HomeMy WebLinkAboutGHD, Inc. 2024-07-30 COU No. 2425-082
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
[Design Professional]
This Agreement, made and entered into this 30th day of Jam, 2024 ("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/Contractor".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting/contracting services related to providing design and engineering
services for a groundwater well feasibility and siting study; test well drilling, construction and
sampling; and wellhead development.
b. Consultant/Contractor 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/Contractor 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/Contractor. 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/Contractor 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 by June 30, 2025. Consultant/Contractor shall complete the work to
the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is
entitled to further compensation.
3.2 Consultant/Contractor Furnished Items. Consultant/Contractor will furnish all necessary labor,
materials, tools equipment, and transportation necessary to perform the work.
3.3 SIB 854 Requirements.
3.3.1 No Consultant/Contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5 [with limited exceptions from this requirement for bid purposes only under
Labor Code section 1771.1(a)].
3.3.2 No Consultant/Contractor or subcontractor may be awarded a contract for public work on a
public works project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5.
3.3.3 This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
3.3.4 The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may
at any time require Consultant/Contractor and subcontractors to furnish electronic certified
payroll records directly to DLSE. All Consultant/Contractor and subcontractors must furnish
electronic certified payroll records directly to the DLSE.
3.3.5 The Prime Consultant/Contractor is required to post job notices at the job site as prescribed by
regulations (currently, 8 CCR §16451(d).)
3.4 Use of Employees.
3.4.1 Consultant/Contractor and any subcontractors shall pay all mechanics and laborers employed
by them to work upon the site of the work unconditionally and without subsequent deductions
or rebate on any account the full amounts due at the time of payment at wage rates not less
than those contained in the applicable prevailing wage determination, regardless of any
contractual relationship which may be alleged to exist between the Consultant/Contractor and
subcontractors and such laborers and mechanics.
3.4.2 Consultant/Contractor shall comply with the California Labor Code Section 1775. In
accordance with said Section 1775, Consultant/Contractor shall forfeit as a penalty to the City,
$50.00 for each calendar day or portion thereof, for each workman paid less than the
stipulated prevailing rates for such work or craft in which such workman is employed for any
work done under the Contract by him or her or by any subcontractor under him or her in
violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to
1780, inclusive. In addition to said penalty and pursuant to Section 1775, the difference
between such stipulated prevailing wage rates and the amount paid to each workman for each
calendar day or portion thereof for which each workman was paid less than the stipulated
prevailing wage rate shall be paid to each workman by the Contractor.
3.4.3 Pursuant to the provision of Section 1770 of the Labor Code of the State of California, City has
ascertained the general prevailing rate of wages (which rate includes employer payments for
health and welfare, vacation, pension and similar purposes) applicable to the work to be done,
for straight time work. The holiday wage rate listed shall be applicable to all holidays
recognized in the collective bargaining agreement of the particular craft, classification, or type
of workers concerned. Copies of the General Prevailing Wage Determination are on file in the
office of the City Engineer and are available to the Consultant/Contractor on request. The
Consultant/Contractor shall post the wage determination at the site of work in a prominent
place where the workers can easily see it.
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 2 OF I 1
3.4.4 City will not recognize any claim for additional compensation because the Consultant/Contractor
has paid any rate in excess of the prevailing wage rate obtained from the City Engineer. The
possibility of wage increases is one of the elements to be considered by the
Consultant/Contractor in determining his or her proposal and will not in any circumstances be
considered as the basis for a claim against the City.
3.4.5 Travel and Subsistence Payments. Consultant/Contractor shall make travel and subsistence
payments to each worker needed to execute the work in accordance with the requirements in
Section 1773.8 of the Labor Code (Chapter 880, Statutes of 1968).
3.4.6 Apprentices. Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes
of 1968) and 1777.6 of the California Labor Code concerning the employment of apprentices
by the Consultant/Contractor or any subcontractor under him. Consultant/Contractor and any
subcontractor under him or her shall comply with the requirements of said sections in the
employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other requirements may
be obtained from the Director of Industrial Relations, ex officio the Administrator of
Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards
and its branch offices.
Copies of Labor Code Sections 1771 (requiring prevailing wages), 1775 (imposing penalties,
including a $50 per day, per worker forfeiture, for failure to pay prevailing wages), 1776
(requiring contractor to maintain available for inspection certified payroll records), 1777.5
(requiring certain apprenticeship programs), 1813 (imposing penalties for failure to make
records available for inspection) and 1815 (requiring time and '/2 for overtime) are available at
the Department of Industrial Relations website at http://www.dir.ca.gov/
3.5 CITY Inspector. CITY may designate an architect, engineer, other design professional or other
inspector ("Inspector") to supervise and/or inspect Consultant/Contractor's performance of the
Work. The Inspector shall have no authority to change the Work, the compensation for
performing the Work or the time for completing the Work without City's prior written approval. City
shall notify the Consultant/Contractor in writing, if it designates an Inspector.
3.6 Site Conditions. Consultant/Contractor acknowledges that it has inspected the work site and any
improvements involving the Work and satisfied itself as to the conditions which can affect the
Work or its cost. Consultant/Contractor has not relied on any representation by CITY or its
officers or employees as to the condition of the site or the houses or any condition that might
affect the cost of performing this Agreement.
3.7 New Products Required. All equipment, materials or fixtures furnished by Consultant/Contractor
under this Agreement shall be new and of the most suitable grade for the intended purpose,
unless otherwise specifically provided.
3.8 Compliance with Laws. The Consultant/Contractor shall give all notices and comply with all
applicable laws, ordinances, codes, rules and regulations. The Consultant/Contractor shall
secure and pay for all permits, fees, and licenses necessary for the proper execution and
completion of the work.
3.9 Protection of Site and Improvements. The Consultant/Contractor shall preserve and protect the
site, grounds and any involved improvements and shall not alter or damage any portion thereof,
except as is absolutely necessary in order to perform the Work. The Consultant/Contractor shall
repair or replace, as directed by CITY, any property that it damages, loses or destroys in violation
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 3 OF I 1
of this paragraph. Consultant/Contractor shall assume full responsibility for maintaining the safety
of the worksite in compliance with all applicable state and federal worker safety and protection
laws and shall maintain the worksite in compliance with all such laws.
3.10 Inspection of Work. The Consultant/Contractor shall ensure that the Work is available for
inspection by CITY or its Inspector at all reasonable times and that no work is covered up or
rendered incapable of inspection without prior notice to CITY or its Inspector and a reasonable
opportunity for inspection. The presence or absence of a CITY inspector or the conduct of an
inspection by CITY or its Inspector shall not relieve the Consultant/Contractor from any contract
requirement or compliance with Attachment A.
3.11 Title. The Consultant/Contractor warrants that it conveys full and complete title, free of all liens
and encumbrances, to all materials, supplies, fixtures and equipment furnished to CITY under this
Agreement and agrees to fully defend and indemnify CITY, its officers and employees, and the
houses and homebuyers included in the Work from and against any claim, lien, charge, debt,
cost, expense or liability arising from a breach of said warranty.
3.12 Warranties. In addition to any other warranties in this contract, the Consultant/Contractor
represents that the Product shall perform in accordance with the plans and specifications and
fulfill the intended functions for which it was designed. Work conforms to the contract
requirements for a period of one year from the date of final acceptance of the Work by CITY. If
CITY accepts any part of the Work before final acceptance of the entire Work, the warranty shall
continue for the period of one year from the date of such partial acceptance. The
Consultant/Contractor shall remedy, at the Consultant/Contractor's expense, any failure to
conform. The time limit of this warranty shall not apply to any latent defects, or gross negligence
or fraud on the part of the Consultant/Contractor.
3.13 Unfavorable Weather and Other Conditions. During unfavorable weather and other conditions,
the Consultant/Contractor shall pursue only such portions of the work as shall not be damaged
thereby. No portions of the work whose satisfactory quality or efficiency will be affected by any
unfavorable conditions shall be constructed while these conditions remain, unless, by special
means or precautions approved by the City, the Consultant/Contractor shall be able to overcome
them.
3.14 Saturday, Sunday. Holiday and Night Work. No work shall be done between the hours of 6 p.m.
and 7 a.m., nor on Saturdays, Sundays or legal holidays except such work as is necessary for the
proper care and protection of work already performed, or except in cases of absolute necessity
and in any case only with the permission of the City.
It is understood, however, that night work may be established as a regular procedure by the
Consultant/Contractor if he or she first obtains the written permission of the City and that such
permission may be revoked at any time by the City if the Consultant/Contractor fails to maintain
at night adequate force and equipment for reasonable prosecution and to justify inspection of the
work.
3.15 Hours of Labor. Eight (8) hours of labor shall constitute a legal day's work and the
Consultant/Contractor or any subcontractor shall not require or permit more than eight hours of
labor in a day from any person employed by him or her in the performance of the work under this
contract, unless paying compensation for all hours worked in excess of eight (8) hours per day at
not less than 1 '/2 times the basic rate of pay. The Consultant/Contractor shall forfeit to the City,
as a penalty, the sum of twenty-five dollars ($25.00)for each workman employed in the execution
of the contract by him or her or by any subcontractor, for each calendar day during which such
laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 4 OF 11
of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the
Labor Code of the State of California and any acts amendatory thereof.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this Agreement,
Consultant/Contractor shall be compensated on a time and expense basis not to exceed a
guaranteed maximum dollar amount of $864,924. Labor charges shall be based upon hourly
billing rates for the various classifications of personnel employed by Consultant/Contractor to
perform the Scope of Work as set forth in the attached Attachment A, which shall include all
indirect costs and expenses of every kind or nature, except direct expenses. The direct
expenses and the fees to be charged for same shall be as set forth in Attachment A.
Consultant/Contractor 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/Sub-consultant Payment. The use of sub-contractors/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-contractors/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/Contractor for services rendered in accordance
with this contract shall be based upon submission of monthly invoices for the work
satisfactorily performed prior to the date of invoice less any amount already paid to
Consultant/Contractor, which amounts shall be due and payable thirty (30) days after receipt
by City. The invoices shall provide a description of each item of work performed, the time
expended to perform each task, the fees charged for that task, and the direct expenses
incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable
City to determine progress made and the expenses claimed.
5.0 ASSURANCES OF CONSULTANT/CONTRACTOR
5.1 Independent Contractor. Consultant/Contractor is an independent contractor and is solely
responsible for its acts or omissions. Consultant/Contractor (including its agents, servants,
and employees) is not City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant/Contractor 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/Contractor 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/Contractor and City.
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 5 OF I 1
Consultant/Contractor 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/Contractor agrees to indemnify and
hold City and its officers, agents and employees harmless from and against any claims or
demands by federal, state or local government agencies for any such taxes or benefits due but
not paid by Consultant/Contractor, including the legal costs associated with defending against
any audit, claim, demand or law suit.
Consultant/Contractor 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/Contractor understands that its professional responsibility is
solely to City. Consultant/Contractor has no interest and will not acquire any direct or indirect
interest that would conflict with its performance of the Agreement. Consultant/Contractor shall
not in the performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant/Contractor has a disclosure obligation under the
City's local conflict of interest code, the Consultant/Contractor 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/Contractor's obligations arising under
Paragraph 6.2 Consultant/Contractor 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/Contractor's profession. Architects' and engineers' coverage is to
be endorsed to include contractual liability.
