Loading...
HomeMy WebLinkAboutGHD, Inc. 2019-02-27COU NO. 1819-173 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement, made and entered into this 27th day of February, 2019 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" or "LOCAL AGENCY" and GHD, Inc., a corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant" or "CONSULTANT". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to the preparation of the plans, specifications, an engineer's project cost estimate, and the temporary construction easements for Downtown Streetscape, Road Diet, & Utilities Project. b. Consultant represents that it has the qualifications, skills, experience and is 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". 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. See Section 8.0, below. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated based on actual cost plus a fixed fee, with a maximum dollar amount of $1,257,720, 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 comply with Section 9.0 and 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. 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. Design - Prof$vcsAgeement-November 20, 2008 PAGE 2 OF 14 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 Disclosure. 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: 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. Design — ProtSvcsAgrccmcnt-November 20, 2008 PAGE 3 OF 14 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 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. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultants 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 Design - ProfSvcsAgrccmcn6Novcmbcr 20, 2008 PAGE 4 OF 14 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 Tong -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 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 from and against claims, costs or liabilities caused by 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. "Indemnify," as used herein includes the City's expenses of defending against a claim, and the payment of any settlement or judgment arising out of the claim. Defense costs include all of the City's 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 [Intentionally left blank] Design — ProfSvcsAgreement-November 20, 2008 PAGE 5 OF 14 8.0 PERFORMANCE PERIOD A. This contract shall go into effect on February 27, 2019, contingent upon approval by LOCAL AGENCY, and CONSULTANT shall commence work after notification to proceed by LOCAL AGENCY'S Contract Administrator. The contract shall end on October 31, 2019, unless extended by contract amendment. B. CONSULTANT is advised that any recommendation for contract award is not binding on LOCAL AGENCY until the contract is fully executed and approved by LOCAL AGENCY. 9.0 ALLOWABLE COSTS AND PAYMENTS A. The method of payment for this contract will be based on actual cost plus a fixed fee. LOCAL AGENCY will reimburse CONSULTANT for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by CONSULTANT in performance of the work. CONSULTANT will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the approved CONSULTANT'S Cost Proposal, unless additional reimbursement is provided for by contract amendment. In no event, will CONSULTANT be reimbursed for overhead costs at a rate that exceeds LOCAL AGENCY's approved overhead rate set forth in the Cost Proposal. In the event, that LOCAL AGENCY determines that a change to the work from that specified in the Cost Proposal and contract is required, the contract time or actual costs reimbursable by LOCAL AGENCY shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Paragraph "H" shall not be exceeded, unless authorized by contract amendment. B. In addition to the allowable incurred costs, LOCAL AGENCY will pay CONSULTANT a fixed fee of $107,816.02. The fixed fee is nonadjustable for the term of the contract, except in the event of a significant change in the scope of work and such adjustment is made by contract amendment. C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of CONSULTANT's fixed fee will be included in the monthly progress payments. If CONSULTANT fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, LOCAL AGENCY shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination. F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this contract. Design — ProSvcsAgreement-November 20. 2008 PAGE 6 OF 14 G. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon receipt by LOCAL AGENCY's Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due LOCAL AGENCY including any equipment purchased under the provisions of Article XI Equipment Purchase of this contract. The final invoice should be submitted within 60 calendar days after completion of CONSULTANT's work. Invoices shall be mailed to LOCAL AGENCY's Contract Administrator at the following address: Richard Seanor City of Ukiah, Dept. of Public Works 300 Seminary Ave. Ukiah, CA 95482-5400 H. The total amount payable by LOCAL AGENCY including the fixed fee shall not exceed $1,257,720. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by LOCAL AGENCY's Contract Administrator. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. 10.0 TERMINATION A. LOCAL AGENCY reserves the right to terminate this contract upon thirty (30) calendar days written notice to CONSULTANT with the reasons for termination stated in the notice. B. LOCAL AGENCY may terminate this contract with CONSULTANT should CONSULTANT fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, LOCAL AGENCY may proceed with the work in any manner deemed proper by LOCAL AGENCY. If LOCAL AGENCY terminates this contract with CONSULTANT, LOCAL AGENCY shall pay CONSULTANT the sum due to CONSULTANT under this contract prior to termination, unless the cost of completion to LOCAL AGENCY exceeds the funds remaining in the contract. In which case the overage shall be deducted from any sum due CONSULTANT under this contract and the balance, if any, shall be paid to CONSULTANT upon demand. 11.0 COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS A. CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual items. Design — ProtSvcsAgreement-November 20, 2008 PAGE 7 OF 14 B. CONSULTANT also agrees to comply with federal procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. C. Any costs for which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by CONSULTANT to LOCAL AGENCY. 12.0 RETENTION OF RECORDS/AUDIT For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code 8546.7; CONSULTANT, subconsultants, and LOCAL AGENCY shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, LOCAL AGENCY, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of CONSULTANT and it's certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. 13.0 AUDIT REVIEW PROCEDURES A. Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by LOCAL AGENCY'S Chief Financial Officer. B. Not later than 30 days after issuance of the final audit report, CONSULTANT may request a review by LOCAL AGENCY'S Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by LOCAL AGENCY will excuse CONSULTANT from full and timely performance, in accordance with the terms of this contract. D. CONSULTANT and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an ICR Audit, or a CPA ICR audit work paper review. If selected for audit or review, the contract, cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is CONSULTANT's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. The contract, cost proposal, and ICR shall be adjusted by CONSULTANT and approved by LOCAL AGENCY contract manager to conform to the audit or review recommendations. CONSULTANT agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by LOCAL AGENCY at its sole discretion. Refusal by CONSULTANT to incorporate audit or review recommendations, or to ensure that the federal, state or local governments Design — PmfSvcsAgrcement-November 20, 2008 PAGE 8 OF 14 have access to CPA work papers, will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs. 14.0 SUBCONTRACTING A. Nothing contained in this contract or otherwise, shall create any contractual relation between LOCAL AGENCY and any subconsultant(s), and no subcontract shall relieve CONSULTANT of its responsibilities and obligations hereunder. CONSULTANT agrees to be as fully responsible to LOCAL AGENCY for the acts and omissions of its subconsultant(s) and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by CONSULTANT. CONSULTANT's obligation to pay its subconsultant(s) is an independent obligation from LOCAL AGENCY'S obligation to make payments to the CONSULTANT. B. CONSULTANT shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by LOCAL AGENCY's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. C. CONSULTANT shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to CONSULTANT by LOCAL AGENCY. D. All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants. E. Any substitution of subconsultant(s) must be approved in writing by LOCAL AGENCY's Contract Administrator prior to the start of work by the subconsultant(s). 15.0 EQUIPMENT PURCHASE A. Prior authorization in writing, by LOCAL AGENCY's Contract Administrator shall be required before CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services. CONSULTANT shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in CONSULTANT's Cost Proposal and exceeding $5,000 prior authorization by LOCAL AGENCY's Contract Administrator; three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. C. Any equipment purchased as a result of this contract is subject to the following: "CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, LOCAL AGENCY shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, CONSULTANT may either keep the equipment and credit LOCAL AGENCY in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established LOCAL AGENCY procedures; and credit LOCAL AGENCY in an amount equal to the sales price. If CONSULTANT elects to keep the equipment, fair market value shall be determined at CONSULTANT's expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be Design - ProfSvcsAgrccmrnt-Novcmbcr 20, 2008 PAGE 9 OF 14 obtained from an appraiser mutually agreeable to by LOCAL AGENCY and CONSULTANT, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by LOCAL AGENCY." 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. 16.0 STATE PREVAILING WAGE RATES A. CONSULTANT shall comply with the State of California's General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract, if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article, unless the awarding agency has an approved labor compliance program by the Director of Industrial Relations. C. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination. See http://www.dir.ca.qov. 17.0 CONFLICT OF INTEREST A. CONSULTANT shall disclose any financial, business, or other relationship with LOCAL AGENCY that may have an impact upon the outcome of this contract, or any ensuing LOCAL AGENCY construction project. CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing LOCAL AGENCY construction project, which will follow. B. CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract. C. CONSULTANT hereby certifies that neither CONSULTANT, nor any firm affiliated with CONSULTANT will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through joint - ownership, or otherwise. D. Except for subconsultants whose services are limited to providing surveying or materials testing information, no subconsultant who has provided design services in connection with this contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. 18.0 REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION CONSULTANT warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any LOCAL AGENCY employee. For breach or violation of this warranty, LOCAL AGENCY shall have the right in its Design - PmfSvcsAgreement-November 20, 2008 PAGE 10 OF 14 discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 19.0 PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING A. CONSULTANT certifies to the best of his or her knowledge and belief that: 1. No state, federal or local agency appropriated funds have been paid, or will be paid by -or -on behalf of CONSULTANT to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative agreement; CONSULTANT shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. B. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. C. CONSULTANT also agrees by signing this document that he or she shall require that the language of this certification be included in all lower -tier subcontracts, which exceed $100,000 and that all such sub recipients shall certify and disclose accordingly. 20.0 STATEMENT OF COMPLIANCE A. CONSULTANT's signature affixed herein, 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 Design — Pr SvcsAgrccment-Novcmbcr 20, 2000 PAGE 11 OF 14 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 5applicable regulations promulgated there under (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. C. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally -assisted programs of the Department of Transportation — Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT's Regulations, including employment practices when the Agreement covers a program whose goal is employment. 21.0 DEBARMENT AND SUSPENSION CERTIFICATION A. CONSULTANT's signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 2 CFR, Part 180, "OMB Guidelines to Agencies on Government wide Debarment and Suspension (non -procurement)", which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to LOCAL AGENCY. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration. Design - PmtSvcsAgreemrnt-November 20, 2008 PAGE 120F 14 22.0 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 23.0 CONTRACT PROVISIONS William Silva, P.E. GHD Inc. 2235 Mercury Way, Suite 150 Santa Rosa, CA 95407 23.1 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. 23.2 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. 23.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 23.4 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. 23.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 23.6 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. 23.7 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. 23.8 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. Design - PmlSvcsAgrcemcnt-November 20, 2008 PAGE 13 OF 14 24.