Loading...
HomeMy WebLinkAboutGHD, Inc. 2017-12-21COU No. 1718-161 AGREEMENTFOR PROFESSIONAL CONSULTING SERVICES (Design Professional] This Agreement, made and entered into this 2Is+ day of DCiG . , 2017 ("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 "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to the preparation of the Northwestern Pacific Rail Trail Phase 2 bid documents. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing 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 192 calendar days 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. 3.2 Non -Discrimination. A. Consultant's signature affixed hereto, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a -f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated based on actual cost plus a fixed fee, with a maximum dollar amount of $268,338, as set forth in Consultant's Cost Proposal (Attachment "B"). Actual costs shall be reimbursed in accordance with the Cost Proposal, including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs incurred by the Consultant in the performance of the work. The fixed fee is non-adjustable for the term of the contract, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. 4.2 Changes. 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 Payment. 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 maximum dollar amount set forth in Section 4.1. 4.4 Terms of Payment. 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 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. A pro rata portion of the fixed fee will be included in the monthly progress payments. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and the expenses claimed. Drsieu I'intS�cs:1ercenx•nt-Nocember'_U. ]008 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 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. 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 will 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 Liability. Without limiting Consultant's 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 Scope of Insurance Coverage shall be at least as broad as: Ursien ProlS�cs:1m'cenirnt-\'a�anbrr '_n. '_unA PAUL L1F 5 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 consultant's profession. Architects' and engineers' coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $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 Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: 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 liability: $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 Liability and Automobile Liability Coverages 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 UcslW" ] mW.S sAgrc .m .i -Noce b,. _iL 200S PA(ila OF % 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, officials, employees or volunteers. b. The Consultant's 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 Consultant's insurance and shall not contribute with it. 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 Consultant's 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 Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims -made basis, the retroactivity date shall be the effective date of this Agreement. 4. All Coverages 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. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's 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 Coverage 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. 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 Uc�i¢n PrulS� ce:lercemrnl-\ora be, 2H, 2009 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, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub -contractors 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 any negligent act or omission or the willful misconduct of Consultant and its agents in the performance of services under this contract, 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 negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "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 reasonable fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers and employees. 7.0 CONTRACT PROVISIONS 7.1 Documents and Ownership 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 Consultant's 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. 7.2 Governing 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 Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. 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. :) sgn h,AS­A&,m ,a t No bc, 20.'_00S Wi1 6 OF S 7.6 Assignment. Consultant's 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 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 Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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: Mr. Tim Eriksen City of Ukiah Department of Public Works 300 Seminary Avenue Ukiah, CA 95482-5400 9.0 SIGNATURES Mr. William Silva GHD 2235 Mercury Way, Suite 150 Santa Rosa, CA 95407 IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: D-,% c,Ag­nt-Nocemb,, 20. 2008 CONSULTANT IMMM 12/19/2017 William Silva Date PRINCIPAL IRS IDN Number: 98-0425935 CITY OF UKIAH Sage Sangiacomo Date CITY MANAGER ATTEST /u, i CITY CLERK Date APPROVED AS TO FO i i Davi apport Date CITY ATTORNEY VIII gn 1);,'6cceAgreemenl-\uIembcr 1U. 11108 'A6F R f 8 ATTACHMENT A 2. Project approach and schedule Northwestern Pacific Rail Trail Background In 1999, the City of Ukiah began to plan anew Class I trail adjacent to the Northwestern Pacific (M/VP) railroad tracks in the North Coast Railroad Authority (NCRA) right-of-way ,R ^A0 corridor. The trail concept appeared !n the City's 1999 Bicycle Master Plan, comp'.eted by GHD teaming par.ner The project was ranked as the highest pr oriry in the B cycle Master Pan and in the 2006 Mendocino County Regional Bkeway Plan. The planning for the overall NWP Rail Trail Project was furtner developed in the 2002 Rail Trail Feasib+Gty Study, also completed by Alta, as well as in the 2012 Mendocino County Rail-w:th-Trail Corridor Plan (2C12 Trail Corridor Pian), which was completed by Alta and GHD. The NWP Rat Trail project has broad communi,y support and, of critical importance, *he support of the NCRA, With -n the City of Ukiah, the NWP Rail Trail project was divided into three segments, to be implemented in three phases • Phase 1: Clara St-eet in the north to Gobbi Street in the south • Phase 2: Gobbi Street in the north to Commerce Drive it Vie south • Phase 3: Brush Street in the north to Clara Street in the south In 2012, the City selected the GHD/Alta team to deliver Phase 1 of the project, which was the first rail -with -trail protect to be designed and const•ucted within the NCRA R;W in Mendocino County, involving surveying and mapping: preparation of the Trail Corridor Management Plan, Safety Plan, and Trail Policy; a public workshcp; and the complete design. Construction of Phase 1 completed in 2015, with GHD providing construction management and nspec;ion services. GHD also ass steel the Ciy in obtaining California Public Utilities Commission (CPUC) approvals, and in creating a License Agreement heiween the City and NCRA for the fu-ther development of the NWP Rail Trail projer%t. a 25 -year agreement that is critical to the overall success of this three phase endeavor by granting the C`.ty a non-exclusive license to access and utifze the NCRA R.NV to construct, operate, and maintain a Class I trail (in addition to outlining other requirements). Most of the de:ai ed requirements referenced in the agreement are described in the NCRA Policy & Procedures Manual, §0907 Trail Projects on the NWP Line Rights of -Way: Design, Construction, Safety, Operations, and Maintenance Guidelines (Rail -with -Trail Guidelines). These guidelines encompass requirements for',icensing, permitting. and planning for trail projects in the NCRA R/W. Two of the key plannirg documents required by these guidelines are a feasibility study and safety plan. GHD incorporated the feasibility s*udy and safety plan dccumentation ;n the Phase 1 Trail Corridor Management Plan, a eocument that addresses management issues throughout the study area relating to use and design of the facility. This study and documentation are also reeded for Phase 2: Citv of Ukiah i Nortnwestern Pacific Rail Trail Prase 2 (No. 17-121 1 3 The feasibility study was required to demonstrate a project's comprehensive viability, as well as to present an alternatives analysis. The 2012 Mendocino County Rail with Trail Corridor Plan meets this requirement, and identifies this Phase 2 project segment as a Segment No, S9. The safety plan lays out engineering standards, trespassing and crime prevention strategies, signage, access points, and methods/processed for coordination with police and fire protection. GHD and Alta has together completed these documents for previous projects, including for, as previously mentioned, the Phase 1 portion of this project. Phase 2 Project Understanding In 2016 the City received an Active Transportation Program (ATP) grant from the State of California (administered through Caltrans) to complete the Phase 2 segment. The ATP program consolidates existing federal and State transportation prograrns and funding with the purpose of encouraging increased use of active (non -motorized) modes of transportation, covering costs associated with Project Approval and Environmental Documentation (PA&ED), R/W (if required), and Plans, Specifications and Estimate (PS&E) phases. In ,June 2016, the City completed the Phase 2 environmental documentation through a CEOA Notice of Exemption. The project was determined to be Categorically Exempt under Section 15303 (Class 3, new construction of small facilities) and Section 15304 (Class 4, construction of a bicycle/multi- use trail within an existing right-of-way). The Phase 2 trail segment is approximately 4,170 feet (0.79 miles), and encompasses several culvert crossings, a new bridge over Doolin Creek, and new mid -block pedestrian crossings at Talmage Road and Commerce Drive. Unlike the Phase 1 project at•gnment, which was located on the west side of the