B. Minimum Limits of Insurance
Consultant/Contractor shall maintain limits no less than:
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 6 OF I 1
1. General Liability: $1,000,000 combined single limit per occurrence for bodily
injury, personal injury and property damage including operations, products and
completed operations. If Commercial General Liability Insurance or other form
with a general aggregate limit is used, the general aggregate limit shall apply
separately to the work performed under this Agreement, or the aggregate limit
shall be twice the prescribed per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for bodily
injury and property damage.
3. Worker's Compensation and Employers Liability: Worker's compensation limits
as required by the Labor Code of the State of California and Employers Liability
limits of$1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the
City.
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/Contractor,
products and completed operations of the Consultant/Contractor,
premises owned, occupied or used by the Consultant/Contractor, or
automobiles owned, hired or borrowed by the Consultant/Contractor 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/Contractor 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/Contractor'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/Contractor 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
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 7 OF I 1
The insurer shall agree to waive all rights of subrogation against the City, its
officers, officials, employees and volunteers for losses arising from
Consultant/Contractor's performance of the work, pursuant to this Agreement.
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the effective
date of this Agreement. The policy period shall extend one year from the date
of the final, approved invoice for this project.
4. All Coverages
Immediately upon notice to Consultant/Contractor that the coverage under any
insurance policy required by this Section DA is suspended, voiced, canceled or
reduced in coverage or amount Consultant/Contractor 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/Contractor shall furnish the City with Certificates of Insurance and with
original Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person authorized
by that insurer to bind coverage on its behalf. The Certificates and Endorsements are
to be on forms provided or approved by the City. All Certificates and Endorsements
are to be received and approved by the City before Consultant/Contractor 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/Contractor fails to
provide the coverages required herein, the City shall have the right, but not the
obligation, to purchase any or all of them. In that event, after notice to
Consultant/Contractor that City has paid the premium, the cost of insurance may be
deducted from the compensation otherwise due the Consultant/Contractor under the
terms of this Contract.
G. Subcontractors
Consultant/Contractor shall include all sub-contractors or sub-consultants as insured
under its policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall
be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant/Contractor 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/Contractor in the performance of services under this contract
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 8 OF I 1
by Consultant/Contractor, 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,
willful misconduct or defects in design by the City, or arising from the active negligence of the
City.
If Consultant/Contractor's obligation to defend, indemnify, and/or hold harmless arises out of
Consultant/Contractor's performance of "design professional" services (as that term is defined
under Civil Code section 2782.8), then, and only to the extent required by Civil Code section
2782.8, which is fully incorporated herein, Consultant/Contractor's indemnification obligation
shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness,
or willful misconduct of the Consultant/Contractor and, upon Consultant/Contractor obtaining a
final adjudication by a court of competent jurisdiction, Consultant/Contractor's liability for such
claim, including the cost to defend, shall not exceed the Consultant/Contractor's proportionate
percentage of fault.
"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/Contractor, include their officers,
employees, agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant/Contractor by City and all
documents or reports and supportive data prepared by Consultant/Contractor 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/Contractor's
services at no additional cost to City. Deliverables are identified in the Scope-of-Work,
Attachment "A". All documents produced by Consultant/Contractor shall be furnished to City
in digital format and hardcopy. Consultant/Contractor shall produce the digital format, using
software and media approved by City.
7.2 Governing Law. Consultant/Contractor 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/Contractor's services are considered unique and personal.
Consultant/Contractor 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.
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 9 OF I 1
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/Contractor for
services provided under this Agreement; or 3) City has abandoned and does not wish to
complete the project for which Consultant/Contractor was retained. A party shall notify the
other party of any alleged breach of the Agreement and of the action required to cure the
breach. If the breaching party fails to cure the breach within the time specified in the notice,
the contract shall be terminated as of that time. If terminated for lack of funds or abandonment
of the project, the contract shall terminate on the date notice of termination is given to
Consultant/Contractor. City shall pay the Consultant/Contractor only for services performed
and expenses incurred as of the effective termination date. In such event, as a condition to
payment, Consultant/Contractor shall provide to City all finished or unfinished documents,
data, studies, surveys, drawings, maps, models, photographs and reports prepared by the
Consultant/Contractor under this Agreement. Consultant/Contractor 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/Contractor'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 WATER RESOURCES MATTHEW G. KENNEDY
300 SEMINARY AVENUE PO BOX 7967
UKIAH, CALIFORNIA 95482-5400 SANTA ROSA, CA 95407
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULT N /CONTR C-TO
BY: �� tt - �Ai
� R July 30, 2024
MATTHEW G. E Date
PRINCIPAL/VICE PRESI NT
98-0425935
IRS IDN Number
Contraet 2425-082-Groundwater Well Feasibility Study and Design
PAGE 10 OF 11
CITY OF UKIAH
BY: /11-� J u l 3112024
SAGE SANGIACOMO Date
CITY MANAGER
ATTEST
A' L. Jul 31 2024
Kristine Lawler(Jul 31,202414:49 PDT) 7
KRISTINE LAWLER Date
CITY CLERK
Contract 2425-082-Groundwater Well Feasibility Study and Design
PAGE 11 OF 11
j RMEN
1
Groundwater Well
Feasibilityand
0
Design
Design and Engineering Services
City of Ukiah
05 July 2024
The Power of Commitment
I
PEMN
ATTACHMENT A
2235 Mercury Way, Suite 150
Santa Rosa, California 95407
United States
ghd.com
Our ref: 12638677
July 05, 2024
Mary Horger, Financial Services Manager
City of Ukiah
411 West Clay Street
Ukiah, CA 95482
Re: Fee Proposal for Design and Engineering Services, Groundwater Well Feasibility and Design
Dear Ms. Horger:
Enclosed for your consideration is GHD's time-and-materials "not to exceed"fee proposal for the Groundwater
Well Feasibility and Design Project. The fee estimate summarizes the anticipated costs for Phase 1
investigations, Phase 2 exploratory, and Phase 3 design services and address all the requirements included in
the City's Request for Proposals (RFP) scope of work. We have updated this scope of work with tracked-
changed edits to reflect our recommended approach and some adjustments based on the City's input from our
July 2, 2024 scoping meeting. The scope of work is included as Attachment 1. Our fee proposal includes all
hydrogeologic, test well drilling, land surveying, geotechnical investigation, engineering design, and permitting
work necessary for a complete and biddable design. Fees are summarized by project staff indicating number of
work hours by phase for each task in Attachment 2. Individual staff billing rates, subconsultant costs,
expenses including vehicle mileage, production costs and other foreseeable costs are included. GHD's Fiscal
Year 2024 standard rate schedule is included as Attachment 3. Our subconsultant cost proposals are also
included as Attachments 4-6.
We understand the City intends to recommend City Council award of the contract during the July 17, 2024
meeting, therefore we have updated the preliminary baseline schedule included with our proposal to reflect a
Notice to Proceed (NTP) date of July 24, 2024, one week after this City Council meeting. The preliminary
baseline schedule is included as Attachment 7.
Further to our July 2, 2024 scoping meeting, our approach and level of effort to deliver the detailed design of
the recommended project is aligned with the City's expectations that the majority of Well#4 and Well #9
designs we previously prepared for the production well, well head, and treatment and control building will be
used with minimal revisions, and that the design of a treatment system in addition to chlorination is not
required. Revisions identified by the City include increasing the overboard pipe size, moving water quality
sampling line connections to the pipeline in the building, and using a different wellhead enclosure type
identified by the City that is easier to remove. Based on this approach we have reduced our design effort by
about$114,000. The fee proposal from Weeks Drilling & Pump Co. assumes the test well drilling will advance
to a depth of up to 250-feet. We anticipate the test wells to be less than 250-feet deep. We did not obtain a fee
proposal for the geotechnical investigation and have allotted a budget of$25,000 for this task, which should be
sufficient for one or two borings for the building foundation design.
Our fee proposal is a firm offer valid for a period of sixty-five (65) days after the submittal date and is signed by
Matt Kennedy, an officer of GHD who is officially authorized to contractually bind the firm.
' The Power of Commitment
GHD
This is an important project for the City and for GHD, and we are committed to its success. We welcome the
opportunity to work with the City to deliver this important project. and we are confident that we will not only
meet but exceed your expectations for this project. I encourage you to reach out directly to Matt Kennedy by
cell or email with any questions you may have about our proposal.
Respectfully submitted,
Matthew G. Kenned
Principal Engine r Project M er
+1 707 540-3376
matt.kennedy@ghd.com
Copy to: file
Attachments:
1. Scope of Work
2. GHD Fee Proposal
3. GHD FY24 Standard Rate Sheet
4. Weeks Drilling & Pump Co. Test Well Fee Proposal (per well)
5. Stewart Well Logging Fee Proposal (per well)
6. Cinquini and Passarino Land Surveying Fee Proposal
7. Preliminary Baseline Schedule
12638677 1 Re: Fee Proposal for Design and Engineering Services,Groundwater Well Feasibility and Design 2
Attachment 1
DESIGN AND ENGINEERING SERVICES FOR GROUNDWATER
WELL FEASIBILITY AND DESIGN
SCOPE OF WORK
PHASE 1 : WELL FEASIBILITY AND SITING STUDY
The following tasks describe the Consultant's efforts during the feasibility/well siting portion
of the project. The goal of the feasibility/well siting effort is to identify general areas in the
City of Ukiah Water System (System) where ultimately a high producing and reliable
production well can be constructed.
Task 1.1 — Project Initiation and Coordination
1 .1 .1 Project Management Plan
Consultant's Project Manager (PM) will prepare a Project Management Plan (PMP) that
summarizes of the project purpose and goals, team members, roles and responsibilities,
scope of work, meetings, schedule, and budget. The PMP is used by the PM and the team
as a key reference throughout the project regarding schedule, budget, and scope, making
sure all tasks are successfully completed and all requirements met.
1 .1 .2 Project Quality Plan
Consultant's Quality Manager will prepare a Project Quality Plan (PQP). The PQP is our
Team's guide for completing the project meeting quality expectations. It outlines the
procedures and timelines for completing Quality Control (QC) reviews. It also defines the
project scope and criteria, the quality control milestones, and the reviews required at each
milestone. At the completion of the project, the PQP is successful when the services and
products meet contractual and legal requirements, and the project will perform as intended.
1 .1 .3 Project Schedule
Consultant's PM will update the Microsoft Project schedule included with the proposal based
on input from the City and actual project start date. The schedule will be reviewed during the
kick-off meeting to make sure everyone agrees on the task time lines and deliverable dates.
The Power of Commitment
12638677 1 Scope of Work 1
The PM will update schedule monthly and provide it during monthly progress meetings and
with progress reports.
The schedule will include timelines for key activities and dates for completion of reports,
designs, and other key milestones. Dates for City review periods, permitting, and other
approvals will be included with City input. The proposal schedule is based on the desired
completion dates included in the RFP.
1 .1 .4 Meetings and Coordination
Consultant's PM will schedule and attend monthly progress meetings and coordinate with
entities within and, as appropriate, outside the project team. Consultant's PM will identify and
facilitate other milestone meetings. A total of three additional milestone meetings are
budgeted. Meeting agenda and minutes will be provided for all meetings. Should a monthly
progress meeting not take place, a progress report will be provided in lieu of minutes.