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSUL ANT BY: William Silva, P.E. Date PRINCIPAL IRS IDN Number: 98-0425935 CITY OF UKIAH BY: t Sangiggi omo CITY MANA ER ATTEST Date 01 7 CLERK Date Design — Pm6vcsAgreement-November 20, 2008 PAGE 14 OF 14 ATTACHMENT A INTRODUCTION GHD has developed a comprehensive and detailed scope of work to address the services required to complete the Ukiah Downtown Project. Due to the length of the Project scope of work, it is located at the end of this section for your consideration. Below is a detailed outline of the proposed scope of work, which is based on the core RFP tasks and further enhanced to provide extensive detail for clarity, effectiveness, and to set the City up for success. For ease of use during contracting, the "Scope of Work" at the end of Section 5 is intended to be ready to be exported from the Proposal into the Contract. Task 1 1 Project Management and QA/QC 1.2 1.3 1.4 1.5 1.6 Project Management and Internal Coordination (DS, RD, UT) Project Schedule (DS, RD, UT) Agency Coordination (DS, RD, UT) Caltrans Local Assistance Coordination (DS, RD) Project Meetings (DS, RD, UT) Progress Reporting/Invoicing (DS, RD, UT) 1.7 Quality Assurance/Quality Control (DS, RD, UT) Task 2 1 Surveys, Mapping and Site Data 2.1 Background Research (DS, RD, UT) 2.2 Surveys and Mapping (DS, RD, UT) 2.3 Site Visit (with City) (DS, RD, UT) 2.4 Utility Potholing (Recommended Option) (DS, UT) 2.5 Geotechnical Investigation (Recommended Option) (RD, UT) 2.6 Traffic Data (Recommended Option) (RD) Task 3 1 Outreach and Coordination with Adjacent Properties Community Outreach (DS) 3.1 3.2 Adjacent Property Owner Coordination (DS) Task 4 1 Utility Coordination 4.1 Water, Sewer and Storm Drain Coordination (DS, RD, UT) 4.2 Utility Relocation of City Owned Facilities (DS, RD) 4.3 Utility Relocation of non -City Owned Facilities (DS, RD) Task 5 1 Environmental Compliance Support 5.1 NEPA and CEQA Compliance (DS, RD, UT) 5.2 Hazardous Materials Assessment and Support (Recommended Option) (RD, UT) Task 6 1 Design 6.1 60% Plans, Specifications, and Estimate (DS, RD, UT) 6.2 Drainage and LID Program (DS, RD) 6.3 Utility Coordination (DS. RD, UT) Task 7 1 ROW Engineering 7.1 ROW Descriptions and Plats 7.2 ROW Appraisal and Acquisition Services (DS) Task 8 1 Final Design and Bid Phase 8, 1 90% Plans, Specifications, and Estimate (DS, RD, UT) 8.2 Final Plans, Specifications, and Estimate (Bid Set) (DS, RD, UT) 8.3 Bid Support (DS, RD, UT) Task 9 1 Construction Phase Support and Construction Management (Optional) 9.1 Construction Support (DS, RD, UT) 9.2 Construction Management (DS, RD, UT) PROJECT DELIVERABLES In concert with the detailed scope of work, GHD has developed the following list of project deliverables. In addition to the deliverables requested in the RFP, we have also identified optional and/or recommended deliverables that will provide value or otherwise assist the City in meeting its goals. Each completed deliverable shall be delivered to the Public Works Department at 300 Seminary Way, Ukiah, CA 95482-5400. All tasks and deliverables shall be completed or submitted in accordance with the included schedule. ,Lpeoadde Ieo!uuoa1. pue >1a0nn 10 a. oa GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 23 C co • e of work and technical a• •roach, Task No. Task Name Deliverable 1.1 Project Management and Internal coordination 1.2 Project Schedule 1.3 Agency Coordination 1.4 Caltrans Local Assistance Coordination 1.5 Project Meetings 1.6 Progress Reporting/Invoicing 1.7 Quality Assurance/Quality Control 2.1 Background Research 2.2 Surveys and mapping 2.3 Site Visit (with City) 2.4 Utility Potholing (Recommended Option) 2.5 Geotechnical Investigation (Recommended Option) 2.6 Traffic Data (Recommended Option) 3.1 Community Outreach 3.2 Adjacent Property Owner Coordination 4.1 Water, Sewer and Storm Drain Coordination 4.2 Utility Relocation of City -Owned Facilities 4.3 Utility Relocation of non -City -Owned Facilities 5.1 NEPA and CEQA Compliance 5.2 Hazardous Materials Assessment and Support 6.1 60% Plans, Specifications and Estimate 6.2 Drainage and LID Program 6.3 Utility Coordination 7.1 ROW Descriptions and Plats 7.2 ROW Appraisal and Acquisition Services 7.3 Record of Survey 8.1 90% Plans, Specifications and Estimate 8.2 Final Plans, Specifications and Estimate (Bid Set) 8.3 Bid Support 9.1 Construction Support (Optional) 9.2 Construction Management (Optional) • Draft & Final Project Management Plan • Kickoff meeting/minutes • CPM Schedule • Meeting agendas/meeting notes • Record of critical communications • As -needed meeting presentation materials/handouts • Utility agreements, NTOs and ROI • ROW certification • Request for allocation package for Downtown Streetscape • Request for authorization package for Road Diet • Meeting agendas/meeting notes • As -needed Meeting Presentation Materials/Handouts • Monthly progress & budget summaries • Redlined review comment & response sheets • Topo survey • Depth, size and material of identified utilities • Draft Geotechnical Report • Final Geotechnical Report • 24-hour ADT counts • Peak hour turning movement counts • Website with Project info & sign up for notices • Project info sheet • Meeting flyers (3) • News articles (2) • Targeted emails & calls • Field notes, suggestions & questions gathering • Exhibits identifying potential conflicts • 60% plan set, outline project specs, and cost estimate (four hardcopy full size sets) and electronic submittal (PDF). • Storm Water Control Plan (with 60% Submittal) • Drainage Design Calculations and PS&E • Provide clear description of project ROW requirements to confirm acquisition limits • Plats and legal descriptions by a licensed surveyor - up to twenty (20) • Record of Survey filed with Mendocino County • 90% PS&E (four full size hard copy sets) • Final PS&E • Electronic Autocad drawing files transmitted • Responses to RFIs • Addenda 241GHD COST CONTROL AND BUDGETING GHD proposes to conduct a kick-off meeting with staff and key stakeholders (e.g., utility department, etc.) to obtain input at the Project's initiation. The kick-off meeting will be used to achieve consensus and jump- start critical efforts. We will also involve key staff in a field walk and pavement/site features condition assessment effort. By bringing all stakeholders together and presenting and addressing all concerns, issues are addressed early and decisions can be made quickly. In general, the cost of making decisions increases as projects progress into later phases of design. Making decisions at the outset of a project helps ensure time savings, and as a result, budget adherence. Early coordination efforts often make the difference between success and something less. Because GHD and our key staff are nearby, it will allow for regular project meetings even on short notice and at reduced cost. SUBSTANTIAL COMPLETION z 0 wJ > aJ i 0 EARLY STAKEHOLDER ENGAGEMENT GHD PROJECT S -CURVE • I I I / I TIME I /SAVED 01 iz 14 TYPICAL PROJECT I DEVELOPMENT TIME Our Project Manager, along with our Project Coordinator, will be responsible for schedule preparation and team performance and has enhanced the project scope as the start of detailed work plan and a critical path schedule. This schedule will be updated to track actual versus scheduled performance so that problems can be identified and appropriate corrective action taken, if necessary. In addition, we would propose to hold regular Project Team coordination meetings. These meetings will have a set agenda, involve all of the essential elements and players within the Project, and ensure that communication is happening throughout the Team. These meetings have been essential to our success on similar projects, many of which were described in this proposal. GHD has utilized various tactics to minimize cost and schedule in the design and construction phase through its long history on projects like the Ukiah Downtown Project. Some of the strategies that we have found successful and would like to discuss with the City include: • Revise formal ROW approach — implement "Permit to Enter and Construct" Program • Remove utilities/underground from the Federal Project scopes where possible • Remove DSA approval • Define potential contaminated soils/water operations and or limits Seek extension(s) to CTC Approval • Extend construction work windows/allow weekend work • Design to split work on each side of the road (traffic and work zone on opposite sides) • Early coordination efforts often make the difference L etween success and something Tess. Cn ,upeoadde leoiuuoal. pug) >{aonn Jo a•oo GHD I Ukiah Downtown Streetscape, Road Diet & Utilities Project 25 TECHNICAL APPROACH GHD and its subconsultants have tackled all of the issues that are anticipated on this Project on other similar projects in the region. The following are a sampling of key items that our technical approach must address for the Ukiah Downtown Project: Critical Engineering Design Considerations Opportunity/ Innovative Approach 1 I Avoid disruption to business State Street is lined with adjacent businesses, and in many cases those businesses are immediately behind the back of sidewalk. GHD would propose to employ a vigorous community engagement campaign to gather input from key stakeholders; the program could be web -based campaign to streamline engagement and feedback. Early outreach at a one-on-one level will be provided to the adjacent property owners to hear their concerns and allow them to feel/be involved in the process. An innovative way to get collaboration is to utilize an existing vacant store- front as a working office for a week to do live interactions and updates to the streetscape plan. Charrettes and workshops can happen in the late afternoon with work the following day and an updated plan within 24 to 48 hours. 2 1 ADA compliance and doorway conforms Dated curb ramps, missing curb ramps, buckled sidewalks, tall curbs and other site conditions will be addressed through new cross-section designs, allowing for conventional ADA -compliant facilities. Our design will include access to adjacent buildings where they are immediately adjacent and required through agreements. Our design will also seek to enhance safety lighting for safety. The road diet will provide calming and reduce travel speeds. Further Discussion and/ or Team's Value GHD and WRT performed an extensive outreach program on Main Street in Willits and Cloverdale for their Downtowns. Those programs included an engaged public and adjacent property owners. We will use proven tools from our team's collective toolbox to promote communication, involvement, and consensus. GHD has tackled challenging back -of -walk constraints on projects in Downtown Cloverdale and Petaluma that mirror those in Ukiah. We will use those tactics where applicable and agreeable to owners and the City. Improvements could include targeted ramps, material changes, railing, and other measures. 01 ;L OLoa • •E pOiugOe pue )1a0nn 10 e • 00 ei GHD Ukiah Downtown Streetscape, Road Diet & Utilities Project i 27 co • e of work and technical a• •roach; Opportunity/ Innovative As .roach Further Discussion and/ or Team's Value 3 1 Appropriate pavement rehabilitation/cross-section As the former Highway 101 corridor, the existing roadway has a long history, multiple pavement types, inconsistent sections, and can prove challenging to select a single solution. Our Team will start by identifying an appropriate method of rehabilitation: FRAC? Dig outs? Consider existing pavement section and condition. We will seek low-cost high -longevity solutions. GHD will work with the City to identify the desired Traffic Index for the epavement design. 4 1 Road diet design - transitions and techniques The original streetscape plan was a concept -level plan and included a rigid "block -by -block" shifts in typical sections. The key will be to get alignment across intersections for improved flow and safety (reduce conflicts). Existing signals at Perkins and Standley, with just 200 feet between them, these signals should be interconnected and coordinated to €educe impacts of queuing, mid -block parking maneuvers, and delay. With newly created left -turn pockets, signal phasing should upgrade the existing protected/permissive signal phasing at Perkins to a more conforming "flashing yellow arrow" phasing, and include the same at Standly for southbound traffic. The use f protected/permissive phasing will manage left -turn movements within turn pockets, reducing blocking of be through lane, and reduce vehicle missions and delay in lighter traffic onditions, when vehicles have ore gaps. GHD has had great long-term success on our rehabilitated former Highway 101 projects. These projects typically included HMA overlays with full depth HMA at dig -outs of severely degraded pavement locations. Mill is signalized, while over 1,500 feet from Perkins the intersection is just 500 feet from the adjacent Gobbi Signal. While the Mills/Perkins segment is not a candidate for coordination, Gobbi is. As modified with this Project to provide flashing yellow arrow or retain permissive phasing, infrastructure within the project limits towards Gobbi is recommended. Interconnect along the corridor, by providing conduits and pullboxes in new sidewalk does create an opportunity for a corridor wide management of equipment and smart infrastructure. 28 GHD Further Discussion and/ or Team's Value Opportunity/ Innovative A. • roach 5 Construction sequencing/ traffic handling Develop block -by -block and site -wide traffic handling plans. Review adjacent land uses and constraints with City and stakeholders. One potential concept could be to design the Project improvements with the intent of half -street construction, allowing a contiguous path of travel on one-half of the road for through traffic. 61 Utility Coordination Identify anticipated ultimate utility needs early for incorporation into plans. Communicate with third party utilities. Coordinate with City utilities. Establish critical path schedule and hold regular meetings to establish accountability to the schedule. GHD will utilize senior Construction Management and inspection staff, j with our Project Traffic Engineer, to develop customized and innovative solutions for construction sequencing and traffic handling. If undergrounding of the existing overhead is desired, we would work with the City to determine if spare conduit can be placed for future use by AT&T and other carriers. This approach would allow the City to better control construction and meet i4 the overall schedule. 7 1 LID/drainage enhancements GHD and WRT recognize the City's desire to establish low impact design stormwater improvements that provide water quality, enhance the character of the downtown and adequately address stormflows. As identified in the RFP, we would propose to use planted bulb - outs similar to those in Downtown Healdsburg, as a primary Best Management Practice. Stormwater flows travel west to east in this area of the City. State Street bisects this area, sending flows from the west to the west -side gutters and inlets. Gutterflows on the east side are from the roadway (about 80% of the road surface) and from adjacent buildings and front yards. These flows; are sent easterly on side streets or captured in inlets. 01 ;uoeoadde Ieo!uuoe pue )1a0nn 10 a. oa el GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 29 cope of work and technical approach, Critical Environmental Issues Opportunity/ Innovative A. .roach Further Discussion and/or Team's Value 1 I HAZMAT assessment and handling GHD is aware that there may be abandoned/former heating oil tanks within the project limits. GHD has the internal resources to address the situation and decide if pre -work is desired or if construction phase remediation is an acceptable approach. GHD has performed initial investigations to identify potential locations of contaminated materials, groundwater, or facilities. This is currently an optional task, though it is recommended that scope be included to, at a minimum, develop specifications for the contractor to implement during construction phase of the Project. This lesser option can become more costly with potential unforeseen conditions that are not clearly identified in the bid documents. GEOTRACKER CYeanyP Sitar • Pernnued Fainllzs • WLR; Saes • ■ Pemaled USTs - ". DTSC Hazardous, Wm. 57.1 Food Disposal SIttn•SfyaZ eut bum Dump d' Compost f so* rh Illegal Dapmaal Sae ▪ elan, Pm -TRA 77 - CAl Blit i1M TI Land Treaunem Unit it Tae 17 . Mavng Um a Tea 27 MumsMl Solid Ws. 110371 Was. Landfill V Tea . Surface Impourdm.M it Tills 27 Wade Pyo ▪ Unrna.. ,r:gate0 Lards Reyala ory Program Saes 3'i CV/ Gas Saes MO., al ad Gas Rgeds MRudzsd Mier Ponds �' ti Ur W 4 uad le ja fion Cabal PAP Ewe Sawmon Ryent r:mr it •*PS Stanbsen Poled Gard* Montag Pia, 3 SITES CURRENTLY VISIBLE ON MAP 30 1 GHD North State Street. Ukiah • Westside Q F ante Market Wo V 4 • Supus P1 lees Black Oak (14 Coffee Roasters `!" z i 5 9 w *N 2 1 Q s Lvmm sr Walgre�s yAF. :sienna© , C f. woos+^ 5 • T • ; • S.bet's Raker y 6 Cafe. EPerknn'St ■ ` Dcc erne ti 4 w co<hs, ' Stan's Maple Cafe pp j III . ■ ■S' 7 ■ y S 6pce H Muaaum-Sun Th•H .tQ Adverbs* Health in Ukiah Valley Ross Dress for LessQ LLS wna"ns' $•I 1 Vg ■ Community Fest Credit Union ■ Regal Cinemas Ukiah 69 r't SafeAay4 clevdardv 14 aods Ch Nao-turalop Wells F argo Blink Map Satellite QJCPenney Pear Tree Center 4;11 INF t!Ftaalria • •• • year,. • Ukiah DMV Office 9 ■ Pew CA United States Pos-lal Service 11' EGpbbi St • �r.w40,Aa 5 11.,,. 