NWP railroad tracks, the Phase 2 alignment is proposed on the east side of the tracks. This alignment has several advantages, as well as a couple of potential challenges. These opportunities and constraints are described below, under "Approach". The City has established a schedule for the project, with the goal of completing design in April 2018 so it can be included in the California Transportation Commission (CTC) board meeting (June 27-28, 2018 in Sacramento) packet for approval. This schedule item is an important goal for the City, as it will ensure that construction moves forward during Summer 2018. Achieving this schedule is contingent on overcoming key project issues, which are also described below, under "Approach". The GHD and Alta team has a very deep understanding of 4 GHD Pror)osal this project, developed over the past 15 years, and so is able to leverage a tremendous amount of recent experience with the City of Ukiah on Phase 1 of the Northwestern Pacific Rail Trail project, as well as many other similar rail -with - trail projects (described in Section 3 and Section 6 of this proposal) to successfully meet the ambitious schedule and deliver all project components to the satisfaction of the City. Within the past five years, we have also worked directly with NCRA and NWPCO staff on the development of numerous rail -with -trail projects in Northern California. GHD and Alta trail designs have become the centerpiece of communities, and we recognize the potential for currently underutilized land to increase in value as the trail gains popularity, which includes opportunities for trail -front businesses. Additionally, Alta is recognized nationwide as a leader in the development of trail projects within railroad rights-of-way. They have published reports, in collaboration with the U.S. Department of Transportation, that examine safety, design, and liability issues associated with the development of shared use paths and other trails within or adjacent to active railroad and transit rights-of-way. Phase 2 Approach In preparing our proposal, we met with the City multiple times to discuss specific details and potential challenges regarding the Phase 2 project. We walked and photo -documented (the evidence of which you can find throughout this section) the entire Phase 2 alignment, as well as obtaining and reviewing all background documentation, including NCRA R/W mapping and the applicable policies, goals, and objectives outlined in the 2014 Ukiah Bicycle and Pedestrian Master Plan (prepared by Alta). Through a combination of our unique historic understanding of the project and our recent investigative efforts, we have identified some key challenges within Phase 2. The following section identifes these key challenges and GHD's proposed approach to each. Schedule Constraints: To meet the schedule established for this project, it is critical that the approach be efficiently executed with each task. As noted in Section 3, GHD's project management and design team has worked with the City on numerous projects, several of which are under construction. We have an established relationship with City staff, as well as with the City's Project Manager on this project (Ben Kageyama), enabling us to focus on the project immediately and quickly move from the feasibility study into the detailed design phase, as outlined in the RFP (No. 17-12). The project team can only meet the schedule (See the end of this Becton.) if able to immediately start on the project and -apidly complete both the topographic survey and flood zone analysis. A portion of the Phase 2 mapping was previously completed by GHD as a part of the Transportation Improvements for Redwood Business Park project (City Specification 17-09), which is currently under construction. We will build on this existing basemap Mh a detailed topographic survey of features within the project area in order `o complete the trait and drainage design. We propose to conduct a focused topographic survey on the east side of the railroad tracks where the alignment is designated in the ATP grant app'ication. in order to quickly complete the survey, we will use a combination of aerial drone and truck -mounted equipment (with limited manual survey) at specifica'ly and strategically chosen locations, such as at Doolin Creek The survey will be completed by GHD's in-house resources. This survey approach will reduce survey costs and allow us to quickly focus the Corridor Management Plan and Preliminary 130'/0? Des'gn. Preliminary Design and Lighting Standards: Key goals of the Pre irn:nary Design are to verity that the minimum o'fset of the trail improvements from the centerline of the railroad tracks is met, to confirm that RNV and flood zone requirements are achieved, and to reflect all of the proposed amenities on the plans and in the opinion of probable construction cost. Some of these amenities include bencnes and trash receptacles, crossing details, barriers, and lighting standards. In particular, the pedestrian lighting standards to be used in Phase 2 warrant research. Tne lighting standards installed in Phase 1 are the IPL Series manufactured by Firstlight Technologies, a solar powered LED integrated architectural area light specifically designed for use in recreational bikeway/pathway and public space lighting applications. These lights used a lead acid battery to store solar energy generated during the day, but, after about one year of installation, the City noted that many of the ba`teries were failing, resulting in a dark or dir-'ly lit tra l at night. The City has been in contact with Firstlight echnologies, who recognized that this was an issue, and has since replaced the lead acid batteries with lithium ion batteries that have an 8- to 10 -year life cycle. . _s -m Pacific Rail Tral Phase 2 (No 17-121 1 S w, a f�.3 ti Mi . _s -m Pacific Rail Tral Phase 2 (No 17-121 1 S The GHD team will work with the City to confirm the preferred lighting standard type, and develop a specification that addresses the performance issues that have occurred with the Phase 1 lights, potentially including an extended warranty on the batteries. Rights -of -Way: Based on the current concept alignment, a potential R/W need exists on the north side of the Talmage Road crossing. The concept drawings included in the ATP application and the City's RFP (No. 17-12) show a change in trail alignment at this location to avoid existing rail equipment (signal, gate, cantilever, and an electrical service). This change in alignment could result in the trail encroaching on the private property to the east, necessitating R/W acquisition or an easement, which could potentially add months to the project schedule, requiring a schedule extension and a later CTC approval date. From our field review and measurements at the Talmage Road crossing, it appears that the existing rail signal/gate and an electrical service are in conflict with the proposed trail. A minimum clear distance of 23 feet is needed to construct the proposed 10 -foot -wide trail with 2 -foot -wide shoulders and maintain a 9 -foot offset from the centerline of the tracks. Clear distance at this location is currently limited to about 18 feet. If NCRA is agreeable to removing the rail signal/ gate and an electrical service, then the trail alignment could be maintained entirely within the NCRA R/W. The existing cantilever will remain. The City could commit to completing a future trail improvement for relocation of the gate and service when NCRA restores rail service in Ukiah. This approach will avoid impactful delays in the schedule associated with W'1N appraisal and acquisition efforts on a Caltrans-administrerd project. Proposed Alignment: Having completed the Preliminary Design, we will be able to quickly focus attention on the key issues and proceed confidently with the development of the proposed alignment. GHD and Alta will develop the design to meet or exceed rail -with -trail guidelines, paying close attention to details. For example, although rail -with - 61 GHD Proposal trail guidelines allow the trail to be set back a minimum of 8.5 feet from the centerline of the track, the offset should oe increased to allow for the placement of trail signing. The concept for the project is to maintain a minimum of 9.0 feet from the centerline of the track. This allows signs to be adjacent to the trail while still staying outside of the required setback. Our intersection details will also be developed so that they are suitable for submission to the CPUC for changes to the at -grade crossings (GO88B Modification of an Existing Rail Crossing). Environmental and Drainage Impacts: The proposed trail alignment was developed to minimize environmental impacts and disturbance of existing drainage patterns by locating it away from the edge of the R/W where many large trees are present, as well as to utilize existing drainage paths. The Phase 2 trail alignment is generally located downslope of the tracks, which is also the same general direction of drainage in the project area. Our site-speafic drainage review indicates that drainage improvements should be fairly straightforward to address during design. There are several large drainage structures south of Gobbi Street that can be used, as well as drainage ditches and vegetated swales that will provide some stormwater treatment prior to discnarg ng to the City's storm drain system. The tram will cross several existing culverts within 600 feet south of Gobbi Street and a box culvert made of railroad ties located about 600 feet north of Cherry Street. These culverts are not anticipated to be encountered or impacted by the design. We will use the new data collected during the topographic survey and continue the approach of avoiding impacts as much as practical. This will reduce the need for costly drainage improvements and reduce the potential for having -o revisit the City's CEQA analysis. Where the drainage options in the project area are limited, we will seek to balance the ruroff created by the construction of the trail with vegetated