Loading...
HomeMy WebLinkAboutGHD, Inc. 2021-02-18COU No. 2122-188 1 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 18th day of February, 2021 (“Effective Date”), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and GHD Inc, a Corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a.City requires consulting services related to preparing plans, specifications, and estimate for the Talmage Road Rehabilitation Project. b.Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c.City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within the time coordinated with the City. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $239,393.00. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by COU No. 2122-188 2 Consultant to perform the Scope of Work as set for in the attached Attachment B, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charges for the same shall be set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 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 guaranteed not-to-exceed 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 the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expe nses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self - employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or COU No. 2122-188 3 benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City’s local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager’s determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 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. COU No. 2122-188 4 2.Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3.Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4.Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions shall be declared to the City and shall be paid by Consultant. 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 Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2.Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. COU No. 2122-188 5 3.Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend one year from project completion. 4.All Coverages Immediately upon notice to Consultant that the coverage under any insurance policy required by this Section D.4 is suspended, voided, canceled or reduced in coverage or amount Consultant shall notify the City in writing of such changes and shall provide substitute coverage that complies with this Section 6.1.D. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, COU No. 2122-188 6 willful misconduct or defects in design by the City, or arising from the active negligence of the City. “Indemnify,” as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the COU No. 2122-188 7 contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH GHD INC DEPT. OF PUBLIC WORKS MATT KENNEDY 300 SEMINARY AVENUE PO BOX 7967 UKIAH, CA 95482-5400 SANTA ROSA, CA 95407 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: GHD INC BY: __________________________ ____________________ MATT KENNEDY PROJECT DIRECTOR Date __________________ IRS IDN Number CITY OF UKIAH BY: ____________________ SAGE SANGIACOMO CITY MANAGER Date ATTEST MATTHEW G. KENNEDY, PE PRINCIPAL/VICE PRESIDENT February 18, 2022 98-0425935 MATTHEW G. KENNEDY Mar 2, 2022 COU No. 2122-188 8 ____________________ KRISTINE LAWLER CITY CLERK Date Kristine Lawler (Mar 2, 2022 13:45 PST)Mar 2, 2022 GHD Clity of Ukiah Talmage Road Rehabilitation Project 11 Design QC reviews performed at the discipline level include peer checks of calculations and general overviews of technical assumptions. Scope of Services We are pleased to provide the City with our proposed Scope of Services below for the Design of the Talmage Road Rehabilitation Project. Task 1 – Project Management This task is for overall project management, subconsultant management, team coordination, progress meetings, project administration, Health, Safety, and Environment (HSE) and Job Safety Environmental Analysis (JSEA) health and safety, and related items. It also includes budget and schedule tracking, project and contract oversight, QA/QC, and project invoicing over an estimated nine month duration. GHD will provide effective project management throughout the design and environmental permitting process so that quality documents are prepared on time and within budget. The following summarizes our project management activities: −Project coordination with the City and project team. Coordination will include bi-weekly check-in calls and monthly design progress conference meetings to communicate key project issues, which may develop during design. GHD’s Project Manager will also prepare a Project Work Plan, which communicates the project scope, schedule, budget, and other information to team members. −Project Kickoff Meeting. GHD’s Project Manager and Project Director will organize and attend a project kickoff meeting at the City’s Public Works Conference Room, or online if preferred, to review the details and requirements of the project. A key component of the kickoff meeting is a design workshop where the City and GHD can review key project elements described in our Project Understanding and Project Approach sections and confirm the City’s preferences. The design workshop is an opportunity to discuss design requirements, historical street and drainage maintenance issues, long term maintenance goals, materials, and appurtenances. We will also cover key issues including, pavement rehabilitation options, Doolin Creek crossings, bridge aesthetics, permitting strategy, and other issues. Our