Loading...
HomeMy WebLinkAboutGHD, Inc. 2015-02-17; Amendment 1 2014-04-16 �� I;; � � [' �'I�L N'�. 13 I`� ' �-t�� �"I CITY OF UKIAH AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES DATED FEBRUARY 17, 2015 TERMS AND CONDITIONS All terms and conditions of the Agreement for Professional Consulting Services dated April 16, 2014 shall remain in force and effect except as modified by this first amendment. AUTHORIZATION Upon execution of this amendment, service provider is authorized to provide the service described under the Scope of Additional Work identified in this Amendment No. 1. SCOPE OF ADDITIONAL WORK Work authorized by this amendment shall include that work described in the January 28, 2015 Amendment for Engineering Design, Geotechnical and Construction Oversight Services for Water Well #4 Rehabilitation and New Water Well #9 Project.. A copy of said letter is included in this first amendment at Attachment A. COMPENSATION Compensation for the performance of the additional work shall be in accordance with Attachment A. �xpenses shall not exceed a maximum total cost of $222,232 �j, �HD, INC /� �����i CITY OF UKIAH i �' /� , BY: � i, °�- I : '�.:; BY: � �l,� -�'C;1��{-�__ ALEX CIILICK \ � JANE CHAMBERS Principal , ;City Manager � �� ,, �l __ -, _ - � ! �.`� ,`� �� DATE DATE , Amendment No.1 to Agreement for Professional Consulting Services � � f�P� � January 28, 2015 Mr. Jarod Thiele Our ref: 84l11192/10 Public Works Project Analyst Your ref: COU#1314-200 City of Ukiah 300 Seminary Avenue Ukiah CA 95482-5400 RE: Amendment for Engineering Design, Geotechnical and Construction Oversight Services for Water Well #4 Rehabilitation and New Water Well #9 Project Dear Mr. Thiele: GHD is pleased to provide the City of Ukiah (City)with this Scope and Fee for additional services on the Engineering Design, Geotechnical and Construction Oversight Services for Water Well #4 Rehabilitation and New Water Well#9 Project, dated March 6, 2014 (Contract#1314-200). This proposal is for additional activities associated with the design and construction installation of Replacement Well #4 on the same property (APN 003-572-15-00) as the existing Well #4, and the design and construction of New Well#9 near the intersection of North Orchard Avenue/ Brush Street. This project is derived from the findings developed during the site evaluation tasks previously performed under this contract. The original scope of services included the design and installation of New Well#9 on a privately owned parcel located at the intersection of Brush Street/Orr Street, and the hydrogeologic evaluation of existing Well #4. Project Background The evaluation, design and construction of new Well#9 at a site adjacent to Brush Street/Orr Street was the primary focus of the work conducted by GHD under Contract#1314-200, which began in April 2014. In May 2014 environmental screening of the properties near the Proposed Well #9 site identified two nearby fuel storage and dispensing facilities which have records of hydrocarbon soil and groundwater contamination. Soil and groundwater sampling in 2014 at the former Tidewaters Bulk Fuel Terminal 600 feet west of the Proposed Well#9 site indicated significant concentrations of diesel contamination in the groundwater. This contamination could result in more stringent water quality monitoring requirements and possibly the need for water treatment if Proposed Well #9 was installed at this location. Based on this discovery, GHD recommended the following actions: 1) The design of Proposed Well#9 is put on hold while environmental testing by others at the former Tidewater Bulk Facility is completed so a more thorough evaluation of the contamination levels and potential risks to the well operation can be evaluated. 2) Other sites are considered for the Proposed Well#9 project. 3) GHD proceeds with the field investigations and evaluation of existing Well #4 for rehabilitation or replacement. The City agreed with these recommendations, design efforts associated with Well#9 were put on hold, and project resources were shifted to begin evaluation of existing Well #4. Existing Well#4 has been off-line due to reoccurring detections of bacteria in extracted groundwater. Also, approximately the lower 100-feet of the well casing had previously collapsed. GHD's evaluation of existing Well#4 indicates that the installation of a t'iHD Inc. 2235 Nlercury Way Suite 1�0 Santa Rosa CA 95407 USA T t'07 523 1010 F 1 70?527 86?9 E santarosa a(�ghd.com W www.ghd.com new replacement well at the same property is recommended instead of rehabilitation of existing Well #4 due to the following issues: • A split in the well casing observed in a well CCTV video inspection—this split indicates structural weakness; • Extensive plugging of the well screen; • Lack of a proven sanitary well seal; • Re-occurring bacteria contamination issues; • High risk that aggressive rehabilitation will end in well failure. • High risk and cost of proper abandonment should failure occur. The City and GHD held a meeting on June 19, 2014 at the existing Well#4 site. During this meeting GHD recommended that further work related to the Brush Street/Orr Street new Well#9 site remain on hold while environmental testing is performed by others, and that the scope of services and budget should be re- appropriated for the design and installation of Replacement Well#4 including building and site improvements, and destruction of Existing Well #4. Once the subsurtace environmental testing and review is completed at the former Tidewaters Bulk Fuel Terminal and an evaluation of the new Well #9 site is completed the City could reauthorize the design of New Well #9. Design of Replacement Well#4 progressed during the months of June, July and August. During this time the City decided to evaluate options for purchasing the parcel behind existing Well#4 and relocating Replacement Well#4 to this parcel, which is currently an open field. The City subsequently entered into discussions with the property owner, and design of Replacement Well #4 was temporarily put on hold based on the potential for the well site to change and to preserve design budget. In August 2014 