buffers to improve the infiltration adjacent to the trail to avoid any increase in the amount of runoff. i he estimated area of disturbance of the project is anticipated to oe very close to, but less than, 1 acre. We will seek to minimize the input where practical to keep the disturbance area less than one acre to help avoid having to develop a Stormwater Pollution Prevention Plan (SW'PPP) and the rest of the NPDES stormwater regulatory requiremerts. The effort to prepare a SWPPP, if needed. is included in our proposal. Doolin Creek: The bridge over Doolin Creek is an important feature of the project Confirming the existing ground elevation in the vicinity of the proposed br dge relative to the FEMA flood elevation is critical to determining the amount of fill material required to establish the bridge deck above the flood eleva'ion. This element of the project has the potential to require a California Department of Fish and W]dlife (CDRVr Streambed Alteration Agreement if the irnprovements substantially change the creek bank. This is an item integral to maintaining the schedule, and if it is determined that a CDFW permit is needed, we will require an extension to the schedule and CTC approval date. A primary goal of our proposed approach is to quickly complete the topographic survey and address this potental issue as early as possible. Phase 2 Scope of Work The proposed scope of work to complete the planning and design of Phase 2 of the Northwestern Pacific Rail Trail project is described in the following tasks, as we!1 as in Figure 2.3, which lays out a flowchart of our proposed scope. We welcome the City's review of the proposed scope and are ooen to discussing ary charges which may better suit the project needs. Task '1. Project Management GHD will be responsible for managing the coordinated effort of both GHD and Alta staff. This task includes the efforts required for GHD's Project Manager, with administrative assistance, to marage the project contract, coordinate team personnel and sub -consultants, maintain the project schedule, coordinate and perform quality assurance and quality control reviews, prepare invoicing, and attend field and deliverable review meetings. GHD will organize and facilitate a kick-off meeting with the City, Alta, and other key rnernbers of the project learn. The purpose of the kickoff meeting w 11 be to: • Discuss the project goals; • Discuss and refine the project's scope of work and schedule as needed; • Corfirm roles and responsibilities; • Confirm the expectations of the City; • Confirm the schedule for project status meetings; • Confirrn and request ava.lable background data. Task 2. Review and Evaluate Existing Documents and Data The GHD team will review and summarize existing data from the s to visits, previous studies and plans, survey and record information, and relevant City planning documents. GHD will specifically review: • ATP grant application • 2012 Mendocino County Rail with Trail Corridor Plan (prepared by GHD and Alta) • NCRA Raikwith-Tra] Guidelines • License Agreement between the City and NCRA • 1999 and 2014 Ukiah Bicycle and Pedestrian Master C,tv of Ukiah I Northwestern Paafic Rail Trail Phase 2 (No. 17-12) 1 7 1 Collect Data 1 Review (e) docs & data RNV/Easement Research Topographic Survey Drainage Study Geotech Recmmendations Planning Documents Review (e) docs & data Revise Feasibility Study Safety Plan and Trail Policy Trail Corridor Mngmnt Plan Optional Tasks - Supplemental CEQA Document - SWPPP - Comprehensive Landscape and Amenity Streetscape Design Legend City Lk Tasks OPTIONAL Final Presentation to I City Council Design E7—nng NCRA Renow 1 Apr Data Gathering Planning Docs i L 2018 Plans (prepared by Alta) • 2002 Ukiah NWP Rail Trail Feasibility Study (prepared by Alta) Reviews by NCRA/CPUC Communicate as Needed with NCRA I Walk Alignment with NCRA I if Necessary Communicate as Needed with CPUC OPTIONAL Present to Council Final Enaineerina Pavement Section Design Grading and Drainage Design Street Crossing Design - Bamer/Fence Design - Signing and Striping Plan Lighting and Electrical Design Landscape and Amenity Design GHD will also review other relevant zoning ordinances and General Plan policies, addressing data gaps with further field review and data collection from the City, NCRA, and local 8 1 GI if) Proposal agencies, if necessary. 1 Revisit 30% Plans/Est 1 Cross check 30% w/ NCRA Rail -with -Trail Guidelines I Cross check 30% w/ I zoning, land use codes, etc Cross check 30% w/ New Survey Data Review City's CEQA documentation Revise 30% Design Submittal P&E 60°x6 Design Submittal PSE 90% Design Submittal PSE 100% Design Submittal PSE Specific items to be resolved for project context include: • Adjacent land uses (both existing and future) • Access points (vehicular and bike/pedestrian) • Street crossing conditions/configurations • Potential environmental impacts Figure 2.3. Proposed Phase 2 Scope — — — — — — — — — — — — — — — — — — Dec — — — — — — — — — — — — — — — — — — — — — — — — — — — Issue RFQ 2017 SOQ Submittal Date N Consultant Selected d a Consultant NTP Issued — — — — — — — — — — — — — — — Jan Kick Off Meeting: 2018Review (e) 30% Plans 1 Collect Data 1 Review (e) docs & data RNV/Easement Research Topographic Survey Drainage Study Geotech Recmmendations Planning Documents Review (e) docs & data Revise Feasibility Study Safety Plan and Trail Policy Trail Corridor Mngmnt Plan Optional Tasks - Supplemental CEQA Document - SWPPP - Comprehensive Landscape and Amenity Streetscape Design Legend City Lk Tasks OPTIONAL Final Presentation to I City Council Design E7—nng NCRA Renow 1 Apr Data Gathering Planning Docs i L 2018 Plans (prepared by Alta) • 2002 Ukiah NWP Rail Trail Feasibility Study (prepared by Alta) Reviews by NCRA/CPUC Communicate as Needed with NCRA I Walk Alignment with NCRA I if Necessary Communicate as Needed with CPUC OPTIONAL Present to Council Final Enaineerina Pavement Section Design Grading and Drainage Design Street Crossing Design - Bamer/Fence Design - Signing and Striping Plan Lighting and Electrical Design Landscape and Amenity Design GHD will also review other relevant zoning ordinances and General Plan policies, addressing data gaps with further field review and data collection from the City, NCRA, and local 8 1 GI if) Proposal agencies, if necessary. 1 Revisit 30% Plans/Est 1 Cross check 30% w/ NCRA Rail -with -Trail Guidelines I Cross check 30% w/ I zoning, land use codes, etc Cross check 30% w/ New Survey Data Review City's CEQA documentation Revise 30% Design Submittal P&E 60°x6 Design Submittal PSE 90% Design Submittal PSE 100% Design Submittal PSE Specific items to be resolved for project context include: • Adjacent land uses (both existing and future) • Access points (vehicular and bike/pedestrian) • Street crossing conditions/configurations • Potential environmental impacts • Future trail extension along Airport Road to the south When authorized to proceed with the project, the GHD team will contact CDFW to determine if they will require the City to submit a permit application for a Section 1002 Streambed Alteration Agreement. If so, we have included an optional task to prepare the permit application and coordinate with CDFVV. Deliverables: • No s^ecific de iverabies for this task: the results of this task v. 11 he reflected in other deliverab es. below Assumptions: 0 The City ,v!II provide access to relevant documents, GIS data, and other documents, as needed, to complete this t a zi <. Task 3. Geotechnical Investigation and Survey Limited Geotechnical Investigation: Based on a review of ava,'ac!e geotec'nnical and geo!og�c information, as well as past project geotechnical studies nearby, Gt-+D i_rncerstands the bridge site over Doo!in Creek is underlain oy Quaternary a luvium consisting of soft to stiff clay and silt to 15 to 20 feet. The silt and clay is likely underla n by mediurn dense sand and gravy;!. The site is in a region of high seismicty. The obe: 'ive of the GHD team's geotechnical investigation is to eva'uate and understand the geology and geotechnical engineering properties of the s to to provide geotecnrical recomrrendat ons for foundation design, pavement design, retaining wall design, and earthwork. All work will be under the responsible charge of a Chris Trumbull, our team's'icensed Geotechnical Engineer. Exploration will include up to five (5) borings drilled to depths of 10 to 50 feet in the pathway alignment;one at the south end of the trail segment, by Hastings Ave.; two just north of the Talmage Rd. intersection; one approximately ha,fway beM,een the Gobbi St. intersection and near where Cnerry St. dead -ends into the trail segment; and one at the north end of the trail segment, near Gobbi St.). Samples will be obtained for lithology development and laboratory testing. The borings will be drilled and backfiilled with grout under the guidelines of the Mendocino County Environmental Healtn Department g,iidelines. GHD will facilitate laboratory testing for strength corrosion, index, and pavement, as well as provide engineering analysis for soil compressibility, expansion, liquefaction, earthwork, foundations retaining walls, and oavements. GHD will then summarize findings and conclusions in a design -level geotechnical investigation report, which will include characteristics of the soil and gror.tndwater conditions, a pian showing boring locations, seismicity and geology, liquefaction potential, expansion potential, corrosivity, and lab test data. The report will also include recommendations for questionable soils (expansive, compressible, liqueflab:e), earthwork, trenches, foundation bearing and lateral capacities, settlement, CBC seismic design values, and flexible pavement section thickness alternatives. Right -of -Way and Easment Research: The GHD team will complete research and review of City mapping and adjacent parcel boundaries, as well as of the NCRA RNV, to document the locations of the existing railroad R/W and City of Ukiah R/W, with the goal of designing the trail corridor irnprovemen's