goal with the workshop is to have a clear path forward on the primary design with options as necessary. −Project progress. GHD's Project Manager will evaluate and track progress on scope, schedule, and budget; and prepare monthly project activity reports to be provided with each of our monthly invoices. These reports will provide the City with a brief description of the activities completed during the previous month and activities anticipated for the next month. At the completion of project, Consultant/City evaluation forms will be submitted upon City’s request for performance review. −Project Quality. The quality manager will develop a PQP documenting the QA and QC process to be followed for the project. This task includes periodic design checks, QA/QC reviews, quality review meetings, reviews of subconsultant deliverables, and quality process documentation. Task 1 Deliverables: −Meeting agenda and associated meeting minutes (electronic PDF) −Monthly invoices and progress reports (electronic PDF) −Consultant/City evaluations (electronic PDF) −PQP (electronic PDF) Task 2 – LiDAR and Topographic Mapping GHD will provide land surveying and right-of-way services. Task 2.1 – LiDAR Scanning and Mapping Following Notice to Proceed (NTP), GHD’s spatial sciences team will work directly with our project land surveyor to perform a LiDAR scan of the entire roadway corridor. This task involves setting/painting reflective survey markers at key locations along Talmage Road, which are digitally scanned during the LiDAR mapping process and used to bring the LiDAR model into the real world horizontal coordinate system and vertical datum. The LiDAR scan will be performed using a standard passenger vehicle or pick-up truck. The vehicle will drive at a speed of 10-20 mph. For safety, a light bar and sign on the vehicle indicates a mobile scan is in progress, and the scanning can be done at night when traffic is minimal, if needed. Following completion of the scan, the spatial sciences team will post-process the LiDAR point data and develop the mapping. This process involves omitting unnecessary points, adding linework for edge of pavement, sidewalks, curbs and gutters, trees, signs, utilities, and other roadway features. The imagery collected with the scan can also be used to map pavement condition issues which will be identified for rehabilitation during design. Task 2.2 – Supplemental Field Topographic Survey Concurrent with the LiDAR mapping development, GHD will establish local survey control based on nearby street ATTACHMENT A GHD Clity of Ukiah Talmage Road Rehabilitation Project 12 monuments and benchmarks. Topographic survey will be provided on the North American Vertical Datum of 1988 (NAVD88), and the topographic map will horizontally relate to the California State Plane Coordinate System of 1983 (SPCS83), Zone II. After the reflective survey markers are placed for the LiDAR scanning, our surveyor will establish the project control network and set control points on the reflective survey markers, which will then be used to tie in the LiDAR mapping to the coordinate system. Following survey control, a limited supplemental field survey will be performed to verify elevations of sidewalk connections, tree species and sizes, key utility depths, and other important features. We will also obtain additional topographic data and cross-sections of Doolin Creek where the LiDAR scanner may not reach to confirm we have the channel bathymetry data needed for the bridge and culvert hydraulic analysis and design. The topographic survey will include the following: −Complete survey of Talmage Road from Airport Park Boulevard to South State Street −The general width of the survey will be from right-of-way (R/W) boundary to R/W boundary including back of sidewalk and beyond R/W where necessary to tie in improvements and address drainage requirements. Mapping will extend a minimum of five feet beyond the back of sidewalk or twenty feet beyond the curb returns. −For both the bridge crossing and culvert extension, additional survey will be performed for the Doolin Creek channel for the design as well as the hydraulic analysis of the channel section. −Existing public utilities and evidence of utility services, such as water meters and sewer cleanouts, will be mapped if easily locatable outside the general width of the survey described above. −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 and gutter 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 six (6) inches and larger, retaining walls or decorative walls, and any other pertinent information that could apply to the project during design. Task 2.3 – Mapping Development Following field survey, we will prepare the base topographic mapping necessary for the design of the project. All mapping will be prepared at a drawing scale of 1 inch = 20 feet with a one-foot contour interval, unless otherwise requested or required for design details. Task 2 Deliverables −Sealed hardcopy of Topographic Survey Map with the project right of way (PDF). −The AutoCAD Civil 3D file used to create the hardcopy will also be provided for your convenience (DWG). Task 3 – Geotechnical Investigation (Crawford and Associates) A geotechnical investigation is included in the base scope of work for the structural foundation recommendations for the pedestrian bridge and culvert extension for Doolin Creek. We have included an optional task at the end of the Scope of Services for recommended pavement cores and