the subsurtace environmental testing at the former Tidewater Bulk Facility was completed by others. The test results indicated that shallow soil and groundwater contamination is present, but that it does not appear to have migrated below shallow confining clay layers. As a precautionary measure, GHD has recommended that New Well#9 be sited near the intersection of North Orchard Avenue/ Brush Street. This site is further east of the contamination source and provides greater separation and reduces the risk of potentially drawing petroleum hydrocarbon contamination to New Well#9. By November 2014 discussions with the property owner adjacent to the existing Well #4 site were not progressing, the City determined that the purchase of the parcel would not move forward, and that design of Replacement Well#4 on the existing Well #4 parcel should continue. Scope and Budget Update Some design work was undertaken on the proposed Well#9 site at Brush Street/Orr Street prior to the suspension of Well #9 work and shift of project resources to design Replacement Well #4. Most of the design work completed for the Proposed Well #9 site at Brush Street/Orr Street project is directly transferrable to the Replacement Well #4 project, and has been used to develop the Replacement Well#4 project. It is expected that the design of the Replacement Well#4 and the chlorination and control building will be directly transferrable back to the Proposed Well #9 design at North Orchard Avenue/Brush Street when that effort restarts. The estimated hours for the design of the Replacement Well #4 project have been adjusted based on the City's authorization to proceed with the design of Replacement Well#4 and the reuse of similar design work already completed for Proposed Well #9. This revised budget estimate provided with this proposal includes a summary of the overall budget status of the work associated with the Proposed Well#9 project and a detailed Scope of Services for the Replacement Well #4 project. This proposed Scope of Services consists of and amends the following key elements: • Design, bid support and occasional contractor oversight during drilling and well construction of Replacement Well #4; o Installation of a Test Well and associated hydrogeologic evaluation of the existing Well #4 site; o Installation of Replacement Well#4; 84/1 1 1 92/1 0/201 5-01-27 Well 4&9 SOW.docx 2 • Design, bid support and construction management/observation services services for Replacement Well #4 control and chlorination building, site improvements, well head, pump and water distribution piping; • Destruction of existing Well #4; • Assistance to the City in preliminary evaluation of other locations for the Proposed Well#9; • Design, bid support and occasional contractor oversight during drilling and well construction of new Well #9; o Installation of a Test Well at the new Well#9 site; o Installation of new Well #9; • Design, bid support and construction management/observation services for new Well #9 control and chlorination building, site improvements, well head, pump and water distribution piping; The table below summarizes budget spent on each task under Contract#1314-200, budget adjustments based on efforts completed, and the estimated percent completion as of January 25, 2015. - • . � � • • . � � : . � � - • � � • � � • � : � . � Project Award and $14,008 $8,698 1 Preliminaries ($5,310) $8,698 $0 100% Well#9 Location Evaluation 2 and Field Investigation $11,560 $7,308 ($4,252) $7,126 $182 98% Well#9 Concept Design Drawings to Qualified Drilling $9,393 $9,393 $0 $5,353 $4,040 57% 3 Contractors Well#9 Detailed Well Design $21,031 $21,031 $0 $19,905 $1,126 95% 4 and Bid Documents Well #9 Site: Install 4-Inch Test Well, Test Setup and $8,077 $8,077 $0 $0 $8,077 0% 5 Analysis 6 Well#9 Installation $14,749 $14,749 $0 $0 $14,749 0% Well#9 Aquifer(Pump) Testing and Pump Design $14,642 $14,642 $0 $0 $14,642 0% 7 Refinement Well #9 Reporting and $26,464 $26,464 $0 $0 $26,464 0% 8 Closeout Well #9 Site, Building, and $117,991 $117,991 $0 $47,448 $70,543 40% 9 Utility Design Well #9 Bid Phase and Construction Engineering $9,704 $9,704 $0 $96 $9,608 1% 10 Support Well #9 CM /Inspection $g4,804 $84,804 $0 $0 $84,804 0% 11 Services 12 Well#4 Field Investigation $19,786 $29,348 $9,562 $27,886 $1,462 95% Well #4 Rehabilitation $7,401 $7,401 $0 $2,589 $4,812 35% 13 Specifications TOTAL $359,610 $359,610 $0 $119,101 $240,509 33% 84/1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx 3 Tasks 12 and 13 were used both to evaluate the rehabilitation of existing Well #4 and to begin the design of the Replacement Well #4. When the City authorized GHD to proceed with Replacement Well#4 design and re-appropriate existing budget, additional tasks were added to the project to allow the design team to move forward with the design of Replacement Well#4 and to manage the efforts on individual tasks separately from Well#9 efforts. Integrated Project Approach The Scope of Services for the design of the Replacement Well #4 is comparable to and integrated with the Scope of Services for the Proposed Well #9 project. The approach to the Replacement Well#4 scope of services is to integrate it with the New Well #9 tasks to develop a combined set of construction documents for both well sites. One set of construction documents will be developed for Replacement Well#4 and New Well #9 drilling and well development and one set of construction documents will be developed for Replacement Well#4 and New Well #9 building, site and utility improvements. This approach integrates both well sites into a single project, which will provide the City with cost savings during design, well drilling and construction. This approach is also expected to improve the attractiveness of the project to well drilling and construction contractors. Construction management and observation services for both wells would also be integrated. Scope of Services for Replacement Well #4 Following authorization to proceed with the evaluation and design of Replacement Well#4, additional project tasks were established, and budget was re-appropriated to those tasks for Well#4 efforts. The following