Consultant will coordinate and communicate with the City and other stakeholder agencies,
including UVWA, State Division of Drinking Water (DDW), Regional Water Quality Control
Board (RWQCB), County of Mendocino and others throughout the course of the project to
assure communications and adhere to the project schedule.
Consultant will conduct project review meetings during Phase 1 to review the draft Well
Siting Study Summary Report, during Phase 2 to review the test well design and Well
Recommendation Summary Report, and during Phase 3 to review the 50% and 90% design
submittals. Each review meeting is proposed to be in-person at City of Ukiah offices,
although MS Teams meetings can be hosted in addition to or in lieu of in-person meeting
based on team member availability and City discretion. The design review meetings will
include a review of the construction cost estimate and construction schedule.
Task 1.2 — Review Existing Well Siting Study
The City contracted with Brown and Caldwell to prepare a report that evaluated several
potential well locations within the City of Ukiah. Final report entitled "City of Ukiah Well Siting
Study" was completed in 2006. The City is interested in constructing a new groundwater
facility near the area referred to in the study as the Ukiah Redevelopment Agency Near
Airport (Figure 1). This is an area generally bounded by Costco in the north, U.S. 101 in the
east, and the Great Redwood Trail right-of way in the south and west. The City-owned airport
property may also be a consideration. Consultant shall review this study and provide
recommendation on the proposed site. Obtain available information from the City of Ukiah;
State of California, Department of Water Resources (DWR); U.S. Geological Survey;
Mendocino County Environmental Health; Ukiah Valley Groundwater Sustainability Agency,
geological publications; and other relevant sources pertaining to performance, production,
and water quality of past and existing wells for the City of Ukiah Water System. The location,
construction details and water quality from past and existing wells shall be an invaluable
component in determining a potential location for test wells.
12638677 1 Scope of Work 2
Task 1.3 — Assess Hydrogeology
The Consultant shall review available hydrogeological information on the regional aquifers
underlying the System. The Consultant shall use the available hydrogeologic data to
estimate relative extent, thickness and yields of the aquifers below the System, and prioritize
areas for one potential new water supply well. The Consultant shall also use existing
hydrogeologic and well data to evaluate the feasibility of groundwater production from
fracture zones in upland bedrock areas to the west. This estimate assumes that no
groundwater modeling is necessary. The result shall be a base map with prioritized locations
for three test wells.
Task 1.4 — Evaluate Physical Parameter Characteristics
The Consultant shall compile for review information on the major distribution mains within the
System, data regarding available utility power, potential sites physical properties and other
potential site characteristics. This task shall be an important element of the project since a
site might be favorable on a hydrogeological basis, but be difficult to construct a well on
because of a physical barrier(s) such as overhead electrical wires, distance to a major
System connection point, proximity to residential dwellings, and required regulatory agency
setbacks, such as from property boundaries, wetlands and watercourses.
Task 1.5 — Conduct Environmental Check
The Consultant shall obtain the Environmental Data Resources (EDR) Radius Checks for
the City of Ukiah at strategic locations within the System to identify reported hazardous
material leaks and spills that could jeopardize a production well's reliability. EDR Radius
Checks search environmental databases such as the National Priority (Superfund) List, the
United States DOT Hazardous Materials Information Reporting System, the California
Department of Toxic Substance Control and similar others to locate past spill/leak history and
current threats in specific areas. The Consultant shall post the resulting leak and spill sites
on a map and use the data to screen potential test well sites for inclusion in Task 1.5.
Task 1.6 — Prepare Summary Report
Using the information compiled in the previous tasks, the Consultant shall recommend via a
full summary report the boundaries of up to three areas within the System which a test well
and, eventually, a production well could potentially be constructed. The Consultant shall
present the recommendation in the summary report to the City of Ukiah staff and shall revise
it as required or requested. The Consultant shall work closely with the State of California,
Department of Health Services (DHS) and shall seek their approval for potential drilling
locations.
Phase 1 Deliverables:
The following is a list of project deliverables for Phase 1:
12638677 1 Scope of Work 3
1. Recommendation Summary Report (five copies and digital).
2. Associated attachments, charts, graphs and maps.
PHASE 2: TEST WELL DRILLING, CONSTRUCTION, AND
SAMPLING
The following tasks describe the Consultant's efforts during the drilling, construction, testing
and sampling of up to three test wells. The goal of this task shall be to test up to three
locations for a production well that shall yield an acceptable and reliable quantity of
groundwater with suitable water quality. Additionally, this task shall produce the necessary
data that is required to design the production well. The data that shall be obtained during the
construction of the test wells is to include geophysical logs, formation samples, aquifer water
quality, water level records (static and pumping water levels), sanitary seal depth,
intermediate seal(s) depth, well screen locations, and any other data or information deemed
necessary by the Consultant.
Task 2.1 - Develop Drilling Work Plan/ Bid Support Services
The Consultant shall develop a "Work Plan" and subcontract with an experienced and
qualified well drilling contractor who will execute the "Work Plan" to drill, test and sample up
to three test wells. The "Work Plan" shall include Special Conditions and Technical
Specifications. Special Conditions shall be developed to address site - specific conditions
such as:
- Health and Safety Plan
- Construction water availability
- Site security
- Noise suppression
- Fluids/solids waste disposal
- Site restoration
- Other site-appropriate contractor requirements
Technical specifications will be created and integrated with the City's standard boilerplate
construction bid documents. The technical specifications shall:
- Establish work descriptions, acceptable materials, test well construction execution
protocol, record - keeping/ submittal requirements, and other project components.
- Give written instruction and procedures for the installation of the various elements
shown on the drawings.
12638677 1 Scope of Work 4
- Include all mechanical, electrical, structural and building code requirements.
- Address the following critical issues:
• Drilling method
• Drilling fluids and their control
• Formation sampling tools/methodology
• Geophysical logging requirements
• Depth specific water quality sampling procedures
• Borehole sizing requirements
• Casing dimensions and composition
• Gravel pack material
• Surface sanitary seal material makeup and installation procedures
• Test well development activities
• Test pumping protocol
• Water quality sampling
• Other associated project/contractor requirements
Be submitted to the City for review.
Receive comments on plans and specifications and prepare final documents.
Task 2.2 — Observe and Supervise Test Well Drilling and Construction
During the course of test well construction, the Consultant shall make field visits to the
project location at intervals appropriate to the various stages of drilling, well construction,
development and testing to observe and document the well drilling contractor's work to verify
that such work is proceeding in accordance with the "Work Plan". Consultant will be in close
contact with the drilling sub-contractor during all stages of well drilling and construction
maintaining daily correspondence and being onsite during all critical activities. Since drilling
and well
construction activities are very critical to the success of the project, the Consultant shall
budget a significant amount of on-site time during this phase of the project including some
full-time effort. Additionally, the Consultant shall be on- site and involved when water
sampling is conducted. The City shall collect, transport and deliver all water samples to the
City's laboratory or approved vendor for analysis. It is recommended water quality samples
be evaluated with an abbreviated Title 22 sampling list with the addition of dissolved Arsenic,
Chromium, Iron, and Manganese to test for potential contaminates that could require
12638677 1 Scope of Work 5
treatment while minimizing cost from the combined total of up to nine (9) zonal groundwater
sampling events.
Task 2.3 — Prepare Record/Recommendation Summary Report
After construction of the test wells, the Consultant shall provide a Record/ Recommendation
Summary Report that both provides a construction record detailing the test well's
construction features and testing results and provides a recommendation for completing a
production supply well in the vicinity of the test well. The recommendation portion of the
report shall include production well design details such as:
- Borehole depth and diameter
- Casing dimensions and metallurgical requirements
- Cement sanitary seal depth
- Perforation type and placement intervals
- Gravel pack material
- Test pump capacity and setting
- Drawdown during pumping
- Other production well design elements
Phase 2 Deliverables:
The following is a list of project deliverables for Phase 2:
1. Record/Recommendation Summary Report (5 hard copies and digital) and associated
attachments, charts, graphs and maps.
2. Preliminary Design Plan
3. Final Design Plan
PHASE 3: WELLHEAD DEVELOPMENT
This phase entails designing a groundwater well that is equipped to reliably and continuously
supply potable water to the City of Ukiah's Water Distribution System. The completion of this
phase will mark the wells' readiness for operation, emphasizing design efficiency, regulatory
compliance, and system integration.
12638677 1 Scope of Work 6
Task 3.1 — Design Permanent Wellhead/Pump Equipment
Objective: To finalize the design of the wellhead and pump equipment, to meet operational
efficiency and compatibility objectives that align with the City's water distribution system
requirements.
Activities: Meet with City of Ukiah Water Resources staff to discuss desired outcomes of
new well facility. Organize and facilitate a 2-4 hour design workshop with City staff to review
the test well outcome, recommendations for a new production well, and details of the new
well and associated facility design, including civil, structural, architectural, process
mechanical, HVAC, plumbing, electrical and instrumentation. During the workshop, review
and assess the existing design for Well 4 for its applicability and efficiency for the new well.
Incorporate City requested materials and equipment, including instrumentation, telemetry,
and SCADA. The outcome of the design workshop is an initial Basis of Design (BOD)
Report. The BOD Report will remain a living document that is updated by the design team as
new information and inputs from the City are provided during the advancement of the design
from 50% to Final. Submit the BOD Report following completion of the design workshop.
Submit an updated BOD Report with each design deliverable. Customize the design to
accommodate the specific needs of the new well, considering the hydrogeological
characteristics and anticipated water demand.
Include all necessary components, including pumps, pipes, electrical connections, and
safety features.
3.1 .1 Topographic Survey & Mapping
Consultant will prepare a design level topographic survey facilitate the design of the
proposed improvements for the chosen site location.
Field and Office Survey
It is assumed the site will be about 1 acre in size. All topographic mapping will be at a
drawing scale of 1 inch = 20 feet, unless otherwise requested, with a one-foot contour
interval. The topographic survey will include the following:
- Topographic survey will include all necessary work to produce a topographic map,
including features such as, but not limited to; building corners and elevations, curb
lines, flowline of gutter, lip of gutter, water meters, sewer cleanouts, valves, manholes
(including rim, invert and pipe information), utility markings on the pavement, utility
poles, driveway and doorway locations, sidewalks, trees four (4) inches and larger,
retaining wall or decorative walls, and any other pertinent information that could
apply to the project during design. Topographic survey will be provided on North
American Vertical Datum of 1988.
- Topographic map to horizontally relate California Coordinate System of 1983, Zone
II.
12638677 1 Scope of Work 7
Right-of-Way and Boundary Retracement
Consultant will locate existing survey monumentation to establish the boundary and/or right-
of-way along the chosen site. Begin by reviewing existing record maps, City provided
mapping, if any, control maps, if available, deeds and other pertinent documents. Once the
records research and field monument ties have been completed, resolve the right-of-way
and boundary the provide the line work for the engineer's use. Procure up to one condition of
title report for the chosen site. The effort to file a record of survey as a part of this project is
included.
Supplemental Mapping
Consultant will perform additional supplemental surveys as needed. These surveys may
include:
- Locating wells.
- Locating geotechnical boring locations
- Additional topographic surveys or other consulting services as needed.