testing of subgrade soils to confirm the existing pavement structural section and the design R-value for pavement rehabilitation. The geotechnical investigation will be performed by Crawford and Associates, Inc. (CAInc.) Task 3.1 - Coordination and Preliminary Review CAInc will coordinate with the design team and the City to discuss preliminary design plans, proposed boring locations, project design needs, goals, and the schedule. Following NTP, CAInc will: −Obtain a City of Ukiah encroachment permit −Visit the site to mark-out boring locations for USA North 811 −Obtain a Count of Mendocino boring permit, if boring depth requires −Coordinate the drilling and traffic control subcontractors Task 3.2 - Subsurface Exploration For the railcar bridge, CAInc proposed two borings, one on each bank, to provide data and recommendations for the structural foundation design of the abutments, and for the subgrade preparation and design of the box culvert extension. The CAInc. Engineer/Geologist will direct the sampling and log the borings, which will be sampled continuously in the upper 5 feet and at 5-foot intervals thereafter. Standard Penetration Test and modified California samples will be driven to obtain samples and blow count information. In addition, bulk samples will be collected in the upper 2 feet of subgrade. Traffic control will be implemented in accordance with the City encroachment permit requirements. GHD Clity of Ukiah Talmage Road Rehabilitation Project 13 Task 3.3 - Laboratory Testing CAInc proposes to perform the following tests (as appropriate) on representative soil samples obtained from the borings: −Moisture Content and Unit Weight for soil classification and bearing capacity −Unconfined Compression and/or Direct Shear for axial and lateral bearing capacity −Sieve Analysis and Plasticity Index for soil classification, bearing capacity, and liquefaction assessment −Resistivity, pH, Sulfate Content, and Chloride Content for soil corrosivity analysis Task 3.4 – Engineering Analysis and Report CAInc will prepare a Geotechnical Report addressing the following elements: −Project description, scope of work, site description −Subsurface exploration −Soil and groundwater conditions −Field and laboratory testing −Site geology and seismicity summary −CBC seismic design parameters −Corrosion evaluation −Grading and construction recommendations, which may include ground preparation, materials excavation, placement, and compaction −Rail car bridge and box culvert foundation recommendations including scour considerations, foundation recommendations (i.e. bearing capacity, settlement, lateral resistance, and coefficient of friction to resist sliding, etc.) −Construction considerations −Location map, boring logs, and laboratory test results A Draft Geotechnical Report will be prepared for submission with the 30% design submittal. Comments on the Draft Geotechnical Report will be addressed and a Final Geotechnical Report will be included with the 60% design submittal. Task 3.5 – Consultation and Design Team Support CAInc will provide consultations regarding geotechnical recommendations to the design team, as needed. They will also provide a review of the project plans and specifications, provide comments and issue a letter stating the design is in general conformance with the geotechnical recommendations. Task 3 Deliverables −Draft Geotechnical Report (PDF) −Final Geotechnical Report (PDF) Task 4 – Preliminary Design (30%) The preliminary design effort includes site visits, utility owner coordination, development of a BOD Technical Memorandum, plans, and a construction estimate. This submittal provides an early review of the project design and opportunity for key decisions and coordination. Task 4.1 Site Visits and Information Review GHD will conduct a detailed field visit of the project site following completion of the topographic mapping. The purpose of the field visit is to review, refine and confirm the mapping; verify existing conditions; and identify constructability issues. The project team will take additional detailed notes and photos as needed for later use during project design. Although this project does not involve any utility improvements, identifying and mapping existing utilities is important to make sure potential conflicts with existing utilities are avoided with the design. The engineering team will also obtain and review existing utility mapping from the City, PG&E, AT&T, and Cablecom. Mapping may be requested through the City to avoid costs charged by these companies to private consultants. Utilities that were not identified during the field survey will be added to the base map. The effort will identify and resolve potential conflicts during Preliminary Design (Task 4). GHD will update the base map with the new utility information following each subtask for inclusion in the design. Task 4.2 Doolin Creek Hydraulic Analysis GHD's hydraulic engineering team will obtain the existing hydraulic model for Doolin Creek from FEMA and perform a hydraulic analysis to determine the bridge and sidewalk elevations that will result in a "no-net-rise" in the FEMA regulated flood way. If the FEMA model is unavailable we will develop a duplicate effective model using the creek channel survey for the analysis. The expected design will involve widening the creek channel and setting the sidewalk elevation to maintain the flood elevation in FEMA regulated flood way. A technical memorandum will be prepared summarizing the