0 GHD has reviewed online data resources that provide information on facilities with listed hazardous waste contamination. These include the list of Leaking Underground Storage Tank Sites from the Water Board GeoTracker database, shown above. F New Liz Community i:hurc 9 Rcd W,,.. QBest We9'3rn hr Critical Streetscape Design Issues Opportunity/ Innovative Approach 1 I Preservation of existing trees Nothing kick-starts the aesthetics of a newly finished streetscape project better than well placed and attractive mature trees. GHD will work with WRT and our arborist (optional service) to evaluate each tree proposed to remain with respect to the proposed improvements and their potential impact. Additionally, some trees could be candidates for relocation, based on appropriateness, general health, and value. 2 1 Maximize visibility to Businesses Tall, well -spaced tree strategy. Business sign placement. 3 1 Widen sidewalks and transform downtown Develop organized plan for "Frontage Zone," "Sidewalk Zone," and "Furnishing/ Tree Zone." Review pedestrian flow movements. 41 Get the most out of bulb -outs Review geometric opportunities in the design layout. Maximize opportunities for enjoyment and use. Further Discussion and/or Team's Value As an option, our arborist can prepare specifications fa, the handling of specific trees to remain, guide trimming requirement, and help ensure that the trees remain healthy through construction and into the future. On downtown main streets like State Street, business owners seek visibility of their frontage. It is important to consider visual access during tree selection and placement. Our experience is that taller trees correctly spaced affords the best visibility of the business frontage. We also find that demonstrating successful strategies where signs are placed for pedestrian as well as vehicle viewing helps merchants avoid future conflicts. Widening State Street sidewalks will have measurable benefits to business access, pedestrian comfort, accessibility, and street character. Sidewalk widths -, of 8 feet (existing) are not adequate for the three sidewalk zones typically found in successful downtown environments: • Frontage Zone for use by businesses • Sidewalk Zone to provide ample space for movement • Furnishing/Tree Zone to allow seating, trash receptacles, tree planting, etc. A sidewalk with of 12 feet and greater will accommodate the downtown goals and reduce conflicts with overhead awnings. Moving curbs however can be expensive. The team will evaluate conditions and prioritize where the greatest benefit will be realized. Any transitions between width will be carefully designed to ensure an appropriate pedestrian flow. Bulb -outs provide safety benefit to pedestrians and can create areas for seating and enjoyment of the downtown. The transition of the curb from bulb -out to normal sidewalk width requires careful design to meet goals for parking, street maintenance, and gathering space. As a general rule, we keep the inside and outside radius of the curb transition as tight as possible to preserve on street parking. Street crown is also a critical design factor of bulb outs. There is a cost/ benefit to reducing the crown and the normalization of bulb -out treatment with raised curbs, and ramps. 01 GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 31 Opportunity/ Innovative A..roach Further Discussion and/or Team's Value 51 Prioritize Furnishings and Street trees Maximize impact value of the project through through selection of context sensitive street lights, landscape items and sight furnishings. We find that the greatest value is realized from the vertical features of the street. Proper tree selection, root zone sof preparation, street lights, benches, planters, seatwalls, and gateway elements are high value items. Decorative paving also enhances a streetscape. However, long-term maintenance and benefit to merchants can sometimes be secondary to vertical features. Our Team will carefully consider cost/benefit in the detailed design and budgeting of the project. As an option, we can review wayfinding program and branding options for the Downtown to further enhance the experience of the users. 32 1 GHD ROLES OF KEY TEAM MEMBERS The following individuals have been identified as key team members for the GHD Team. All members of the Team have expertise in their area of practice and/or have extensive experience on similar downtown; roadway corridor streetscape projects, including Federally -funded projects in Mendocino and Sonoma Counties. Brief bios and references for each key team member are also provided below and resumes are provided in the Appendix. 25 years of experience Bill Silva, PE, QSD/P GHD Role: Principal -in - Charge Civil Engineer: CA #53235 California Water Board QSD/P With over 25 years' experience in public sector civil engineering, transportation, and utilities design, Bill is highly skilled at CIP and Public Works project design, including: large-scale redevelopment, roadway and bridge design, railroad design, various water, sewer and storm drain projects, and a broad background in all phases of project planning, outreach, and design through construction. Bill has been a County Public Works engineer and an Assistant City Engineer. Most importantly and relative to the Ukiah Streetscape Project, he has designed and/or managed seven exceptionally similar streetscape, road -diet, Federally - funded, former Highway 101, high-profile, downtown projects along the Highway 101 corridor in Northern California, from southern Sonoma County through Mendocino County including Petaluma Boulevard Road Diet/Streetscape, Cloverdale Downtown, Windsor Town Green, Healdsburg Avenue Roundabout, Hopland Complete Street, and Willits Main Street. Reference: Bill Gamlen, PE, Chief Engineer, Sonoma -Marin Area Rail Transit (SMART), T +1 707 794 3049 Reference: Sanjay Mishra, Engineer, PE: Napa Valley Transportation Agency, T +1 707 259 8631 15 years of experience Matt Kennedy, PE, TE 1 GHD Role: Project Manager Civil Engineer: CA #68304 Traffic Engineer: CA #2385 QA/QC Manager Matt Kennedy is a licensed Civil and Traffic Engineer with 15 years of experience in water/wastewater, traffic/transportation and sustainable civil engineering. He is adept in the design and management of a broad range of civil infrastructure projects, including water and wastewater systems, underground utilities, storm drainage and Low Impact Development (LID) design, traffic signals, roadways, pedestrian and bicycle facilities, striping and signing, grading and drainage, civil site design, and traffic control plans. His experience also includes a broad range of planning, modeling and analysis capabilities including utility master planning, hydrologic and hydraulic modeling, water and wastewater process design, preparation of traffic and parking studies, circulation studies, and analysis and timing of signals. He is also experienced in land surveying and construction management. Reference: Rick Seanor, Deputy Director of Public Works; City of Ukiah; T +1 707 463 6296; rseanor@cityofukiah.com Reference: Bruce Oveson, Capital Projects Manager; County of Sonoma; T +1 707 565 3665; Bruce.Oveson@sonoma-county.org 12 years of experience Jeremy Schmal, PE GHD Role: Deputy Project Manager Civil Engineer: CA #87192 As Deputy Project Manager, Jeremy Schmal will be the primary point of contact for the City. He will be responsible for coordinating the team's efforts and maintaining adherence to the project schedule, scope, and budget. Jeremy brings over 12 years of experience in civil engineering working with the public sector. He has performed project management and project engineer duties on numerous multi-million dollar public works transportation improvement projects including roundabouts, pedestrian improvements and ADA compliance, roadway widening, utility relocation, intersection improvements and traffic signals, and complete street projects. Jeremy also has experience administering projects with Federal Aid/Local Assistance funding, traffic engineering, transportation analysis and planning, and high -visibility pedestrian projects. Other experience includes construction management, where he has acted as Resident Engineer and Lead Inspector as well as providing construction engineering and bid support. Reference: Eric Miller, PE,TE, Principal Engineer, County of Marin, T +1 415 473 6354, EMiller@marincounty.org Reference: Mario Landeros, Senior Engineer (retired), City of Healdsburg, T +1 707 228 6111, lanmuril@msn.com oeoadde leoiuyoal pug) >1a0nn 10 a•oo GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 133 C. cope of work and technical approach, 29 years of experience Jerry Champa, PE GHD Role: Local Assistance Coordinator Civil Engineer: CA #40573 Jerry Champa will provide Caltrans Local Assistance support to the City for the California Transportation Commission program and requisite construction allocation documentation. Jerry has been assisting state and local agencies to secure funding for safety -centric, operational and active transportation infrastructure improvements since 1998. As a Strategic Highway Safety Plan Co -Lead, Jerry authored and led implementation of the Caltrans and CA Manual on Uniform Traffic Control Devices (MUTCD) policy that established the innovative performance-based evaluation framework and analytical tools proven to identify and produce acceptance of optimal solutions. Jerry continues to be a national leader, training instructor, and advocate for the adoption of Intersection Control Evaluation (ICE) as a traffic engineering policy and type -selection tool for making the optimal investment decision on solution proposals involving new, expanded, or improved access points. His expertise was developed over a 25 -year -period through statewide roles as a Caltrans Geometric Design and Traffic Engineering Policy, Funding Program, and Technical Assistance Specialist and "Change Agent." Reference: Robert Peterson, Local Highway Safety Improvement Program Manager; Caltrans Headquarters, Division of Local Assistance; T +1 916 759 6307; robert.peterson@dot.ca.gov Reference: Morgan Beryl, Planning Director; Eagle County, CO (currently transitioning to this agency); T +1 970 328 8746; morgan.beryl@eaglecounty.us 31 years of experience Doug Ries, PE I GHD Role: QA/QC Manager Civil Engineer: CA #47768 As QA/QC Manager, Doug Ries will work with the design team to provide overall quality assurance, and provide quality control reviews of all deliverables. Doug, a company principal, manages an assortment of public works and infrastructure projects. His professional knowledge includes roadway design, bike lane/bike path design, interchange projects, construction administration, master plans (water, sewer, and storm drain design), community facility districts implementation, and hydraulic/utility/drainage design for state and local facilities. He has prepared PSR, PR, PANED, and PS&E for various Caltrans projects throughout the State. He brings expertise in construction administration; geometric roadway, grading, hydraulic and hydrology design; infrastructure planning and design; and public outreach; as well as water, sewer and storm drain master planning and design. Reference: Toni Bertolero, Public Works Director, Town of Windsor, T +1 707 838 1006; tbertolero@townofwindsor.com Reference: David Mickaelian, City Manager, City of Healdsburg, T +1 707 431 3317; dmickaelian@ci.healdsburg.ca.us 20 years of experience Pat Tortora, PE 1 GHD Role: Engineering Lead Civil Engineer: CA #80067 Pat Tortora will provide technical design support in preparing the plan and profile, specifications, and cost estimate. Pat brings over 20 years of experience in providing planning, design, and construction engineering solutions to public and private clients, with an emphasis on civil design in collaboration with multi -disciplinary teams for comprehensive civil and transportation infrastructure projects. For municipal entities and governmental organizations throughout northern California, his infrastructure improvements address water quality concerns, utility infrastructure, pedestrian and vehicular safety measures, and sustainably -minded, comprehensive sewer, water, and civil site work. For Phase 1 of the City of Ukiah's Northwestern Pacific Rail Trail Project, Pat served as Lead Civil Engineer and i has performed key oversight and civil engineering design on trail, pathway, and/or Safe Routes projects for SMART, the City of Fort Bragg, the City of Rohnert Park, and the City of San Jose Reference: Benjamin Kageyama, Senior Civil Engineer, City of Healdsburg, T +1 707 431 3397; bKageyama@ci.healdsburg.ca.us Reference: Josh Savage, Executive Director of Facilities, Maintenance and Operations, CRPUSD; T +I 707 792 4737; josh_savage@crpusd.org 34 GHD 24 years of experience Frank Penry, PE, TE, PTOE 1 GHD Role: Traffic Engineering Lead Civil Engineer: CA #C62785 Traffic Engineer: CA #TR2304 Professional Traffic Operations Engineer: CA #1603 Frank Penry brings years of experience in transportation planning and traffic engineering design, Frank is adept at managing multi -disciplinary project teams. He has managed numerous transportation studies and design projects over the years, from small development impact studies to major roadway improvements. Frank has served as the City Traffic Engineer for the Cities of Petaluma, Cotati, Sonoma, and Fortuna, providing the administration for and development of Municipal Traffic Engineering Programs. He is well versed in a variety of civil engineering projects. Reference: Alejandro Perez, PE; Senior Civil Engineer; Town of Windsor; T +1 707 838 5318; aperez@townofwindsor.com Reference: Wil Buller, PE, TE, PTOE; Traffic/Transportation Engineer; AC Transit - Service & Operations Planning; T +1 510 231 5414;wbuller@actransit.org 15 years of experience Matt Wargula, PE, TE, QSD/P, LEED AP 1 GHD Role: Utility Coordination Lead Civil Engineer: CA #76103 Traffic Engineer: CA #TR2749 California Water Board QSD/P: #01146 LEED Accredited Professional Matt Wargula, licensed civil and traffic engineer with over 15 years of project experience, will coordinate utility relocations as needed for water, sewer and storm drain related to transportation improvements and reconstruction of utilities. He will work with Subtronic to identify utilities for positive location. Additionally, Matt will work with the project engineer to assist with design elements as required. He has experience with the design and construction of a variety of civil infrastructure projects, including geometric design, traffic signals, pedestrian and bicycle facilities, striping and signing plans, pavement reconstruction and rehabilitation, underground utilities and traffic control systems for construction. He regularly manages Caltrans Local Assistance projects and provides QA/QC leadership for the US West Traffic and Transportation team. Reference: Alejandro Perez, Senior Civil Engineer, Town of Windsor Public Works Dept., T +1 707 838 5318, aperez@townofwindsor.com Reference: Colleen Ferguson, Public Works Director/City Engineer, City of Sonoma, T +1 707 933 2230, cferguson@sonomacity.org 16 years of experience Brian Bacciarini 1 GHD Role: NEPA/CEQA Compliance Lead OSHA 40 -Hour HAZWOPER Certification OSHA 8 -Hour Annual HAZWOPER Brian