tech Memo instead of specifications. This Tech Memo will outli�e options for replacement for the City's consideration. This Task does not include a detailed design or installation of a replacement for Well#4. • Evaluation and specifications for rehabilitation of Well#4 . Meet wifh the City to discuss specifications prior to submittal • Prepare 95%design specifications • Prepare 100% design specificatlon after City Rev�ew The following services are exciuded from the scope of services to be provided by GHD under this Agreement. • All work involved in preparing and obtaining cooperative agreements and approval of cooperative agreements. • Any services associated with the identificafion, handling, containment, abatement, disposal, or in any other respect related to asbestos or hazardous materials. • Preparation of environmental documents and related special studies in support of the project. • Materials testing during construcfion for conformance with contract requirements. This Scope of Services relies upon certain mutual assumptions, based upon the information available at the time of execution of the Agreement. Should these assumptions subsequently be found changed or otherwise invalid, the terms of this Agreement, including the scope, schedule, and terms of compensation, shall be modified accordingly by mutual Agreement. The following mutual assumptions are essential elements of this Agreement: • Deliverables will be subject to review by the City of Ukiah, and except as otherwise stated herein, will be prepared in accordance with the applicable requirements of each in effect at the time of execution of this Agreement. • Due to the schedule and emergency nature of the Project and the agencies with approval authority over the Project, changes to the Project or its approval process may occur during the life of the Project, necessitating corresponding changes in the services required to accomplish the Project. Changes to the Project may result from changes in policy by governing or reviewing agencies, in response to public comments, and other causes which cannot reasonably be foreseen at this time. Changes to the approval process or requirements may result from new or revised legislation by governing bodies, or new or revised regulations promulgated by a number or regulatory agencies. It is recognized that should significant changes to the Project or its approval process occur which could not have been foreseen at the time of execution of this Agreement, the scope, schedule, and/or compensation for services to be provided under thfs Agreement shall be modified accordingly. • Utility facilities and utility easements will be accurately located and marked in the field by the respective util'rty owners prior to commencement of geotechnica!explorations. • It is assumed that the soils encountered in the soil borings will not have significant depths of strata subject to liquefaction. If weak soils are encountered (i.e., standard blow count lower than 7 blows per foot)for any significant depth, additional work may be necessary to determine the effect of seismic forces on the wall and/or fill, as it may cause lurching, seismic consolidation, or liquefaction with resultant differential settlement. • Cost of Mylar production assumes 40 full-size 22"x34" sheets. • Construction of Well#9 site improvements, piping, building and appurtenances is assumed to require 60 working days. The actual number working days will be contingent upon the timing of well installation and testing, and final pump selection and availability. A construction hiatus may be required depending upon the pumplmotor,VFD and MCC lead time. The City of Ukiah will: 1. Provide access rights to all portions of the Project site, as necessary for base mapping, design of the project, and all associated investigations. 