are the proposed Scope of Services for Replacement Well#4. The Project Tasks are identified below: Task 14. Replacement Well #4 Project Preliminaries and Site Investigation Task 15. Replacement Well #4 Concept Design Drawings Task 16. Replacement Well #4 Detailed Well Design, Specifications, and Bid Documents Task 17. Install 6-Inch Test Well, Test Setup and Analysis Task 18. Replacement Well #4 Installation Task 19. Aquifer(Pump)Testing and Pump Design Refinement Task 20. Replacement Well #4 Reporting and Closeout Task 21. Replacement Well #4 Site, Building and Utility Design Task 22. Bid Phase and Construction Engineering Support Task 23. Construction Management and Inspection Services Task 24. Well #4 Destruction Task 14—Replacement Well#4 Project Preliminaries and Site Investigation GHD understands that one of the most critical aspects of this well destruction and installation project is timeliness. Discussions with drilling contractors suitable for the Replacement Well #4 project have been in progress due to the communication in place from the Proposed Well #9 project which will avoid potential delays as a result of unavailability of drilling contractors. GHD will continue monitoring of drilling contractors' availability throughout the upcoming assessment and design phases. GHD understands that a final location for Replacement Well#4 has been selected to remain within the existing Well #4 site. The final selection of the well location is a critical path in order to prepare for site access issues regarding on site activities for the destruction of Well#4 and installation of Replacement Well #4 within the limited space available. This task includes preliminary activities such as a detailed review of the 2006 Well Siting Study, available supporting documentation for the existing Well#4 and a preliminary field investigation pertormed concurrently with the geotechnical investigation to assess potential environmental concerns left in place at the existing Well#4. This Task includes: • City of Ukiah data review, kick-off meeting, and initial site visit; 84/1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx q • Identifying qualified drilling contractors pertaining to the destruction and installation activities to be performed; • Identifying availability of qualified drilling contractors (critical path); • Discussions and/or meetings with contractors to establish and maintain interest in these projects; • Pertorm on site environmental investigation concurrently with geotechnical drilling in order to confirm the diesel AST and associated piping has not affected the integrity of the site; • Establish location for Replacement Well#4; • Prepare draft CDPH permit application and supporting information (i.e., Drinking Water Source Assessment and Protection report); and • Meet with CDPH to discuss schedule and well replacement 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 and that the site has been cleared for hazardous material concerns. GHD has the expertise to assist the City with hazardous materials and/or CEQA permitting if needed. Task 15— Replacement Well#4 Specifications and Preliminary Concept Design Drawings 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 Preliminary Conceptual Design Drawings of the Test Well and Replacement Well#4. These Conceptual Design Drawings would be sent to qualified drillers to allow them to initiate preparation of bids and to provide comments regarding scheduling and other constraints. These Conceptual Design Drawings can be prepared quickly and are 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 driller's 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 Drawings for Installation; • City review of Concept Design Drawings; • Issue Concept Design Drawing to qualified drilling contractors; and • Respond to questions and changes in driller availability and schedule. Task 16— Replacement Well #4 Detailed Well Design and Bid Documents GHD will prepare 95% draft design drawings and technical specifications for the installation of Replacement Well #4 and submit these draft specifications and drawings to the City for review and comment. Because the Preliminary Design Drawings for new Well #9 will have been previously completed, the City and GHD can use this Task to focus on important details such as 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 17) and Pumping Test(Task 19) 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 drawings and specifications for Replacement Well#4; • Meet with the City to discuss the design; • Submission of 95% design to the City for review and comment; • Submission of 100% design to the City for bidding to qualified drilling contractors; • Response to questions during Contractor bid preparation; • Review of bids; • Acceptance of winning bid; and • 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, supervisory control and data acquisition (SCADA), building, and site improvement elements are described below under Task 21. 84/1 1 1 92/1 0/201 5-01-27 Well 4&9 SOW.docx 5 Task 17— Install 6-Inch Test Well, Test Setup and Analysis Task 4 proposes that a Test Well be completed as part of the installation of Replacement Well #4. The Test Well proposed in this Task is recommended after review of the City's existing Well #4 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 the design details appropriate for the installation of Replacement Well#4. The Test Well program results will be used to refine the well design specification such as depth, screen interval(s) and filter pack. During the Test Well drilling activities, soil samples for sieve analysis and water quality samples will be collected and the analysis will be pertormed 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 installation 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; and • 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 performance of the aquifer permeability tests. It includes 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 drilling 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 18— Replacement Well #4 Installation The installation of a municipal well is a complex process where on-site observation is required at critical times. This Task is related 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 activities. 