Bacciarini will collaborate with the design team and the City to identify and evaluate key environmental considerations surrounding the project. Brian is a Senior Environmental Planner at GHD specializing in evaluating projects pursuant to CEQA and NEPA, including projects involving federal funding programs and compliance with Caltrans Local Assistance Procedures. Brian's project experience includes many public works related projects, including new and reconfigured roadways, roundabouts, bridges, rail crossings, helipads, utility and water main replacements, parking structures, and more. Reference: Chris Catbagan, Capital Projects Engineering; City of Santa Rosa; T +1 707 543 4521; ccatbagan@srcity.org Reference: Craig Scott, Public Works Director; City of Cotati; T +1 707 665 3620j; cscott@cotaticity.org r 414 7 years of experience Kat Harvey, PE, QSD/P 1 GHD Role: LID Design Lead Civil Engineer: CA #84798 Kat Harvey will coordinate with the design team to lead the design on LID and storm drain features in a contextsensitive way to integrate with the rest of the design. Kat, a licensed engineer and Qualified SWPPP Practitioner and Qualified SWPPP Developer, has over seven years of experience with stormwater and LID design. Kat's attention to detail and organizational skills give clients confidence that their project will stay on track for schedule and budget. She also has experience in land development, roadway and pedestrian improvements design, stormwater permitting and design, and SWPPP development. She enjoys finding innovative solutions for clients to keep up with ever changing regulations. Reference: Jim Heid, Sustainable Development Advisor/ Land Planner, Urban Green, T +1 415 218 6709, jim@urbangreen.net Reference: Carl Euphrat, PE, Senior Civil Engineer; Town of Windsor; T +1 707 838 1195; ceuphrat@townofwindsor.com 01 ;L OFoa • se pc!ULI e pui >1a0nn 10 e • oo' GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 35 cope of work and technical approach, 30 years of experience Chris Trumbull, PE 1 GHD Role: Geotechnical/ Pavement Engineering Lead Civil Engineer: CA #C84798 Geotechnical Engineer: CA #G2491 11 years of experience Lindsey Van Parys, PE, QSD/P 1 GHD Role: CTC Funding Lead Civil Engineer: CA #79989 California Water Board QSD/P: #23897 Chris Trumbull will serve as the Geotechnical/Pavement Lead for this project. Chris has nearly three decades of experience in civil and geotechnical engineering for municipal and regional clients throughout northern California, relying on his technical expertise in field exploration and testing in soil and rock environments. He has worked with all of our managing and lead team members on numerous trail -related or transportation infrastructure improvements projects, providing geotechnical investigation and correlating services for SMART (Payran Trail; pedestrian pathway in Rohnert Park), the East Bay Regional Parks District (San Francisco Bay Trail), and the City of Hayward, in addition to bridge and streetscape projects for the Santa Clara Parks and Recreation Department, PG&E, the Town of Windsor, and the Cities of Roseville and San Carlos. Chris has also previously served the City of Ukiah by performing an investigation of multiple potential municipal water well sites. Reference: Ahmed Thleiji, Assistant Engineer; Sonoma -Marin Area Rail Transit (SMART); T +1 707 285 8189; athleiji@sonomamarintrain.org Reference: Toby Perry, Bay Trail Project Manager; East Bay Regional Park District; T +1 510 544 2317; tperry@ebparks.org Lindsey Van Parys will assist the City with navigating the CTC and federal funding processes, preparing signature ready requests for authorization, and be a resource for successfully delivering the project while adhering to funding requirements. Lindsey is a registered civil engineer in multiple states and holds a certificate in Traffic Collision Investigation. She has over 11 years of experience in delivering transportation projects, and is currently a Project Manager that oversees project operations. Her experience includes delivering Federally -funded projects on and off the State Highway System. She has experience in delivering roundabout, streetscape, trail, roadway/highway improvement, and various other project types. She is the North American Service Line Leader for Road Systems and Transportation Planning and Traffic Engineering for GHD. Reference: Eric Whan, Deputy Director of Public Works, City of Napa; T +1 707 257 9634; ewhan@cityofnapa.org Reference: Bryan McKinney, City Engineer, City of La Quinta; T +1 760 777 7045, Bncjunney@laquintaca.gov 20 years of experience 36IGHD John Gibbs, ASLA, LEED AP I WRT Role: Landscape Architecture & Outreach Lead Registered Landscape Architect: CA #4417 LEED Accredited Professional John is a registered landscape architect and urban designer in WRT's San Francisco office and will lead efforts for Landscape Architecture and Outreach. He is a landscape architect and urban designer with 20 years of experience. He shares WRT's deep commitment to environmentally rooted planning and design excellence. His work reflects his belief that open space infrastructure, whether at the scale of streets, landscaped plazas, or parks is a crucial and integral part of creating quality urban environments. He is a practice leader in WRT's Community Design and Parks & Open Space practices where he is committed to enhancing community open space and expanding mobility options through complete streets, trails, and district pedestrian networks. Community engagement is fundamental to all facets of his work, and his outreach skills are valued by clients who seek outcomes rooted in productive public dialogue. His community engagement skills and ability to help clients build consensus through a managed process has become a specialty service that compliments his traditional planning and design leadership. Reference: Dusty Duley, City Planner; City of Willits; T +1 707 459 4601; dduley@willitscity.com Reference: aimie Orfanos - Community Development Agency Manager; Alameda County Community Development Agency - Economic + Civic Development Department; T +1 510 670 6107;jorfanos@co.alameda.ca.us 15 years of experience 19 years of experience Tim Dillenburg, QSD/P GHD Role: Adjacent Owner Liaison With over 15 years as a Construction Manager/RE and inspector, Mr. Dillenburg has a vast experience with street resurfacing projects, having worked with Caltrans, the County of Sonoma, and the Cities of Santa Rosa, Rohnert Park, Windsor, Healdsburg, Ukiah, Willits, Napa, and Fort Bragg. He's adept at prioritizing and coordinating tasks and specialty inspections, delegating responsibilities, and communicating effectively to keep projects on schedule and ensure that his clients' objectives are achieved. Tim is Caltrans certifed as a Local Agency Resident Engineer, so he is very familiar with Caltrans' Standard Specifcations and Federal project requirements. Having been through many Caltrans audits, Tim has developed an ability to produce a very complete and thorough set of federally compliant project files. Reference: Liane Ware, PE, Civil Engineer/CIP Manager, City of Rohnert Park, T +1 707 588 2235, lware@rpcity.org Reference: Mario Landeros, PE, Civil Engineer (former), City of Healdsburg, T +1 707 228 6111, lanmuril@gmail.com Tony Cinquini, PE, PLS 1 Cinquini & Passarino Role: Topographic & ROW Survey Lead Civil Engineer: CA #C62341 Professional Land Surveyor: CA #8614 FAA Remote Pilot for Small Unmanned Aircraft Systems: #3906702 Tony Cinquini, a California licensed Professional Engineer and Professional Land Surveyor, will lead the land surveying effort, responsible for overall topographic and feature mapping, developing the basemap for design, and verifying City right- of- way boundaries. Tony brings 20 years of experience in project management, topographic surveys, ROW surveys, legal description and plat preparation, construction surveys, and land survey technology including laser scanning and unmanned aerial systems. This experience enhances his ability to effectively work on infrastructure improvements, redevelopment and development projects, roadway realignments, and utility rehabilitation projects. Reference: Vanessa Garrett, PE, Senior Engineer: City of Rohnert Park: T +1 707 588 2251: vgarrett@rpcity.org Reference: Dan Herrera, PE, Senior Civil Engineer: City of Petaluma DPW&U; T +1 707 778 4589: dherrera@ci.petaluma.ca.us 31 years of experience Gary Dowd 1 AR\WS Role: Right -of -Way Appraisal/Acquisition Lea d State of California, Department Real Estate Broker's License No. 01753694 State of California Notary Public Commission No. 2206324 Gary Dowd will provide ROW project management and acquisition services for this project. Since 2013, Gary has provided acquisition services; program management support; budget oversight; project coordination; and final delivery of projects for both private companies and public agencies for AR\WS. He worked for the San Francisco Public Utilities Commission (SFPUC) as both Assistant Director and Director of the SFPUC Real Estate Services Division for 16 years and was responsible for all property acquisition, sales, leasing, property management, facilities management, and property development activities of the SFPUC's vast land holdings. He also worked for six years as a Right-of-way Agent with Caltrans, District 4, in Oakland, CA and was responsible for acquisition, appraisal, property management, local agency oversight, planning and management. Reference: Rahn Springer, Senior Real Estate Agent, Santa Clara Valley Water District, T +1 408 265 2607, rspringer@valleywater.org Reference: Kathy Wood, Right-of-way Manager, Sonoma County, T +1 707 656 2257, Kathy.Wood@sonoma-county.org 37 years of experience Steve Weinberger, PE, PTOE 1 W -Trans Role: Signing & Striping Lead; Study Revaluation (if requested) Civil Engineer: CA #43159 Traffic Engineer: CA #1440 Professional Traffic Operations Engineer: #342 Steve Weinberger will lead W -Trans' signing and striping services for the corridor as well as providing continuity to the previous traffic engineering analysis and concept plans for State Street which he led 10 years ago. If requested by the City, Steve can also provide a study re-evaluation of the traffic operations to confirm the road diet geometrics and more critically, to determine maximum left -turn queuing which could inform the geometric design. Steve is one of the founding Principals and specializes in Complete Streets traffic engineering and planning, pedestrian safety, and active transportation planning and operations. He has 37 years of traffic engineering experience and is certified instructor for the National Complete Streets Coalition. Reference: Henry Mikus, Public Works Director, T +1 707 823 5331, hmikus@cityofsebastopol.org Reference: Nick DeBar, Public Works Director/City Engineer, T +1 805 461 5000, ndebar@atascadero.org 01 ;Lpeal • •e leo!uuoe1 pui >1JOM 10 a. o0 GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 137 DETAILED SCOPE OF WORK General Description The City of Ukiah is proposing an improvement project on State Street, from 200 feet south of Mill Street to 200 feet north of Henry Street. The project will combine three separate components: Downtown Streetscape, Road Diet, and Utility Work. This scope is to provide professional engineering and other related services for the construction of the improvements. Anticipated disciplines include civil, survey (topography/ROW), LID, electrical, utility coordination and design, traffic, landscape architecture, ROW, public outreach, education and relations, geotechnical investigation, environmental compliance and hazardous materials. Identified recommended or optional tasks include utility potholing, record of survey, bid support, financing, and construction phase support. Given that the project is a combination of three projects with three different funding sources it is understood invoicing will be done separately. It is likely that complexities may arise during the invoicing and State/ Federal reimbursement processes, but in an attempt to keep the tasks of the three projects separate they have been split when feasible. The tasks have been identified to belong to either the Downtown Streetscape Project (DS), the Road Diet Project (RD) or the Utility Project (UT). Where it was not logical to separate tasks by project the applicable projects were noted. Below is a Detailed Scope of Work that describes the specific services, tasks, and deliverables to be completed by Consultant. Assumptions and exclusions related to the contract work are listed after the scope or services. Task 1. Project Management and QAQC Management activities will consist of: project management plan and internal coordination, project schedule, agency coordination, project meetings, and quality assurance/quality control as stated in the following sub sections: 1.1 Project Management and Internal Coordination (DS, RD, UT) Supervise, coordinate and monitor planning and design of the Project for conformance with standards and policies. The geometric standards will follow Caltrans (English Unit) Highway Design Manual (HDM, current version), Caltrans 2018 (English Unit) Standard Plans, most current City Standard Plans, Caltrans 2018 (English Unit) Standard Specifications, and City Standard Special Provisions. In close consultation with the City, the Consultant will be responsible for project management activities including: oversight, scheduling, reporting, coordination meetings, record keeping and quality assurance. Consultant will conduct a kick-off meeting with City staff to finalize the scope of work & schedule and discuss issues such as the project goals, opportunities, constraints, information needs, roles, responsibilities, and expectations. Coordinate the project with various Consultant functional groups to ensure timely delivery of qualified products. Consultant will utilize its standard core processes and implement a quality control procedure for design activities, perform in-house quality control reviews for major milestones, and submit project deliverables to the City for review in accordance with the approved schedule dates. This task includes one (1) internal project kickoff meeting with key Consultant design team members. In preparation of the kickoff meeting, Consultant will prepare a Project Management Plan ("work plan") identifying all major tasks and key milestones, staff assignments and specifying roles and responsibilities of Consultant team members and the City. It is understood that Matt Kennedy, PE, TE, will be the Project Manager and Jeremy Schmal, PE will be the Deputy Project Manager; both will be available for regular meetings at the City. DELIVERABLES • Draft Project Management Plan (outline format) • Final Project Management Plan (outline format) SERvl.'Es PRo'v!DrD BY Ci Ft • City will make arrangements for meeting room and meeting scheduling. • City review by the various departments and divisions will be coordinated by City Design staff. Comments will be gathered and submitted to Consultant in one comment submittal package. • Given the short time frame between deliverables and that work will need to begin immediately upon contract issuance the work plan will be presented in outline format. 1.2 Project Schedule (DS, RD, UT) Prepare a detailed Critical Path Method (CPM) schedule for the entire project. Microsoft Project will be the software used for this task. Update the Microsoft Project CPM schedule after each submittal or on an as needed basis and submit to the City. It is assumed that the awarded contractor will prepare a detailed construction schedule and Consultant will include a milestone schedule for "start" and "end" of construction. Cal ,Lpeoadde ieoiuuoai pue) )1a0nn 10 e • oo GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 39 . cope of work and technical approach, DE • CPM schedule - one electronic PDF copy submitted via email. 