to be within either the railroad FR/W or the City of Ukiah R/VV GHD is in receipt of the NCRA RM mapping for the Phase 2 condor, and has previously completed partial mapping of the RNV between Commerce Drive and Talmage Road for the Transportation Improvements for Redwood Business Park project. Project Control Survey: The GHD team will, establish project survey control and prepare R/W mapping for the project. Ou- surveyors, Richard Maddock and John Wunschel, will set horizontal and vertical control points for project mapping in accordance with City of Ukiah horizontal and vertical control requirements, which also entails locating monuments on streets adjacent to the railroad R/W, if practical. A "Survey Control Data Sneet"—which will be semi-permanent in nature so as to serve as project control during construction, or subsequent survey activities—will exhibit these survey control points. Our surveyors will make field measurements using GPS and conventional survey methods on the same horizontal basis as the Transportation Improvements for Redwood Business Park project, which will allow the work to seamlessly be brought irto the City's GIS system, which is based upon the California State Plane Coordinate System. The horizontal datum will be based on the North Amercar Datum 83 (NAD 83). The vertical datum will be based on the North Amercan Vertical Datum of 1988 (NAVD 88), which is cors's'ent with the most recent FEMA flood mapping in Ukiah. GHD will ensure that all surveying and mapping s in compliance with City w Ukiah standards, or with Caltrans standards when not otherwise specified by the City. All of the control can be located by GPS methods at one time. Mobile LiDAR Topographic Mapping: The GHD team proposes mobile LiDAR topograph c mapping that would cover the project site and immediate surrounding area. GHD v,A1 set control using Globa' Positioning System (GPS) methods. GHD w 11 map the project limits using a vehicle or pedestrian, mounted mobile UDAR system. A scalable point cloud of the project will be provided and georeferenced to the project datum. The LiDAR mapping will be suitable for compiling a topographic map with the following specifications: Citi of Ukiah : Northwestern Pacific Rail TraI Phase 2 No. 17-12) 19 • Finish mapping scale 1 inch = 20 feet • Contours at 1 -foot intervals GHD will acquire data on all areas obstructed by tree cover or heavy vegetation via ground-based surveys. In addition to topography, the resultant map will show planimetric features such as roads, railroad tracks, crossing signals, buildings, fences, power poles, trees, brush, and other features according to standard practice. Accuracy will equal or exceed National Map Accuracy Standards for topographic maps compiled by mobile LiDAR methods. Supplemental Topographic Field Surveys: The mobile LiDAR mapping will be supplemented with ground-based topographic surveys in obstructed areas and at conforms, utility features, and drainage. GHD will provide field verifications of topographic features, such as trees, fences, etc. This survey will, at a minimum, include: • Cross sections of the trail corridor and crossing streets at 50' intervals (surface data will be sufficient to create a Triangular Irregular Network (TIN] for Civil 3D design); • Surface evidence of the storm drain system (ditches, culverts, catch basins, drop inlets with flow line elevations); • Surface evidence of utilities; • Power poles, rail equipment, guy wires, and overhead lines; • Fencing and gates; • Street lights, signs, striping, pavement legends, and markings; • Mailboxes, driveway, and ramps; • Tree trunk locations and diameter. CAD File Set-up and TIN: The GHD team will prepare computer files to include field control points, topographic surveys, utility data, property surveys, and preparation of the TIN used for three-dimensional calculations (.e., earthwork, cross-sections, and profiles). Vegetation/Tree Survey: Kristine Gaspar, GHQ's environmental scientist, will oversee the identification of trees along critical segments of the NCRA RW, compiling a description of the trees and identifying any potential constraints to the trail location created by trees. She will use a handheld GPS location device to map these vegetative resources as they are evaluated. The tree locations will be included in the base map. Drainage Study: The GHD team will conduct field and office research to evaluate the drainage systems adjacent to the trail prior to beginning the mapping effort. Available drainage studies will be reviewed. Topographic mapping will include the structures and open ditch conveyances adjacent to the eastern side of the railroad. Runoff calculations for the 10 -year design storm event will be performed and 10 1 GHD Pr000sal used to verify drainage system sizing. A brief, written drainage memorandum will summarize the constraints and recommendations for the drainage improvements necessary for the construction of the trail, including addressing flood zones and the Doolin Creek bridge crossing. The GHD team will use this drainage study to guide the design to address drainage needs. Deliverables: • Draft and Final Geotechnical Investigation Report • Survey Control Base Map and Topographic Map in 2016 AutoCAD Civil 3D file format point files and the surface model (DTM) Drainage memorandum report summarizing existing drainage structures and their capacities where currently known, estimated design runoff, and conveyances, including any identified drainage deficiencies; recommendations for the design of the drainage for the new trail facility will be included Assumptions: • No Record of Survey is required. • All work will be within existing NCRA and City of Ukiah RM/ and no additional property boundaries will be mapped except at roadway intersections. • LID improvements are not required for the project. • Access to the project site is provided to GHD for geotechnical exploration; encroachment permits or rights of entry are provided to GHD. • Rail safety training or coordination is not required. • Drill sites are accessible by a truck -mounted drill rig. • Drill spoils may be left on site. Task 4. Trail Corridor Management Plan, Safety Plan, and Trail Policy The NCRA has developed its own set of guidelines, which are part of the NCRA Policy & Procedures Manual. These guidelines are §0907 titled "Trail Projects on the NWP Line Rights -of -Way: Design, Construction, Safety, Operations, and Maintenance Guidelines." The GHD team understands that NCRA's top priority remains the safe operation of freight and passenger rail service, and that any new trail cannot impact this priority. This set of guidelines outlines the requirements of the NCRA for clearance, access, maintenance, fencing, and other requirements within their R./W. GHD and Alta developed the Trail Corridor Management Plan for the Northwestern Pacific Rail Trail project Phase 1 for the City of Ukiah, which will form the basis of the Trail Corridor Management Plan for Phase 2. GHD and Alta also authored the 2012 Mendocino Rail -with -Trail Corridor Plan, which addresses the feasibility study requirements of the Corridor Management Plan. Drawing from these experiences, the GHD team will update the Phase 1 Corridor Management Plan to meet the NCRA Rail -with -Trail Guidelines for Pnase 2. The Plan will contain all required NCRA materials in a single comprehensive document, including Feasibility Study, Corridor Management Pian, Safety Plan, Trail Policy, and Maintenance Plan. The GHD team will base the safety assessment on "Crime Prevention Through Environmental Design" (CPTED) principles to reduce opportunities for crime, perception of crime, and undesired behavior which may occur in the corridor. GHD will work Min the City to develop a "Trail Policy" to condense the above content into a policy that can be adopted by the City and/or included in future General. Plan Updates. The document will include a table outlining the pertinent portions of the guidelines and how the Corridor Management Plan specifically complies. GHD will customize specific design recommendations for the project, and will consider access points, public walkways and paths, improving sight Imes, eliminating entrapment areas, implementing barriers such as fenccng and hostile vegetator) to reduce incidences of trespass and control access, implementing uniform and efficient lighting where needed, and establishing a routine maintenance program. In addition to implementing design measures to deter crime and mprove safety, GHD uncie,stands that integrated enforcement and education components can increase the overall success and use of a trail. GHDwill work with the City and local law enforcement to outline an emergency response services olan. GHD may also recommend an add tional complement of enforcement and education programs that may include volunteer trail patrols, adopt -a -trail programs, "Share the Tra I" education, interpretive walks, and grcuo rides. Volunteer trail patrols can receive safety training and assist the City by reporting suspicious activity, posting incident reports, and reporting trail maintenance issues. The plan w 11 also address a number of other topics, sucn as ADA accessibility requirements, potential issues of trail user conflicts, interpretive signage opportunities, risk management, facility preservat on strategies, emergency response, barrier design, and a long-term maintenance component that will outline recommendations of how the trail shou d be maintainee and operated. Deliverables: • Draft and Fnal Trail Corridor Management Plan (inc!uding Safety Plan and —rail Policy that meets the requiremen's of the NCRA) Assumptions: • The specific topics to be addressed in the above Plan will be re -confirmed with the City during the Kick off Meeting. • The City will provide access to relevant documents, GIS data, and other documents as needed to complete this task. City Public Works and Law Enforcement staff will be available to provide direction throughout the development of this task. Task 5. Preliminary (30%) Design Our team