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 Replacement Well#4 casing installation; • Observation of well seal placement; and • Observation of the development of Replacement Well#4 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 19—Aquifer(Pump) Testing and Pump Design Refinement After Replacement Well#4 is installed and developed the well 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 Replacement Well#4 during these aquifer tests. GHD will analyze the aquifer test data and provide this analysis in the final report. The aquifer test results will also be used by GHD to refine the pump design as needed and to finalize the permit documents. 84/1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx 6 • Replacement Well #4 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 Replacement Well#4. It is assumed that Replacement Well #4 will be installed 30 to 50 feet from the Test Well. The Test Well remains for future use during operation of Replacement Well#4. Both Replacement Well#4 and the Test Well will be monitored during the pumping tests. GHD will review the area near the wells to identify potential 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 City 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 need to be conducted after or before normal working hours. Task 20—Replacement Well#4 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 submit CDPH permit documents. Task 21 —Replacement Well #4 Site, Building and Utility Design The completion of this task tracks concurrently with the design and installation of Replacement Well #4 and completion of the design of New Well #9. Replacement Well#4 and New Well #9 construction documents will be integrated into a single package for bidding purposes. The well site, building, distribution piping, utilities and treatment design includes the following elements: • Site topographic survey • Geotechnical investigation and report • Basis of Design technical memorandum • Well head and appurtenances • Pump sizing and selection • Site demolition, clearing and grubbing • Site improvements (excavation, grading, paving, fencing &gates) • Yard piping valves and appurtenances • Finalize design of wood frame chlorination and control building • Chlorination system • 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 distribution main located in Lorraine Street. Based on the outcome of the Design Charrette and subsequent meetings and discussions regarding the chlorination system, the City has selected the Arden TriChlor tablet chlorination system for Replacement Well #4 and New Well #9. This system will be incorporated into the project design, along with other elements documented in the Basis of Design technical memorandum. The structural and architectural design of the New Well#9 chlorination and control building was completed to approximately a 60% design level. It is assumed that this building design will be retained and utilized for the chlorination and control building for the Replacement Well #4. Task 21.1— Topographic Mapping and Boundary Survey(Subconsultant:Rau&Associates) This task includes performing a topographic field survey which may be accomplished by a combination of GPS and conventional surveying methods. 84l1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx 7 A topographic map of the Well #4 parcel with improvements will be completed. Limits will include features within the fence lines of the existing parcel and out into the street frontage (approximately 50 feet of street in both directions from lot frontage) to show any evidence of overhead or underground utilities and drainage patterns. The existing sanitary sewer pipeline in Lorraine Street from Betty Street south to trunk sewer pipeline in Talmage Frontage Road will also be surveyed to determine its capacity to handle overboard discharges during well operation. A boundary survey of the subject parcel will be performed, corner monuments set or existing fences tagged for reference, and a Record of Survey filed showing the boundary relative to the existing fences. Task 21.1.1 Data and Records Research;Landowner Contacts Data and records research services will be pertormed to support Project design surveys, topographic mapping, location of boundaries, and production of the Record of Survey Map. The City of Ukiah is to supply a current Title Report to discover any easements of record. Data and records research activities will include title analysis, reduction/calculation of record data, and boundary analysis. The adjoining neighbors will be notified that field survey work is being done for the City. Task 21.1.2—Field Surveys Topographic mapping will include the existing improvements on the parcel as well as visible utilities and utility appurtenances (manholes, valve covers, splice boxes, etc.) and the streetscape (curb, gutter, sidewalk on both sides) in front of the parcel. A boundary survey will be done to establish/confirm the limits of the parcel. It is anticipated that the Boundary Survey will have to extend over onto Orchard Avenue and possibly south to Talmage or west to Waugh Lane, since the original subdivision along Lorraine was done in the 1950s. Two days of field surveys is budgeted for this task. Task 21.1.3— OfiFice Topographic Mapping Topographic mapping will be done from the field surveys performed in accordance with applicable City of Ukiah accuracy standards. Topographic base maps will be prepared for the project site as well as the streetscape fronting the project site. Mapping will be provided at a 1 inch = 20 feet horizontal scale with 1- foot contour intervals, using industry standards of accuracy. Up to five hard copies and two CD's of the electronic version of the mapping will be delivered to the City. Task 21.1.4— Office Boundary Mapping Boundary resolution will be performed in the office using field ties to existing monuments. It is anticipated that at least three monuments of record will be found within tolerances sufficient to allow the boundaries to be established. The evidence found will be shown on a