- This effort includes two field days and associated office hours.
3.1 .2 Geotechnical Investigation
Consultant will perform a geotechnical investigation to develop recommendations and design
parameters for assumed shallow foundations. Consultant will perform borings and prepare a
geotechnical report for a treatment and control building similar to Well #4.
Subsurface Exploration
To assess the subsurface soil and groundwater conditions at the site up to two (2) soil
borings will be made to a depth of 15 feet for the building. Afield geologist will direct the
sampling and log the boring. At a minimum, sampling will be continuous in the upper 5 feet
and 5-foot intervals thereafter using a split spoon sampler. It is expected that the drilling
contractor will advance the borings with a rubber-tired, truck-mounted drill rig using 6- to 8-
inch-diameter hollow- or solid-stem augers. Standard Penetration Testing and Modified
California sampling will be performed within the borings with a 140-pound automatic hammer
to obtain samples and blow count information. Visual soil classification will be performed on
all samples.
Laboratory Analysis
The following laboratory tests are proposed, as appropriate, on representative soil samples
obtained from the exploratory borings:
- Moisture content and dry density
- Grainsize analysis
12638677 1 Scope of Work 8
- Direct shear and/or unconfined compressive strength
- Consolidation
- Plasticity Index
- Corrosivity
Engineering Evaluation and Analysis
Engineering analysis will be performed to determine geotechnical design parameters and
provide recommendations for:
Seismic Design Parameters
Allowable bearing capacity, lateral resistance, and foundation settlement
Liquefaction and seismic settlement estimates
Geotechnical Report
A Geotechnical Report for the proposed improvements which will include the following:
- Scope of work,
- Site and project description,
- Field exploration,
- Site geology,
- Subsurface soil and groundwater conditions,
- Corrosivity,
- Liquefaction evaluation,
- Allowable bearing capacities, passive soil pressures, and settlement estimates for the
building,
- Seismic Design Parameters
- Earthwork recommendations (subgrade preparation, engineered fill, compaction,
trench backfill, temporary slopes/shoring, etc.)
- Limitations,
- Site plan with boring locations
- Geologic map,
- Fault map, and
- Boring logs with laboratory test results.
12638677 1 Scope of Work 9
Geotechnical Plan Review
Geotechnical Engineer will coordinate with the design team during design development on
geotechnical topics and review the plans and specifications prior to the 90 percent submittal
for general conformance with the geotechnical recommendations.
3.1 .3 Engineering and Construction Documents
Consultant will prepare complete set of biddable contract documents and final engineer's
opinion of probable construction costs. Plans, specifications, estimate and Basis of Design
will be developed at for the 50%, 90% and 100% design completion. Each design submittal
shall consist of the BOD Report, drawings, technical specifications, and an opinion of
probable construction cost. The 90% submittal shall be a pre-final (essentially complete).
The bid schedule and/or schedule of values for lump sum items will be developed in
coordination with the City. A submittal register summarizing all contractor submittals will also
be provided with the 100% submittal. Consultant will attend design review meetings with the
City following the 50% and 90% reviews to discuss comments.
Task 3.2 — Design Treatment System (Excluded)
Objective: To determine the need for and design a water treatment system for each well,
ensuring the water quality meets or exceeds regulatory standards.
Activities: Evaluate water quality analyses from Phase 2 to determine the necessity for a
water treatment system for each well. Design an efficient and cost-effective treatment
system that adheres to regulatory standards for potable water quality. Incorporate modern,
energy- efficient technologies to minimize operational costs and environmental impacts. A
detailed scope of work and cost proposal for this task can be provided if treatment is
determined necessary to meet primary and/or secondary water quality standards after test
well water quality data is available to evaluate.
Task 3.3 — Complete DHS Permit Requirements and Summary/Report
Objective: To ensure all necessary documentation and data are compiled to fulfill DHS
permit requirements for the operation of the wells.
Activities: Compile and submit all necessary documentation to meet the Department of
Health Services (DHS) permit requirements. Engage with DHS throughout the permitting
process, addressing any concerns and ensuring compliance with all requirements. Prepare a
comprehensive summary report detailing the design of the wellhead and pump equipment,
any necessary treatment system, and the completion of DHS permit requirements. This
report should also highlight the project's adherence to regulatory standards and its
preparedness for operational deployment.
Phase 3 Deliverables
12638677 1 Scope of Work 10
The following is a list of project deliverables for Phase 3:
1. Wellhead and Pump Equipment Design Documents: Detailed design documents,
including specifications, drawings, and installation guidelines. To include 50%, 90%,
final construction cost based on 90% plans/ specs. Cost opinion to include schedule
of values, and item descriptions that will be used on subsequent construction bid
documents and 100% final plans and specifications.
2. Water Treatment System Design Documents (excluded): A complete design package
for the water treatment system, including technology selection, process flow
diagrams, and operational parameters.
3. DHS Permit Application Package: A compiled set of documents required for DHS
permitting, including the application form, supporting data, and compliance plans.
4. BOD Report: A final report encapsulating the outcomes of Phase 3 activities,
detailing design decisions, the approach to meeting DHS requirements, and the
project's readiness for the next steps toward operational ization.
5. Presentation to City Officials: A formal presentation to the City of Ukiah officials,
summarizing the key elements of wellhead development, treatment system design
(excluded), and the completion of DHS permit requirements.
Assumptions and Exclusions to the Scope of Services
1. Rights of entries for geotechnical field work, if needed, will be provided by the City.
2. Geotechnical and test well drilling work hours will be weekdays from 7 am to 5 pm.
3. The geotechnical boring locations are accessible with the truck-mounted rig planned
for the well installation.
4. Soil cuttings will be disposed of onsite.
5. A geologic hazards study is not required.
6. All deliverables will be electronic unless noted otherwise.
7. Plans will be prepared at a scale of 1 "=20' on 22"x34" sheets using a City-provided
titleblock or the GHD standard title block and AutoCAD Civil3D 2022 or newer.
8. Specifications will be prepared in 49 division CSI format using Microsoft Word.
9. Our approach and level of effort for the detailed design of the recommended project
assumes the majority of Well #4 and Well #9 designs we previously prepared for the
production well, well head, and treatment and control building can be used with
minimal revisions.
10. Design of PV Solar systems is excluded.
11. Environmental documentation and resource agency permitting is excluded.
12. City will pay all filing fees and all permit application fees.
12638677 1 Scope of Work 11
13. Utility potholing is excluded.
14. Sampling, testing, analysis, and development of specifications and requirements for
addressing hazardous materials and contamination is excluded.
15. Construction period services, including bidding assistance, review of submittals and
RFIs, and preparation of record drawings is excluded, but can be provided upon
request.
16. Studies and design of stormwater management and stormwater quality
improvements, to meet LID requirements are excluded. These services can be
provided if it is determined during preliminary design that they are necessary based
on area disturbed by the project.
17. Division of Drinking Water (DDW) Drinking Water Source Assessment Package
(DWSAP) to be completed following the construction of the new facility and is not a
part of this scope.
18. Public outreach is excluded.
Preliminary Sheet List
Based on the Well #4 and Well #9 project drawings, we have developed the following
preliminary sheet index. This index summarizes our best estimate of the various discipline
drawings that would be prepared and delivered for construction. We anticipate many of the
drawings and details developed for the Well #4 and Well #9 project will be reused for this
project with few to no changes. The table heading indicates the drawings we anticipate
providing for the 50%, 90% and 100% submittals.
M Drawing No. Drawing Title MMM
1 G-001 Title Sheet x x x
2 G-002 General Notes x x x
3 G-003 CALGREEN Compliance x x
4 G-004 CALGREEN Compliance x x
5 G-005 Title 24 Compliance x x
Documents 1
6 G-006 Title 24 Compliance x x
Documents 2
7 G-007 Title 24 Compliance x x
Documents 3
8 C-101 Existing Site Plan, Survey x x x
Control and Boring Locations
9 C-102 Site Demolition Plan x x
10 C-103 Site Improvement Plan x x x
11 C-104 Site Utility Plan x x x
13 C-105 Erosion Control Plan x x
12638677 Scope of Work 12
• Drawing No. Drawing Title
14 C-301 Production Well Design x x x
15 C-501 Production Well Details x x x
16 C-502 Civil Details - 1 x x
17 C-503 Civil Details -2 x x
18 C-504 Civil Details - 3 x x
19 C-505 Civil Details -4 x x
20 S-001 Structural Notes x x x
21 S-002 General Structural Notes and x x
Typical Details
22 S-003 Typical Structural Details x x
23 S-004 Statement of Special x x
Inspections
23 S-101 Control / Chlorination Bldg, x x x
Floor/Foundation, Roof/Roof
26 S-201 Control/ Chlorination Bldg x x x
Exterior Elevations
27 S-301 Control/ Chlorination Bldg x x x
Building Section - 1
28 S-302 Control/ Chlorination Bldg x x x
Building Section -2
29 S-501 Structural Details - 1 x x
30 S-502 Structural Details - 2 x x
31 S-601 Structural Schedules x x
32 M-001 Mechanical Notes, Symbols x x x
and Abbreviations
33 M-101 Control/ Chlorination Bldg x x x
Mechanical Plan
34 M-301 Control/ Chlorination Bldg x x x