is very familiar with the rail trail planning documents as well as the Phase 1 project plans and studies—after all, we helped prepare them. This material will be reviewed, and discussed again at the kick-off meeting to verify if anything has changed or if new information is available. Once the new survey base map has been completed, GHD will review the new mapping to confirm that the preliminary design does not conflict w'th any existing site features, including railroad infrastructure, environmental constraints, RMI, or mapped utilities. GHD will: collaborate with Alta to review the preliminary plans inc uded with the ATP grant application. GHD and Alta will prepare a pre'iminary trail design to meet the requirements of the local codes, the NCRA Rail -with -Trail Gu delines, the License Agreement between the City and NCRA, and the intended design and use of the trail and surrounding lands. Once developed, the GHD team will subm t the preliminary pans with a cover letter to the following ertties for their rev ev: • City of Ukiah • NCRA • Utility companies We will request that the City, the NCRA, and the utility companies provide summarized, written comments on the preliminary plans. An engineer's opinion of probable construction cost will also be prepared and submitted. Following completion of the Preliminary Desgn. GHD will review the CEQA Categorical Exemption (CatEx) for the project in the context of the Preliminary Design. The GHD team will also review the CEQA code sections cited tha- were used to qualify the project as a Cat Ex. Based on past experience with similar projects, we have observed that the trail should have minimal environmental impacts. Therefore, it is the GHD team's assumption that the City's CatEx will be sufficient, and therefore we are not aware of any additional CEQA work ;hat would be necessary. If addit onal CEQA efforts are needed, however, they cannot be quantifed at ths time. If determined to be recessary, we proposed to develoo a supplemental CEQA scope during Preliminary Design GHD's recent experience with similar projects involving bridges over creeks indicates that the Doolin Creek pedestrian bridge may require regulatory environmental permits (CDFW Section 1602) dependirg on the specific City of Ukiah I Norhwestem Paci'ic Rail Tra'l Phase 2 No 17-12' 1 11 improvements needed to construct the bridge and any associated fills required at or near the creek bank, or within the riparian corridor, to elevate the bridge deck above the FEMA flood elevation. This proposed scope includes effort in an optional task to complete and submit the Section 1602 Streambed Alteration Agreement permit and associated documentation. Deliverables: • Preliminary Plans Cover letter and Request for Review of Updated Preliminary Plans Preliminary Opinion of Probable Construction Cost Assumptions: • There are no meetings associated with this task. Task 6. Engineering Design (60%, 90%, and Final) Once comments have been received by the City, NCRA, and utility companies for the 30% design submittal, the GHD team will proceed with the development of the 60% design. Depending on the timing of these comments, GHD may request authorization to proceed with the 60% design sooner n order to meet the City's deadline for design completion. The engineering design will take into account review comments received on the 30% design, which will be incorporated into the plans, technical specifications, and an opinion of probable construction cost. Submittals will be made to the City and NCRA for review at the 60% and 90% stages of completion. The final submittal will be the stamped and signed final bid documents for submission to Caltrans for CTC approval. Engineering design will include: • Trail alignment and setbacks • Design of trail cross sections throughout the corridor for each type of typical cross section • Pavement section design • Intersection designs at the intersections of Talmage Road and Commerce Drive • Location of trail amenities and amenity details to be included in the project • Trail lighting at intersections as needed to comply with required safety lighting standards • Grading and drainage • Wayfinding and interpretive sign locations • Location and typical details for fencing • Location and type of proposed bollards and barriers • Signing and striping • Landscaping design Construction Plans: The project will be designed using English Standard units in AutoCAD Civil 3D at a scale of 1 12 1 GHD Pr000sal inch = 20 feet depicting the preferred alignment. Electronic copies of the graphic files will be provided in PDF and/or AutoCAD format using GHD's AutoCAD standards, including project folder structures, layer names, line styles and font resources, color tables, etc. GHD will develop the Construction Plans 22" x 34" sheets that allow 50% scaled reduction to 11 " x 17" sheets. Design plans will include the title sheet, sheet index, notes/symbols and abbreviations, typical cross sections, civil site plan and profiles, demolition, site and grading plans for each intersection design, civil and typical details, lighting, signing and striping, landscaping, erosion control, and other sheets and details as necessary for a constructible project and to convey the design intent. All final plans will be stamped and signed by a California Licensed Professional Civil Engineer. Construction plans will be submitted to the City for review at the 60% and 90% stages. Review comments received will be addressed in the 90% and Final submittals. Specifications: GHD will prepare technical specifications using the City's standard format for technical specifications (Sections 12 and 13 of the City boilerplate construction contract). The technical specifications will be developed and submitted to the City for review at the 60% and 90% stages. Review comments received will be addressed in the 90% and final 100% submittals. Engineers Opinion of Probable Construction Cost: GHD will prepare the Engineer's Opinion of Probable Construction Costs using standard engineering estimate procedures for each design submittal (30%, 60%. 90%, and Final). Actual construction costs may vary due to availability of labor, eq uipment, materials, or market conditions. Applicable review comments received will be addressed in the 90% and final 100% submittals. An appropriate contingency and qualifications will be included with each estimate. Deliverables: 60% Submittal will include five (5) hard copies of 11" x 17" plans, specifications, and opinion of probable construction costs, submitted with electronic PDF files 90% Submittal will include five (5) hard copies of 11 x 17" plans, specifications, and opinion of probable construction costs, submitted with electronic PDF files 100% Submittal will include the final plans, specifications, and opinion of probable construction costs ready for bidding purposes, submitted as PDF electronic files, AutoCAD electronic files of the plans, one (1) set of stamped and wet -signed 22" x 34" reproducible mylar plans, one (1) copy -ready set of specifications, 10 copies of 22" x 34" plans on bond, 10 copies of 11 " x 17" plans on bond, and 10 copies of bound specifications Assumptions: • The City will provide an electronic copy (MS Word format) of their current front end contract requ rements, technical specifications, ana bid forms. • The project is anticipated to disturb less than 1 acre, therefore a SWPPP is not needed. An optional task for SWPPP preparation is included s'nould the disturbed area necessitate SWPPP compliance. • The City will provide content and theme for interpretive signs: Alta will provide artwork. • Landscaping will be minor and limited to areas near scope of work assumes nor more than 20 hours of effort after submittal. In addition, it is not yet clear the extent of mitigation that may be required or if a mitigation monitoring plan would be necessary Therefore a mitigation plan is not included in this scope of work. if the City requires assistance with follow-up information requests from the resource agencies, after submittal of the applica'ions, or with a mitigation monitoring plan, an amendment to this scope of work can be provided. street crossings, based on the available budget. Related Deliverables: irrigation will oe limited to drip irrigation, if necessary, at 0 CDFW permit application those locations. • The lighting des!gn assumes that the IPI_ Series manufactured by Firstlight Technologies will be used. This lighting standard is the same standard installed ,ry th the Phase 1 project. They are a solar -powered LED integrated architectural area light. Design will be provided to meet i-egulatory -equirernen's. This scope of services assumes no electrical service is required. • The trail design will conform to the following design standards where applicable: o FHWA/FRA 'Best Practices" for Planning and Designing Rails-with-Trai s o AAS: -ITC Guide for the Development w Bicycle Facilities o Ca!ifor-iia Manua' on Uni�orrn Traffic Control Devices o Caltrans Chapter 1000: Planning and Designing Bicycle Facilites e ,vith Disabilities Act Task 7. California Department of Fish and Wildlife Permit Application (Optional) GHD will prepare a CDFW Section 1602 Lake and Streamhed pare Agreement application fo- the proposed Doohn Creek bridge crossing "i he application package wiil include a clear project and impact description and appropriate figures indicating the site location and work to be performed. A biological resources evaluation will be a required component of the aoplication A GHD biologist will visit the site and prepare a basic biological resource study, identifying the hacitat at the creek crossing as well as potential species that could occur at both the bridge crossing and within 100 feet of the footprint of the bridge. The work will be focused to the creek crossing, as t'nat will ce the subject of the 1602 application The study also will provide a recommendation as to replacement plantings for any riparian} trees that would be removed. This scope of work accommodates one (1) site visit with CDr