preliminary boundary map and the boundary resolved. The resolved boundary shall be added to the topographic map to complete it for design purposes. The Title Report will be studied for any easements of record. If there are any easements of record which cross the subject parcel, they shall be plotted to show the area encumbered. Task 21.1.5— Set Boundary Monuments The boundary will be monumented at the angle points, or if fence posts are at or near the location of the property boundary corner, the fence post will be tagged in lieu of a monument being placed. Task 21.1.6—Record of Survey Map A Record of Survey Map will be prepared and submitted to the Mendocino County Surveyor for map checking. Services to be pertormed include production of the map, plan check processing, and recordation of the map. Payment of the County's plan check and recordation fees are included in this task. Task 21.2—Geotechnical Investigation (Subconsultant: Rau &Associates): The following geotechnical services will be provided by Geotechnical Subconsultant. 84/1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx $ Task 21.2.1—Private Landowner and Public Agency Notifications Notification to the adjoining land owners and the County Division of Environmental Health will be provided about the plan to conduct field investigations on City of Ukiah owned property in order to prevent false alarms and concerns about drilling without permits. Task 21.2.2—Field Exploration A geotechnical investigation will be conducted including 3 to 4 borings in the designated area, using a drill rig (appropriately cleaned to prevent contamination) to depths ranging from 10 to 15 feet within the identified Project Area limits for Wellhead Structure. Borings will be used to assess the properties of in-situ subgrade soils (Atterberg Limits, Expansion Index) and to evaluate the potential for adverse conditions such as soft soils or high groundwater. In addition, one soil boring will be drilled up to approximately 35 feet in depth near the proposed wellhead structures to assess potential for liquefaction. It is anticipated that observations of the drilling logs will be sufficient to be able to state that the liquefaction potential is sufficiently low to not require computer evaluation. If computer evaluation of liquefaction potential becomes necessary, the work will be an additional cost to the project and will be authorized by a change to the professional services agreement. The Geotechnical Subconsultant will log the borings and collect soil samples. Task 21.2.3— Geotechnical Laboratory Testing Laboratory tests will be performed on selected soil samples to evaluate pertinent physical and engineering properties. Tests may include R-Value for the structural section in the yard area around the well and wellhead structures, corrosion potential, maximum wet density of subgrade soils, unconfined compressive strength, and Atterberg (Plasticity Index) limits. Substitute laboratory test may be pertormed depending on the conditions encountered during field exploration. The laboratory testing will include one remolded shear test to aid in determining the allowable soil parameters for design of the structures sited on reprocessed fill. Three or four moisture/density tests, four abbreviated hydrometer tests to determine percentage of silt and clay, and one gradation to determine liquefaction potential of a representative gravel lens (if encountered)will complete the testing program. Task 21.2.4—Engineering Analysis and Report Preparation Results of field exploration and laboratory tests, and chemical analysis will be used to determine geotechnical parameters for the planned construction elements of the Project. Recommendations for pavement or gravel surface section designs, trench excavation stability and backfill, and site grading will be provided. A written report will be prepared under the direction of a Registered Civil and Geotechnical Engineer. A section will be included in the geotechnical report for the project to describe conditions encountered and provide design parameters for the wellhead structure foundations, including maximum design bearing pressure and passive pressure for lateral resistance, as well as recommendations for subsurface and surface drainage elements around the structures. Task 21.2.5—Plan Check A review of Project plans and specifications will be performed by Geotechnical Subconsultant for the 100% and Final submittals in order to confirm that the plans and specifications are in general conformance with the findings and recommendations relative to the geotechnical investigation. Task 21.2.6—Meetings Geotechnical SubconsultanYs representatives will attend up to two (2) meetings with City of Ukiah to discuss geotechnical issues. Task 21.3—Asbestos and Lead Survey Report This task includes performing a lead and asbestos report prior to the destruction of any above ground structures. Asbestos and lead sampling is not included in this scope of work. 84/1 1 1 92/1 0/2 01 5-0�-27 Well 4&9 SOW.docx g Task 21.4—Review Background/nformation This task includes contacting the various utility providers with utilities within the project limits to request utility information and records, if any, principally to determine the surtace and subsurtace location of various utilities which may conflict with the improvements. Utility potholing is not included in this scope of work. GHD will visit the Well#4 site and surrounding area with the City to assess and document the existing conditions, verify the topographic survey, and site the new chlorination and control building and associated site improvements. Attendance by the lead design engineer and project manager are at two in-person meetings is also included in this task. Task 21,5— 95%Design Submittal GHD will prepare 95% construction contract documents: drawings, specifications, and opinion of probable construction costs for the building and site improvements. Documents will be submitted for City review and comment. The 95% submittal will also be submitted to the Building Department for permit review. GHD will meet with the City to review and confirm comments prior to finalizing the design for