1.3 Agency Coordination (DS, RD, UT) Coordinate with the City, any necessary subconsultants, and involved agencies/stake holders to promote timely flow of information for each task activity. It is anticipated that the following City departments, outside agencies and stakeholders are: City Public Works (PW), City Electric Department, and similar agencies. DELIVERABLES • Meeting agenda and meeting notes will be prepared by Consultant and submitted to City for distribution. Meeting notes will be submitted within 10 working days of the meeting. • Record of critical telephone communications will be provided by Consultant via email communication to City within 10 working days of the communication. • As -needed meeting presentation materials and handouts will be provided by Consultant. SERVICES PROVIDED BY CITY • Information regarding direct communication and documentation from City departments and outside agencies affecting the project design will be provided to Consultant via email and electronic documents (pdf) • City will make arrangements for meeting room and meeting scheduling. 1.4 Caltrans Local Assistance Coordination (DS, RD) Coordinate with the City for the preparation of all applicable deliverables and supporting documents in the format suitable for submission to Caltrans Local Assistance in conformance with the Caltrans Local Assistance Procedures Manual (LAPM). The complete Request for Allocation and Request for Authorization packages will be completed by the consultant team, along with all required supporting documentation. DELIVERABLES • Utility Agreements, Notices to Owner (NTO) and Report of Investigation (ROI) • ROW Certification • Request for Allocation package for Downtown Streetscape, RPSTPLE-5049(025) • Request for Authorization package for Road Diet, HSIPL-5049(026) SERVICES PROVIDED BY CITY • City will handle communication with Caltrans Local Assistance unless consultant team is asked to communicate directly with Local Assistance Engineers directly 40 1 GHD • City will provide all required background information to complete forms associated with all steps as outlined in the LAPM 1.5 Project Meetings (DS, RD, UT) Attend meetings such as project/design coordination meetings with the City and other design team members (3 meetings) and comment review sessions (2 meetings). The meetings will be held on an as needed basis. Consultant assumes that the meetings will be held at the City offices. For purposes of the Fee Estimate, it is assumed that the Project Manager or Deputy Project Manager, the Project Engineer and one additional team member may be required to attend the meetings addressed under this task. DELIVERABLES • Meeting agenda and meeting notes will be prepared by Consultant and submitted to City for distribution. Meeting notes will be submitted within 10 working days of the meeting. • As -needed meeting presentation materials and handouts will be provided by Consultant. SERVICES PROVIDED BY CITY • City will make arrangements for meeting room and meeting scheduling. 1.6 Progress Reporting/Invoicing (DS, RD, UT) Prepare and submit monthly progress reports with invoices in accordance with the City requirements clearly separating and identifying the three separate project components. Control of project costs will be accomplished through a work -breakdown structure invoice format; data on each task will include current charges, to -date charges, estimated percent complete, and remaining balance - all by separate project components and individual task. DELIVERABLES • Monthly progress and budget summaries submitted electronically (email) with monthly (hard copy) invoices in a format consistent with the LAPM requirements for the downtown streetscape and Road Diet projects. 1.7 Quality Assurance/Quality Control (DS, RD, UT) Consultant senior staff will continue to perform quality control review throughout the project life and the project manager will perform a quality assurance audit prior to major submittals to the City (per ISO 9001 Certification). Engineer level staff will perform the regular quality control reviews/checks and manager level staff will perform the quality control reviews/audit prior to major submittals. The QA/QC check plans and prints will be kept at the Consultant office and will be made available for review by the City. DELIVERABLES • Redlined review comment and response sheets Task 2. Surveys, Mapping and Site Data 2.1 Background Research (DS, RD, UT) This task will consist of data collection and review of activities, including assembling available information from the City and identifying additional data and information that is required to properly design the improvements. Consultant will request and review any readily available reports, studies, as-built/development plans from the City to identify roadway alignment, structural sections, other built features, ROW, near-term and future projects planned in the area and/or by the City and other pertinent information. 2.2 Surveys and Mapping (DS, RD, UT) Cinquini & Passarino will prepare the base topographic surveys necessary to facilitate the design of the streetscape, road diet and utilities improvement project. All topographic mapping will be at a drawing scale of 1 inch = 20 feet, unless otherwise requested, with a one foot contour interval. The topographic survey will include the following: • Topographic survey coverage area will include State Street beginning 200 feet south of Mill Street to 200 feet north of Henry Street; Stadley Street from School Street to Main Street; and Perkins Street from School Street to Main Street. • The width of the survey will be from face of building to face of building. If the building face is not located at the back of sidewalk we will map 10 feet beyond the back of sidewalk. • Topographic survey will include all necessary work to produce a topographic map, including features such as, but not limited to; building corners and elevations, curb lines, water meters, sewer cleanouts, valves, manholes (including rim, invert and pipe information), utility markings on the pavement, utility poles, driveway and doorway locations, sidewalks, trees four (4) inches and larger, retaining wall or decorative walls, and any other pertinent information that could apply to the project during design. • Topographic survey will be provided on North American Vertical Datum of 1988. • Topographic map to horizontally relate California Coordinate System of 1983, Zone II. We understand that time is critical on this project and we have prepared a critical path workflow to assist with the schedule. We propose to set control and begin the topographic mapping upon receiving notice to proceed. We will begin work in the heart of the project along Perkins Street, Stadley Street and State Street. Upon completion of the field mapping in those areas'we will immediately begin the office processing and drafting while simultaneously complete the rest of the topographic survey along State Street. We plan to deliver the topographic survey in phases to GHD in order to provide the maximum amount of design time to meet the aggressive schedule. DELIVERABLES • • • • • Topo survey (topo) - information shall be complete and comprehensive for design use; topo shall include all surface features within the proposed project limits and construction zone. Pickup of potholing locations (optional) Marking soil boring locations conducted during the geotechnical investigation. (optional) Miscellaneous field topo pickups as required for detailed design preparation. Topographic map, at 20 Scale SERVICES PROVIDED BY CITY • • Any existing topo information (in electronic format where available); Any existing ROW locations and parcel ownership information 2.3 Site Visit (with City) (DS, RD, UT) Consultant will attend a project kick-off site visit with the City to review field conditions and develop a mutual understanding of the project design. Field investigations will be performed by Consultant engineers and coordinated with City staff to identify existing surface features, areas of improvements, any potential alternatives, and photograph the site to serve as the basis for defining the constraints. 2.4 Utility Potholing (Recommended Option) (DS, UT) Consultant will review existing utility information and notify the City of any conflicts with proposed improvements after preliminary alignment of the sewer and water are determined. For identified utility conflict locations, Consultant will propose those locations for potholing. The anticipated utilities to be affected or be in potential conflict include sewer, water, storm drain, gas, dry utilities (traffic signal conduit, u/g electric, etc). To collect data for the accurate design of these utilities, utility potholing is proposed to collect field verified subsurface information. For consideration, this task is highly recommended and it is anticipated that approximately 25 potholes will be required for the project (approximately 1 pothole per 100 LF of roadway). 01 ,uoeoadde leo ugoe1 pue) >IJOM 10 a • oa GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project i 41 cope of work (and technical a. • roach, DELIVERABLES • Depth, size and material of identified utilities SERVICES PROVE! BY CITY • No cost encroachment permit for completion of pothole activities This item is recommended and could be optional at the City's discretion. 2.5 Geotechnical Investigation (Recommended Option) (RD, UT) Consultant will perform geotechnical investigation services and prepare a geotechnical report to support the project design. This geotechnical information will be used to properly design the LID components, recommend any structural section needs and determine overlay/PCC depths and identify possible issues with utility construction. It is anticipated that geotechnical services will include the following: • 6 borings to the maximum depth of the proposed sewer, which would require traffic control, and possibly a utility locator • Run perc tests in 2-3 holes to get infiltration characteristics • Standard R -value and Atterberg testing • Groundwater Level (if occurring within boring limits) • Draft Geotechnical Report • Final Geotechnical Report SERVICES PROVIDED BY CITY • No cost encroachment permit for completion of coring activities • Any recent existing ADT vehicle counts or calculated Traffic Index for State Street (new ADT counts can be collected — see Optional Task 2.6) This item is recommended and could be optional at the City's discretion. 2.6 Traffic Data (Optional) (RD) Consultant will conduct traffic counts for use in calculating the Traffic Index (TI) of State Street and for use in signal timing/coordination. 24-hour ADT counts will be done for TI and peak hour turning movement counts (including bikes and pedestrians) for signal timing. DELIVERABLES • 24-hour ADT counts • Peak hour turning movement counts SERVICES PROVIDED BY CITY This item is optional at the City's discretion 42 1 GHD Task 3.Outreach and Coordination with Adjacent Properties 3.1 Community Outreach (DS) The goals of the Consultant team for this task are to: • Inform/remind the community about the project • Build a database of interested people to remain in contact with during construction • Combine in-person and online engagement to maximize contact • Target downtown merchants and property owners Consultant team will prepare printed and online materials to inform the public about the project and associated events. Emphasis will be placed on downtown businesses and property owners. DELIVERABLES • Provide information for City hosted website - project information, meeting notifications, and sign up for notices. • Project Information Sheet: A written project sheet similar to that is in the RFP to be handed out or mailed to businesses and residents surrounding the project area. Meetings and the website URL will be included. • Meeting Flyers (3) • News Articles (2) • Targeted Emails and Calls (5): Consultant team will contact strategic individuals to discuss the project. During the conversation will learn about their interest, opportunities, challenges, and test our engagement strategy. MEETINGS • Technical Committee #1: Project team will lead technical review meetings with invited agency and utility representatives as needed. • Business Meeting #1: Consultant team will organize an information session with businesses and downtown property owners. The meeting will focus on the proposed design and set future goals for construction logistics and communications during construction. Project representatives will remain available for an additional half-day in order to provide the greatest flexibility to interested people. • Public Open House: Consultant team will organize and conduct a meeting in March to present the project including mobility, safety, LID, and community character features. Attendees will have the opportunity to see and discuss the proposed design features illustrated on display boards. Rendered plans, sketch views, and material samples will be shared. The illustrative materials can be used by the City for subsequent display in a storefront the library, or City Hall. • Technical Committee #2: Project team will lead technical review meetings with invited agency and utility representatives as needed. • Business Meeting #2: Consultant team will organize a second information session with businesses and downtown property owners. The meeting will focus on construction logistics and communications during construction. The GHD Construction Management group will be featured during the meeting to set a positive tone for how the construction will be managed to minimize impacts to businesses. Project representatives will remain available for an additional half-day in order to provide the greatest flexibility to interested people. • City Council Presentation: Consultant team will present the project to City Council including the plan to maximize access and business visibility during construction. 3.2 Adjacent Property Owner Coordination (DS) The consultant team will make contact and coordinate with the adjacent property owners to discuss project impacts and modifications proposed to occur in the public ROW adjacent to their properties. DELIVERABLES • Field notes, suggestions and questions gathered from coordination activities having potential effects on proposed improvements SERVICES PROVIDED BY CITY • All available property owner information for potentially affected parcels Task 4. Utility Coordination 4.1 Water, Sewer and Storm Drain Coordination (DS, RD, UT) The purpose of this task is to gather all information regarding the City's water, sewer and storm drain systems (wet utilities) within the project area and ensure they are accurately displayed in our plans. As the design of the proposed improvements progresses potential conflicts will be identified and transmitted to the City for their review. The design of the new 8 -inch sanitary sewer main and new 12 -inch water main in State Street will be included in the Design phases and will be shown on the plans as part of the PS&E submittals for efficiency. It is assumed that the City has completed all planning and analysis necessary for determining the size, slope and rough horizontal and vertical locations of the new sewer main. It is also assumed the size horizontal location of the new water main has been determined and will be provided. DELIVERABLES • Exhibits identifying potential conflicts SERVICES PROVIDED BY CITY • All available information on location (horizontal and vertical) of known existing water, sewer and storm drain lines within the project vicinity • Location of new proposed sewer main and water main 4.2 Utility Relocation of City Owned Facilities (DS, RD) The consultant team will engage the City's Public Works and Electrical Departments as conflicts are identified. It is anticipated that City owned electric poles/lines and street lights will be in conflict with project improvements. These conflicts will be identified early in the project design and coordination between the City utility operators and design team can be initiated. Currently there are no overhead utilities north of Clay in the project area. If the City chooses to underground their electric lines the design time will work with the City to either ensure the project gets completed prior to the streetscape and road diet project or is included in the project. 