2. Furnish to GHD for use on this project copies of all available previous studies, reports, ordinances, surveys, drawings, existing maps, and utility information applicable to the Project. 3. GHD shall be entitled to rely upon the accuracy of data and information prov�ded by the City or others withoutindependentreview or evaluation. 4. Review and provide comments on submittals provided by GHO 5. Except as specifically stated otherwise herein, act as Applicant and pay all fees: a. For all required permits, and b. Associated with surveying and mapping activities. 6. Provide for use by GHD current Preliminary Tifle Reports for all affected properties. 7. Pay all fees, except as specifically stated herein to be included in Basic Services. 8. Provide all required right-of-way appraisal and acquisition services. 9. Prepare and issue all required Notices to Relocafe existing utility facilities. 1Q. Provide after-hours site visits during the pumping of the Test Well and aquifer/pump testing of Well#9. Said services are not included within the Scope of Services to be provided by GHD under this Agreement. A���l��a �-rEnrr 3 � � 6HD Inc.-PR0.IECT FEE ESTIMATING SHEET ProjeclWme: We11A9�eeelopm�ManEWeYMRalubilihtionProject aroM: PnpaMbY NafrtO'Brien/AehSllhealeMlMettWmxtiv Urta:Marth2C.Mtd JobNUmUar. BW90019T � . UIB_ORC08T3: .� . " �CONPUTATIOfJ LABORGITEGORY> PD JM GEO GEO Ox Slal! GEO U�W. Const Co�t. Prol. CAD VIP� PA TOTAL F�e�rses .pTMgj TOTAL MaM Nmt BvNM Ww En9. �0. Wrm<M MB� Ma0. F+W� Cootb NdIRS MO qPECT � RATE> 51ea N% S1S5 5155 N15 St35 NOS Na0 St50 itW Stas 5130 S% 395 wm �pg�g Task/llem Mr Mr Mr Mr Mr Mr Mr Mr M� llk Mr Mr Mr Mr SWt.:.,.,<-_.:_....:.......:,�-X -.:::. _.....�.., :s:�...:�..:,,....,: . _ _ _ . . . ;r:.:- ... . ,+. . �.. .. ..�.,.:..._.x�,�.......x: -:.•.,-..,..,yc,,:} :r✓�...c�.�..:., ....x I15K-1.0 CRwaNnMPNim�v�i�s t.t Inrttl&IeYml 8 8 18 528% 121Ee AvdY of�ual�fieECOnhatlors B ifi �2 N33 59.183 12DabReaiewWell!l9aMWd96 5 t0 10 13 4 d d5 $2]U S].330 SUBTOTALTASKI.O 5 36 10 38 0 0 0 0 0 0 0 0 0 6 8] 0 Si98 510.U08 �,fr •&d9n .ukIMYYtlon;^.•_%' x .. ::a.-s•:r�..,.v �....y...: .. . ,. .= - - , , ,..'... .. . , . . .. ..;.. :... �r...;v, :;@-� •nrti., .;,..�;.� ,.. -�,. v...,: . ...y ,,;�:.:. . ,%- . ..+ .. _ ..� ., ,.. . - �. .:.: ._:,..:. ..;_.,.., „ . -. TASK-20 WdIi9LOestlonEVal�uGO�antlFlNElnwstl 'on z.� esva�snwanonawanps 2 6 4 �t6 26 51% 30.396 22 Pre re0n waterSOUrceASSec�mentantlRO�aCion 1 2 18 ] 16 a 10 2 5324 5�,184 SUHTOTALTASK20 < 6 20 18 0 0 18 0 � Y 0 4 10 2 80 0 SI80 SN.560 TlSK.3.0 WeIlpGOn Uesi nOnwin sWQwlifiedDnllin Contradors . &1 21pn W Gwra dexin 1 4 ifi 12 0 3 Su2 A5.482 32 Rs b ' Rewowot B < 2 � 5��899 33 Res ueroQUabwsaMQm inCaMrnmrArai 2 8 1 1 12 31.91] SUBTOTALTA9K lU t 8 0 3P 0 0 0 0 0 0 0 t] ] 0 83 f9]B 59.39� T/V$�(-d.�N/6��990l1d1��YldOlS�11i11d�d�ONIM11d 4.1 Re m95%Deti faWepfB Qilli Conl/aclo 2 15 5 24 20 16 d B6 $51 5125 /2SUMmswnM100%WWOas� W lar6 2 5 i6 B B ] N 52 55,9)1 0.35NeEUleStulofOnYin 2 d 8 10 52. SUBTOTALTASK 0.0 6 3d 5 de 0 0 0 0 Y 0 0 ID ]A 6 f61 0 521031 p9WSOWNIf95te:In�lallHnc�TMWtlITe#3eW aMM 'a 5.1 TeatWNlln&alla0on/SnveT ' /PUmeaLil T / in t 3 6 39 3< 1W0 E2D9 E5.