Loading...
Attachment 3 - Mott Mac Second Amendment with ExhibitsAmendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 SECOND AMENDMENT TO THE AGREEMENT FOR CONSULTANT SERVICES LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR PROJECT 18-832-4505 This Second Amendment to the Agreement for Consultant Services for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project CIP No. 18-832-4505 that is dated for identification this __________day of ______________ 2023 (“SECOND AMENDMENT”) and amends that certain AGREEMENT FOR CONSULTANT SERVICES LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR PROJECT 18-832-4505 dated the 1st of October, 2019 and the FIRST AMENDMENT executed on September 13, 2021 by and between the Town of Los Gatos (LOCAL AGENCY) and Mott MacDonald Group, Inc. (CONSULTANT). RECITALS A. LOCAL AGENCY and CONSULTANT entered into an Agreement for Consultant Services Agreement on October 1, 2019, (“Agreement”), and executed the First Amendment to the Agreement for Consultant Services on September 13, 2021, copies of which are attached hereto and incorporated by reference as Attachment 1 to this SECOND AMENDMENT. B. The LOCAL AGENCY desires to amend the Agreement to increase the scope of services and increase compensation for Task B – Bid Support Services and Task C – Construction Support Services, extend the term of the Agreement, and modify required insurance coverages as described below. AMENDMENT 1. Article I – INTRODUCTION is hereby modified to identify the Contract Administrator for the LOCAL AGENCY to be Nicolle Burnham, Parks and Public Works Director. 2. Article II – STATEMENT OF WORK is hereby modified to include the attached EXHIBIT A.2 – SCOPE OF SERVICES Amended 07-03-23, EXHIBIT B.2.1 – COST PROPOSAL - Amended 07-03-23 COST PROPOSAL BY TASK, and EXHIBIT B.2.2 – COST PROPOSAL– Caltrans Exhibits 10-H3 for Task C – Construction Support Services. 3. Article IV PERFORMANCE PERIOD - Paragraph A is hereby amended to extend the Agreement end date to 06/20/25. 4. ARTICLE V - ALLOWABLE COSTS AND PAYMENTS TASK B AND TASK C - Paragraph J is revised to read: “The total amount payable by LOCAL AGENCY for Task B and Task C shall not exceed $234,371.” 5. ARTICLE XIX INSURANCE is hereby replaced with the following: Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 ARTICLE XIX INSURANCE Without limiting CONSULTANT’s obligation to indemnify and hold harmless LOCAL AGENCY and VTA, CONSULTANT must procure and maintain for the duration of the AGREEMENT insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work by CONSULTANT, its agents, representatives, employees, or subconsultants. The cost of such insurance must be borne exclusively by CONSULTANT. In the event of any material change in the AGREEMENT Scope of Services, LOCAL AGENCY AND VTA reserve the right to change the insurance requirements set forth herein, upon advance written notice to CONSULTANT. CONSULTANT must furnish evidence of all required insurance policies, within three (3) business days of any request for such by LOCAL AGENCY or VTA. A. Liability and Workers’ Compensation Insurance 1. Minimum Scope of Coverage Coverage must be at least as broad as: a. General Liability coverage; Insurance Services Office “occurrence” form CG 0001. General Liability insurance written on a “claims made” basis is not acceptable. Completed Operations coverage must be continuously maintained for at least two (2) years after Final Acceptance of the Work. b. Business Auto Coverage, Insurance Services Office form number CA 0001, covering Automobile Liability, code 1 “any auto.” Auto Liability written on a “claims-made” basis is not acceptable. c. Workers’ Compensation insurance, as required by the Labor Code of the State of California, and Employer’s Liability insurance. d. Professional Liability, including limited contractual liability coverage, covering liability arising out of any negligent act, error, mistake or omission in the performance of CONSULTANT’S services under this AGREEMENT. This coverage must be continuously maintained for a minimum of two (2) years following completion of this AGREEMENT. This coverage may be written on a “claims made” basis, if so, please see special provisions in Section C. e. CONSULTANT’S Pollution/Environmental Impairment Liability: covering liability arising out of the treatment, handling, storage, transportation, or accidental release of any hazardous material, to the extent applicable to CONSULTANT’S scope of services. 2. Minimum Limits of Insurance a. CONSULTANT must maintain limits no less than: 1. General Liability (including umbrella/excess liability): $5,000,000 limit per occurrence for bodily injury, personal injury, and property damage. If General Liability Insurance or other form with a general aggregate limit is used, either the Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 general aggregate limit must apply separately to this project/location or the general aggregate limit must be twice the required occurrence limit. This requirement may be satisfied by a combination of General Liability with Excess or Umbrella, but in no event may the General Liability primary policy limit per occurrence be less than $2,000,000, unless Umbrella/Excess policies feature inception and expiration dates concurrent with the underlying General Liability policy, “Follow Form” coverage, and a “Drop Down” provision. 2. Automobile Liability (including umbrella/excess liability): $4,000,000 limit per accident for bodily injury and property damage. This requirement may be satisfied by a combination of Auto with Excess or Umbrella, but in no event may the Automobile Liability primary policy limit per occurrence be less than $2,000,000, unless Excess policies feature inception and expiration dates concurrent with the underlying auto liability policy, “Follow Form” coverage, and a “Drop Down” provision. 