analysis results demonstrating a no-net-rise. The hydraulic model will also be used to evaluate the design of the bridge and channel and develop GHD Clity of Ukiah Talmage Road Rehabilitation Project 14 channel scour countermeasures in the vicinity of the bridge. Task 4.3 Prepare Basis of Design (BOD) Technical Memorandum The purpose of this task is to establish the design basis, confirm design criteria and capture the recommendations and City directions from the design workshop. GHD will assess the design criteria and City’s requirements, including applicable standards, and summarize pavement rehabilitation recommendations with planning level costs. We will coordinate with geotextile suppliers and the geotechnical engineer, as needed, to develop pavement design solutions to achieve the City’s long-term goals as cost-effectively as possible. GHD will prepare a technical memorandum (TM) including the following: −Bridge design and culvert extension: The new pedestrian bridge and culvert extension geometry will be discussed along with a summary of the hydraulic analysis results and recommendations for designs. This includes the proposed length for the bridge as it relates to the channel crossing and abutment locations, and the design of the culvert extension including its connection to the existing culvert, as well as accommodating a sidewalk and hand railings. −Pavement rehabilitation options: GHD will summarize pavement rehabilitation and reconstruction options with planning level costs for comparison purposes. −Staging area(s): During the site walk, GHD will discuss potential contractor staging areas with the City. Potential staging areas can be noted and/or described in the contract documents. −Construction traffic management: Traffic control plans will be provided by the Contractor, and requirements may include advanced warning devices, signage, notifications, work time restrictions, and needed personnel (i.e., flaggers). These requirements will be included in the specifications in later submittals. −Construction schedule: GHD will review the likely sequence of construction activities, with assumptions for nighttime construction of work, limited hours working in highly trafficked areas, and potential for multiple work crews in order to estimate the number of construction working days. The estimated number of working days will be refined during development of the subsequent submittals. The BOD TM will be included with the 30% submittal for City comments. The TM will be revised and finalized and included with the 60% submittal. Task 4.4 Prepare 30% Plans and Construction Estimate Plans will be based on surveyed information and mapping developed in Task 2, as well as the draft geotechnical recommendations developed in Task 3, and will depict the proposed alignments, typical cross sections, layouts of sidewalks and curb ramps, preliminary bridge and culvert designs, and other improvements. Geotechnical boring locations and boring logs will be included with the plans. Preliminary demolition and pavement improvements will also be depicted. Profiles of the existing ground surface along the alignment will be included. Plans will be based on surveyed information provided obtained under Task 2, and prepared at a scale of 1 inch=20 feet on 22" x 34" sheets using the GHD standard title block. The opinion of probable construction cost will be Association for the Advancement of Cost Engineering (AACE) International Recommended Practice 56R-08 estimate class 4/3 and organized in a bid schedule format with unit prices based on previous bid results for prevailing wage projects and similar work. Specialty construction will be evaluated on labor, materials and equipment. Contractor overhead and profit, markups and estimates of soft costs will be included. Escalation to estimated time of construction will be included. The 30% design will be submitted to the City, and following City review, we will attend a design review meeting to discuss City comments and request approval to proceed with the 60% design. Task 4 Deliverables: −Doolin Creek Hydraulic Analysis Technical Memorandum (electronic PDF) −Draft Basis of Design Technical Memorandum (electronic PDF) −30% Full-size (22”x34”) Drawings (electronic PDF) −Opinion of Probable Construction Cost (electronic PDF) Task 5 – Intermediate Design (60%) Following the preliminary design (30%) review meeting, GHD will prepare 60% PS&E using the project information prepared and addressing 30% design comments. The 60% design will depict the final alignment, recommended profile, cross sections, and details. Task 5.1 Prepare 60% PS&E Plans will be updated to address City comments on the 30% design, incorporate utility mapping not previously received, and will depict the proposed road alignment and profile. The plans will show geotechnical boring locations, bridge and culvert layouts, mitigation requirements, GHD Clity of Ukiah Talmage Road Rehabilitation Project 15 such as trees or debris removal, sidewalks, driveway and curb ramp details, and other design details as well as applicable City Standard details. Typical sections will be further developed, and details for pavement repairs, edge and conform grinds and overlays will be included. Cross sections will be developed every 50 feet and at key locations, including cross sections and details for the pedestrian bridge and culvert extension. Proposed temporary construction easements (TCEs) and contractor laydown areas can be shown where confirmed