4.3 Utility Relocation of non -City Owned Facilities (DS, RD) Plans will be submitted to all utility companies with facilities identified within the project limits including but not limited to PG&E (gas) AT&T and Comcast. As conflicts are identified and the need for relocations determined the consultant team will coordinate with the affected utility. The design will be prepared to avoid potential conflicts whenever possible, but it is anticipated that relocations will be warranted. Also, if the City chooses to underground the overhead electric lines it is assumed other utilities with overhead lines in the area will be required to underground. At a minimum conduits would be installed as part of a possible joint trench. The consultant team will handle preparations of the Notice to Owner and accompanying documentation needed for the relocation in compliance with the LAPM. Task 5. Environmental Compliance & Support 5.1 NEPA and CEQA Compliance (DS, RD, UT) It is GHD's understanding that the City has obtained NEPA environmental clearance for the Downtown Streetscape and Road Diet components of the project through a Categorical Exclusion determination made for the project by Caltrans. Because the utilities component of the project is not Federally -funded, it would not be subject to NEPA review. Therefore, NEPA revalidation for the utilities component is not anticipated to be required. For CEQA, it is GHD's understanding that the City has obtained environmental clearance for the Downtown Streetscape and Road Diet components of the project 01 ,upeoadde leoiuuoal pug) >{,10M 10 a•oo GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 43 cope of work and technical approach, through a Categorical Exemption determination made for the project by the City. Based on GHD's preliminary review, the proposed utility improvements would qualify for a CEQA statutory exemption related to short pipeline installation within a public street/public ROW. Based on our understanding of the existing NEPA and CEQA documentation for the project, this task includes a limited number of hours for a GHD environmental specialist to collaborate with the design team and the City on environmental compliance. This would include time for meetings and conference calls, assisting with a notice of exemption for the proposed utility improvements, coordination on Caltrans -related matters, and identifying key environmental considerations surrounding the project. 5.2 Hazardous Materials Assessment and Support (Recommended Option) (RD, UT) The costs of managing contaminated materials can be significant, and encountering contamination unexpectedly can result in project delays and higher construction costs. As an optional task, GHD will complete a hazardous materials corridor study and limited soil boring investigation. The corridor study will be completed using existing publicly available information to identify sites and areas where contamination is known or potentially present in the project area. GHD will review data available for each of the contaminated or potentially contaminated sites along the project corridor to determine if soil contamination is likely to be found in the material that will be excavated during the project. A limited soil boring investigation will augment the desktop study to confirm critical areas along the project corridor. The fieldwork will be conducted in specific locations where contamination or conditions could have a potential impact on the project. This information will be used to create estimates of the amount of soil that may require disposal to a landfill. A report will summarize the findings of the corridor study and fieldwork, including a map identifying contaminated and potentially contaminated sites, tabulated estimates of volume, tonnage and costs associated with contaminated soil disposal, and regulatory process requirements if underground tanks or contamination is encountered. Task 6. Design 6.1 60% Plans, Specifications, and Estimate (DS, RD, UT) Consultant's design efforts will include the civil, survey (coordination), landscape architecture, storm drain, utility, electrical, traffic, and environmental groups for the improvements described in previous environmental 44GHD documents, permits, technical reports, and engineering design. The 60% design will include all aspects of the project, including the Downtown Streetscape, Road Diet and Utilities Project improvements. Consultant will prepare 60% plan set that will reflect the work completed previously through community engagement and reflected in the reports and plans outlining the project intent and illustrating anticipated improvements. Given the accelerated timeframe of the design, the team will begin designing as the topo survey information becomes available and potential issues and challenges will be communicated early to the City's team so resolution can be reached before it slows down deliverables. Consultant will also provide the City with a draft outline of the project special provisions that will identify issues such as materials specification, testing requirements, how each item will be measured and paid for, etc. City will provide a City Special Provisions standard boiler plate that also includes the front-end portion of the specifications. Consultant to provide a draft traffic control plan and phasing plan based on initial findings with complete plans to be submitted with 90%. Consultant anticipates that the 60% plan set will include plan sheets such as Title Sheet, Typical Sections, Construction Details, Traffic Striping, Traffic Signal Modifications, Utilities, Electrical/Lighting, Landscape Plans, Irrigation, and Cross Sections. Layouts will show R/W (TCE) needs, profiles, rough grading, and drainage, including LID facilities. The plan and profile drawings wit include profiles of the proposed centerline and other applicable surface features. Submittal wit include draft initial traffic control plan and phasing plan. Consultant anticipates submitting the following plan sheets as part of the 60% submittal: SHEET DESCRIPTION • Title Sheet & General Notes • Typical Sections • Construction Details (call outs and partial plans) • Layout Sheets (Demolition, Utility, Surface Improvements with Grading/Profile, Traffic Signing and Striping, Landscape and LID locations, identify ROW needs) • Cross Sections Consultant anticipates that the City staff will review the 60% contract documents and provide their responses back to Consultant in one week. Consultant will prepare plans using AutoCAD C3D 2016 or newer version. Signing and striping plans will be updated from the conceptual format to a construction document format. DELIVERABLES • 60% plan set, outline project specs, and cost estimate (four hardcopy full size sets) and electronic submittal (PDF). SERVICES PROVIDED BY CITY • City will distribute 60% documents and gather comments and will provide one comment package to Consultant. Submittal timing of 90% PS&E will be affected by delays in delivery of City comment package. • Recent City project bid results for similar work 6.2 Drainage and LID Program (DS, RD) Consultant staff will perform a site visit and note any existing drainage patterns along the length of the project segment. Consultant shall seek to collect surface runoff and convey it to existing drainage systems and/or newly constructed LID compliant facilities. In addition, Consultant will prepare a site specific hydrology and hydraulic analysis at the culvert to evaluate existing capacity/flooding concerns. Tasks to be performed as part of the drainage system design: • Prepare plans, outlie specifications, and estimate for all project drainage facilities. Progress and final submittals to match the overall project submittals. This project will need to comply with the storm water management requirements of the Storm Water Low Impact Development Technical Design Manual developed by the City of Santa Rosa and County of Sonoma, as related to the MS4 Permit. To meet the LID Guidelines, Consultant will: • Evaluate the impacts of the project footprint; quantifying the area, the slopes, and the changed land cover. • Prepare a Storm Water Control Plan; draft and final plans will be prepared and submitted to the City for review and approval. DELIVERABLES • Storm Water Control Plan (with 60% Submittal) • Drainage Design Calculations and PS&E SERVICES PROVIDED BY CITY • City will distribute and gather comments and provide to Consultant as part of the 60% comment package. 6.3 Utility Coordination (DS, RD, UT) Consultant will develop design of the Utilities Project, i.e. the sewer main and water main designs, as part of the overall 60% design preparation and submittal package. Other utility coordination and relocation is done in a separate task, with any applicable design attributes shown on the plans and included in the specifications and estimate. Task 7. ROW Engineering The following is the scope of services for the ROW Engineering task. Given the compressed schedule and necessity to expedite the ROW task, the Consultant team will discuss options to the proposed scope below. 7.1 ROW Descriptions and Plats (DS) Cinquini & Passarino will locate existing survey monumentation to establish the ROW along State Street, Standley Street and Perkins Street. We will begin by reviewing existing record maps, City control maps, if available, Caltrans mapping, deeds and other pertinent documents. Once the records research and field monument ties have been completed, we will determine the ROW and provide the information to the project team for their use. This work will also be used in conjunction for the preparation and filing of a record of survey with the County of Mendocino. Consultant services will include providing project geometry and areas of potential impacts where Temporary Construction Impacts will be required. It is understood that the Consultant will perform the Lead role in ROW acquisition and that the City will provide Title Reports to Consultant. Based on initial project information, it is assumed that twenty (20) Temporary Construction Easements will be required. DELIVERABLES • Provide clear description of project ROW requirements to confirm acquisition limits • Plats and legal descriptions by a licensed surveyor - up to twenty (20) SERVICES PROVIDED BY CITY • Title Reports 7.2 ROW Appraisal and Acquisition Services (DS) All services will comply with pertinent sections of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. Services in the scope of work include services related to the acquisition of up to 20 temporary construction easements for a federally funded project. The parcels have not been specifically identified. The work components are outlined below. PROJECT MANAGEMENT - GENERAL CONSULTATION • Establish work process with Client and City and schedule, manage and coordinate all real estate functions. C31 ,uoeoadde leopLioel pue iaonn 10 a.oa GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 45 cope of work and technical approach, Ln • Ongoing consultation, meetings and recurring project management duties. • Coordinate with Client, City, subcontractors (independent review' appraiser), property acquisition agent, and legal counsel. • Assistance with analyzing various courses of action. Work with Client and City to resolve problems and recommend solutions. • Implementation and compliance with Uniform Act guidelines. • Maintaining accurate records. Monitor work plan and work flow. • Assist with the preparation of Caltrans Right of Way Certification for City review and approval. APPRAISAL • Appraisals to be provided addressed and delivered to Client staff as directed. • The initial appraisal budget does not include the time or expense of a damages analysis for properties that suffer a decrease in value due to the proposed acquisition and/or the construction of the project. The budget does not include a benefits study where benefits may or may not offset some or all the damages to a property. Should it be determined there are damages and/or benefits to properties, additional services will be billed on an hourly basis following a discussion with the Client and amendment to our agreement. Dedication requirements or other circumstances may also require a need for additional sets of data, supplemental meetings, research, analysis and/or alternative conclusions. • Appraisals to be prepared in accordance with California Eminent Domain Law; California Government Code Section 7260 et seq.; and the Uniform Standards of Professional Appraisal Practice requirements, except as jurisdictionally exempt, the Caltrans Right of Way Manual, and 49 CFR, Part 24. • The owner or a designated representative will be invited by the appraiser to accompany him/her during the inspection of the property. • Appraisals to be prepared in an Appraisal Report format in accordance with Uniform Standards of Professional Appraisal Practice, Standard Rule 2-2. • Appraisal is for the "Fair Market Value" of the property as per California Code of Civil Procedure, Section 1263.320. • The market value of the property taken will not include any increase or decrease in the value of the property that is attributable to any of the following: o The project for which the property is taken o The eminent domain proceeding in which the property is taken 46GHD o Any preliminary actions of the acquiring authority relating to the taking of the property. • Appraiser will not give consideration to, nor include in their appraisals, any allowance for relocation benefits of personal property. • The appraiser will work directly with the Review Appraiser. • If updated values are requested, appraisal services will be billed on an hourly basis in accordance with the CONSULTANT TEAM Fee Schedule. (Optional Service) • If revisions are made to the property requirements during the appraisal process or upon completion of the report, appraisal time to address these revisions will be billed on an hourly basis in accordance with the CONSULTANT TEAM Fee Schedule. (Optional Service) • Expert witness related services, including preparation for and appearances at depositions, court, arbitrations/mediations, hearings, and testimony will be billed on an hourly basis in accordance with the CONSULTANT TEAM Fee Schedule. (Optional Service) • If properties are split or added, additional appraisal reports may be required. (Optional Service) APPRAISAL REVIEW Appraisal reviews will be required and a qualified independent review appraiser will be contracted with for these services. • Upon receiving appraisal reports, an office review of the reports using the various standards prescribed by the Federal and State Uniform Acts, Federal Highway Administration, Caltrans appraisal procedures, Uniform Standards of Professional Appraisal Practice (USPAP) and the California Eminent Domain codes will be completed. • A checklist identifying the various requirements of the appraisal reports will be used to ensure that the reports contain all of