Loading...
HomeMy WebLinkAboutGHD, Inc. 2024-11-20COU No. 2425-149 PAGE 1 OF 7 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 20th day of November, 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". RECITALS This Agreement is predicated on the following facts: a.City requires consulting services related to hydrologic and hydraulic modeling support for the development of a 100-Year Floodplain Model. b.Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c.City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services by April 30, 2025. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $85,507. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment A, COU No. 2425-149 PAGE 2 OF 7 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 shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope -of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to -exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. COU No. 2425-149 PAGE 3 OF 7 Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City’s local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager’s determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage – Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87 ) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant’s profession. Architects’ and engineers’ coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. COU No. 2425-149 PAGE 4 OF 7 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 claim. C.Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D.Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1.General Liability and Automobile Liability Coverages a.The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b.The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. c.Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d.The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2.Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. COU No. 2425-149 PAGE 5 OF 7 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 (1) year from the date of final approved invoice. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. COU No. 2425-149 PAGE 6 OF 7 “Indemnify,” as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services COU No. 2425-149 PAGE 7 OF 7 performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH GHD, INC. DEPT. OF PUBLICE WORKS 943 RESERVE DRIVE 300 SEMINARY AVENUE ROSEVILLE, CA 95678 UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: __________________________ ____________________ Date PRINT NAME: _________________ __________________ IRS IDN Number CITY OF UKIAH BY: ____________________ Date CITY MANAGER ATTEST ____________________ CITY CLERK Date Ann Bechtel 9/3/2025 09/22/2025 Kristine Lawler (Sep 23, 2025 07:35:54 PDT) Kristine Lawler 09/23/2025 943 Reserve Drive, Roseville, California 95678 United States ghd.com The Power of Commitment GHD Your ref: Our ref: 12589077 November 05, 2024 City of Ukiah Tim Erickson Director of Public Works 300 Seminary Avenue Ukiah, CA 95482 City of Ukiah Floodplain Model Development Dear Tim, GHD is pleased to provide this proposal to provide hydrologic and hydraulic modeling support for the development of a 100-Year Floodplain Model for the City of Ukiah. GHD understands that FEMA has completed Preliminary Modelling efforts of the City’s creek s and floodplains which resulted in inundation extents inconsistent with recorded water levels and anecdotal information in regards to flooding issues. As such, GHD will develop a more detailed Hydrologic Model (HEC-HMS) for the Orrs, Gibson, and Doolin Creek Watersheds. The Hydrologic analysis will provide flow hydrographs to use in the existing hydraulic model provided by FEMA. GHD will analyze the floodplain extents and meet with the City to determine if the updated model results better reflect the anticipated flooding within the City. Based on the outcome from the meeting, GHD will review the FEMA Hydraulic Model (HEC -RAS) to determine if there are any physical changes to the model that would be needed to reflect existing conditions with the floodplain and Orrs, Gibson and Doolin Creeks. Based on the model findings, GHD will develop the inundation extents for the 100-Year Floodplain along with a report detailing the model modification process. Task 1 – Develop Existing Condition HEC-HMS Model GHD will use the methodologies outlined in the National Resource Conservation Services Technical Release 55 (NRCS TR-55) to develop a detailed HEC-HMS model of the Orrs, Gibson, and Doolin Creek watersheds. The development of a HEC-HMS model includes the delineation of sub-basins, determination of curve numbers, time of concentration and hydrologic soil groups for each sub-basin. NOAA Atlas-14 will be used for design storm rainfall depths. The HEC-HMS model will be used to generate design storm hydrographs for the 10-, 50-, and 100-year rainfall events. Task 1 Deliverables: GHD will provide the following deliverables associated with the above services: •Email summary of resulting flows form the HEC-HMS model ATTACHMENT A 12589077 | City of Ukiah Floodplain Model Development 2 Task 2 – Update FEMA Hydraulic Model with HEC-HMS Hydrographs GHD will use the design storm hydrographs to update the Preliminary FEMA HEC-RAS model. Hydrographs will be input at numerous locations within the HEC-RAS model to better reflect storm timing and attenuated flows in the upper watersheds. The HEC-RAS model will be run