with the City and where R/W provides. Complete technical specifications will be provided based on the City’s boilerplate, which we have used and updated for previous projects. Specification sections will reference current Caltrans Standard Specifications. General requirements will be coordinated with the City’s front-end contract, where needed. The opinion of probable construction cost will be updated to AACE International Recommended Practice 56R-08 estimate class 3/2 with an updated unit price analysis (UPA). We will also adjust costs based on discussions with vendors and contractors. Specialty construction will be further evaluated on labor, materials, and equipment. The BOD Report will be updated and finalized to address City comments and reflect any changes in the design that were not part of the preliminary design, such as final hydraulic analysis results to confirm bridge, culvert and channel hydraulic requirements and improvements. Calculations supporting the design will be included with the updated BOD Report. The 60% design will be submitted to the City and following City review, we will attend a design review meeting to discuss City comments and request approval to proceed with the 90% design. Task 5 Deliverables: −Final Basis of Design Technical Memorandum (electronic PDF) −60% Full-size (22”x34”) Drawings (electronic PDF and DWG) −60% Technical Specifications (electronic PDF and DOCX) −Opinion of Probable Construction Cost (electronic PDF) Task 6 – Detailed Design Following the 60% design review meeting GHD will prepare 90% (Pre-Final) PS&E. The 90% submittal will be essentially complete pending any final revisions to the design and details and any final City comments. The 100% (Final) submittal will be bid-ready. Task 6.1 Prepare Pre-Final (90%) PS&E Plans will be updated to address City comments on the 60% design and will depict the final road alignment, profile, cross sections, typical sections, and details. The structural design and details for the pedestrian bridge and culvert extension will be updated. Proposed contractor laydown areas can be shown where needed. Technical specifications will be updated using tracked-change edits to identify changes from the 60% submittal. We will incorporate all qualitative requirements, material requirements, requirements for traffic control, WPCP, and other requirements for construction. General requirements will be coordinated with the City’s front-end contract, where needed, and flagged for City approval. A bid schedule and pay item descriptions will also be included to align all bid items with detailed payment item descriptions. The opinion of probable construction cost will be updated to AACE International Recommended Practice 56R-08 estimate class 2/1. We will also make any final adjustments to unit costs based on discussions with vendors and contractors. Structural calculations supporting the design of the pedestrian bridge and culvert extension will be included with the deliverable. The 90% design will be submitted to the City and following City review, we will attend a design review meeting to discuss City comments and request approval to proceed with the Final (100%) design. Task 6.1 Deliverables: −Final Structural Calculations (electronic PDF) −90% Full-size (22”x34”) Drawings (electronic PDF and DWG) −90% Technical Specifications (electronic PDF and DOCX) −Opinion of Probable Construction Cost (electronic PDF) Task 6.2 Prepare Final (100%) PS&E GHD will prepare complete set of biddable plans and technical specifications and final opinion of probable construction costs. Plans, specifications, bid schedule and estimate with final quantities will be finalized based on City comments on the 90% submittal. The recommended number of working days will also be provided. A submittal register summarizing all contractor submittals will also be provided to assist the City’s construction manager and inspectors. GHD Clity of Ukiah Talmage Road Rehabilitation Project 16 Task 6.2 Deliverables: −100% Full-size (22”x34”) Drawings (electronic PDF and DWG) −100% Technical Specifications (electronic PDF and DOCX) −Opinion of Probable Construction Cost (electronic PDF) Task 7 – Prepare Permit Applications and Coordinate with Agencies GHD will prepare and submit the permit application packages for an Army Corps Nationwide Section 10/404 Permit, a RWQCB Section 401 Water Quality Certification, and a CDFW Streambed Alteration Agreement. In support of the application packages, GHD will prepare a Biological Resource Evaluation and Aquatic Resource Mapping for the project site. Environmental staff will coordinate with the engineers to assist in providing recommendations for avoiding impacts and identifying minimization and mitigation measures where avoidance cannot be achieved. However, it is anticipated that some level of on-site mitigation will be required. This task also includes one site visit with the resource agencies and up to 40 hours of follow-up coordination after the applications have been submitted. Task 7 Deliverables: −Army Corps permit application package •Aquatic Resources Mapping •Biological Resources Technical Memorandum •Conceptual on-site Mitigation Plan −RWQCB permit application package −CDFW permit application package Optional Services Task 8 Geotechnical Pavement Investigation and Recommendations As an optional task, GHD’s geotechnical engineering subconsultant CAInc will perform the following additional services to confirm the existing pavement