the prescribed requirements. • Review appraiser will prepare a summary of the appraisal process and provide comments regarding any omissions or problems with the reports, such as lack of reasonable support for the appraisal conclusions. • Review appraiser will make initial call to the appraiser to inform the appraiser that the reports are being reviewed. Comments will be provided to the appraiser for discussion. • Schedule a field review and if needed schedule a meeting with the appraiser. • Communicate with the Client to clarify potential issues, resolve problems and notify Client of progress. • If required by Client, review comments will be provided to Client at the same time they are sent to the appraiser. • Upon satisfactory completion of the appraisal reports, a review certificate report will be prepared. NEGOTIATIONS/ACQUISITIONS • Consultant team to prepare acquisition documents. Said documents include, but are not limited to, offer letter, appraisal summary statement and summary of the basis for just compensation, summary statement pertaining to the acquisition of real property or an interest therein, purchase agreement, deed, public acquisition brochure and goodwill information sheet (if not addressed in Client brochure). • Consultant team will negotiate to acquire 20 temporary construction easements that are to be identified by the Client. We are assuming there will be negotiations with up to 20 property owners and no lessee. • All acquisition documents to receive City's written approval as to form prior to use in the field. If agreement with all owners and other required interests cannot be reached, Consultant team will advise Client that negotiations have reached an impasse. The City will consider scheduling of an action in eminent domain including the required public necessity hearing. Consultant team will provide condemnation support as needed and requested, budget allowing. Consultant team will initiate and maintain individual acquisition files. • If settlement with owners and other required interests is reached pursuant to the City approved appraisal or City approved administrative settlement, Consultant team will prepare a Memorandum of Settlement for transmittal to the City. If an administrative settlement appears to be prudent, Consultant team will prepare a settlement discussion memorandum reviewing the issues. This memorandum will require the City's written approval before implementation of any settlement agreement. • Consultant team will establish with Client and City a process of coordinating escrow closings and reviewing escrow instructions. Where there are escrow closings, preparation of escrow instructions will be completed by Title Company. Approval of conditions of title and escrow instructions, including but not limited to, "subject to" title exceptions, will be done by Client. • All discussions for the acquisition of property or an interest therein will be directed to result in the payment of just compensation. • Consultant team will make every reasonable effort to acquire property on behalf of the City expeditiously through agreement with its owner and to avoid litigation. This may necessitate greater levels of effort in the negotiations phase and, where appropriate, should continue after eminent domain has been initiated. City will provide ongoing feedback to consultant team as to authorization for settlements. DELIVERABLES • Current title reports for each ownership. • Legal opinions as necessary. • Environmental reports. SERVICES PROVIDED BY CITY • Written approval of all acquisition documents in a timely manner. • Direction as to administrative settlements, negotiating authority and condition of title acceptance. • Providing any formats to be used by Consultant team on City's behalf. • Selection of Title Company. • Review and approval of Title Company prepared escrow instructions including acceptable condition of title. 7.3 Record of Survey (DS) Cinquini & Passarino will create Record of Surveys as required. DELIVERABLES • Record of Survey For purposes of schedule and scoping, it is understood that condemnation will not be required for acquisition of any property for the project. Task 8. Final Design and Bid Phase 8.1 90% Plans, Specifications, and Estimate (DS, RD, UT) Consultant's design efforts will include the civil, survey (coordination), landscape architecture, storm drain, utility, electrical, traffic, and environmental groups. The 90% design will include all aspects of the project, including the Downtown Streetscape, Road Diet and Utilities Project improvements. In the budget analysis for the remainder of design efforts, Consultant identified the following four tasks involving the disciplines noted above: • Plan Preparation • Specification Writing • Quantity Calculation • Cost Estimation ,uoeoadde pec uuoal pue) >1aonn 10 a. oa GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 47 cope of work (and technical a• •roach, Consultant will prepare 90% PS&E that will reflect responses to the 60% plan set and also include various refined/additional contract details. Consultant will also provide the City with a set of draft project special provisions that will address issues such as materials specification, testing requirements, how each item will be measured and paid for, etc. Consultant expects that the City will provide a City Special Provisions standard boiler plate that also includes the front end portion of the specifications. The plan and profile drawings will include profiles of the proposed centerline and other applicable surface features.. This submittal will also include Draft Special Provisions and Engineer's estimate. Consultant construction staff will perform a constructability review prior to the submittal. Consultant anticipates the following tentative plan sheets as part of the 90% submittal: SHEET DESCRIPTION • Title Sheet & General Notes • Survey Control, Abbreviations, Legend • Typical Sections • LID Plans • Layout Sheets (Demolition, Utility, Surface Improvements with Grading/Profile) • Cross Sections • Electrical Plans (Lighting) • Electrical Details • Landscape Plans • Landscape Details • Irrigation Plans • Irrigation Details • Traffic Signal Plans and Schedules • Traffic Signal Details • Traffic Striping and Signage • Traffic Handling/Phasing Plans • Erosion Control Plans • Erosion Control Details Consultant anticipates that the City staff will review the 90% contract documents and provide the responses back to Consultant in one week. Consultant will prepare plans using AutoCAD C3D 2016 or newer version. Consultant will prepare the project specifications in City format. Consultant will prepare a 90% level estimated probable construction cost. For any elements that are not fully developed at this stage, the estimate for those items will be "assigned" based on similar facilities. 48GHD Consultant will perform a constructability review utilizing in-house Construction Management staff inspectors or engineers. DELIVERABLES • 90% PS&E (four full size hard copy sets) SERVICES PROVIDED BY CITY • City will distribute PS&E and gather comments and will provide one comment package to Consultant. • City will provide boilerplate specifications to use for "front end" and special provisions format in electronic (Microsoft WORD) format. • City will provide example project technical specifications from a previous project for reference and format 8.2 Final Plans, Specifications, and Estimate (Bid Set) (DS, RD, UT) Consultant will update the PS&E based on comments received, and finalize the PS&E, ready for advertisement. In addition to updated project specifications and estimate, Consultant anticipates that the final plan set will include the following updated plan sheets: SHEET DESCRIPTION • Title Sheet & General Notes • Survey Control, Abbreviations, Legend • Typical Sections • Construction Details • LID Plans and Details • Layout Sheets (Demo, Utility, Surface Improvements with Grading/Profile) • Cross Sections • Electrical Plans (Lighting) • Electrical Details • Landscape Plans • Landscape Details • Irrigation Plans • Irrigation Details • Traffic Signal Plans and Schedules • Traffic Signal Details • Traffic Striping and Signage • Traffic Constraints/Handling Plans • Erosion Control Plans • Erosion Control Details Consultant will prepare Final plans using AutoCAD C3D 2016 or newer version Consultant will prepare Final specifications in City format. Consultant will prepare a Final level probable construction cost. DELIVERABLES • Final PS&E (one hard copy - mylar, PDF printable files, Special Provisions in MS Word) • Electronic Autocad drawing files will be transmitted within 10 working days of final PS&E 8.3 Bid Support (DS, RD, UT) Consultant will provide design support during project advertisement by answering contractor inquiries and preparing any addendums that may be required. Consultant will attend a prebid meeting if requested by City. Consultant will review and respond to technical questions forwarded from the City during bid phase. Consultant will prepare and keep records of necessary addendum and modifications for City issuance. For purpose of the Fee Estimate, it is estimated that two (2) addenda will be prepared. • Responses to RFIs • Addenda SERVICES PROVIDED BY CITY • Questions from bidders will be directed to City. Technical questions will be directed to Consultant from City. • Reproduction of Contract Documents for Plan Holders during bid phase. • Advertisement and bid opening. • Scheduling of pre-bid meeting, if any. • Distribution of addenda to all plan holders. • Sample addendum format will be provided to Consultant. Task 9. Construction Phase Support & Construction Management (Optional) 9.1 Construction Support (DS, RD, UT) Consultant will address submittal and shop drawing reviews, and respond to RFIs. Consultant will prepare technical bulletins during construction to supplement the plan information if needed. This task will be to coordinate and manage RFI evaluation and response process for those RFIs that are handled by Consultant including: log, transmit to design engineer for response, coordinate with design engineer on field status, track progress, review response, and transmit response to City Resident Engineer. 9.2 Construction Management (DS, RD, UT) Consultant will provide construction management during project construction. Attend the pre -construction meeting, as requested by City. Consultant shall perform daily inspection of the project. Services shall include photos, log, testing observation, and general observation and monitoring of the project construction operation. Specialty inspection can be provided if needed. SUPPLEMENTAL INFORMATION The following pages contain additional relevant information, including a signed copy of the Acknowledgement of Addendum No. 1. ,ypeoadde leoiuyoal pug) >{aonn 1.0 a • oo GHD I Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 49 The GHD Team collaborated to prepare a task by task schedule in concert with the customized project scope of work presented in Section 5. The schedule, like the scope, is organized to be as sequential as possible, providing for increased project delivery efficiency. Dependent tasks have been linked with key predecessor tasks and the schedule recognizes the need for critical early tasks. Fast-track Project Timeline: The schedule in the RFP is very aggressive. Business as usual for this Project will not achieve the goals the City has established in the RFP. Identifying the critical path from the start will be imperative. In that respect, our team recognizes that proper execution of the public outreach and ROW phase efforts will be imperative to public/adjacent owner acceptance and securing "rights of way" in an accelerated manner for CTC approval. GHD will review scope and schedule with the City to establish additional tasks and approaches to establish a fast -tracked schedule. Staff Availability: When extensive work needs to be complete, strategically applying significant resources can be a key path to success. The core GHD project staff are coming off the completion of the $10M Healdsburg Avenue and Roundabout and Redwood Business Park Projects which included similar complete streets, road diet, utilities, and urban design services, and are ready to tackle the Ukiah Downtown Streetscape Project. In addition to holding Ukiah as a preferred client, GHD prioritizes our time for local, high-profile projects like this Project and has availability for the duration. The remainder of the key players and subconsultants have been vetted for availability and have committed to successful resource staffing and completion of the Project. For example, Cinquini and Passarino have committed to multiple survey crews and a strategic survey approach to complete the first major survey submittal in eight days! APPROACH To ensure that the resources are applied most effectively, we will develop a work plan to deliver the scope of work. For example, we propose to meet with the City at the outset to review long duration tasks within the CT funding/CTC approval process. Since these are long -lead items, we will look to implement tactics to streamline those efforts and reduce the duration of the work. As discussed in the proposal, one of the most impactful/ innovative ideas is to remove the need for TCEs (there may be as many as 76; see Section 5/Supplemental Information) and instead develop a "Permit to Enter" program for adjacent owners. This could mean the difference between a quick delivery project and one that goes well beyond the proposed timeline. Tools: Another significant challenge to the schedule is the anticipated review time to recieve Department of State Architect (DSA) approval. Recent experience has shown review times of at least eight weeks. The Request for Allocation cannot be made without DSA's approval of the streetscape portion of the project; and, given the schedule set forth in the RFP, there is not time to allocate for their review. To evaluate and show the issue, two schedules have been prepared. The first shows the project schedule based on the tasks outlined in the RFP, notably the TCEs and DSA approval. The second schedule reflects alternatives aimed at facilitating time savings (and cost) and substitutes "Permits to Enter" instead of TCEs and promotes finding a strategy to reduce or eliminate the DSA review time. This tool is only as useful as the systems in place to maintain the project. For this Project, GHD will use BST, Jabber, iConnect, and other software tools for financial, communication, and internal project management. GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 159 ID Task Name 0 Downtown Streetscape, Road Diet, & Utilities Project r-- 1 1 Submit Proposal 2 City Coucil awards professional service agreement 3 Task 1: Project Management and QAQC 4 Project Management Plan and Internal Coordination 5 Project Schedule 6 Agency Coordination 7 Caltrans Local Assistance Coordination 8 Project Meetings 9 Progress Reporting/Invoicing 10 Quality Assurance/Quality Control 11 Task 2: Surveys, Mapping and Site Data 12 Background Research 13 Surveys and Mapping 14 Site Visit (with City) 15 Utility Potholing (Recommended Option) 16 Geotechnical Investigation (Recommended Option) 17 Traffic Data (Recommended Option) 18 Task 3: Outreach and Coordination with Adjacent City of Ukiah Downtown Streetscape, Road Diet, & Utilities Project RFP Schedule' Properties 19 Community Outreach 20 Adjacent Property Owner Coordination 21 Task 4: Utility Coordination 22 Water, Sewer and Storm Drain Coordination 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Duration Finish 247 clays Wed 1/15/20 0 days Wed 2/13/19 0 days Wed 2/20/19 181 days Thu 10/31/19 181 days Thu 10/31/19 45 days Wed 4/24/19 181 days Thu 10/31/19 181 days Thu 10/31/19 26 days Wed 4/24/19 181 days Thu 10/31/19 181 days Thu 10/31/19 16 days Thu 3/14/19 7 days Fri 3/1/19 10 days Wed 3/6/19 1 day Thu 2/28/19 3 days Wed 2/27/19 2 days Tue 3/5/19 3 days Thu 3/14/19 45 days Wed 4/24/19 45 days Wed 4/24/19 43 days Wed 4/24/19 45 days Wed 4/24/19 45 days Wed 4/24/19 Utility Relocation of City and non -City Owned Facilities 45 days Wed 4/24/19 Task 5: Environmental Compliance & Support 181 days Thu 10/31/19 NEPA and CEQA Compliance 181 days Thu 10/31/19 Hazardous Materials Assessment and Support 181 days Thu 10/31/19 (Recommended Option) Task 6: Design 25 days Wed 3/27/19 Submit 60% contract documents 20 days Wed 3/20/19 Drainage and LID Program 20 days Wed 3/20/19 Utility Coordination 20 days Wed 3/20/19 60% City Review 5 days Wed 3/27/19 Task 7: Right of Way Engineering 210 days Fri 12/13/19 Right of Way Descriptions and Plats 33 days Wed 4/10/19 Right of Way Appraisal and Acquisition Services2 179 days Thu 10/31/19 Record of Survey 32 days Fri 12/13/19 Task 8: Final Design and Bid Phase 210 days Wed 1/15/20 Submit 90% contract documents 10 days Wed 4/10/19 90% City Review 3 days Mon 4/15/19 DSA Review; 43 days Mon 6/10/19 Submit final contract documents, ROW certification, 9 days Fri 6/21/19 request for allocation, and request for authorization CTC allocation of project 51 days Fri 9/6/19 Provide bid assistance 88 days Wed 1/15/20 Task 9: Construction Phase Support & Construction Management (Optional) Construction Support and Management 2019 Jan F-. M. A.M. ,J n Jul 'A 2/13 • 2/20 1111111111111111 immem Footnotes: 1. Representative schedule based on RFP. Final schedule to be completed after review of scope with City. Final schedule will include items that are added, modified or deleted. Note, with ROW services as specified and DSA review time the schedule is likely not feasible. Assumes NEPA complete. 