with the 10-, 50-, and 100-Year Design storms. GHD will summarize the inundation findings and present to the City for review. GHD will meet with the City to discuss next steps and recommendations. Task 2 Deliverables: GHD will provide the following deliverables associated with the above services: • Email summary of meeting with City Task 3 – Evaluate FEMA Hydraulic Model for Geometry Adjustments Based on the findings from the above Task, GHD will update the existing FEMA HEC-RAS model based on information provided by the City that reflects more accurate creek or floodplain conditions. Anticipated changes are minor (4 or fewer) and would be limited to structure geometry changes or significant flow path determinations. The updated HEC-RAS model will be run for the 10-, 50-, and 100-Year storm events and floodplain extents will be generated. GHD will meet with the City to present the findings and recommendations. Task 3 Deliverables: GHD will provide the following deliverables associated with the above services: • Email summary of meeting with City Task 4 –Model Build Report Development A Draft and Final Hydraulic Analysis Report documenting the modelling approach and results will be developed incorporating City comments. Task 4 Deliverables: GHD will provide the following deliverables associated with the above services: • Draft Hydraulic Analysis Report, submitted electronically via email in PDF format. • Final Hydraulic Analysis Report, submitted electronically via email in PDF format. Task 5 – FEMA Coordination and Letter of Map Revision Package Development Based on the results from the previous Tasks, GHD will coordinate with FEMA to answer questions and help them to be able to adopt the revised floodplain mapping. GHD will follow the MT-2 Form process for submission of a Letter of Map Revision (LOMR) package. As this process can vary significantly in effort and time, GHD will communicate with the City throughout the process and offer updates to schedule and any potential change orders that are needed. Coordination with FEMA will continue as requested up to the allotted budget for this task. Task 5 Deliverables: GHD will provide the following deliverables associated with the above services: • Completed MT-2 Form with required digital files for LOMR adoption 12589077 | City of Ukiah Floodplain Model Development 3 Task 6 – Project Management GHD will provide project management services during the project, including: • Project coordination with the City of Ukiah and FEMA. Correspondence may include emails, phone calls, and Microsoft Teams calls. This work effort will include up to three client coordination meetings (including the meetings outlined above). • A Microsoft Teams meeting will be held following submittal of the Draft Report to obtain feedback from the City. • Evaluate and track progress on scope, schedule, and budget. Assumptions • No Survey or Geotechnical work is included in this Scope of Work • The City shall provide spatial data including stormdrain network and structure details including size and locations • This Scope is limited to the Gibson, Orrs, and Doolin Creek watersheds . GHD does not control the outcome of FEMA review and acceptance of the LOMR. Project Team The following GHD personnel are assigned as the project: • Project Director – Steve Allen, PE • Project QA/QC – Seth Stevens, PE • Project Manager – Greg Garrison, PE • Hydraulic Modeler – Ashlan Finn, PE • GIS Analyst – Evan Thompson 12589077 | City of Ukiah Floodplain Model Development 4 Project Schedule An approximate project schedule for the completion of the scope of services discussed above is outlined in Table 1 Table 1: Preliminary Project Schedule Task Description Draft Schedule1 Task 1 Develop HEC-HMS Model 6 Weeks from Contract Execution Task 2 Update FEMA HEC-RAS Model with HMS Flows 3 Weeks after Completion of Task 1 - Meeting #1—Assessment Discussion (digital) (TBD) Task 3 Update HEC-RAS Model with Geometry changes 4 Weeks after Completion of Task 2 - Meeting #2—Assessment Discussion (digital) (TBD) Task 4 Report Development 6 Weeks after Completion of Task 3 Meeting #3—Project Summary (TBD) Task 5 FEMA Submission Package Development April, 2025 (TBD) Notes: 1. Draft schedule assumes that GHD receives storm drain as-built plans from the City of Rohnert Park by October 25, 2024. 2. Draft schedule for Final Hydraulic Analysis Report assumes that GHD receives comments on the Draft Hydraulic Analysis Report by January 17, 2025. 12589077 | City of Ukiah Floodplain Model Development 5 Engineering Fee: Compensation shall be on a Time and Material Basis not to exceed $85,507. Note that the FEMA Coordination and Submission constitutes a significant portion of the Total Fee. The process involving Map Revisions involves uncertainty and therefore may vary from the estimated effort shown. A breakdown of the cost per task is summarized below. Table 2: Engineering Fee Breakdown Task Description Engineering Fee Task 1 Existing Conditions HEC-HMS Model $19,516 Task 2 Update FEMA HEC-RAS Model (Flows) $4,654 Task 3 Update FEMA HEC-RAS Model (Geomerty) $7,118 Task 4 Technical Report $20,714 Task 5 FEMA Coordination and LOMR Submission Package $28,220 Task 6 Project Management $5,285 Total Fee $85,507 Sincerely, GHD Regards Greg Garrison Senior Water Engineer +1 530 387-5702 Greg.garrison@ghd.com Steve Allen Project Director +1 707 267 2258 Steve.allen@ghd.com