Mechanical Section
35 M-501 Mechanical Details - 1 x x
36 M-502 Mechanical Details - 2 x x
37 H-001 HVAC Symbols Legend and x x x
Abbreviations
38 H-101 Control/ Chlorination Bldg x x x
HVAC Plan
39 H-501 HVAC Schedules and Details x x
40 P-001 Plumbing Symbols, Legend x x x
and Abbreviations
41 P-101 Control/ Chlorination Bldg x x x
Plumbing Plan
42 P-501 Plumbing Details and x x
Schedules
12638677 Scope of Work 13
- - • Drawing No. Drawing Title
43 E-001 Electrical Symbols, Legend, x x x
Abbreviations and Index
44 E-101 Electrical Site Plan x x x
45 E-102 Chlorination Bldg Electrical x x x
Plan
46 E-103 Chlorination Bldg Lighting x x x
Plan
47 E-501 Electrical Details x x
48 E-601 Electrical Schedules & Single x x x
Line Diagrams
49 E-602 VFD Pump Control Diagram x x
50 1-001 P&I Diagram - Legend and x x
Abbreviations 1
51 1-002 P&I Diagram - Legend and x x
Abbreviations 2
52 1-601 P&I Diagram - Well Piping x x
System & Chlorination
12638677 Scope of Work 14
Fee Estimate
Proposal for the Groundwater Well Feasibility and Design Project Attachment 2 FM III q
Date:04/09/2024
Prepared by: Matt Kennedy and Rayn Crawford
Civil/ HVACI HVACI
Project Project Quality Mechanical Lead Projet Project Structural Electrical Plumbing Plumbing GIS
Director Manager Manager Procss Lead Hydrogeologist Hydrogeologist Hydrogeologist Lead Lead Lead QAQC SCADA Lead Specialist CAD Designer
Associated Travel,
Alternative Description if needed Project Costs Supplies, Sub-
Ann Matt Patrick Holly Ryan Coleton Steve Rick Dylan Mike Evan Total Personnel ($6.5 per and Sub- consultant
Bechtel Kennedy Sullivan Cinkutis Crawford Golden Mindi Curran Burns Guggiana Desimone Terry Wong Tocher Thompson Chris Bach Hours Budget labor hour) Expenses consultants Markup
Year 1: July 2022 to June 2023 1 $366.001 $366.00 1 $264.001 $285.001 $264.00 1 $221.001 $221.00 1 $264.001 $315.00 1 $285.001 $285.00 1 $332.001 $183.00 1 $217.001 1 1 TOTALS
Phase 1
Task 1.1 -Project Initiation and Coordination
Task 1.1.1-Project Management Plan 2 2 $732.00 $13.00 $745.00
Task 1.1.2-Project Quality Plan 1 2 3 $894.00 $19.50 $913.50
Task 1.1.3 -Project Schedule 2 2 $732.00 $13.00 $745.00
Task 1.1.4-Meetings and Coordination 12 6 4 4 1 1 28 $8,642.00 $182.00 $8,824.00
Task 1.2-Review Existing Well Siting Study 12 12 24 $5,820.00 $156.00 $5,976.00
Task 1.3-Assess Hydrogeology 4 12 16 $3,708.00 $104.00 $3,812.00
Task 1.4-Evaluate Physical Parameter Characteristics 8 81 4 20 $5,924.00 $130.00 $6,054.00
Task 1.5-Conduct Environmental Check 1 1 41 12 i 16 $3,708.00 $104.00 $1,000.00 $150.00 $4,962.00
Task 1.6-Prepare Summary Report 21 21 81 30 161 58 $12,930.00 $377.00 1 $371.52 $13,678.52
Total Budget Hours 1 01 271 41 61 401 741 01 01 11 01 11 01 161 01 169
Total Budget Fee 1 $0.001 $9,882.001 $1,056.001 $1,710.001 $10,560.001 $16,354.001 $0.001 $0.001 $315.001 $0.001 $285.001 $0.001 $2,928.001 $0.001 1 $43,090.001 $1,098.501 $371.521 $1,000.001 $150.00 $45,710.02
Year 2: July 2023 to June 2024 1 $380.641 $380.641 $274.561 $296.401 $274.561 $229.841 $229.841 $274.561 $327.60 1 $296.401 $296.401 $345.281 $190.32 1 $225.681 1 1 TOTALS
Phase 1
Task 1.1 -Project Initiation and Coordination
Task 1.1.3 -Project Schedule 1 21 1 1 1 1 1 1 1 1 2 $761.281 $13.00 1 $774.28
Task 1.1.4-Meetings and Coordination 1 121 1 61 41 61 1 1 61 1 61 1 1 40 $12,567.36 1 $260.00 1 1 $12,827.36
Phase 2
Task 2.1 -Develop Drilling Work Plan/Bid Support Services 2 2 16 48 4 40 112 $26,524.16 $728.00 $27,252.16
Task 2.2-Observe and Supervise Test Well Drilling and Construction 120 90 60 270 $67,423.20 $1,755.00 $2,572.80 $331,890.00 $49,783.50 $453,424.50
Task 2.3-Prepare Record/Recommendations Summary Report 41 2 161 32 4 58 $14,580.80 $377.00 $250.001 $15,207.80
Phase 3
Task 3.1 -Design Permanent Wellhead/Pump Equipment
Design Workshop and Draft BOD Report 6 6 6 6 6 6 2 38 $11,523.20 $247.00 $257.28 $12,027.48
3.1.1 Topographic and Boundary Survey 0 $0.00 $0.00 $35,650.00 $5,347.50 $40,997.50
3.1.2 Geotechnical Investigation 0 $0.00 $0.00 $25,000.00 $3,750.00 $28,750.00
3.1.3 50%PS&E+BOD 16 2 56 12 16 20 24 24 12 80 262 $72,874.88 $1,703.00 $171.52 $74,749.40
3.1.3 90%PS&E+BOD 16 2 72 8 16 16 40 40 32 80 322 $92,310.40 $2,093.00 $171.52 $94,574.92
3.1.3 100%PS&E+BOD 8 1 32 4 6 12 24 24 24 40 175 $50,866.40 $1,137.50 $471.52 $52,475.42
Task 3.2-Design Treatment System excluded 0 $0.00 $0.00 $0.00
Task 3.3-Complete DHS Permmit Requirements and Summary Report
Task 3.3.1-DHS Application Package 2 4 6 $1,468.48 $39.00 $1,507.48
Task 3.3.2-Presentation to City Officials 12 12 $4,567.68 $78.00 $4,645.68
Total Budget Hours 1 01 781 91 1721 1881 2241 601 481 lool 01 1001 701 81 2401 1297
Total Budget Fee 1 $0.001 $29,689.921 $2,471.041 $50,980.801 $51,617.281 $51,484.161 $13,790.401 $13,178.881 $32,760.001 $0.001 $29,640.001 $24,169.601 $1,522.561 $54,163.201 1 $355,467.841 $8,430.50 1$3,894.641$392,540.00 1$58,881.00 $819,213.98
Project Subtotal 1 $0.001$39,571.92 1 $3,527.041 $52,690.80 1 $62,177.28 1 $67,838.16 1 $13,790.40 1$13,178.88 1$33,075.00 1 $0.001$29,925.00 1$24,169.60 1 $4,450.561$54,163.20 1 1466.01 $398,557.84 1 $9,529.00 1$4,266.161$393,540.00 1$59,031.00 $864,924.00
Project Grand Total 1 1 $864,924.00
Effective January 2024
Attachment 3
GHD 2024 GHD 2024
Class GHD Description US Class GHD Description US
Rate Rate
PROFESSIONAL ADMINISTRATION
A001 Senior Technical Director 1 $ 430.00 C001 Business Services Manager 1 $ 350.00
A002 Senior Technical Director 2 $ 400.00 C002 Business Services Manager 2 $ 310.00
A003 Senior Technical Director 3 $ 370.00 C003 Senior Business Services 1 $ 230.00
A004 Technical Director 1 $ 335.00 C004 Senior Business Services 2 $ 200.00
A005 Technical Director 2 $ 310.00 C005 Business Services 1 $ 175.00
A006 Senior Professional 1 $ 280.00 C006 Business Services 2 $ 165.00
A007 Senior Professional 2 $ 260.00 C007 Business Services 3 $ 120.00
A008 Professional 1 $ 250.00 SITE BASED
A009 Professional 2 $ 215.00 S001 Senior Construction Manager $ 385.00
A010 Professional 3 $ 190.00 S002 Construction Manager $ 335.00
A011 Vacationer/ Intern $ 175.00 S003 Lead Site Engineer/Supervisor $ 295.00
CONSULTANT S004 Senior Site Engineer $ 265.00
V001 Executive Consultant 1 $ 520.00 S005 Site Engineer $ 245.00
V002 Exectutive Consultant 2 $ 470.00 S006 Lead Inspector $ 235.00
V003 Senior Consultant 1 $ 390.00 S007 Senior Inspector $ 185.00
V004 Senior Consultant 2 $ 345.00 S008 Inspector/Specialist 1 $ 160.00
V005 Consultant 1 $ 285.00 S009 Inspector/Specialist 2 $ 140.00
V006 Consultant 2 $ 230.00 S010 Clerk/Specialist 3 $ 135.00
V007 Consultant 3 $ 185.00 5011 Senior Site Manager 1 $ 160.00
TECHNICAL S012 Senior Site Manager 2 $ 150.00
B001 Lead Design Technician 1 $ 395.00 S013 Senior Site Manager 3 $ 135.00
B002 Lead Design Technician 2 $ 365.00 S014 Senior Site Manager 4 $ 125.00
B003 Lead Design Technician 3 $ 330.00 S015 Operator/Labourer 1 $ 115.00
B004 Senior Design Technician 1 $ 300.00 S016 Operator/Labourer 2 $ 110.00
B005 Senior Design Technician 2 $ 280.00 S017 Operator/Labourer 3 $ 90.00
B006 Design Technician 1 $ 255.00 PROJECT SUPPORT
B007 Design Technician 2 $ 240.00 D001 Project Support Manager 1 $ 420.00
B008 Drafting/Design 1 $ 230.00 D002 Project Support Manager 2 $ 395.00
B009 Drafting/Design 2 $ 195.00 D003 Senior Project Support 1 $ 350.00
B010 Drafting/Design 3 $ 180.00 D004 Senior Project Support 2 $ 300.00
B011 Drafting/Design 4 $ 170.00 D005 Project Support 1 $ 265.00
B012 1 Intern Drafting/Design $ 150.00 D006 Project Support 2 $ 245.00
D007 Project Support 3 $ 225.00
D008 Project Support 4 $ 205.00
D009 Project Support 5 $ 175.00
D010 Project Support 6 $ 115.00
GHD CY2024 Standard Rate Schedule
2024 Rate Schedule Notes
1) Rates are for employees of GHD companies.
2) An administration fee will apply to all invoices to cover in-house disbursements (Associated
Project Costs)on a project. This will be charged at a rate of either:
• 6% of total professional fees
• Hourly rate of CAD $7.50 or USD $6.50
3) All travel will be invoiced at economy class rates. Lodging and meal expenses will be at cost
plus agreed markup unless a per diem rate is negotiated.
4) All other project related disbursements, expenses and subcontractor costs will be
invoiced with a markup of 15%.
5) Fee schedule is subject to change annually.
6) Leased and personnel vehicles, field equipment and disposable field supplies will be invoiced at
established rates. Personal vehicle milage rates will be charged in accordance with government regulated
standard rates.
Rate Schedule Notes GHD 2024
Attachment 4
WEEKS Water Well Drilling Proposal M
• • WDPQ4049 Q~ ►�� 4
CODRILLING & PUMP Apr 3, 2024WATER TREATMENT
• Brandon Burgess Q
6100 Highway 12/P.O. Box 176,
Sebastopol, CA 95473 R 7 F
Contractor's License: 177681 Independently Rated
To Jennifer Weston Highest in Quality
GHD Site: City of Ukiah
2235 Mercury Way- Ste 150
Santa Rosa, CA 95407-5472
Phone: (519) 340-4290 APN: TBD
Email: jennifer.weston@ghd.com
Scope of Work:
We propose to construct a water well to an approximate depth of: 250 feet and set approximately 250 feet of 6 inch PVC
casing. Costs may include:
QTY DESCRIPTIONTOTAL
1 Mobilization (each site) $2,500.00 $2,500.00
50 ft/ 14"Steel Conductor Casing, Installed @$480/ft $480.00 $24,000.00
200 ft/Test Hole Drilling @$70/ft $70.00 $14,000.00
1 E Log $3,750.00 $3,750.00
200 ft/ Reaming @$70/ft $70.00 $14,000.00
250 ft/6" PVC Casing, Installed @$40/ft $40.00 $10,000.00
20 ft/Bentonite Isolation Seal, Installed @$175/ft $175.00 $3,500.00
180 ft/Well Pack, Installed @$30/ft $30.00 $5,400.00
50 ft/Sanitary Seal, Installed @$60/ft $60.00 $3,000.00
8 hr/Air Lift Development @$450/hr $450.00 $3,600.00
1 Well Head Completion (each site) $2,500.00 $2,500.00
1 Permit&Processing (each) $700.00 $700.00
60 hrs/Pump Rig w/Crew @$280/hr $280.00 $16,800.00
1 Equipment Rental (each site) $2,500.00 $2,500.00
Created on 04103124 11:40:26 by Brandon Burgess
1 of 12
QTY DESCRIPTION •
1 Tax&Misc $2,500.00 $2,500.00
Optional Items - Depending on Conditions Encountered
hr/Site Work/Setup Fee @$350/hr+ Equip Rental &Material (if needed)
hr/Standby @$400/hr or$3,500/dy(if needed)
This estimate will be billed on a Time & Materials basis (Approximate) • $108,750.00
The approximate cost of the proposed well is: $108,750.00 more or less, depending upon conditions encountered.