N. However, the level of effo t `or additional follow-up work after submittal of the application is difficult to predict. This Assumptions: • The City will pay the perrnit application fee. • No more than 20 hours of follow-up incuiries would be required once the appPcation package Is subm tied to CDFvV. • No Mitigation and Monitoring Plan will be required, other than replacement of trees that are removed. • No jurisdictional waters would be impacted and no impacts would occur below the ordinary high water mark of Doolin Creek Therefore, a permit with the U.S. Army Corps of Engrnee-s would not be required and a Regional Water Q+iality Control Board Section X01 would riot be required. • The entire length o` the trail alignment is not subject to jurisdiction by CDFW and therefore does not need to be included in the biological resource study. • The City has completed the CEQA process paid the required filing fees, and has documentation to this effect. Task 8. Project Storrnwater Pollution Prevention Plan (SWPPP) (Optional) The GHD team (featuring three State of California Qualified SWPPP Developers) will prepare a site-specific risk assessment to determine risk level for the SWPPP. The r'.sk level is a function of the erosive potential of the soil and receiving water body risk during periods of soil exposure. Risk level 2 will require sampling of stormwater for pH and sediment, and s,gnfficantly more effort than a Risk level 1 site. Risk level 3 sites may require bioassesment studies of the receiving water body, and active stormwater treatment systems. It is assumed the project will be a Risk level 2. GHD will prepare the SWPPP document assuming the project is Risk level 2. The SWPPP will include site maps and water pollution control drawings, a Constniction Site Visual Monitoring Program, a Sampling and Analysis Plan for ron- vis'ble pollutants, a Sampling and Analysis Plan for pH and sediment., a Construction Site Non Visible Pollutant Sampling Program, selection of appropriate BMPs for Erosion and Sediment Control and for Construction Site Management, and preparation of a partial! water pollution control schedule Civ of Uka"i I Northvvestern Pacific Ra -I Trail Phase 2 !No. 17-121 1 13 (WPCS). Other required documentation will be provided partially complete, such as the Rain Event Action Plan (REAP), site inspection forms, and contractor or material suppliers notification forms. This documentation would be finalized following project bid. The project SWPPP will include certifications for GHD's SWPPP Developer. GHD will provide Notice of Intent (NOI) information suitable to initiate the waste discharge permit process using the State's Stormwater Multiple Application and Report Tracking System (SMARTS). GHD will also provide assistance during the initial use of the SMARTS system via phone or email. Deliverables: r Lwh'•4 nfw :e.n Pa,,` Rad?ral Fha, 2 'n.L 'a.L N.n+re O.ver+� tint Fsv,t 1 rrj ' Consuham Selection 12 days Mm 11/6/17 Tue 12/5/17 / 'R [Davin Award / Notice to Proceed 0 days Tue 12/19/17 Tue 12/:9,', 7 - . Txk 1 Proien Manage... 88 days Wed 12123117 Fn 4/20/12 + , 4c,— Vanagerrent 88 days Wed 12/70/17 'n V;2 /'.i -s; (;uko11 Vee!,ng C days Thu 17/71/17 Thu 12,7'/ 7 R Tnk 2 Review E+i.Mg Doo Is Data a days Wed 12/]0)17 T e 1/21'.9 t 4q Task 3 Gentesh Investigation L Survey 32 day, Wed 12120/17 Thu 2/1,111 a R Geu:ed,`eld nve pion 1S day, Fri 12/22/17 Thu V,I/.9 7 '4 nlwra,ory Ter ng & Report 15 days Fn 1112/18 Thu 211/13 Sub— Gro 11 n _ga R.'_ 0 drys Thu 211/18 Thu 211118 +1 , R/W and Easement 4esearch 5 days 'Wed 12/20/17 Tue 11/76,+17 1: 4q Filo Tdpo S_.Y 5 days Fri 12/22/17 Thu 12/28/17 t Jcgeta[ion Sun ' 1 dry F,i 12/22/17 F,. 12,122/17 :+ t Develop 8aservp 5 days Fri 12/29/17 Thu 1!4/18 .. K D..age Srudy 14 days _H 1/5/18 Wed in,11118 ! S Submal Drai.vge S:udy 0 hys Wed 1/24/18 Wed 1/24!'.e Task 4. Trod Corridor Management Plan 42 day, Wed 12/20/17 Thu 2/15/18 1'+ reav61dy Study 15 days Wed 12/20117 Tue 119/18 I Corr dor Na•agnnent Plan 12 day, Wed 1/131:8 Thu 1125/18 .- SA,y Plan and T,.4 Puk y 12 days Wed 1/10/:8 Thu 1/25/18 .. Cau,x Preoen:mn (CPT - D) 12 days Wed 1/10/18 Thu 1125118 .. Sub—. Drah T-1 Co da Management Plan 0 days Thu 1125/18 Thu 1125118 • G,y & %GAA R- of 0 -ft CVP 5 days r.i 1/76118 Thu 211/18 Finaf CMD 10 days Fri 2/7/11 Thu 2/15/18 .. +� Subnut `i ,I CVP 0day, Thu?/15/i8 M. 2115/18 Task S Preliminary (30%) Daslgn 20 days Fri 1)3/12 Thu 211118 ,. hepae 30%PI."& 5 days Fri 1/5/11 Th. 1/25/18 .e Suhnv, 3C%plan,&E]hmat< 0day, Th. 112511R Thu 1!25/18 .. G:y & NCRA Rey,ew of 30%0esigo & CMP S days Fn 1/26/18 Thu 2/1/18 . ► 30%Design I— V ening 0 days Thu 2/1/18 Thu 2/1/18 .� task 6- Fngioeer.V Design(60%, 90%& Final) 50 days Fn 2/26118 Thu 4/5/18 hepae 60%PS&E 20days 'd1/76/18 Thu 2/22118 i ! Su6mr• 60% PS&E0 days Thu 2/27!18 Thu 2/22118 ++ G!, & \CAA Re— c1 60S Des.gn S drys ',12!23/11 Thu 3/1/18 s 60%Dewgn Remew V ..ting 0 days Thu 3/1/18 Thu 3/:/18 .6 ar Pr .e 91%PS&E 15 days =d 2/23/18 Thu 3/15/18 Sul, 90%PS&E 0d.0 Thu 3/15/11 Thu 3/15118 ;a r4 City & %CRA Re New of 9U%Design S days Fri 3116/18 Thu 3/22/18 39 90% 0—g" Review Vicetu,g 0 days Thu 3/22/18 Thu 3122/18 +D Prepae Fina, PS&E 15 days Fri 3/16/18 Thu 415/18 +l R Submit rival PS&E0 days Thu 4/S/18 Thu 4/5/18 47 Task 7-.Ftn—m Agency Perrn.ttir.l optiti-1) 60 days Fn 1/26/18 Thu 4/19/18 +. . Task 8 SWPPP (Optloru)) 10 days Fri 3/23/18 Thu 4/5111 44 at Submh Fatal to Cah,ans for CTC Appm-1 0 days Thu 4/19118 Thu 4/19/18 4`. ay CTC Pmlect Approval 0 drys Thu 6/2P/1 R Thu 6/78/18 ,W) 1, 14 1 GHD Pr000sal Pat. 1 • SWPPP document in electronic PDF format vfM, 3a ;I < W" so ?I '1° lot Schedule N 12/19 1 12/21 TL , T 0 211 1 f �7 4 1/25 in 4' 211 is 4; 2/22 �IIO 3/1 .m w 3/15 3122 -4/5 a 74J'3 3. Project team GHD Inc. GHD is one of the v✓o,ld's leading engineering and environmental consulting companies. Established n 1928. GHD employs more than 8,500 people across five continents, serving clients in the markets of water, energy and resources, environment, property and buildings, and transportation Wholly owned by its people, GHD is a global ^ehvork of engineers, scientists, technicians, landscape architects, and planners collaborating to deliver international expertise and sustainable outcomes for local clients and regional communities. With a staff of over 400 professionals on the West Coast, GHD possesses deep local knowledge and experience but is able to expand on our regional capabilities by leveraging the expertise of over 8,500 people all around the world. GHD has a deep history serving clients along the northern Ca!ifornia Coastal Zone from our offices in Santa Rosa, Roseville, Eureka, San Francisco, Sacramento, Concord, Emeryville, and Cameron Park. This project will be led by our management staff in Santa Rosa, less than an hour's drive from the project. GHD will be the lead firm on this project, coordinating a team that welcomes long-term partner Together, our two firms completed Phase 1 of this Northwestern Pacific Rail Trail pro;ect for the City of Ukiah, and will bring this knowledge and familiarity witn the project to Phase 2, able to begin immediately and without unnecessary delay regarding data collection or getting up to speed with project detals. Trail and Transportation Experience S nce 1928. GHD has provided exceptional multi -disciplinary engineering, transpertat on, and environmental services to the public via projects for municipal. State, and federa' clients. Our extens've experience :n both Ukiah and throughout California providing holistic services makes L's ideally suited to assess needed pedestrian and bicycle pathway improvements for the Ukiah community. Working closely with our engineering staff are GHD's experienced traffic engineers who assist with all aspects of transportation planning. Our firm has managed numerous transportation studies and design projects, transforming travel corridors to serve more livable conditions, creating traffic calming schemes, and designing traffic control systems which favor local bicyclists and pedestrians. We specialize in designing active transportation improvements to create safer communities for motorists, cyclists, and pedestrians alike, as well as utiliz ng ex sting infrastructure to promote safety and non -motorized transportation. We have worked on several such rail -with -trail and Safe Routes for Schools projects for the Mendocino Council of Governments; SMART; the cities of Arcata, Eureka, Rio Dell, Cloverdale, and Fortuna; arid for Humboldt County, all within the past five years. Many of these projects are described, in detail, in Section 6 of this proposal. Citv of Ukiah I Noi?hiostem Parci'jL: Had frail Flral-e 2 tNo 1 7-12i 115 We have also developed similar transportation infrastructure projects for the Smith River Rancheria, the Elk Valley Rancheria, and Karuk Tribe. Our work with the Elk Valley Rancheria, developing their non -motorized transportation access plan in Humboldt County, was greatly enhanced by our public outreach approach, which clearly documented the Tribe's goals and desires and allowed us to develop feasible pathways to address them. Caltrans Local Assistance: For Phase 2, we have also assigned Josh Wolf as our Caltrans Local Assistance Liaison, a senior engineer with over 13 years of experience conducting liaison and coordination services with Caltrans staff regarding transportation infrastructure improvements all over the State. Accordingly, he is a graduate of the Caltrans Local Assistance Resident Engineers Academy (March 2009 and January 2016) and the Caltrans Local Assistance Federal Aid Series (February 2015). Mr. Wolf served as a key advisor for Phase 1 of the Northwestern Pacific Rail Trail, assisting with the Caltrans PA&ED phase, and has guided numerous trail projects (Humboldt Bay Trail) through Caltrans right-of- way, in addition to working with Caltrans oversight staff and funding entities on transportation projects for the City of Fort Bragg, the Smith River Rancheria, the City of Trinidad, and the Elk Valley Rancheria. Mr. Wolf will be