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