<19 52 ReWewofln IMO�imtianadMal isofDe�e d 6 8 te NOB &2.b5B SUBlOTl1LTA3K 5.0 1 ) 0 1R 0 U �2 � 0 O 0 0 0 0 5 t000 SJit 58.0'A TASW&0 Wdii9l�ufall�fion 6.1 PoMXdeOnYi 1 2 8 E54 51.]89 61 WeOBOn eamm Onlf 1 2 d 6 H Sfifi S1.6]6 6.3 � aMWMSeallnsla�etion 1 4 8 32 45 32]0 56.630 6A Well OEServehon 3 8 24 34 SPU4 3M1.6.A` SUBTOTALTFSK 6.0 3 9 0 0 0 88 D 0 0 0 0 0 0 99 11 St<,)C9 ASI4J.0 Wx TetlN vM PeBnwnrR ).t " TestaM 8 8 24 90 4 8 10 t03 1 581 514. SIIBTOTW.TASK].0 0 8 0 8 0 26 M 0 0 0 0 0 E f0 10] i6W Sfit S10.6C2 ASW&0M'Mp uqCleaeout e.t reFin+l0. rtaMAS@nll s 8 16 2< 2< n E�33 511,232 82 reCDPHParmil mfion 8 36 1U 8 15 ]] 5163 511.03) 8.3S�ni1COPHPemmY intime�tlWe1109R N 4 B 8 5 25 Et50 EC.195 SUB�OTPLTASN&0 13 9Y �6 �2 0 0 ]9 0 0 0 0 8 t5 0 1] 0 St. 526.d6C 3I1A/2074 Page 1 � � GHD Inc.-PRQIECT FEE ESTIMA7ING SHEET PrqeUWme: We0%9UewloamentanJWaI19CRehahilihtienProiect qkfR: �w�W �we oa�iasn snnena�wntaze itenneM om:w�a�za mu hbNUmbar. BC090D19] " ' U180RC08T8- . - ' � , . . . �COMPUfAl10N L�BORCATEGORY> P� JM GEO GEO Elec SLI( GEO Gonzt Gonst Wnst Proj. C(� WP PA TOTAL Eryanses .�TM� TOTAL MaR Ke�rt �vlJetl Daw Eng. EnB� MamroM Mgmt Imp Eng� CooM. HDURS Mtl q��T FEE w11E> S18o Si% S�ss 51% S1I5 {1�5 5105 St80 5160 N60 StaS N20 S% S% 3uE¢ rpg7y T25kllt2m Mr Mr Mr M� M� Mr Mr Mr Mr Mr M� Mr M� Mr TASW9.OSRe.BuilEin OlshiEWOnW in anGqsiMection0esi n 9.t PoRartnSRaTO 1 1 4 1 l 542 55,99] 92 GeolecFmWlrnesL ' 1 1 2 4 8 13Y 518 St4.353 S pos Cnartelle&S�teYeil 8 B B 1 1 5156 $1.T4fi 9A Pre 95%Oesi P56 18 2 2 8 232 12 2 3 393 352 E503 9.5 Pre re t0U% 'n 16 2 2 B 190 88 2 2 268 S2.BOB 530.508 SU9TOTRLTASK9.0 d3 16 C 2 2i 380 < 0 0 0 0 �30 5 6 101 1 ES,IfK 511]991 TASW10.08iEPM1amaneCensWC4onEninerin Su rt 10.1 &OP�ase:aivices 2 2 8 2 14 52.1U6 10.2 ConsWCVmEn ireefui Su 6 < 6 24 8 2 50 5300 $],600 SUBTOTALTA9K 10.0 8 6 0 0 6 �3 0 0 0 0 0 8 U < 61 0 E9.)00 TASK-t1.00OmWCtlonMwamarkantll 'mServicea 11.1 PtaCd�sWdbn 8 14 4 Jfi 5154 EM1.336 112 Comhudiai eme�rt 3 33 20 18 2 ] SC4C $13234 it.3�a OCxrvaOaMn 360 16 3 54.056 $B4.Y18 H.4 ProeCqosaW 6 6 t2 < 2 28 St6B 51.018 SIIBTOTALTA3K 11A 0 x U o 0 0 o IC ]bU % ]C � o a StA SB�. LLS9TASK57THROUGH70TOTALS et 738 81 202 30 436 797 M 36� 56 34 293 69 36 P,063 $ 22,500 § 15,178 $ 332,423 pymmageryour3 0% ]Y. 4% 10% 1% 21% 10% 2% 1]k 3% 2ri 1<% 3% 2% t00% 4itRNU60 I�canMirtoesl ..- ' , - �...:..... .:.. .. ..:. . . .,. .... .. �,.:-:.. . ' �:. . .. .. .�_ . ,. , _. . . . ....,.. ... ...... . .. .. . ...�:. ..,-.:. c TASW 10 NWI i6FlNtl Inwatl 14 FieW 18 18 3500 51 §6.398 12 Evaluahonantl0es nfwRMaLLta4andWeOM 4 4 20 28 S16B 50.660 1.3 RammnnitlaGOnsTechniW MemomMVn B 20 28 $1 54.828 1.0 Pre onM G'aein a 1 9 8 8 4 2 2] 5181 53.892 SUBTOTALTASKI.O 1 i6 6 fi6 0 0 0 0 0 0 0 B 6 Y 101 5606 Et9,]BG ASK20 Wtlll4RehfbilRationS ' otlom 21 Pm 95% � S ms 4 2 t6 12 50 E6,930 225uEmssronaf100%Desi S �ficatimloC' fwBi�n 2 1 8 4 2 1 3102 #,461 SUBIOTALTASK 20 6 9 0 90 0 0 0 0 0 0 0 0 16 3 51 5306 yT,C01 WElLY4TASKS�and2TOTALS 7 t9 4 90 0 0 0 0 0 0 0 6 20 4 152 5972 327,�87 PeicentepeHOUrs 5% 13% 3% 59% 0°h 0%e 0°b 0% 0% 0°: 0% 5% 13% 3X 100% PROJECTTOTALS 88 157 87 292 30 436 '197 44 360 56 �4 307 89 60 2,215 E16,080 5359,610 'OTHEROIRECTCOSTSintluEelebphvx,mAeage,prinLng,phWd'apiesadoMermis 9aneaus&redm�enses. 3124/2014 Pa9e2