This is a proposal and not a substitute for a drilling contract as required by California law. Other than unit prices listed above, we do not make any
representations by this proposal. If we can serve you with your water needs please FILL OUT AND RETURN this form OR CALL OUR OFFICE
with the needed information (AP#, PHONE NUMBERS and PARCEL MAPS)and we will then prepare a contract that contains the detaills of our
agreement with you.
To accept this quotation, sign here and return:
Print Name: Email:
Created on 04103124 11:40:26 by Brandon Burgess
2of12
WEEKS Water Well Drilling Contract
D , •
WATER TREATMENT 1
6100 Highway 12/ P.O. Box 176
Sebastopol, CA 95473
707-542-3272 Fax 707-823-4258
Contractor's License C57-177681
Jennifer Weston, GHD ("Owner" or"you", or"yours"), hereby retains Weeks Drilling & Pump Co., ("Contractor"or"we"or
ours',License #177681, to construct the following work of improvement (the "Project', and agree to the following:
1) Description of Work. We will furnish all materials and labor necessary to construct and complete in a good
and workmanlike manner a WATER WELL, or WELLS, upon property located at City of Ukiah, , , APN TBD,
(the"premises' as described hereafter. A plot plan will be prepared for the purpose of permit
application. A final well report will be provided upon completion of the water well.
The following are included:
a) Boring, reaming, casing, sand, gravel, and cement necessary to complete a water well to an approximate depth of
250 feet. Unit prices are as noted on Weeks Proposal dated 4/3/2024, a copy of which is attached. The Weeks
representative who made the proposal is Brandon Burgess.
b) County permit.
The following are excluded:
a) Disposal of cuttings and fluids. The material we remove from the boring as well as drilling mud and water will
be placed near the well.
b) Pump installation. In order for the completed well to function as a water supply it must have a pump
installed which is not included.
c) Site access costs, excavation, tractor work.
d) Water quality and/or water quantity testing of completed well.
2) Finished Depth Uncertain. Owner and Contractor agree that the finished well depth and the quantity of
material necessary cannot be exactly known until after construction has begun. We will not exceed the depth
specified in paragraph 1. a, above, without prior authorization from you.
You shall be available and communicate with us in a timely manner during the execution of the Project and provide us
with an opportunity to exercise such approval rights as appropriate as the Project progresses.
3) Estimated Costs. Subject to Section 8, the estimated cost of the completed well to a depth of 250 feet is
$108,750.00. If the completed well depth is more or less, then you shall pay for the materials actually used, whether
more or less than the estimate, at a per unit rate as shown.
Materials Escalation Clause
Owner understands and agrees that this Contract price has been figured at current local costs of labor, materials, sub or
specialty contractor and other costs. If, during the performance of this contract, the price of materials significantly
increases through no fault of Weeks Drilling and Pump Co., or if this job cannot be started within 30 days from the
date thereon for whatever reasonable reason, Weeks Drilling and Pump Co. at its option shall be entitled to a change
order increasing the contract price to include any such increases incurred.
4) Terms. You agree to pay us a deposit of 10% of the price estimated in the previous paragraph or $1000, whichever
is less, upon notification that we are ready to move equipment to your property. You agree to pay us for our work
immediately upon completion of the well, or in the event a completed well is not developed, at the time we remove our
equipment from the property.
If the Project takes longer than 30 days, you agree to pay us each 30 days for the progress attained as an estimated
percent complete of the total estimated price.
3of12
4) TERMS cont.
Interest on monies owed to us under this contract past 30 days due shall accrue interest at a rate of 0.833% per month on
the principal balance.
Upon payment being made for any portion of the work performed, we shall, prior to any further payment being made,
furnish to the Owner a full and unconditional release from any claim or Mechanic's lien for that portion of the work for which
payment has been made.
5) Well Location. You acknowledge you have approved the intended well site(s), that you have identified the location of
property lines, septic tanks, and leach fields to us, and that we have no responsibility for the accuracy of your representations
of these locations to us. Further, you agree that we are not responsible for the accuracy of maps, public record documents, or
other information we might obtain on your behalf.
6) Property Damage. You agree to provide us and our equipment free ingress and egress upon your property for the purpose
of constructing the well(s). You also agree that any damage to your property (or the property of others if required for ingress
or egress), whether upon the surface or underground, that occurs in the pursuance of this Project and is incidental or
necessary to the completion of this Project shall not be our liability.
7) Date Work to Begin. Substantial commencement of work shall occur when we make application for a permit from the
jurisdictional agency. We shall file such application within approximately 30 days or less from the date of this contract. Our
failure without lawful excuse to substantially commence work within 20 days from that approximate date is a violation of the
Contractors License Law. Due to uncertainties in equipment availability and weather, we do not guarantee a date when we
will move equipment to your property. We agree to keep you informed of our approximate lead time, if requested, and we
will notify you of the date when we are able to begin the drilling process.
8) Time for Completion. At the time we notify you that we can move equipment to your property and begin the drilling
process we will estimate the date of completion. Once we begin the work we will continue, excluding weekends and
holidays,on this Project until the well(s) are complete or you authorize us to stop. We may stop or postpone work due to
conditions beyond our control such as, but not limited to: weather, equipment breakdown, employee illness, strike,
government agency order, inability to obtain materials, or changed or unexpected conditions that make proceeding
impractical.
You agree that we may also stop work if, in our sole judgment, continuing presents a hazard to people, equipment or the
environment.
The definition of"completion"is understood to be either a water well in a condition to be operated by the owner or
termination of the Project for any reason under the terms of this contract.
Owner shall be responsible for any and all additional costs incurred by Contractor resulting from a delay in completion of the
Project, which delay is caused by Owner.
9) Extra Hard Rock. If we encounter unexpected conditions such as extra hard rock or a porous formation that will not contain
the drilling fluids,we reserve the right to cease drilling and you shall pay us for footage drilled,work performed, and
materials used to date. Whether extra hard rock or other conditions have been encountered shall be in our sole judgment.
If in our sole judgment there are special techniques that may be employed to overcome the conditions that cause us to
elect to cease drilling we may propose continuing on a time-and-materials basis employing those techniques.The
acceptance of this alternative shall be entirely your option.Acceptance of said alternative or any other changes in the
Project,shall be by written change order.
4of12
10) Cancellation. You acknowledge you have received two copies of"Notice of Right to Cancel" attached to this contract which
allows you three business days to cancel this contract. In addition to this right which is required by law,we will allow you to
cancel this contract at any time up until we have actually begun work.You agree that if you cancel the contract after the
initial three-day period required by law,that you will pay for all costs incurred by us on your behalf including but not limited
to: permit fees, consultant fees, non-stock/non-returnable materials ordered for your Project, restocking charges by
distributors on returnable materials ordered for your Project, and freight charges.
STATE LAW REQUIRES ANYONE WHO CONTRACTS TO DO CONSTRUCTION WORK TO BE LICENSED BY THE
CONTRACTORS STATE LICENSE BOARD IN THE LICENSE CATEGORY IN WHICH THE CONTRACTOR IS GOING
TO BE WORKING-IF THE TOTAL PRICE OF THE JOB IS$500 OR MORE(INCLUDING LABOR AND MATERIALS).
"LICENSED CONTRACTORS ARE REGULATED BY LAWS DESIGNED TO PROTECT THE PUBLIC. IF YOU
CONTRACT WITH SOMEONE WHO DOES NOT HAVE A LICENSE,THE CONTRACTORS STATE LICENSE BOARD
MAY BE UNABLE TO ASSIST YOU WITH A COMPLAINT.YOUR ONLY REMEDY AGAINST AN UNLICENSED
CONTRACTOR MAY BE IN CIVIL COURT,AND YOU MAY BE LIABLE FOR DAMAGES ARISING OUT OF ANY
INJURIES TO THE CONTRACTOR OR HIS OR HER EMPLOYEES.
YOU MAY CONTACT THE CONTRACTORS STATE LICENSE BOARD TO FIND OUT IF THIS CONTRACTOR HAS A
VALID LICENSE.THE BOARD HAS COMPLETE INFORMATION ON THE HISTORY OF LICENSED CONTRACTORS,
INCLUDING ANY POSSIBLE SUSPENSIONS,REVOCATIONS,JUDGMENTS,AND CITATIONS. THE BOARD HAS
OFFICES THROUGHOUT CALIFORNIA. PLEASE CHECK THE GOVERNMENT PAGES OF THE WHITE PAGES FOR
THE OFFICE NEAREST YOU OR CALL 1-800-321-CSLB FOR MORE INFORMATION."
11) No Guarantee of Successful Outcome.You agree that there is no assurance or guarantee of either an adequate
quantity or quality of water from the Project well(s). Further, there is no guarantee that a usable water supply will be
developed. You agree to pay for the work we expend in our effort to develop a usable water supply for you, regardless of
whether our efforts are successful.
We do not make any assurances or guarantees that a water supply we develop is sustainable into the future.
We do not make any assurances or guarantees that water from the completed well will meet regulatory standards or
requirements for safe drinking water.
12) Warranties. We represent and warrant that we hold an unencumbered Contractor's License to perform the services included
in this contract, and that we will maintain and keep such license in good standing and in full force and effect at all times while
performing the work under this contract.
We are not geologists or engineers and we do not render such services.
We do not warrant the materials or supplies we use against defects in workmanship or materials. We will use our best efforts
to enforce any warranties against the manufacturer or supplier on your behalf.
13) Filing of Complaints. Contractors are required by law to be licensed and regulated by the Contractors State License
Board,which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission
is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to
structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning the contractor
may be referred to the Registrar, Contractors State License Board, Post Office Box 26000, Sacramento, California 95826.
5of12
14) Acknowledgement by Owner of Receipt of Notice to Owner. You acknowledge that you have received a copy of
the"Notice to Owner"(attached) as specified by Section 7081.5 of the California Business and Professions Code.