2. For schedule clarity the ROW phase is not shown as a predecessor to the Request for Authorization, but it is anticipated that the full preparation and execution of TCEs will delay the ROW Certification and thus the RFA submittal. 3. Recent DSA reviews have taken in upwards of 8 weeks. Request for allocation cannot be submitted without DSA approval stamp on title sheet. 60 1 GHD City of Ukiah Downtown Streetscape, Road Diet, & Proposed Schedule1 Utilities Project ID Task Name !Duration 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Downtown Streetscape, Road Diet, & Utilities Project 193 days Submit Proposal 0 days City Coucil awards professional service agreement Task 1: Project Management and QAQC Project Management Plan and Internal Coordination Project Schedule Agency Coordination Caltrans Local Assistance Coordination Project Meetings Progress Reporting/Invoicing Quality Assurance/Quality Control Task 2: Surveys, Mapping and Site Data Background Research Surveys and Mapping Site Visit (with City) Utility Potholing (Recommended Option) Geotechnical Investigation (Recommended Option) Traffic Data (Recommended Option) Task 3: Outreach and Coordination with Adjacent Properties Community Outreach Adjacent Property Owner Coordination Task 4: Utility Coordination Water, Sewer and Storm Drain Coordination Utility Relocation of City and non -City Owned Task 5: Environmental Compliance & Support NEPA and CEQA Compliance Hazardous Materials Assessment and Support (Recommended Option) Task 6: Design Submit 60% contract documents Drainage and LID Program Utility Coordination 60% City Review Task 7: Right of Way Engineering Permits to Enter2 Task 8: Final Design and Bid Phase Submit 90% contract documents 90% City Review Submit final contract documents, ROW certification, request for allocation, and request for authorization CTC allocation of project Provide bid assistance Task 9: Construction Phase Support & Construction Management (Optional) 0 days 181 days 181 days 45 days 181 days 181 days 26 days 181 days 181 days 16 days 7 days 10 days 1 day 3 days 2 days 3 days 45 days 45 days 43 days 45 days 45 days Facilities 45 days 181 days 181 days 181 days 41 Construction Support and Management 25 days 20 days 20 days 20 days 5 days 35 days 35 days 156 days 10 days 3 days 7 days 47 days 89 days !Finish 2019 Jan Feb1MarlAorivla3 Jun, Jul lAuglSeolOctkIovi r 1 4, 2/13 • 2/20 Thu 10/31/19 Wed 2/13/19 Wed 2/20/19 Thu 10/31/19 Thu 10/31/19 Wed 4/24/19 Thu 10/31/19 Thu 10/31/19 Wed 4/24/19 Thu 10/31/19 Thu 10/31/19 Thu 3/14/19 Fri 3/1/19 Wed 3/6/19 Thu 2/28/19 Wed 2/27/19 Tue 3/5/19 Thu 3/14/19 Wed 4/24/19 I AMUNIMMMINNOMM ! I Wed 4/24/19 I t Wed 4/24/19 I I Wed 4/24/19 �1 Wed 4/24/19 1 I Wed 4/24/19 I I Thu 10/31/19 Thu 10/31/19 Thu 10/31/19 Wed 3/27/19 r— i Wed 3/20/19 Wed 3/20/19 Wed 3/20/19 Wed 3/27/19 Wed 4/10/19 Wed 4/10/19 Thu 10/31/19 Wed 4/10/19 Mon 4/15/19 Wed 4/24/19 Fri 6/28/19 Thu 10/31/19 Footnotes: 1. Representative schedule based on options presented that deviate from RFP. Notably structuring the project so that the portion of the project funded by the Streetscape funds are not subject to DSA review, thus eliminating the lengthy review period. 2. If Permits to Enter are acceptable and TCE's are not required the effort and time to complete the Right of Way will shrink drastically. 0) V 0 ^N CD 0 0 GHD 1 Ukiah Downtown Streetscape, Road Diet & Utilities Project 1 61 Poll ATTACHMENT B, PAGE 1 OF 4 ,r 6 PROJECT NAME: Ukiah Downtown Streetscape, Road Diet, and Utilities Project PROJECT ELEMENT: Streetscape, Road Diet , and Utilities - RPSTPLE-5049(825) & HSIPL-5049(026) Date: 2/22/2019 Task Classification --4 Level --a Rate --s Sr. Engineer/ ScientisUPlannar IV $328.45 III $296.32 II $244.71 5209.38 Project Engineer/ Scientist/ Planner IV 5186.65 5170.84 II $153.13 5132.61 COST PROPOSAL Staff Engineer/ Scientist/Planner III 6129.86 II 6116.99 $94.19 CAD/GIS/Tech. III 5149.95 11 $117.60 590.30 Admin. Support III 9108.75 585.57 575.63 Total GHD Fees WRT W -Trans ARIWS Totals Task 1 -Project Management and OAOC 1.1 Project Management and Internal Loordination 6 1.2 Project Schedule 4 64 4 2 4 8 80 6 2 $45,351 $4,881 $488 5 100 5147 $46 198 55.369 1.3 Agency Coordination 40 6 1.4 Caltrans Local Assistance Coordination 60 2 4 4 24 6 $13,210 513.210 520,729 520.729 1.5 Project Meetings 20 24 20 6 24 2 $16,491 515.216 $2.657 5294 534 657 1.6 Progress Reporting/Invoicing 8 8 24 66,061 $2,699 $820 1.7 Quality Control /Quality Assurance 20 40 6 517.343 $8,118 51.395 526.856 Task 1: Total Hours 36 0 196 40 ue 40 14 0 0 0 0 16 0 0 160 16 0 Task 1: Total Cost $11,824 50 547,963 58,375 $25,758 56,834 Teak 2-Strvan,Maodrq and Site Data Background Research 2.2 Surveys and Mapping 62,144 SO 60 S0 50 62,399 S0 50 517,400 51,369 30 3124,066 526,521 50 6700 5156,599 8 8 8 8 16 $5,126 54,074 53.452 515.367 2.3 Site Visit 2.4 Utility Potholing 2.5 (x0/9880 01 Investigation 4 4 4 30 5 8 2 20 8 6 4 20 $3,185 $0 $15,657 57.603 51,120 0501 558,436 512.409 558436 523.657 Task 2: Total Hours Task 2: Total Cost 0 Task 3- Outreach and Coordination with Adjacent irropertias SO 0 So 16 53,915 50 510,469 21 63,920 2 5342 0 50 20 52,652 SO 0 So 8 6753 52,399 0 So 16 61,445 4 5435 20 61,711 0 60 528,042 811,055 50 SO 651,437 566,937 3.1 Community Outreach 8 6 4 4 24 $15 907 525 945 3.2 Adjacent Property Owner Coordination 60 80 4 110 40 20 20 4 557 552 5294 541.852 562.729 Task 3: Total Hours Task 3: Total Cost 8 52,628 0 50 76 618,598 8 51,675 98 317,919 8 01,367 0 50 0 S0 134 617,401 40 64,680 0 So 20 52,999 20 52,352 4 5361 32 53,480 SO 50 330,829 30 50 6294 Task 4- Utility Coordination 41 Water, Sewer. and Storm Drain Coordination 2 20 8 40 2 4.2 Utility Relocation of City Owned Facilities 4.3 Utility Relocation of Non -City Owned Facrliees Task 4: Total Hours Task 4: Total Cost Task S- Environmental Compllanoe and Support 5.1 NEPA and CEOA Compliance 0 80 12 $3,438 2 8 40 69,788 8 61,875 20 20 80 614,932 2 2 36 $6.150 0 $0 0 S0 40 40 55,194 0 50 0 50 0 SO 0 50 0 30 20 36 63,915 50 so 55 000 59,590 513.805 545,091 so SO SO so 55,000 350,091 24 24 55483 56.483 5.2 Haz Materials Assessment and Support Task 5: Total Hours 0 0 0 0 20 20 24 48 48 0 24 24 24 8 8 0 0 20 20 515.734 515 734 Task 5: Total Cost Task 8 - Design 6.1 00% Plans, Specifications. and Estimate 50 60 30 So 63,733 So 53,875 $6,385 SO 52,808 62,260 51,200 30 50 62,175 60 522,216 so 50 SO 30 SO 522,210 25 6 155 110 260 180 8 8 20 70 130 80 24 563 360 513 655 00 5277,094 6.2 Drainage and LID Program 6 70 40 40 8 527 797 SO 527.797 6.3 Utility Coordination 40 8 40 2 2 2 524.183. 524.183 Task 8TotafHours- 25 16 195 134 300 262 8 8 20 122 Task 6: Total Cost Task? - ROW Engineering 7.1 Right of Way Consulting $8,211 54,581 547,718 628,057 555,996 544,761 51,225 51,061 52,5977 614,273 5942 182 527,290 88 $10,349 5722 32 63,460 5252,059 563,360 613,855 SO SO So 3329,074 20 40 40 40 523 011 570 476 093.487 7.2 Record of Survey 2 2 4 51.898 55,168 $7 066 Task 7: Total Hours 0 0 22 0 42 Task 7: Total Coat TaskB-FinMDesign and Bid Phase 8.1 90% Plans Specifications, and Estimate So SO 55,384 SO $7,839 0 50 0 SO 0 50 0 30 0 50 0 50 44 36,598 so 44 so 524,908 SO 50 670,476 35,168 50 6100,552 8.2 Final Plans, Specifications, and Estimate 5 2 4 2 go 50 90 80 200 130 130 100 8 8 8 8 40 30 90 40 110 80 60 40 24 5147,365 529.040 55,990 5182.395 5100 865 518 018 52.514 8.3 Bid Support 20 Task 8: Total Hours' 7 6 156 170 350 230 18 16 70 130 0 190 100 48 53.221 511.739 Task 8: Total Cost 52,299 Task 9 -Construction Phase Support and Construction Management (Ret Option) 51,718 638,174 535,594 665,329 $39,294 52,450 52.122 $9,090 615,209 30 628,490 511,760 SO 65.220 60 so 550,279 58,504 So 60 SO 5315,532 9 1 Conslruc/ron Support (Eng. dunng Construction) 50 so 9 2 Construction Management Task 9:Total Hours Task 9: Total Cost 0 0 0 0 0 0 0 0 0 0 50 SO 50 30 So So $0 80 So' $0 So So 50 So SO 50 50 30 so 50 30 50 513 50 ODC's 572,671 518.818 5211 51.776 5800 921,604 Anticipated Salary Increases TOTAL HOURS 78 34 701 410 1,047 578 62 92 264 316 42 TOTAL FEES 324,962 $9,735 6171,540 585,545 3195,427 598,746 58,494 812,200 $34,282 536.970 53,956 476 671,374 208 28 52,528 376 50 50 40 10 5756 5899,260 6200,861 527,242 572,671 81,257,720 Note, GHD Team fee based on information available at time of proposal and info the Project RFP: the schedule is very aggressive and GHD will endeavor to meet the schedule however we cannot guarantee the RFP Project timeline and subsequent grant attainment ATTACHMENT B, PAGE 2 OF 4 EXHIBIT 10-H1 COST PROPOSAL Note: Mark-ups are Not Allowed Consultant GHD Inc. Project Streetscape, Road Diet , and Utilities - RPSTPLE-5049(025) & HSIPL-5049(026) DIRECT LABOR X Prime Consultant 0 Subconsultant 0 2n° Tier Subconsuttant Project No. DPW2018-005 Date 2/22/2019 Classification/Title Name hours Actual or Ave. Hourly Rate Total Sr.Engln_.er Scientist Planner/Surveyor IV Bill Silva, Doug Ries . 0 0104.79 S7,964.04 Sr.Engineer/ScientisU Planner/Surveyor III Matt Winkelman 34 $91.35 $3,105.90 Sr.Engineer/ScientisU Planner/Surveyor II Frank Penry, Jerry Champa, Matt Kennedy 701 $78.07 $54,729.41 Sr.Engineer/ScientisU Planner/Surveyor I Matt Wargula, Lindsey VanParys, Steve Grupico, Jim Winter, Chris Trumbull, Myung Choo, Russ Hooper 410 $66.80 $27,388.59 Pr.Engineer/ScientisU Planner/Surveyor IV Jeremy Schmal, Pat Tortora, Josh Wolf, Mark Summers, Todd Tregenza, Dave Vossler, 1,047 $59.55 $62,350.60 Pr.Engineer/ScientisU Planner/Surveyor III Kat Harvey, Bill Clemens, Steve Burns 578 $54.51 $31,504.85 Pr.Engineer/ScientisU Planner/Surveyor II Simon Driml, Robin Raines, Brian Bacciarini 62 $48.86 $3,029.01 Pr.Engineer/ScientisU Planner/Surveyor 1 Ryan Crawford 92 $42.31 $3,892.52 Staff Engineer/Scientist/ Planner/Surveyor III Jonathan Linkus, Tim Dillenburg, Nathan Camey, Brittany Moore, Jill Kjellsson 264 $41.43 $10,937.52 Staff Engineer/Scientist/ Planner/Surveyor II Roman Beltran, Haley Cahill, Robin Raines 316 $37.33 $11,795.23 Staff Engineer/ScientisU Planner/Surveyor I Bryan Vrba, Jarred Burrows 42 $30.05 $1,262.10 CAD/GIS/Tech 01 Colby Phelps, 476 $47.84 $22,771.84 CAD/GIS/Tech II Chris Bach, Byron Iseger 208 $37.52 $7,804.16 CAD/GIS/Tech I Greg Bruski, Alice Kwok, Eli Morris 28 $28.81 $806.68 Admin. Support III Elissa Overton, Nicole Garza, Crystal Prairie 376 $34.70 $13,045.95 Admin. Support II Marjorie Codiroli 40 $27.30 $1,092.00 Admin. Support I Jayne Chavoor 10 $24.13 $241.30 4,760 LABOR COSTS a) Subtotal Direct Labor Costs b) Anticipated Salary Increases INDIRECT COSTS d) Fringe Benefits (Rate: 32.33% ) e) Total Fringe Benefits f) Overhead (Rate: 140.22% h) General and Administrative (Rate: 0.00% FIXED FEE $263,721.68 $0.00 c) TOTAL DIRECT LABOR COSTS [(a) + (b)] [(c) x (d)] g) Overhead [(c) x (f)) i) Gen & Admin [(c) x (h)] $85,261.22 $369,790.55 $0.00 j) Total Indirect Costs [(e) + (g) + (i)) k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 15% I) CONSULTANT'S OTHER DIRECT COSTS (ODC) — ITEMIZE (Add additional pages if necessa $263,721.68 $455,051.77 $107,816.02 Description of Item Quantity Unit(s) Unit Cost;'.. Total <. Mileage 1200 Miles $0.545 $654.00 Plans, Specification Deliverables, reproduction 1 EA $581.000 $581.00 Drilling 1 EA $8,000 $8,000.00 Potholing 1 EA $58,436.00 $58,436.00 Arborist 1 EA $5,000.00 $5,000.00 I) TOTAL OTHER DIRECT COSTS $72,671.00 m) SUBCONSULTANTS' COSTS (Add additional pages if necessa Subconsultant 1: WRT $200,861.42 Subconsultant 2: W -Trans $27,241.56 Subconsultant 3: AR/WS $72,252.05 Subconsultant 4: C&P $58,104.71 Subconsuttant 5: $0.00 Subconsultant 6: $0.00 m) TOTALSUBCONSULTANTS' COSTS n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(I)+(m)] TOTAL COST [(c) + (j) + (k) + (n)] $358,459.74 $431,130.74 $1,257,720 2 of 5 ATTACHMENT B, PAGE 3 OF 4 ANTICIPATED SALARY INCREASES 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours) Direct Labor Subtotal Total Hours per Cost Proposal per Cost Proposal $263,721.68 4684 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %) Year 1 Year 2 Year 3 Year 4 Avg Hourly Rate Proposed Escalation $56.30 $58.27 $60.31 $62.42 3.5% 3.5% 3.5% 3.5% 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) Avg Hourly 5 Year Contract Rate Duration $56.30 Year 1 Avg Hourly Rate $58.27 $60.31 $62.42 $64.61 Year 2 Avg Hourly Rate Year 3 Avg Hourly Rate Year 4 Avg Hourly Rate Year 5 Avg Hourly Rate Estimated % Total Hours Total Hours Completed Each Year per Cost Proposal per Year Year 1 100.00% 4684.0 4684.0 Estimated Hours Year 1 Year 2 0.00% 4684.0 = 0.0 Estimated Hours Year 2 Year 3 0.00% 4684.0 = 0.0 Estimated Hours Year 3 Year 4 0.00%' 4684.0 = 0.0 Estimated Hours Year 4 Year 5 0.00% ' 4684.0 = 0.0 Estimated Hours Year 5 Total 100% Total = 4684.0 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Year 1 Year 2 Year 3 Year 4 Year 5 Avg Hourly Rate (calculated above) $56.30 $58.27 $60.31 $62.42 $64.61 Estimated hours (calculated above) 4684 ' 0 ' 0 • 0 ' 0 Total Direct Labor Cost with Escalation Direct Labor Subtotal before Escalation Estimated total of Direct Labor Salary Increase Cost per Year $263,721.68 $0.00 $0.00 $0.00 $0.00 $263,721.68 $263,721.68 $0.00 Estimated Hours Year 1 Estimated Hours Year 2 Estimated Hours Year 3 Estimated Hours Year 4 Estimated Hours Year 5 4 of 5 ATTACHMENT B, PAGE 4 OF 4 Certification of Direct Costs: 1, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract 3. Title 23 United States Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local govemments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifying: Name: Signature: Email: Address: Bill Silva Title ': Date of Certification (mm/dd/yyyy): Phone Number: `An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: Civil Engineering'` Utilities Public Outreach Right of Way (Permits to Enter) Landscape Architecture Geotechnical Engineering Survey - topo and ROW Traffic Engineering Page 3 of 3 5 of 5