3. Workers’ Compensation and Employer’s Liability: Statutory Workers’ Compensation limits and Employer’s Liability limits of $1,000,000 per accident. 4. Professional Liability: $2,000,000 per claim/aggregate minimum limit per claim. This requirement may be satisfied by a combination of Professional Liability insurance with Excess or Umbrella policies, but in no event may the Professional Liability primary policy limit per occurrence be less than $2,000,000, unless Umbrella/Excess policies feature inception and expiration dates concurrent with the underlying policy, “Follow Form” coverage, and a “Drop Down” provision. 5. If applicable, CONSULTANT’S Pollution/Environmental Impairment Liability: $3,000,000 per occurrence. This requirement may be satisfied by a combination of Pollution Liability insurance with Excess or Umbrella policies. Umbrella/Excess policies must feature inception and expiration dates concurrent with the underlying policy, “Follow Form” coverage, and a “Drop Down” provision. 3. Self-Insured Retention The certificate of insurance must disclose the actual amount of any deductible or self- insured retention for all coverages required herein. Any self-insured retention or deductible must be declared to and approved by LOCAL AGENCY and VTA. To apply for approval for a level of retention or deductible CONSULTANT must provide a current financial report including balance sheets and income statements for the past three years, so that LOCAL AGENCY and VTA can assess CONSULTANT’s ability to pay claims falling within the self- insured retention or deductible. Upon review of the financial report, if deemed necessary by LOCAL AGENCY and VTA in their sole discretion, LOCAL AGENCY and VTA may elect one of the following options: to accept the existing self-insured retention or deductible; require the insurer to reduce or eliminate the self-insured retention or deductible as respects LOCAL AGENCY and VTA, its directors, officers, officials, employees and volunteers; or to require CONSULTANT to procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Applicable costs resulting therefrom will be borne solely by CONSULTANT. CONSULTANT may request execution of a nondisclosure Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 agreement prior to submission of financial reports. B. Reserved. C. Claims Made Provisions Claims-made coverage is never acceptable for General Liability or Auto Liability. Claims- made may be considered for Professional, Environmental/Pollution, or Cyber. For coverage written on a claims-made basis, it must be clearly stated on the Certificate of Insurance. In addition to all other coverage requirements, such policy must provide that: 1. The policy retroactive date must be no later than the date of this AGREEMENT. 2. If any policy is not renewed or the retroactive date of such policy is to be changed, CONSULTANT must obtain or cause to be obtained the broadest extended reporting period coverage available in the commercial insurance market. This extended reporting provision must cover at least two (2) years. 3. No prior acts exclusion may be added to the policy during the AGREEMENT period. 4. The policy allows for reporting of circumstances or incidents that might give rise to future claims. D. Other Provisions The specified policies must contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability a. The LOCAL AGENCY and VTA, its directors, officers, officials, and employees are to be named as additional insureds as respects: liability arising out of activities performed by or on behalf of CONSULTANT, including LOCAL AGENCY’S general supervision of CONSULTANT; products and completed operations of CONSULTANT and its subconsultants; premises owned, occupied or used by CONSULTANT; or automobiles owned, leased, hired or borrowed by CONSULTANT. The coverage must contain no special limitations on the scope of protection afforded to LOCAL AGENCY and VTA, its directors, officers, officials, employees. Additional Insured endorsements must provide coverage at least as broad as afforded by the combination of ISO CG 20 10 10 01 and CG 20 37 10 01. b. Any failure to comply with reporting provisions of the policies may not affect coverage provided to LOCAL AGENCY and VTA, its directors, officers, officials, employees, or volunteers. c. CONSULTANT’s required insurance must 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. d. The General Liability General Aggregate limit must apply per project, not per policy. Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 2. All Coverages a. Excluding Professional Liability, The insurer must agree to waive all rights of subrogation against LOCAL AGENCY and VTA, its directors, officers, officials, and employees for losses arising from work performed by CONSULTANT and its subconsultants for LOCAL AGENCY and VTA. b. CONSULTANT’s insurance coverage must be primary insurance as respects LOCAL AGENCY AND VTA, its directors, officers, officials, employees, and volunteers. Self- insurance or insurance that may be maintained by LOCAL AGENCY AND VTA, its directors, officers, officials, employees, or volunteers may apply only as excess to CONSULTANT’s insurance. CONSULTANT’s insurance must not seek contribution from LOCAL AGENCY or VTA’s insurance programs. c. Each insurance policy required shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after a thirty (30) calendar days prior written notice by certified mail, return receipt required, has been given to LOCAL AGENCY. d. LOCAL AGENCY will not be responsible for any premiums or assessments on the CONSULTANT’S policies. e. In the event CONSULTANT employs subconsultants as part of the work covered by this AGREEMENT, it shall be the responsibility of CONSULTANT to ensure that all subconsultants are included as additional insured under the CONSULTANTS policies or shall furnish separate certificates and endorsements for each subconsultant. All coverages for subconsultants shall be subject to all of the requirements stated herein and shall comply with the same insurance requirements that are stated in this AGREEMENT. 