15) Arbitration of Disputes. Contractor and the Owner agree that any and all disputes, claims or controversies arising out of
or relating to this contract that are not resolved by their mutual agreement, or within the jurisdictional limits of the small
claims court, or enforcement of any mechanics lien, shall be submitted to final and binding arbitration before
JAMS/ENDISPUTE, or its successor, pursuant to the United States Arbitration Act, 9 U.S.C. Sec. 1 et seq. Either the Owner
or Contractor may commence the arbitration process called for in this contract by filing a written demand for arbitration
with JAMS/ENDISPUTE, with a copy to the other party. The arbitration will be conducted in accordance with the provisions
of JAMS/ENDISPUTE's Arbitration Rules ("Arbitration Rules' in effect at the time of filing of the demand for arbitration,
and California Code of Civil Procedure Section 1282 et seq. (the"Code', as amended. Specifically, the rights of discovery
shall be governed by Code of Civil Procedure Section 1283.05. To the extent there exists an inconsistency between the
Arbitration Rules and the Code, the Code shall apply. Contractor and the Owner will cooperate with JAMS/ENDISPUTE and
with one another in selecting an arbitrator from JAMS/ENDISPUTE's panel of neutrals, and in scheduling the arbitration
proceedings. Contractor and the Owner covenant that they shall participate in the arbitration in good faith, and that they
shall share equally in its costs. Notwithstanding anything to the contrary provided in the Arbitration Rules, the arbitrator
shall issue written findings of fact and conclusions of law, in accordance with California law. The provisions of this
Paragraph may be enforced by any Court of competent jurisdiction, and the party seeking enforcement shall be entitled to
an award of all costs, fees, and expenses, including attorneys'fees, to be paid by the party against whom enforcement is
ordered.
6of12
ARBITRATION OF DISPUTES
"NOTICE: BY INITIALING IN THE SPACE BELOW YOU ARE AGREEING TO HAVE ANY DISPUTE ARISING
OUTOF THE MATTERS INCLUDED IN THE ARBITRATION OF DISPUTES' PROVISION DECIDED BY
NEUTRAL ARBITRATION AS PROVIDED BY CALIFORNIA LAW AND YOU ARE GIVING UP ANY RIGHTS YOU
MIGHT POSSESS TO HAVE THE DISPUTE LITIGATED IN A COURT OR JURY TRIAL. BY INITIALING IN THE
SPACE BELOW YOU ARE GIVING UP YOUR JUDICIAL RIGHTS TO DISCOVERY AND APPEAL, UNLESS
THOSE RIGHTS ARE SPECIFICALLY INCLUDED IN THE ARBITRATION OF DISPUTES' PROVISION. IF YOU
REFUSE TO SUBMIT TO ARBITRATION AFTER AGREEING TO THIS PROVISION, YOU MAY BE COMPELLED
TO ARBITRATE UNDER THE AUTHORITY OF THE BUSINESS AND PROFESSIONS
CODE OR OTHER APPLICABLE LAWS. YOUR AGREEMENT TO THIS ARBITRATION PROVISION
IS VOLU NTARY.
"WE HAVE READ AND UNDERSTAND THE FOREGOING AND AGREE TO SUBMIT DISPUTES ARISING OUT
OFTHE MATTERS INCLUDED IN THE ARBITRATION OF DISPUTES' PROVISION TO NEUTRAL
ARBITRATION."
Contractor Initial: Owner Initial:
"You,the buyer, may cancel this transaction at any time prior to midnight of
the third business day after the date of this transaction. See the attached
Notice of Cancellation form for an explanation of this right."
Weeks Drilling and Pump Co.: Owner:
By: By:
Date: Date:
Mailing Address:
Phone:
Home:
Cell:
Work:
Fax:
7of12
NOTICE TO OWNER
"Under the California Mechanics' Lien Law, any contractor, subcontractor, laborer, supplier, or other person or entity who helps to improve
your property, but is not paid for his or her work or supplies, has a right to place a lien on your home, land, or property where the work was
performed and to sue you in court to obtain payment.
This means that after a court hearing, your home, land, and property could be sold by a court officer and the proceeds of the sale used to
satisfy what you owe. This can happen even if you have paid your contractor in full if the contractor's subcontractors, laborers, or suppliers
remain unpaid.
To preserve their rights to file a claim or lien against your property, certain claimants such as subcontractors or material suppliers are each
required to provide you with a document called a "Preliminary Notice." Contractors and laborers who contract with owners directly do not
have to provide such notice since you are aware of their existence as an owner. A preliminary notice is not a lien against your property. Its
purpose is to notify you of persons or entities that may have a right to file a lien against your property if they are not paid. In order to
perfect their lien rights, a contractor, subcontractor, supplier, or laborer must file a mechanics' lien with the county recorder which then
becomes a recorded lien against your property. Generally, the maximum time allowed for filing a mechanics' lien against your property is 90
days after substantial completion of your project.
TO INSURE EXTRA PROTECTION FOR YOURSELF AND YOUR PROPERTY, YOU MAY WISH TO TAKE ONE OR MORE OF THE FOLLOWING STEPS:
(1) Require that your contractor supply you with a payment and performance bond (not a license bond), which provides that the bonding
company will either complete the project or pay damages up to the amount of the bond. This payment and performance bond as well as a
copy of the construction contract should be filed with the county recorder for your further protection. The payment and performance bond will
usually cost from 1 to 5 percent of the contract amount depending on the contractor's bonding ability. If a contractor cannot obtain such
bonding, it may indicate his or her financial incapacity.
(2)Require that payments be made directly to subcontractors and material suppliers through a joint control. Funding services may be
available,for a fee, in your area which will establish voucher or other means of payment to your contractor. These services may also provide
you with lien waivers and other forms of protection. Any joint control agreement should include the addendum approved by the registrar.
(3)Issue joint checks for payment, made out to both your contractor and subcontractors or material suppliers involved in the project. The
joint checks should be made payable to the persons or entities which send preliminary notices to you. Those persons or entities have
indicated that they may have lien rights on your property, therefore you need to protect yourself. This will help to insure that all persons due
payment are actually paid.
(4)Upon making payment on any completed phase of the project, and before making any further payments, require your contractor to
provide you with unconditional "Waiver and Release" forms signed by each material supplier, subcontractor, and laborer involved in that
portion of the work for which payment was made. The statutory lien releases are set forth in exact language in Section 3262 of the Civil
Code. Most stationery stores will sell the "Waiver and Release" forms if your contractor does not have them. The material suppliers,
subcontractors, and laborers that you obtain releases from are those persons or entities who have filed preliminary notices with you. If you
are not certain of the material suppliers, subcontractors, and laborers working on your project, you may obtain a list from your contractor.
On projects involving improvements to a single-family residence or a duplex owned by the individuals, the persons signing these releases lose
the right to file a mechanics' lien claim against your property. In other types of construction, this protection may still be important, but may
not be as complete.
To protect yourself under this option, you must be certain that all material suppliers, subcontractors, and laborers have signed the "Waiver
and Release" form. If a mechanics' lien has been filed against your property, it can only be voluntarily released by a recorded "Release of
Mechanics'Lien" signed by the person or entity that filed the mechanics' lien against your property unless the lawsuit to enforce the lien was
not timely filed. You should not make any final payments until any and all such liens are removed. You should consult an attorney if a lien is
filed against your property." (Rev. 4/9)
Weeks Drilling and Pump Co.: Owner:
By: By:
Date: Date:
8of12
NOTICE OF RIGHT TO CANCEL
Notice of Cancellation
(enter date you signed the contract)
You may cancel this transaction, without any penalty or obligation, within three business days from the above date.
If you cancel, any property traded in, any payments made by you under the contract or sale, and any negotiable instrument
executed by you will be returned within 10 days following receipt by the seller of your cancellation notice, and any security
interest arising out of the transaction will be canceled.
If you cancel, you must make available to the seller at your residence, in substantially as good condition as when received,
any goods delivered to you under this contract or sale, or you may, if you wish, comply with the instructions of the seller
regarding the return shipment of the goods at the seller's expense and risk.
If you do make the goods available to the seller and the seller does not pick them up within 20 days of the date of your notice
of cancellation, you may retain or dispose of the goods without any further obligation.
If you fail to make the goods available to the seller, or if you agree to return the goods to the seller and fail to do so, then you
remain liable for performance of all obligations under the contract.
To cancel this transaction, mail or deliver a signed and dated copy of this cancellation notice, or any other written notice, or send
a telegram or fax to:
Weeks Drilling & Pump Co.
P.O. Box 176 Sebastopol,CA 95472
Fax 707-823-4258
Not later than midnight of:
(three business days from the above date)
I hereby cancel this transaction:
(to day's date)
(buyer's signature)
9of12
NOTICE OF RIGHT TO CANCEL
Notice of Cancellation
(enter date you signed the contract)
You may cancel this transaction, without any penalty or obligation, within three business days from the above date.
If you cancel, any property traded in, any payments made by you under the contract or sale, and any negotiable instrument
executed by you will be returned within 10 days following receipt by the seller of your cancellation notice, and any security
interest arising out of the transaction will be canceled.
If you cancel, you must make available to the seller at your residence, in substantially as good condition as when received,
any goods delivered to you under this contract or sale, or you may, if you wish, comply with the instructions of the seller
regarding the return shipment of the goods at the seller's expense and risk.
If you do make the goods available to the seller and the seller does not pick them up within 20 days of the date of your notice
of cancellation, you may retain or dispose of the goods without any further obligation.
If you fail to make the goods available to the seller, or if you agree to return the goods to the seller and fail to do so, then you
remain liable for performance of all obligations under the contract.
To cancel this transaction, mail or deliver a signed and dated copy of this cancellation notice, or any other written notice, or
send a telegram or fax to:
Weeks Drilling & Pump Co.
P.O. Box 176 Sebastopol,CA 95472
Fax 707-823-4258
Not later than midnight of:
(three business days from the above date)
I hereby cancel this transaction:
(today's date)
(buyer's signature)
Duplicate: send this copy to Weeks if you wish to cancel
10 of 12
Attachment 5
ESTIMATE
STEWART WELL LOGGING stewartwelllogging@gmail.com STEWART
SERVICE +1 (530)908-6928 WELL LOGGING SERVICE
18166 Mallard St
Woodland,CA 95695
GHD Inc.
Bill to Ship to
Ryan Crawford Ryan Crawford
Ghd Inc. Ghd Inc.
2235 Mercury Way Ste 150 2235 Mercury Way Ste 150
Santa Rosa,CA 95407 Santa Rosa,CA 95407
United States United States
Estimate details JOB NAME:City of Ukiah
Estimate no.:0977 JOB#:Geophysical Log
Estimate date:03/27/2024
# Date Product or service Description Oty Rate Amount
1. Service charge Logging Services charge trip per well 1 $750.00 $750.00
2. Electric Log Minimum Charge to 1000 Feet 1 $800.00 $800.00
3. Mileage Charge Charge Per Mile 220 $1.50 $330.00
Total $1,880.00
Attachment 6
CINQUINI&PASSARINO,INC.
♦BOUNDARY ♦TOPOGRAPHIC A CONSTRUCTION LAND SURVEYING
A RAILROAD A INFRASTRUCTURE A HYDROGRAPHIC
P14414
April 8,2024
Matt Kennedy, PE
GHD Inc.
P.O. Box 7967
Santa Rosa, CA 95404
VIA EMAJL:MA77.KENNEDY@GND.COAI
Re: Proposal for Survey& Mapping for the Ukiah Groundwater Well Feasibility Study
Ukiah, California
Dear Matt:
Cinquini & Passarino, Inc. will provide GHD with the following Scope of Work based on the City's
request for proposal for the Design and 1 ngineering Services for the Groundwater Well Feasibility
Study dated March 14, 2024.
SCOPE OF WORK
The following scope of work is an approximation based on a general site size as a specific location has
yet to be determined.
Task 1 - Topographic Survey&Mapping
Cinquini& Passarino will prepare a design level topographic survey to facilitate the design of the
proposed improvements for the chosen site location. It is assumed the site will be about I acre in size.