bidding. Task 21.6— 100% (Final)Design Submittal Following the 95% design review meeting GHD will finalize the design for public bidding. Construction contract documents for bid will be submitted at the 100% (Final) design level, 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: • Topographic Survey Map. • Easement documents (legal description and plat). • Geotechnical Investigation Report (3 hard copies, 1 electronic copy). • 95% Plans, Specifications & Opinion of Probable Cost (3 full-size 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 22—Bid Phase and Construction Engineering Support GHD will respond to technical 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. CAD 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 23—Construction Management and Observation Services This task assumes the contractor has been allowed a total of one hundred ten (110)working days for completion of all work under the Construction Contract for the New Well #9 and Replacement Well#4 site, building, and piping construction. This scope augments Task 11, which is CM and Observation for New Well #9 based on the estimated additional fifty (50)working days of contract time. Task 23.1—Pre-Construction This task includes project administration, coordination, organizing the pre-construction meeting and document pre-construction conditions: Task 23.1.1—Project Administration and Coordination • Budget and schedule tracking • Provide project and contract oversight 84/1 1 1 92/1 0/201 5-01-27 Well 4&9 SOW.docx �� Task 23.1.2—Schedule and Cost breakdown review • On-site inspector/observer will review the contractor's schedule and cost breakdown of bid items. Task 23.1.3—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 23.1.4—Photo log/pre-construction inspection • Photograph documentation of prior conditions. Task 23.2— 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 23.2.1—Progress Pay Requesfs GHD will review Contractor monthly payment requests, negotiate differences in payment quantities, and prepare and submit monthly payment requests to City. Task 23.2.2—Project Files GHD will maintain project records and files. Task 23.2.3—Progress Meetings The On-site observer will attend project meetings and prepare agenda and meeting minutes, as needed. This scope of work assumes one progress meeting per week (up to 12 meetings). The Construction Manager will attend up to 5 meetings. Task 23.2.4—Schedule Monitoring • The observer 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 23.2.5—Submittals • Coordinate and manage Submittal and Shop Drawings reviews—including maintaining submittal log (up to 12 hours of review and processing time). This scope item also includes an allowance for up to 4 resubmittals. • Provide technical review and response Task 23.2,6—Request for/nformation/Contract Change Orders(RF/s/CCOs) . Manage Contractor correspondence including Requests for Information (RFIs), Potential Change Orders (PCOs) and Contractor Change Orders (CCOs)—include technical/engineering assistance & review, maintaining logs, prepare and transmit responses and coordinate with other parties to develop responses. • Allowance for up to 2 Change Orders and 6 RFIs. Task 23.2.7— Oversight GHD will provide senior level oversight of project, including reviewing progress pay requests, correspondence, meeting minutes, RFIs and CCOs, as needed (up to 2 hours for Principal and 6 hours for Construction Manager). 84/1 1 1 92/1 0/2 01 5-01-27 Well 4 8�9 SOW.docx 11 Task 23.3—Daily Observation GHD will provide part-time daily construction observation to document construction progress, site cleanliness, potential future conflicts, and contractor issues. Task 23.3.1—Daily Observation Provide part-time on-site construction observation to check on the Contractor's general conformance with the project plans and specifications. The period of construction will be staffed at'h time during construction (4 hours a day on site). It is anticipated that the City Building inspector will be present during required Building Department inspections. • Prepare daily observation reports including digital photo logs of progress • Maintain job set plans with markup depicted any changes • Collect and maintain all material tags and testing tagsJreports. • 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 23.4—Project C/oseout GHD will prepare final project closeout documents including the following: • Final project summary letter • Complete project photo log in CD format • Approved submittals • Inspection and observation reports • All materials testing and inspection records and final reports (provided by City and third party inspectors) • Labor compliance documentation - contractor prevailing wage reports (if required and provided) • Meeting records Task 23.4.2—Record Drawings Prepare and transmit Record drawings 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 (1) red-lined bond hard copy with consolidated construction changes will be submitted to the City for their records. Task 23.4.3— Notice of Completion/Retention GHD will assist the City in preparing the Notice of Completion and coordinate payment processing of retention. Task 24—Well#4 Destruction This Task is related to observation of the drilling contractor during key events and responding to the conditions which are encountered in order to ensure correct destruction techniques have been followed. This Task includes the following: • Review of destruction design by drilling contractor. • Observation of Well#4 conductor casing and well destruction. Assumptions: This Task includes two days of on-site observation during the destruction of the existing well. The costs assume that the drilling contractor will manage the drill cuttings and discharge of drilling fluids during the destruction. The drilling contractor is also responsible for coordinating required drilling permits and regulatory inspections. 