section thickness and composition and determine the R-value of the subgrade soils for the purpose of providing pavement rehabilitation recommendations that more accurately reflect the existing pavement conditions. Task 8.1 – Subsurface Exploration For pavement design recommendations, CAInc proposes four shallow borings/cores within Talmage Road at locations to be determined in coordination with the City and GHD. Cores would extend up to 5-feet below ground surface. The CAInc Engineer/Geologist will direct the sampling and log the borings, which will be sampled continuously in the upper 5 feet. Bulk samples will be collected in the upper 2 feet of subgrade. Traffic control will be implemented as described in Task 3. Task 8.2 – Laboratory Testing CAInc will determine the R-value for the subgrade and provide a recommended R-value or range for design. Soils will also be tested for: −Moisture Content and Unit Weight for soil classification and bearing capacity −Sieve Analysis and Plasticity Index for soil classification, bearing capacity, and liquefaction assessment Task 8.3 – Engineering Analysis and Report CAInc will incorporate the results of the laboratory testing into the Geotechnical Report deliverable in Task 3. Task 9 Prepare SWPPP As an optional task, if it is determined during design that the project will disturb 1.0 acre of area or more, GHD will request authorization to prepare a SWPPP for the project to obtain coverage under the General Permit for Discharges of Storm Water Associated with Construction Activities. This task also includes submitting the SWPPP and filing the Notice of Intent (NOI) online with the NCRWQCB. The SWPPP will be prepared by a QSP/QSD in accordance with State Water Board requirements. Task 9 Deliverables: −SWPPP (electronic PDF and native files) City Provided Information −Available reports, studies, investigations, as-built plans, record drawings, maps, agreements, and other available information for projects constructed within the R/W −Access to City facilities, R/W, property, and other areas needed to survey and gather information in support of the project −Front-end boilerplate contract and technical specifications GHD Clity of Ukiah Talmage Road Rehabilitation Project 17 − Results of previous City bids for similar projects −Consolidated design review comments Use of Documents Provided by Others The scope of services provided above relies on information to be provided by the City and others’ information that will be useful for project. GHD will utilize information that is provided by the City or otherwise obtained through field work. This information will be assumed to be accurate. If data conflicts are found, GHD may recommend that the City obtain further information to verify the data. Exceptions and Exclusions As requested in the RFP, exceptions and exclusions have been included in Section 6 on page 47. GHD Clity of Ukiah Talmage Road Rehabilitation Project 18 Detailed Project Schedule We have developed this detailed schedule to reflect our plan to complete the project design at least 1 month ahead of the City's RFP schedule. This schedule assumes 3 weeks for City reviews of design deliverables, and leaves 1 month of float time to address issues which may arise or provide additional time as needed. If selected, we will refine the schedule with City input to meet your needs and expectations for the delivery of this project. ID Task Name Duration Start Finish 1 City Council Award Consultant Contract 0 days Wed 2/16/22 Wed 2/16/22 2 Signed Contract / Notice to Proceed 0 days Thu 2/17/22 Thu 2/17/22 3 Task 1 - Project Management 144 days Fri 2/18/22 Wed 9/7/22 4 1.1 Project Initation 5 days Fri 2/18/22 Thu 2/24/22 5 1.2 Project Coordination 144 days Fri 2/18/22 Wed 9/7/22 6 Monthly Progress Meetings 136 days Wed 3/2/22 Wed 9/7/22 14 1.3 Kick-off Meeting & Workshop 1 day Wed 2/23/22 Wed 2/23/22 15 1.4 Design Quality Management 5 days Fri 2/18/22 Thu 2/24/22 16 Task 2 - Topographic Survey & Mapping 15 days Fri 2/25/22 Thu 3/17/22 17 1.1 LiDAR Scanning and Mapping 5 days Fri 2/25/22 Thu 3/3/22 18 1.2 Supplemental Field Survey 10 days Fri 2/25/22 Thu 3/10/22 19 1.3 Mapping Development 10 days Fri 3/4/22 Thu 3/17/22 20 Task 3 - Geotechnical Investigation 137 days Fri 2/25/22 Mon 9/5/22 21 3.1 Coordination and Preliminary Review 10 days Fri 2/25/22 Thu 3/10/22 22 3.2 Subsurface Exploration 5 days Fri 3/11/22 Thu 3/17/22 23 3.3 Laboratory Testing 10 days Fri 3/18/22 Thu 3/31/22 24 3.4 Engineering Analysis and Report 10 days Fri 4/1/22 Thu 4/14/22 25 3.5 Consultation and Design Team Support 112 days Fri 4/1/22 Mon 9/5/22 26 Task 4 - Preliminary Design (30%)53 days Thu 2/24/22 Mon 5/9/22 27 4.1 Site Visits and Information Review 37 days Thu 2/24/22 Fri 4/15/22 28 4.2 Doolin Creek Hydraulic Analysis 21 days Fri 3/18/22 Fri 4/15/22 29 4.3 Basis of Design Tech Memo 37 days Thu 2/24/22 Fri 4/15/22 30 4.4 30% Plans and Estimate 21 days Fri 3/18/22 Fri 4/15/22 31 QC Review & Submit to City 5 days Mon 4/11/22 Fri 4/15/22 32 City Review 30% Design 15 days Mon 4/18/22 Fri 5/6/22 33 30% Design Review Meeting 1 day Mon 5/9/22 Mon 5/9/22 34 Task 5 - Intermediate Design (60%)41 days Tue 5/10/22 Tue 7/5/22 35 5.1 60% PS&E 25 days Tue 5/10/22 Mon 6/13/22 36 QC Review & Submit to City 5 days Tue 6/7/22 Mon 6/13/22 37 City Review 60% Design 15 days Tue 6/14/22 Mon 7/4/22 38 60% Design Review Meeting 1 day Tue 7/5/22 Tue 7/5/22 39 Task 6 - Detailed Design (90% and 100%)46 days Wed 7/6/22 Wed 9/7/22 40 