assisted by David Caisse, who shares similar experience and training. Environmental Permitting: Though we anticipate the environmental compliance process to be minimal in Phase 2, we know it is important to have expertise on our team should specific challenges arise. GHD clearly understands the environmental planning, compliance, and permitting process; our engineers work in tandem with our diverse staff of biologists, ecologists, and geologists, who are experts in all phases of environmental analysis pursuant to the California Environmental Quality Act (CEQA) and the National Environmental Policy Act (NEPA). Our environmental staff are adept at performing field studies, preparing initial study (IS)/environmental checklists, environmental impact reports (EIRs) and statements, and the development and implementation of mitigation and environmental monitoring programs. GHD maintains well-established relationships with regulatory agencies, including the U.S. Army Corps of Engineers (USACE), U.S. Fish & Wildlife Service, NOAA Fisheries, California Department of Fish & Wildlife (CDFW), State Historic Preservation Office, and Regional Water Quality Control Boards. Our efforts will be tailored to the needs of this project and we'll use our familiarity with regulatory agencies to streamline the permitting process. Working with the City of Ukiah GHD has been working with the City of Ukiah for over a decade, primarily in the context of transportation improvements, though our staff has also completed sanitary sewer master plans and Letter of Map Revisions (LOMB) on, notably, Doolin Creek (which has a bridge that is an important part of this Phase 2), amongst a wide variety of other multidisciplinary work. This includes Phase 1 of the Northwestern Pacific Rail Trail project, but also covers such experience as: • Redwood Business Park Transportation Improvements • Talmage Interchange Roundabout Conceptual Designs • Perkins Street and Orchard Avenue Intersection Improvements • Replacement Well fro and New Well 49 Project Additionally, GHD has completed County work located in Ukiah, furthering our understanding of both the region and the relationships therein between municipal and regional agencies and entities: • Rail -with -Trail Corridor Plan j Mendocino Council of Governments (MCOG) • Single Route I Mendocino County DOT • Hill Road Bridge j Mendocino County DOT • Comptche Road Slide I Mendocino County DOT 16 1 GHD Proposal • Mendocino County Courthouse Infrastructure Project Highway Administration (FHWA): Rails with Trails: Lessons Phases 1, 2, and 3 1 Mendocino County Learned. It developed the best practices for RWT projects, • Transit Operations and Maintenance Facility Mendocino which involve trails and bike paths located on or near active Transit Authority (MTA) railroad corridors. This experience with and within the City, combined with our experience in tails -related projects, transportation infrastructure, and environmental permitting, as well as with our first-hand, extensive knowledge of the project from inception through Phase 1, enables GHD to provide the City of Ukiah with unparalleled service—balanc ng budget, schedule. and the City's goals—regard ng Phase 2 of the Nortn,,vestern Pacif'c Rail Trail project. As shov%n on the organizational chart in this section, Alta Plarring + Design w.'h support GHD with Planning and Pubbc Outreach. Alta is North America's leading multi -modal trarsoortation firm, specializing in 'he planning, design, and mplementation of bicycle, pedestrian, greenway, park, and trail corridors and systems. Founded in 1996, A to has more than 2i;0 staff in 30 offices across North A.meca. We are committed to trars`orming communities, one trip at a time, one step at a time, and one street, intersection, and pa,k at a time. Alta provides complete trail master planting and design services, nc'uding alternatives analysis, environmental remediat'on, property acquisition strategies, construction engineering and adminst,ation, permitting, accurate cost estimation, maintenance and management plans, and furding strategies. Alta _rnderstands the specfic needs of trail users and have experience with trails in a wide range of environments and at different project scales. Alta has developed regional trails and networks, as well as neighborhood links, in rail corridors, street corridors, environn-entally sensitive areas, urban cores, parks, and rural and industrial areas. Rai! -with -Trail (RWT) Experience In 2002, Alta led a major three-year study for the Fede,al From there, Alta has worked on dozens of RWT projects across the nation and has partnered extensively with GHD These partnerships, and related trail projects, include: • Rail -with -Trail Corridor Plan I MCOG • Arcata Rail -with -Trail Connectivity project I City of Arcata • Eureka Waterfront Rail -with -Trail I Redwood Community Action Agency • Paci`ic Coast Bike Route j Mendocino County • SR 128 Corridor Valley Trail Feasibility Study I Mendocino Council of Governments • Jchn Campbell Memorial Greenway I City of=ortuna • Orick Levee Trail' Redwood Communty Action Agency As a national Fader in RW ­1_ and a specialist in non-mo`.orized transportation, Alta brings unparalleled experience to Phase 2 of this project. Working with the City of Ukiah Alta's ex:per,ence vvitn une City of U-,ian encompasses all ohases for this Northwestern Pacific Rail Trail projec-, including the Bicycle and Pedestrian Master Plan, in which Alta first identif ed the priority of implementing the Northwestern Pacific Ra l Trail project Alta then developed and delivered the Northwestern Pacific Rail Trail Feasibility Study, which prepared a preliminary design and cost esbma:es for the approximately 1.5 -mile rail - with -trail facility. This work set the stage for the Northwestern Pacific Rail Trail Phase 1 project, on which GHD and Alta teamed to provide a fuli suite of environmental, engineering, and permitting services (as well as stormwater pollution prevention plan (SWPPP] preparation), for the City's Class 1, ADA -accessible, non -motorized trail along the North Coast Railroad Authority (NCRA) Railroad Corridor between Gobbi Street and Clara Avenue in Ukiah. Simply put: There is no other team who knows this project as well as GHD-Alta. We are un'quely posit oned to continue our successful work rvth Phase 2. � r ..: tori �_;I i � ,c�i i �iil ,�,f _- C �r ( � ,- , i �I- �i l� I � I �� i � -� h�,''I 'Z �; t��r r 'it �. _i��C.i l� r��-I �,> _,,, j��.j t�.� Cc,'��p�;tf=1 Ci ''•�'�'�-. T - ,(y t ) ;: k — �' (;) �'�'.., j.p�H; i� �,� '��i I�:.I i )dv f .1`_ �f �1 c.5 t,)(-' jD i'1"_j Alt: -i. Ciw of Ukiah 1 Pacifc Rail Trail Phase 2 (No, 17-1 Zt I 17 Team organization The following organizational chart shows the personnel we have assembled for the City of Ukiah's Northwestern Pacific Rail Trail Phase 2 project, Following the org chart are brief biographical descriptions of each team member's experience, as well as the work each team member will accomplish. We are also welcoming the expertise of Alt:; to our team, whose staff are indicated below with a color. Detailed project experience and applicable certifications/education are shown on our resumes at the end of this section. Bill Silva, PE, QSD/QSP Lead Liaison Josh Wolf, PE, QSD/ OSP Support David Caisse, PE, QSD/QSP Availability: According to the City of Ukiah's RFP No. 17-12, the GHD and Alta team must provide current and previous work assignments. GHD is at any given time undergoing dozens of work assignments and managing a pipeline that extends years into the future. For the purposes of efficiency and brevity, we've elected to not provide such a comprehensive list. Instead, please find the Phase 2 budgeted man-hours for each assigned staff member below as evidence of GHD's commitment to the availability of all staff over the course of the project's life. We take these commitments seriouslyand ensure that both GHD and Alta staff will be fully available to serve the City for all project needs. Lead Kristine Gaspar Pat Tortora, PE, LEED AP Lead Richard Maddock, PLS Support John Wunschel, PLS Lead Mary Stewart, PLA Support Mike Rose, PLA Brian Burchfield, PLA Matt Kennedy, PE, TE David Caisse, PE, QSD/ QSP Lead Chris Trumbull, PE, GE, D.GE GHD Team Member Man Hours (Detailed man hours are included in the sealed fee proposal.) Bill Silva Pat Tortora 21 Kristine Gaspar 74 256 Richard Maddock 64 Matt Kennedy 32 John Wunschel 72 David Caisse 18 Chris Trumbull 36 Jos^ Wolf 40 Steve Grupico 122 18 1 GHD Pr000sal Lead Pat Tortora, PE, LEED AP Support Steve Grupico, PE, LEED AP Local Assistance Procedures Manual ATTACHMENT B Exhibit 10-H Cost Pr000sal EXHIBIT 10-H COST PROPOSAL (EXAMPLE 41) PAGE 1 OF 2 ACTUAL COST -PLUS -FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed Consultant GHD Inc. Contract No. Date 128;2017 DIRECT LABOR Classification/Title Name hours Actual Hourly Rate Total Principal in Charge Bill Silva 21 $96.01 52.016.21 Project Manager Pat Toitora 256 $60.10 S15.185.60 Q \ QC Manager Matt Kennedy 32 $64.66 $2.069.12 QA/QC David Caisse 18 $45.68 $822.24 Caltrans Coord Josh Wolf 40 $55.94 $2,237.60 Limronmental Permittin_ Kristine Gaspar 74 $47.93 $3.546.82 Biologist Jessica Nadolski'varies 80 $45.78 $3.662.40 Land Sunryor Richard Maddock 64 $42.25 $2.704.00 Land Sun cyor John Wunschel 72 $40.01 $2,880.72 Sr. Geotechnical Engineer Chris Trumbull 36 $64.17 $2,310.12 Geotechnical Engineer Tony Quintrall 51 $52.88 $2,696.88 Geotechnical Support Dave Mebrahtom 28 $28.85 $807.80 Civil Engineer Steve Grupico 122 $59.62 $7,273.64 Staff Engineer Briana Artita 430 $35.58 $15,299.40 Structural Engineer Steve Burns 60 $52.88 $3.172.80 CAD Technician Chris Bach/varies 66 $37.50 $2,475.00 Admin Felicia Ballard/varies 42 $21.10 $886.20 LABOR CON I N a) Subtotal Direct Labor Costs b) Anticipated Salary Increases (see page 2 for sample) FRINGE BENEFITS d) Fringe Benefits (Rate 33.80% ) IN, DIRECT COSTS I) Overhead (Rate: 133.19% h) General and Administrative (Rate: 0.00% FEE (Profit) q) (Rate: 15.00°„ ) OTHER DIRECT COSTS (ODC) Description 