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