6.1 Pre-Final (90%) PS&E 20 days Wed 7/6/22 Tue 8/2/22 41 QC Review & Submit to City 5 days Wed 7/27/22 Tue 8/2/22 42 City Review 90% Design 15 days Wed 8/3/22 Tue 8/23/22 43 90% Design Review Meeting 1 day Wed 8/24/22 Wed 8/24/22 44 6.2 Final (100%) PS&E 10 days Thu 8/25/22 Wed 9/7/22 45 QC Review & Submit to City 3 days Mon 9/5/22 Wed 9/7/22 46 Task 7 - Resource Agency Permitting 22 days Wed 7/6/22 Thu 8/4/22 47 7.1 Prepare Permit Applications 20 days Wed 7/6/22 Tue 8/2/22 48 7.2 Agency Coordination 2 days Wed 8/3/22 Thu 8/4/22 49 Task 8 - Geotect Pavement Investigation (Optional)35 days Fri 2/25/22 Thu 4/14/22 50 8.1 Coordination and Preliminary Review 10 days Fri 2/25/22 Thu 3/10/22 51 8.2 Subsurface Exploration 5 days Fri 3/11/22 Thu 3/17/22 52 8.3 Laboratory Testing 10 days Fri 3/18/22 Thu 3/31/22 53 8.4 Engineering Analysis and Report 10 days Fri 4/1/22 Thu 4/14/22 54 Task 9 - Prepare SWPPP (Optional)22 days Wed 7/6/22 Thu 8/4/22 55 9.1 Develop SWPPP 20 days Wed 7/6/22 Tue 8/2/22 56 9.2 Submit SWPPP and File NOI 2 days Wed 8/3/22 Thu 8/4/22 2/16 2/17 1.1 Project Initation 1.2 Project Coordination 1.3 Kick-off Meeting & Workshop 1.4 Design Quality Management 1.1 LiDAR Scanning and Mapping 1.2 Supplemental Field Survey 1.3 Mapping Development 3.1 Coordination and Preliminary Review 3.2 Subsurface Exploration 3.3 Laboratory Testing 3.4 Engineering Analysis and Report 3.5 Consultation and Design Team Support 4.1 Site Visits and Information Review 4.2 Doolin Creek Hydraulic Analysis 4.3 Basis of Design Tech Memo 4.4 30% Plans and Estimate QC Review & Submit to City City Review 30% Design 30% Design Review Meeting 5.1 60% PS&E QC Review & Submit to City City Review 60% Design 60% Design Review Meeting 6.1 Pre-Final (90%) PS&E QC Review & Submit to City City Review 90% Design 90% Design Review Meeting 6.2 Final (100%) PS&E QC Review & Submit to City 7.1 Prepare Permit Applications 7.2 Agency Coordination 8.1 Coordination and Preliminary Review 8.2 Subsurface Exploration 8.3 Laboratory Testing 8.4 Engineering Analysis and Report 9.1 Develop SWPPP 9.2 Submit SWPPP and File NOI January February March April May June July August September October November December City of Ukiah Talmage Road Rehabilitation Project Baseline Schedule GHD Inc.January 31, 2022 The Power of Commitment GHD 2235 Mercury Way, Suite 150 Santa Rosa, California 95407 United States www.ghd.com Our ref: 12571020 January 28, 2022 Andrew Stricklin, Associate Engineer City of Ukiah – Department of Public Works 300 Seminary Avenue Ukiah, CA 95482 RE: Fee Proposal for the Talmage Road Rehabilitation Project Dear Mr. Stricklin Enclosed for your consideration is GHD’s time-and-materials “not to exceed” fee proposal for the Talmage Road Rehabilitation Project. The fee estimate summarizes the anticipated costs for engineering design, geotechnical investigation and permitting, and is summarized by project staff indicating number of work hours for each task. Individual staff billing rates, subconsultant costs, expenses including vehicle mileage and associated project charges are included. Also attached is GHD’s 2022 standard rate schedule. If selected for this project based on our qualifications, we will gladly work with you to make any adjustments to the scope of work and fee proposal, so both align with the City’s needs and expectations for this project. We are excited at the opportunity to continue supporting the City in improving the infrastructure and quality of life of Ukiah and encourage you to reach out with any questions you may have about our proposal. This fee proposal is a firm offer valid for a period of thirty (30) days after the submittal date and is signed by Matt Kennedy, an officer of GHD who is officially authorized to contractually bind the firm. Respectfully, Matt Kennedy, PE, TE, ENV SP Principal in Charge +1 707 540 3376 matt.kennedy@ghd.com Erik Fanselau, PE Project Manager +1 916 256 2677 erik.fanselau@ghd.com Attachments: 1. Project Fee Proposal 2. GHD US West 2022 Standard Rate Schedule ATTACHMENT B Attachment 1 Client:City of Ukiah Project Name:Talmage Road Rehabilitation Project Date:January 31, 2022 Prepared by:Erik Fanselau Reviewed by:Matt Kennedy Job Number:12571020 LABOR CATEGORY >TOTAL OTHER GHD FULLY SUB TOTAL TOTAL HOURS DIRECT BURDENED Crawford Associates SUB FEES FEE RATE > $263 $228 $228 $180 $163 $228 $202 $160 $453 $228 $150 $153 $125 $80 $138 COSTS (1)LABOR COSTS (Geotech)W/MARKUP TASK /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr 15% Task 1 Project Management 1.1 Project Initiation 4 8 4 4 16 $104.00 $3,748.00 $0.00 $3,852.00 1.2 Project Coordination, Reporting and Schedule 32 12 44 $286.00 $8,952.00 $0.00 $9,238.00 1.3 Kick-off Meeting & Workshop 4 8 6 6 1 2 1 24 $156.00 $5,672.00 $0.00 $5,828.00 1.4 Design Quality Management 2 1 2 3 $19.50 $1,210.00 $0.00 $1,229.50 10 49 2 6 6 0 1 0 0 2 0 0 0 5 16 87 $565.50 $19,582.00 $0.00 $0.00 $20,147.50 Task 2 Topographic Mapping and Right-of-Way 2.1 LiDAR Scanning and Mapping 1 25 14 40 $1,364.50 $6,870.00 $0.00 $8,234.50 2.2 Supplemental Field Survey 1 24 25 $446.00 $11,100.00 $0.00 $11,546.00 2.3 Office Mapping 1 8 16 25 $162.50 $3,508.00 $0.00 $3,670.50 0 3 0 25 0 0 0 8 24 0 0 14 16 0 0 90 $1,973.00 $21,478.00 $0.00 $0.00 $23,451.00 Task 3 Geotechnical Investigation 3.1 Field Preparation & Mobilization 0 $0.00 $0.00 $3,178.00 $3,654.70 $3,654.70 3.2 Subsurface Exploration 0 $0.00 $0.00 $11,667.00 $13,417.05 $13,417.05 3.3 Laboratory Testing 0 $0.00 $0.00 $1,370.00 $1,575.50 $1,575.50 3.4 Engineering Analysis and Report 0 $0.00 $0.00 $5,520.00 $6,348.00 $6,348.00 3.5 Consultation and Design Team Support 0 $0.00 $0.00 $2,290.00 $2,633.50 $2,633.50 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0.00 $0.00 $24,025.00 $27,628.75 $27,628.75 Task 4 Preliminary Design (30%) 12 8 20 $130.00 $4,040.00 $0.00 $4,170.00 1 16 8 32 8 1 65 $422.50 $14,343.00 $0.00 $14,765.50 1 4 2 24 24 8 16 24 40 142 $923.00 $23,591.00 $0.00 $24,514.00 2 32 2 32 32 40 24 0 0 0 0 24 40 1 0 227 $1,475.50 $41,974.00 $0.00 $0.00 $43,449.50 Task 5 Intermediate Design (60%) 1 8 24 40 16 32 32 60 1 213 $1,384.50 $35,515.00 $0.00 $36,899.50 1 8 0 24 40 16 32 0 0 0 0 32 60 1 0 213 $1,384.50 $35,515.00 $0.00 $0.00 $36,899.50 Task 6 Detailed Design (90% and 100%) 6.1 Pre-Final (90%) PS&E 1 8 2 24 40 8 24 24 40 1 171 $1,111.50 $28,807.00 $0.00 $29,918.50 6.2 Final (100%) PS&E 1 8 2 12 24 8 24 24 1 103 $669.50 $16,983.00 $0.00 $17,652.50 2 16 4 36 64 8 32 0 0 0 0 48 64 2 0 274 $1,781.00 $45,790.00 $0.00 $0.00 $47,571.00 Task 7 Permitting 7.1 Field Work and Reports (BRE and Aquatic Mapping)2 2 16 72 12 4 2 110 $715.00 $17,456.00 $0.00 $18,171.00 7.2 Permit Applications (Corps, RWQCB, CDFW, Concept Plan) 2 2 2 12 46 16 8 88 $572.00 $14,356.00 $0.00 $14,928.00 7.3 Agency Follow-up (including site visit)4 8 26 2 40 $260.00 $6,886.00 $0.00 $7,146.00 0 8 4 2 0 0 0 0 0 36 144 16 22 4 2 238 $1,547.00 $38,698.00 $0.00 $0.00 $40,245.00 PROJECT TASK TOTALS 15 116 12 125 142 64 89 8 24 38 144 134 202 13 18 1,129 $8,727 $203,037 $24,025 $27,629 $239,393 (1) OTHER DIRECT COSTS include telephone, vehicle mileage, printing, reproduction and other miscellaneous direct expenses. LABOR CATEGORY >TOTAL OTHER GHD FULLY SUB TOTAL TOTAL HOURS DIRECT BURDENED Crawford Associates SUB FEES FEE RATE > $263.00 $228.00 $228.00 $180.00 $163.00 $228.00 $202.00 $160.00 $453.00 $228.00 $150.00 $153.00 $125.00 $80.00 $138.00 COSTS (1) LABOR COSTS (Geotech) W/MARKUP OPTIONAL TASKS /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr /Hr 15% Task 8 Geotech Pavement Investigation (Optional) 8.1 Pavement Coring 1 1 1 2 $13.00 $671.00 $4,585.00 $5,272.75 $5,956.75 8.2 Infiltration Rate Testing 0 $0.00 $0.00 $1,490.00 $1,713.50 $1,713.50 8.3 Engineering Analysis and Report 1 2 3 $19.50 $588.00 $0.00 $607.50 1 2 0 3 0 0 0 0 0 0 0 0 0 0 0 5 $32.50 $1,259.00 $6,075.00 $6,986.25 $8,277.75 Task 9 Prepare SWPPP (Optional) 9.1 Develop SWPPP 4 8 16 28 $182.00 $4,960.00 $0.00 $5,142.00 9.2 Submit SWPPP and File NOI 2 2 $13.00 $456.00 $0.00 $469.00 0 6 0 8 16 0 0 0 0 0 0 0 0 0 0 30 $195.00 $5,416.00 $0.00 $0.00 $5,611.00 PROJECT OPTIONAL TASK TOTALS 1 8 0 11 16 0 0 0 0 0 0 0 0 0 0 35 $227.50 $6,675.00 $6,075.00 $6,986.25 $13,888.75 Word Processing Project AdminBiologistSr. CAD Tech CAD TechStructural Engr. Land Surveyor 2-Person Survey PermittingQuality Manager Civil Engineer Staff Civil Engr Hydraulic Engr Subtotal Optional Task 8 Subtotal Optional Task 9 Principal PM Subtotal Task 5 Subtotal Task 7 Subtotal Task 6 Permitting CAD Tech Sr. CAD Tech Word ProcessingBiologist GHD - PROJECT FEE ESTIMATING SHEET FEE COMPUTATION Quality ManagerPM 2-Person Survey LABOR COSTS Hydraulic Engr Structural Engr. Staff Civil Engr Project Admin Land SurveyorPrincipalCivil Engineer 5.1 60% PS&E Subtotal Task 1 4.1 Site Visits and Information Review Subtotal Task 2 Subtotal Task 4 4.3 30% Plans and Estimate Subtotal Task 3 4.2 Basis of Design Tech Memo 1/28/2022 Page 1 Finance Class Code Name Technical Director 200.00$ -285.00$ Professional 115.00$ -175.00$ Design Technician 135.00$ -260.00$ Drafting/Design 85.00$ -125.00$ Business Services Manager 210.00$ -275.00$ Admin Officer 75.00$ -215.00$ Construction Manager 205.00$ -250.00$ Engineer/Supervisor 150.00$ -200.00$ Inspector/Specialist 80.00$ -165.00$ Operator/Labourer 95.00$ -125.00$ 1 2 3 4 5 6 7 8 Reimbursement for vehicles used for proposed services will be at the federally approved mileage rates or at a negotiated monthly rate. Overtime for non-exempt employees will be charged at 1.5 times the hourly billing rate. If prevailing wage are applicable, the above billing rates and APC will be adjusted proportionate to the increase in labor cost The Rate Schedule is subject to change annually FY2022 US West Region Fee Schedule * Fee Range Rates are for employees of all GHD companies. All travel cost will be invoiced at coach class rates. Lodging and meal expenses will be at cost unless per diem rate is negotiated. Reimbursement for direct expenses incurred for proposed services, including sub-consultant services, will be billed at cost plus 15% Associated project cost (APC) will be invoiced at the following rate: b. Field Services/Construction Inspector APC: $11.50 / labor hour GHD has implemented a system of billing for consumables on a per hour basis. Associated Project Cost (APC) is a unit cost replacing the individual tracking of some of the consumable costs directly related to projects. Each year the total consumable audited costs are compiled from our general ledger including: - Office consumables including engineering supplies and postage - Reproduction consumable costs including equipment lease and maintenance, printing, and - Communication consumables including telephone expenses - Equipment consumable including CADD, software, and IT expenses a. General Associated Project Charges APC: $6.50 / labor hour or 4% of labor costs Attachment 2 GHD Clity of Ukiah Talmage Road Rehabilitation Project II → ghd.com