84/1 1 1 92/1 0/201 5-01-27 Well 4&9 SOW.docx �2 Proposed Budget The table below summarizes proposed budget for Replacement Well #4 tasks, efforts completed, and the estimated percent completion as of January 25, 2015. Any efforts that exceed proposed budgets will be managed by GHD such that the overall project budget is not exceeded without prior written approval of the City. • • . • . - � � • • . � . - • � � - � � - � - - . . � 14 Well #4 Project Preliminaries $0 $12,942 $0 $28,091 ($15,149) 217% 15 Well#4 Concept Design $0 $11,607 $0 $8,744 $2,863 75% Drawings 16 Well #4 Detailed Well Design $0 $10,904 $0 $21,780 ($10,876) 200% and Bid Documents 17 Well#4 Test Well $0 $12,423 $0 $0 $12,423 0% 18 Well #4 Installation $0 $16,051 $0 $0 $16,051 0% 19 Well#4 Aquifer(Pump) Testing $0 $7,796 $0 $0 $7,796 0% and Pump Design Refinement 20 Well#4 Reporting and $0 $15,561 $0 $0 $15,561 0% Closeout 21 Well #4 Site, Building, and $0 $76,667 $0 $26,751 $49,916 35% Utility Design 22 Well#4 Bid Phase and $0 $5,582 $0 $0 $5,582 0% Construction Engineering Support 23 Well #4 CM / Inspection $0 $45,485 $0 $0 $45,485 0% Services 24 Well #4 Destruction $0 $7,214 $0 $0 $7,214 0% TOTAL $0 $222,232 $0 $85,366 $136,866 38% The table below summarizes the overall budgets that have been utilized through January 25, 2015 toward the Proposed Well #9 project and the Replacement Well #4 project, compared to funds that will be necessary for GHD to complete the design and construction of both Proposed Well#9 and Replacement Well#4. 84/11192l10/2015-01-27 Well 4&9 SOW.docx 13 . - . Well#9 and Well#4 Rehabilitation Project(Current Contract) Original Contract Budget $359,610 Authorized Ex enditures $119,101 Ori inal Contract Bud et Remainin $240,509 Re lacement Well#4 Pro osed Amendment) Pro osed Amendment Bud et $222,232 Authorized Ex enditures $85,366 Pro osed Amendment Bud et Remainin $136,866 Total Project Budget(Contract+Amendment) $581,842 Assumptions and Exclusions This Scope of Services relies upon certain assumptions, based upon the information available at the time of execution of the Agreement, and exclusions. Should these assumptions and exclusions 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 assumptions and exclusions are essential elements of this Scope of Services: • 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 this Agreement shall be modified accordingly. • Utility facilities will be accurately located and marked in the field by the respective utility owners prior to commencement of geotechnical 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 Replacement Well#4 site improvements, utilities, building and appurtenances is assumed to require 50 working days. The estimated total number of working days for both Replacement Well #4 and Proposed Well #9 is 110 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 pump/motor, VFD and MCC lead time. • All work involved in preparing and obtaining cooperative agreements and approval of cooperative agreements is excluded. 84/1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx 14 • Any services associated with the identification, handling, containment, abatement, disposal, or in any other respect related to asbestos or hazardous materials is excluded except as stated in the Scope of Services. • Preparation of environmental documents and related special studies in support of the project is excluded. • Materials testing during construction for conformance with contract requirements is excluded. • Inspection of contractor's work and materials for certification purposes is excluded. Services Provided by the City The City of Ukiah will: 1 Provide access 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. Locate water, electrical power, sanitary sewer and storm sewer utilities as part of the Underground Service Alert (USA) requirements. 4. GHD shall be entitled to rely upon the accuracy of data and information provided by the City or others without independent review or evaluation. 5. Review and provide comments on submittals provided by GHD. 6, Except as specifically stated otherwise herein, act as Applicant and pay all fees: a. For all required permits, and b. Material testing during construction. 7 Provide for use by GHD current Preliminary Title Reports for all affected properties. 8. Pay all fees, except as specifically stated herein to be included in Basic Services. 9. Provide all required right-of-way appraisal and acquisition services. 10. Prepare and issue all required Notices to Relocate existing utility facilities. 11. Provide after-hours site visits during the pumping of the Test Well and aquifer/pump testing of Replacement Well #4. Said services are not included within the Scope of Services to be provided by GHD under this Agreement. GHD is committed to the City of Ukiah and the successful completion of this project in 2015. It is our goal to complete the design of the project by April 2015 so the City can advertise for bids and authorize construction during the summer of 2015. Please feel free to contact Kent or me if you have any questions about this proposal or need any additional information. Sincerely GHD Inc � ! �- - - -� ��� �titi � _ , �� _ __ _ ---�-��".� Matt Kennedy, PE, TE Kent O'Brien, PG, CEG Project Director /� Project Manager 707.540.3376 � 707.478.9559 Attachments: 1. Budget Estimate Spreadsheet 2. GHD Standard Rates S4/1 1 1 92/1 0/2 01 5-01-27 Well 4&9 SOW.docx �5 �� � GHD Inc.-PROJECT FEE ESTIMATING SHEET Project Name: Replacement Well#4&New Well#9 Project Client:City of Ukiah Prepared by: Kent O'Brien IMatt Kennedy Date:January 28,2015 Job Number: 8411192 LABOR COSTS FEE COMPUTATION LABORCATEGORY> PD JM GEO GEO Elec Staff CaEO Const. Const. Const. Proj. CAD WP PA TOTAL Expenses •OTHER TOTAL Matt Kent EIiz/Jed Dave Eng. Eng. CrewFord Mgmt. Insp. Engr Coord. HOURS And DIRECT FEE RATE> $180 $195 $155 $155 $775 $135 $125 $180 $160 $160 $125 $120 $95 $95 Subs COSTS TaSk/Item /Hr IHr IHr IHr IHr /Hr IHr /Hr /Hr /Hr IHr IHr /Hr /Hr TASK-14.0 Pro'ect Preliminaries and Site Investi ation 14.1 Surrounding Site Review 1 4 5 $30 5725 142 Environmental Site Investi ation 1 8 1 10 S60 $1.375 14.3 Identi Availabilit ofQualifedContractors 3 5 8 $48 51,408 14.4 Data Review Well#4 2 4 4 4 14 §84 �2,344 14.5 Prepare Dnnkin Water Source Assessment and Protection 1 1 16 1 16 2 4 1 42 �252 $5,977 146GeneralPermittin 1 1 4 1 1 8 $48 $1,113 � SUBTOTAL TASK 14.0 3 11 17 10 0 0 36 0 0 0 0 4 4 2 87 EO $522 $12,942 TASK-15.0 Re lacement Well#4 Conce t Desi n Drawin s 15.1 Pre aration of Conce t Desi n Drawin s 1 6 16 4 12 4 43 $258 $6A08 152 Res onse to Cit Review of Conce t Desi n Drawin s 12 4 2 18 $108 $2.638 15.3 Res onse to Questions and Chan es in Contractor Availabilit 2 12 1 1 16 S96 52561 SUBTOTAL TASK 15.0 1 8 0 40 0 0 4 0 0 0 0 17 7 0 77 $0 $462 $11,607 TASK-16.0 Re lacement Well#4 Detailed Well Desi n and Bid Documents 16.1 Pre are 95%Desi n for Re lacement Well#4 1 8 2 12 5 10 8 2 46 $288 $6,973 162 Submission of 100%Well Desi n to Cit for Biddin 1 2 8 4 4 1 20 $120 $2,885 16.3 Drillin Coordination 2 4 6 $36 $1,046 SUBTOTAL TASK 16.0 2 12 2 24 0 0 5 0 0 0 0 14 12 3 74 EO $444 $10,904 TASK-17.D Install 6-Inch Test Well,Test Setu and Anal sis 17.1 Test Well lnstallation/Sieve Testin /Permeabilit Testin /Sam lin 1 3 16 40 60 $1,000 $360 $9.G05 172 Review of Laborato Information and Anal sis of Data 4 6 8 18 $108 $2.d18 SUBTOTAL TASK 17.0 1 7 0 22 0 0 48 0 0 0 0 0 0 0 78 51,000 $468 $12,423 TASK-18.0 Re Iacement Well#4lnstallation 18.1 Pilot Hole Drillin 1 2 8 11 $600 $66 52,171 182 Well Borin/Reamin Drillin 1 1 4 8 14 584 $2,079 18.3 Casin and Well Seal Installation 1 2 8 32 43 $800 $258 $6.868 18.4 WeIlDevelo mentObservation 1 8 24 33 $300 $198 $4,933 SUBTOTAL TASK 18.0 2 5 0 22 0 0 72 0 0 0 0 0 0 0 101 $1,700 $606 $16,051 TASK-19.0 A uifer Pum Testin and Pum Desi n Refnement 19.1 Pum in Test and re orl 3 3 12 18 2 4 4 46 $1,600 $276 $7796 SUBTOTAL TASK 19.0 0 3 0 3 0 12 16 0 0 0 0 2 4 4 46 $1,600 a276 $7,796 TASK-20.0 Re lacement Well#4 Re ortin and Closeout 20.1 Pre are Final Re ort and Record Drawin s 4 8 14 14 6 46 $276 $7,196 202 Pre areCDPHPermitA lication 4 20 6 4 8 42 $252 $6,122 20.3 Finalize CDPH Permit Application and Well#9 Report 2 4 5 2 13 $78 $2,243 SUBTOTAL TASK 20.0 6 16 20 19 0 0 22 0 0 0 0 10 8 0 101 $0 $606 $75,561 TASK-21.0 Site,Buildin ,Distribution Pi in and Disinfection Desi n Well#4 21.1 Perform Site To o Surve 1 1 4 1 7 $13,224 $42 $14,216 212 Geotechnicallnvesti ation 1 1 1 2 5 $11,923 $30 $12,733 212 Asbestos and Lead Surve Re ort 12 12 $72 $1 gg2 21.3 Back round Info,Site Visit&Meetin s 2 2 8 8 20 $120 $3,350 21.4 Pre are95%Desi n PS&E 2 1 2 B 96 2 72 2 1 186 $1,116 525,516 2L5 Pre are 100%Desi n PS8E 2 1 2 6 56 2 56 2 1 130 $1,780 �18,860 SUBTOTAL TASK 21.0 8 6 4 1 24 160 2 0 12 0 4 732 4 3 360 525,147 $3,160 $76,667 1/28/2015 Page 1 � US WEST FEE SCHEDULE � (Effective July 2014) Hourly Rates Principal Professional $205 - 270 Senior Professional $160 - 205 Professional $ 90 - 160 Principal Technical Officer $140 - 170 Senior Technical Officer $115 - 140 Technical Officer/ Drafting $ 75 - 115 Senior Administrative Officer $125 - 180 Administrative Officer $ 70 - 125 Senior Service Group Support $125 - 180 Service Group Support $ 70 - 125 Construction Manager $210 - 230 Senior Site Engineer $125 - 180 Site Engineer $ 85 - 125 Senior Inspector $125 - 180 Inspector $ 85 - 125 Survey $ 60 - 180 Employee time will be billed in accordance with the fees listed above. These rates are subject to change on a semi-annual basis. For other than professional employees, time spent over 8 hours per day, times spend on swing shifts, and time spent on Saturdays will be charged at 1.5 times the hourly billing rate. Work on Sundays will be charged at 2.0 times the hourly billing rate and holiday work will be charged at 2.5 times the hourly billing rate. All field personnel charges are portal to portal. Professional employees will not be charged out a premium charge rates for overtime work. Expenses and other similar project related costs are billed out at cost plus 15%. The cost of using equipment and specialized supplies is billed on the basis of employee hours dedicated to projects. Our rates are: Office Consumables $ 6.00/hr Environmental Dept/Construction Inspection consumables $11.00/hr Survey Field consumables $15.00/hr Various Environmental, Construction and Land Survey Equipment At market Payment for work and expenses is due and payable upon receipt of our invoice. Amounts unpaid thirty (30) days after the issue date of our invoice shall be assess a service charge of one and one half (1.5) percent per month. (*) These rates do not apply to forensic-related services, or to work for which Prevailing Wage obligations exist. It is the responsibility of the client to notify GHD Inc. in writing if Prevailing Wage obligations are applicable, in which case the fees will be adjusted proportionate to the increase in labor costs. �� � GHD Inc.-PROJECT FEE ESTIMATING SHEET P�oject Name: Replacement Well#4&New Well#9 Project Client:City of Ukiah Prepared by: Kent O'Brien IMatt Kennedy Date:January 28,2015 Job Number: 8411192 LABOR COSTS FEE COMPUTATION LABORCATEGORY> PD JM GEO GEO Elec Staff GEO Const. Const. Const. Proj. CAD WP PA TOTAL Ezpenses �OTHER TOTAL Matt Kent EIizlJed Dave Eng. Eng. CrawFo�d Mgmt. Insp. Engr Coord. HOURS And DIRECT FEE RATE> $180 $195 $155 $155 $175 $135 $125 $160 $160 $160 $125 $'120 $95 595 Subs COSTS TaSkllt¢m IHr IHr IHr IHr IHr IHr /Hr /Hr IHr IHr /Hr IHr /Hr IHr TASK•22.0 Bid Phase and Cons[ruction Engineerin Support Well#4 22.1 Bid Phase Services � 4 1 6 $36 $851 222 Construction En ineerin Su ort 4 2 4 16 4 1 31 $186 $4,731 SUBTOTAL TASK 22.0 5 2 0 0 4 20 D 0 0 0 0 4 0 2 37 EO $222 $5,582 TASK-23.0 Construction Management and Ins ection Services Well#4 23.1 Pre-Construction 2 4 2 B $48 $�'Zg8 232 Construction Mana ement 2 20 4 6 10 2 44 $264 57294 23.3 Dail Observation 200 200 $2,200 534,200 23.4 Project Closeout � 2 4 1 6 4 18 5108 52,693 SUBTOTAL TASK 23.0 0 3 0 0 0 0 0 24 208 11 18 4 0 2 270 $0 $2,620 $45,485 TASK-24.0 Well#4 Destruction 24.1 Well#4 Destruction Desi n 2 4 Z 8 848 $1.178 24.2 Casin and Well Seal Destruction 4 8 24 36 $800 $216 $6.036 SUBTOTAL TASK 24.0 0 4 0 8 0 0 24 0 0 0 0 0 D 0 36 $800 $264 $7,214 REPLACEMENT WELL#4 TASKS 14 THROUGH 24 TOTALS 28 73 43 141 28 192 207 24 220 11 22 187 39 16 1,231 $ 30,247 $ 9,650 $ 222,232 PercentageHours 2% 6% 3% 11% 2% 16% 17% 2% 18% 1% 2% 15% 3% 1% 100% 'OTHER DIRECT COSTS inclutle telephone,mileage,printing,photocopies and other miscellaneous direct expenses. 1/28/2015 Page 2