All topographic mapping will be at a drawing scale of 1 inch=20 feet, unless otherwise requested,with
a one-foot contour interval. The topographic survey will include the following:
• Topographic survey will include all necessary work to produce a topographic map, including
features such as, but not limited to; building corners and elevations,curb lines, f7owline of
gutter, lip of gutter, water meters, sewer cleanouts, valves,manholes(including rim, invert and
pipe information),utility markings on the pavement, utility poles,driveway and doorway
locations, sidewalks,trees four(4) inches and larger,retaining wall or decorative walls, and any
other pertinent information that could apply to the project during design.
• Topographic survey will be provided on North American Vertical Datum of 1988.
• Topographic map will horizontally relate California Coordinate System of 1983,Zone [I.
Deliverables: Sealed hardcopy of Topographic Survey Map. The Autocad "chug"used to create the
hardcopy will also be provided for your convenience.
Task 2-Right-of-Way and Boundary Retracement
Cinquini & Passarino will locate existing survey monumentation to establish the boundary and/or right-
of-way along the chosen site. We will begin by reviewing existing record maps,City provided
mapping, if any,control maps, if available, deeds and other pertinent documents. Once the records
research and field monument ties have been completed,we will resolve the right-of-way and boundary
the provide the line work for the engineer's use. We will procure up to one condition of title report for
the chosen site. We anticipate filing a record of survey as a part of this project.
1360 No.Dutton Avenue,Suite 150 Santa Rosa,C A 95401 Phone(707) 542-6268 Fax(707)542-2106
Matt Kennedy, PE
GHD,Inc.
April 8,2024
Page 2
Deliverables: Right-of-Way and Boundary Survey line work in an Autocad "dwg" used to create the
hardcopy will also be provided for your convenience.
Task 3 - Supplemental Mapping
Cinquini& Passarino will perform additional supplemental surveys at the request of GHD. These
surveys may include:
• Locating wells.
• Locating geotechnical boring locations
• Additional topographic surveys or other consulting services as needed.
• We have budgeted two field days and associated office hours for this work.
PROJECT FEE
The estimated fee for the scope of work is:
Task 1 Topographic Survey& Mapping $ 8,848.00
Task 2 Right-of-way and Boundary Retracement$15,298.00 (Includes $2,750 for fees and title report)
Task 3 Supplemental Mapping $11,504.00
The total time and expense not to exceed fee will be$35,650.00.
PROJECT SCHEDULE
The topographic survey will be completed within approximately 20 to 25 working days from
authorization to proceed. Inclement weather may affect this schedule.
Please call me at(707)542-6268 if you have any questions or concerns.
Very truly yours,
CINQUINI&PASSARINO,INC.
Anthon G.Cinq jP.E.✓—'
Principal
CINQUINI&PASSARINO,INC.
A BOUNDARY A TOPOGRAPHIC A CONSTRUCTION LAND SURVEYING
RAILROAD ♦INFRASTRUCTURE A HYDROGRAPHIC
EXHIBIT C
HOURLY FEE SCHEDULE
MARCH 1,2024 TO FEBRUARY 28,2025
OFFICE AND PROFESSIONAL
Professional Land Surveyor(4 HOUR miNmum) $510.00 per hour
TRIALS,TESTIMONY&DEPOSITIONS
Professional Land Surveyor $300.00 per hour
CONSULTATION,LEGAL RESEARCH&COURT EXHIBITS
Principal Professional Land Surveyor $300.00 per hour
Professional Land Surveyor $200.00-$230.00 per hour
Staff Surveyor $165.00-$220.00 per hour
Survey Technician $150.00-$185.00 per hour
Chief Hydrographer Surveyor $260.00 per hour
Assistant Hydrographer $195.00 per hour
GIS Specialist $160.00 per hour
Remote Pilot $230.00-$300.00 per hour
INCLUDES MISSION PLANNING,MILEAGE&MATERIAL
Administrative Assistance $120.00-$180.00 per hour
WORD PROCESSING,CLERICAL AND DELIVERIES
FIELD CREWS
THE FOLLOWING INCLUDES VEHICLES,EQUIPMENT,MILEAGE&MATERIAL
1 Person Field Party $220.00 per hour
1 Person GPS Party $250.00 per hour
2 Person Field Party $350.00 per hour
FIELD CREW CONSISTS OF PARTY CHIEF&CHAINMAN
3 Person Field Party $480.00 per hour
FIELD CREWS CONSIST OF PARTY CHIEF,2 CHAINMEN OR CHAINMAN&FLAGPERSON.
SUPPLEMENTAL ITEMS
Outside Contract Work Cost plus 15%
Overtime Work 1.2 x base rate
Over 8 Hours on Saturday,all day on Sundays or Holiday 1.4 x base crew rate
Night Work(shifts starting after 4 PM or before 5 AM) 10%additional over base rates
Travel Time for 2-Person Crew $152.00 per hour
(beyond I hour of travel outside an 8 hour workday)
GEDO Scan Equipment $1,000.00 per day
UAS Equipment $750.00 per day
Multibeam Survey Vessel Equipment $1,500 per day
Singlebeam Survey Vessel Equipment $1,000 per day
Schedule 2024/2025
1360 No.Dutton Ave.,Suite 150 Santa Rosa,CA 95401 Phone(707)542-6268 Fax(707)542-2106
Attachment 7
ID Task Name Duration Start IFinish Qtr 3,2024 Qtr4,2024 Qtr 1,2025 Qtr 2,2025
Jun Jul Au Se Oct Nov Dec Jan Feb Mar Apr May Jun
0 Groundwater Well Feasibility and Design Project(NTP) 206 days Wed 7/24/24 Wed 5/7/25
1 Project Initiation and Coordination 197 days Wed 7/24/24 Thu 4/24/25
2 Project Management Plan 5 days Wed 7/24/24 Tue 7/30/24
3 Project Quality Plan 5 days Wed 7/24/24 Tue 7/30/24
4 Monthly Project Schedule Updates 197 days Wed 7/24/24 Thu 4/24/25 1 1 1 1 1 1 1 1 1
15 Kick-off Meeting 0 days Tue 7/30/24 Tue 7/30/24 ♦ /3
16 Phase 1:Well Feasibility and Siting Study 45 days Wed 7/24/24 Tue 9/24/24
17 Task 1.1-Review Existing Well Siting Study 10 days Wed 7/24/24 Tue 8/6/24
18 Task 1.2-Assess Hydrogeology 10 days Wed 7/24/24 Tue 8/6/24
19 Task 1.3-Evaluate Physical Parameter Characteristics 10 days Wed 7/31/24 Tue 8/13/24
20 Task 1.4-Conduct Environmental Check 15 days Wed 7/31/24 Tue 8/20/24 aim
21 Task 1.5-Prepare Summary Report 15 days Wed 8/14/24 Tue 9/3/24
22 Submit Draft Recommendation Summary Report 0 days Tue 9/3/24 Tue 9/3/24 WWMM�9/3
23 City Review of Draft Summary Report 10 days Wed 9/4/24 Tue 9/17/24
24 Review Meeting and Finalize Report 5 days Wed 9/18/24 Tue 9/24/24
25 Phase 2:Test Well Drilling,Construction,and Sampling 105 days Wed 8/14/24 Tue 1/7/25
26 Task 2.1-Develop Drilling Work Plan/Bid Support Services 30 days Wed 8/14/24 Tue 9/24/24 Mal
27 Task 2.2-Observe and Supervise Test Well Drilling and Construction 45 days Wed 9/25/24 Tue 11/26/24
28 Task 2.3-Prepare and Draft Record/Recommendation Summary Report 15 days Wed 11/27/24 Tue 12/17/24
29 Submit Draft Record/Recommendation Summary Report 0 days Tue 12/17/24 Tue 12/17/24 12/17
30 City Review Draft Record/Recommendation Summary Report 10 days Wed 12/18/24 Tue 12/31/24
31 Review Meeting and Finalize Record/Recommendations Summary Report 5 days Wed 1/1/25 Tue 1/7/25
32 Phase 3:Wellhead Development 86 days Wed 1/8/25 Wed 5/7/25
33 Task 3.1-Design Permanent Wellhead/Pump Equipment 83 days Wed 1/8/25 Fri 5/2/25
34 Design Workshop and Draft BOD Report 1 day Wed 1/8/25 Wed 1/8/25
35 3.1.1 Topographic and Boundary Survey 20 days Wed 1/8/25 Tue 2/4/25
36 3.1.2 Geotechnical Investigation 40 days Wed 1/8/25 Tue 3/4/25
37 3.1.3 Engineering and Construction Documents 83 days Wed 1/8/25 Fri 5/2/25
IF
38 Develop 50%PS&E+BOD 20 days Wed 1/8/25 Tue 2/4/25
39 Submit 50%PS&E+BOD 0 days Tue 2/4/25 Tue 2/4/25 2/4
40 City Review 50%PS&E+BOD 10 days Wed 2/5/25 Tue 2/18/25
41 50%PS&E Review Meeting 1 day Wed 2/19/25 Wed 2/19/25
42 Develop 90%PS&E+BOD 25 days Thu 2/20/25 Wed 3/26/25
43 Submit 90%PS&E+BOD 0 days Wed 3/26/25 Wed 3/26/25 3/26
44 City Review 90%PS&E+BOD 10 days Thu 3/27/25 Wed 4/9/25
45 90%PS&E Review Meeting 1 day Thu 4/10/25 Thu 4/10/25
46 Develop 100%PS&E+BOD 15 days Fri 4/11/25 Thu 5/1/25
47 Submit 100%PS&E+BOD 1 day Fri 5/2/25 Fri 5/2/25
48 Task 3.2-Design Treatment System(if necessary) 83 days Wed 1/8/25 Fri 5/2/25
49 Develop 50%Treatment PS&E 20 days Wed 1/8/25 Tue 2/4/25
50 Submit 50%Treatment PS&E 0 days Tue 2/4/25 Tue 2/4/25 L2/4
51 City Review Treatment 50%PS&E 10 days Wed 2/5/25 Tue 2/18/25
52 50%PS&E Review Meeting 1 day Wed 2/19/25 Wed 2/19/25
53 Develop 90%Treatment PS&E 25 days Thu 2/20/25 Wed 3/26/25
54 Submit 90%Treatment PS&E 0 days Wed 3/26/25 Wed 3/26/25 ♦ 3/26
55 City Review 90%Treatment PS&E 10 days Thu 3/27/25 Wed 4/9/25
56 90%Treatment PS&E Review Meeting 1 day Thu 4/10/25 Thu 4/10/25 1
57 Develop 100%Treatment PS&E 15 days Fri 4/11/25 Thu 5/1/25
58 Submit 100%Treatment PS&E 1 day Fri 5/2/25 Fri 5/2/25
59 Task 3.3-Complete DHS Permit Requirements and Summary Report 54 days Fri 2/21/25 Wed 5/7/25
60 Deliverable-DHS Permit Application Package 5 days Fri 4/11/25 Thu 4/17/25
61 Deliverable-Presentation to City Officials 5 days Fri 2/21/25 Wed 5/7/25
Page 1
i MOMMMOSM.,
1
ghd.com The Power of Commitment