1) Travel/Mileage Costs (supported by consultant actual costs) m) Equipment Rental and Supplies (itemize) - geotech lab - Misc repro - geotech test and driller n) Permit Fees (itemize), Plan sheets (each), Test Holes (each). etc. $70,246.55 $0.00 c) TOTAL DIRECT LABOR COSTS [(a) + (b)] $70,246.55 e) Total Fringe Benefits [(c) x (d)] $23,743.33 g) Overhead [(c) x (i)] $93,554.36 i) Gen & Admin [(c) x (h)] $0.00 j) Total Indirect Costs [(e) + (g) + (i)] k) TOTAL FIXED PROFIT [(c) + Q)] x (q)] Unit(s) Unit Cost Total 1100 $0.54 $588.50 2 $400.00 $800.00 1 $2,079.00 $2,079.00 1 $1,721.00 $1,721.00 1 $10.684.00 $10,684.00 1 $0.00 $0.00 $117,297.69 $28,131.64 LPP 15-01 JanuarN 14, 2015 Local Assistance Procedures Manual o) Subconsultant Costs (attach detailed cost proposal in same format as prime consultant estimate for each subconsultant) 1 $36,790.00 $36,790.00 Exhibit 10-11 p) Total Other Direct Costs [(I) + (m) + (n) + (o)] $52,662.50 TOTAL COST [(c) + 0) + (k) + (p)] $268,338 NOTES: • Employees subject to prevailing wage requirements to be marked with an *. • ODC items should be based on actual costs and supported by historical data and other documentation. • ODC items that would be considered "tools of the trade" are not reimbursable. • ODC items should be consistently billed directly to all clients, not just when client will pay for them as a direct cost. • ODC items when incurred for the same purpose, in like circumstances, should not be included in any indirect cost pool or in overhead rate. Page I of 5 EXHIBIT 10-H COST PROPOSAL (EXAMPLE #1) PAGE 2 OF 2 ACTUAL COST -PLUS -FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (SAMPLE CALCULATIONS FOR ANTICIPATED SALARY INCREASES) Consultant GHD Inc. Contract No. Date 12/8/2017 I. Calculate Average Hourly Rate for Ist year of the contract (Direct Labor Subtotal divided by total hours) 43077 Direct Labor Subtotal Total Hours Avg Hourly 5 Year Contract per Cost Proposal per Cost Proposal Rate Duration $70,246.55 1492 = $47.08 Year I Avg I Iourly Rate 2. Calculate hourly rate for all years (Increase the Average hourly Rate for a year by proposed escalation %) Avg Hourly Rate Proposed Escalation Total Hours Year 1 $47.08 + 3% = $48.49 Year 2 Avg Hourly Rate Ycar 2 $48.49 + 3% _ $49.95 Year 3 Avg Hourly Rate Year 3 $49.95 + 3% _ $51.45 Year 4 Avg Hourly Rate Year 4 $51.45 + 3% $52.99 Year 5 Avg Hourly Rate 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) LPP 15-01 January 14, 2015 Estimated %, Total Hours Total Hours Completed Each Year per Cost Proposal per Year Year 1 100.000%, * 1492.0 = 1492.0 Estimated Hours Year 1 Year 2 0.001%, * 1492.0 = 0.0 Estimated Hours Year 2 Year 3 0.00%, * 1492.0 = 0.0 Estimated Hours Year 3 Year 4 0.00°/, * 1492.0 = 0.0 Estimated Hours Year 4 Year 5 0.001%, * 1492.0 = 0.0 Estimated Hours Year 5 Total 100%, Total — 1492.0 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Avg Hourly Rate Estimated hours Cost per Year (calculated above) (calculated above) Year l $47.08 * 1492 = $70,246.55 Estimated Homs Year l Year 2 $48.49 * 0 = $0.00 Estimated Hours Year 2 LPP 15-01 January 14, 2015 Local Assistance Procedures Manual Exhibit 10-H Year 3 $49.95 * 0 = $0.00 Estimated Hours Year 3 Year 4 $51.45 * 0 = $0.00 Estimated Hours Year 4 Year 5 * = Estimated Hours Year 5 Total Direct Labor Cost with Escalation = $70,246.55 Direct Labor Subtotal before Escalation = $70,246.55 Estimated total of Direct Labor Salary Increase = $0.00 Transfer to Page 1 NOTES • This is not the only way to estimate salary increases. Other rnethods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. • An estimation that is based on direct labor multiplied by salary increase "/o multiplied by the # of years is not acceptable. (i.e. S250,000 x 2 x 5 yrs = S25.000 is not an acceptable mcthodology) • This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. Page 2 of 5 LPP 15-01 Januar% 14, 2015 Local Assistance Procedures Manual EXHIBIT 10-H COST PROPOSAL (EXAMPLE 41) PAGE 1 OF 2 ACTUAL COST -PLUS -FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed Consultant Alta Planning + Design. Inc. Contract No. Date 12 8 1017 DIRECT LABOR Exhibit 10-11 Cost Prouosal Classification/Title Name hours Actual Hourly Rate Total Project Manager Mary Stewart 42.5 $40.16 $1,706.80 Principal Mike Rose 13 $63.10 $820.30 Senior Desinger Brian Burchfield 106 $36.43 $3,861.58 Designer - Level I Various 112 $26.39 $2,955.68 Engineer I Various 22 $31.601 $695.20 Planner I Various 22 $26.181 $575.96 LABOR COSTS a) Subtotal Direct Labor Costs b) Anticipated Salary Increases (see page 2 for sample) FRINGE BENEFITS d) Fringe Benefits (Rate 38.50% ) INDIRECT COSTS f) Overhead (Rate: 0.00% h) General and Administrative (Rate: 151.20% FEE (Profit $10,615.52 $0.00 c) TOTAL DIRECT LABOR COSTS [(a) + (b)[ $10,615.52 e) Total Fringe Benefits [(c) x (d)] $4,086.98 g) Overhead [(c) x (f)] $0.00 i) Gen & Admin [(c) x (h)] $16,050.67 j) Total Indirect Costs [(e) + (g) + (i)] q) (Rate: 15.00°/ ) k) TOTAL FIXED PROFIT [(c) + 0)] x (q)] OTHER DIRECT COSTS (ODC) Description Unit(s) Unit Cost Total I) Travel/Mileage Costs (supported by consultant actual costs) 1 51,425.00 $1,425.00 m) Equipment Rental and Supplies (itemize) 2 $0.00 $0.00 n) Permit Fees (itemize), Plan sheets (each), Test Holes (each), etc. 4 $0.00 $0.00 o) Subconsultant Costs (attach detailed cost proposal in same format as prime consultant estimate for each Subconsultant) 5 $0.00 $0.00 p) Total Other Direct Costs [(I) + (m) + (n) + (o)] TOTAL COST [(c) + 0) + (k) + (p)] $20,137.64 $4,611.69 $1,425.00 $36,789.86 NOTES: • Employees subject to prevailing wage requirements to be marked with an *. • ODC items should be based on actual costs and supported by historical data and other documentation. • ODC items that would be considered "tools of the trade" are not reimbursable. • ODC items should be consistently billed directly to all clients, not just when client will pay for them as a direct cost. • ODC items when incurred for the same purpose, in like circumstances, should not be included in any indirect cost pool or in overhead rate. LPP 15-01 January 14, 2015 Local Assistance Procedures Manual Exhibit 10-11 Page 1 of 5 EXHIBIT 10-H COST PROPOSAL (EXAMPLE 41) PAGE 2 OF 2 ACTUAL COST -PLUS -FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (SAMPLE CALCULATIONS FOR ANTICIPATED SALARY INCREASES) Consultant Alta Planning + Design. Inc. Contract No. Date 12/8/2017 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hour 43077 Direct Labor Subtotal Total Hours Avg Hourly 5 Year Contract per Cost Proposal per Cost Proposal Rate Duration $52,870.64 444 = $119.08 Year I Avg Hourly Rate 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation Avg Hourly Rate Proposed Escalation Total Hours Total Hours Year 1 $119.08 + 00/o - $119.08 Year 2 Avg Hourly Rate Year 2 $119.08 + V/0 $119.08 Year 3 Avg Hourly Rate Year 3 $119.08 + V' l $119.08 Year 4 Avg Hourly Rate Year $119.08 + W/0 $119.08 Year 5 Avg Hourly Rate 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Estimated "/,() Total Hours Total Hours Completed Each Year per Cost Proposal per Year (calculated above) (calculated above) Year 1 100.00° * 444.0 444.0 Estimated Hours Year I Year 2 0.00" .1 * 444.0 - 0.0 Estimated Hours Year 2 Year 3 0.00" 1, * 444.0 = 0.0 Estimated Hours Year 3 Year 4 0.00, O * 444.0 = 0.0 Estimated Hours Year 4 Year 5 0.001,11, * 444.0 = 0.0 Estimated Hours Year 5 Total 10006 Total = 444.0 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) NOTES • This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase. the # of years of the contract, and a breakdown of the labor to be performed each year. • An estimation that is based on direct labor multiplied by salary increase °/6 multiplied by the # of years is not acceptable. (i.e. S250,000 x 2% x 5 yrs = S25,000 is not an acceptable methodology) • This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. LPP 15-01 Januar% 14, 2015 Avg Hourly Rate Estimated hours Cost per Year (calculated above) (calculated above) Year 1 $119.08 * 444 = $52,870.64 Estimated Hours Year 1 Year 2 $0.00 * 0 = $0.00 Estimated Hours Year 2 Year 3 $0.00 * 0 = $0.00 Estimated Hours Year 3 Year 4 $0.00 * 0 = $0.00 Estimated Hours Year 4 Year 5 $0.00 * 0 = $0.00 Estimated Hours Year 5 Total Direct Labor Cost with Escalation = $52,870.64 Direct Labor Subtotal before Escalation = $52,870.64 Estimated total of Direct Labor Salary = $0.00 Transfer to Page 1 NOTES • This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase. the # of years of the contract, and a breakdown of the labor to be performed each year. • An estimation that is based on direct labor multiplied by salary increase °/6 multiplied by the # of years is not acceptable. (i.e. S250,000 x 2% x 5 yrs = S25,000 is not an acceptable methodology) • This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. LPP 15-01 Januar% 14, 2015 City of Ukiah NWP Rail Trail Phase 2 December 5, 2017 ne me pmstemeo aoove is an estimate. we welcome the opportunity to discuss me proposeo scope and tee and we are open to negotiating any changes the uty, reels wouia paper sun me project needs. p.ae,a. r 1492 Total fee (wf Options) $268,338 215676 $268.338 $82,991.27 PAGED $156,585.81 PSBE Wo Options $185,346.43 PSM w/ Options RM Task Task 1.2 K,ck-Off Meatim Task 2: Rtvlwmd �szluass Existing Docurmints and Data Task 3.1: Rlqli� and Easement Research Task 3.4 Ba",ap Task 4.2: Safety Plan and Tmil Policy fl Task 6.12. 60% Plans Task 6.13:60% Specifications_ Task 6.14:60% Estimates Task 6.15� Submit 60% PS&E to City Task 6,16: 90% Plans Task 6.17 90% Spe�ificatiorsi Task 6.22; Final Estimates Task 6.23: Submit Final PS&E to City Uul Task 8A SWPPP TOTAL HOURS 0®000®00®0 000000000mm000000 � ne me pmstemeo aoove is an estimate. we welcome the opportunity to discuss me proposeo scope and tee and we are open to negotiating any changes the uty, reels wouia paper sun me project needs. p.ae,a. r 1492 Total fee (wf Options) $268,338 215676 $268.338 $82,991.27 PAGED $156,585.81 PSBE Wo Options $185,346.43 PSM w/ Options