3. Other Insurance Provisions a. If any coverage forms or endorsements required by this AGREEMENT are updated by their publishers, whether they be the insurance carrier(s), the Insurance Services Office, or the American Association of Insurance Services, during the duration of this AGREEMENT, LOCAL AGENCY AND VTA reserves the rights to require CONSULTANT to procure said coverage forms or endorsements using the updated versions upon the next renewal cycle. b. CONSULTANT agrees that the bodily injury liability insurance herein provided for, shall be in effect at all times during the term of this AGREEMENT. In the event that said insurance coverage expires at any time or times during the term of this AGREEMENT, CONSULTANT agrees to provide at least thirty (30) calendar days prior notice to said expiration date; and a new Certificate of Insurance evidencing the insurance coverage as provided for herein, for not less than either the remainder of the term of the AGREEMENT, or for a period of not less than one (1) year. New Certificates of Insurance are subject to the approval of the LOCAL AGENCY. In the event CONSULTANT fails to keep in effect at all times insurance coverage as herein provided, LOCAL AGENCY may, in Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 addition to any other remedies it may have, terminate the AGREEMENT upon occurrence of such event. c. Approval of the insurance by LOCAL AGENCY or acceptance of the Certificate of Insurance by LOCAL AGENCY shall not relieve or decrease the extent to which CONSULTANT may be held responsible for payment of damages resulting from CONSULTANT’S services or operation pursuant to this AGREEMENT, nor shall it be deemed a waiver of LOCAL AGENCY’S rights to insurance coverage hereunder. E. Acceptability of Insurers Insurance and bonds must be placed with insurers with an A.M. Best’s rating of no less than A VII (financial strength rating of no less than A and financial size category of no less than VII), unless specific prior written approval has been granted by LOCAL AGENCY and VTA. F. Certificates of Insurance CONSULTANT must furnish LOCAL AGENCY with Certificates of Insurance and with original endorsements effecting coverage required. The certificates and endorsements for each insurance policy must be signed by an authorized representative of that insurer. The certificates must be issued on a standard ACORD Form. CONSULTANT must instruct their insurance broker/agent to submit all insurance certificates and endorsements and required notices electronically in PDF format to the LOCAL AGENCY. All endorsements must be attached to the ACORD certificate in a single PDF document. All insurance must be in effect for the duration of the AGREEMENT. The absence of insurance or a reduction of the stated limits shall cause all work on the project to cease. Any delays shall not increase costs to LOCAL AGENCY or increase the duration of the project. The LOCAL AGENCY reserves the right to require additional evidence of all required insurance policies, at any time. The certificates must (1) identify the insurers, the types of insurance, the insurance limits, the deductibles or lack thereof, and the policy term, (2) include copies of all the actual policy endorsements required herein, and (3) in the “Certificate Holder” box include: Town of Los Gatos 41 Miles Avenue Los Gatos, CA 95030 Santa Clara Valley Transportation Authority (“VTA”) 3331 North First Street San Jose, CA 95134-1906 In the Description of Operations/Locations/Vehicles/Special Items Box, the LOCAL AGENCY and VTA for any relevant property leased must appear, the list of policies scheduled as underlying on the Umbrella/Excess policy must be listed, excluding Professional Liability. Certificate Holder must be named as additional insured, and Waiver of Subrogation must be indicated as endorsed to all policies as stated in the AGREEMENT documents., excluding Professional Liability. Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 It is a condition precedent to granting of this AGREEMENT that all insurance certificates and endorsements be received and approved by LOCAL AGENCY and VTA before AGREEMENT execution. No occupancy may be taken until required insurance is in full compliance. G. Maintenance of Insurance If CONSULTANT fails to maintain insurance as required herein, LOCAL AGENCY, at its option, may suspend the AGREEMENT until a new policy of insurance is in effect. H. Hold Harmless Subject to California Civil Code Section 2782.8, CONSULTANT hereby agrees to and shall hold LOCAL AGENCY and VTA, its elective and appointive boards, commissions, officers, and employees harmless from any liability for damage or claims for damage for personal injury, including death, as well as from claims for property damage and any other claims of any sort what so ever, including, but not limited to, any liabilities, claims, losses, or expenses to the extent caused by the negligent acts, errors, or omissions or willful misconduct of CONSULTANT or CONSULTANT's SUBCONSULTANTs, agents, or employee operations in the performance of services under this AGREEMENT, whether such operations by CONSULTANT or by any of CONSULTANT's SUBCONSULTANTs, or by any one or more persons directly or indirectly employed by, or acting as agent for CONSULTANT or any of CONSULTANT's SUBCONSULTANTs during the progress of the work or at any time before its completion and final acceptance, excepting suits and actions brought by the CONSULTANT for default of this AGREEMENT or arising from the negligence or willful misconduct of the LOCAL AGENCY or VTA. To the extent applicable to CONSULTANT’S indemnity obligations hereunder, the Local Agency Council may retain as much of the money due to the CONSULTANT as shall be reasonably necessary to protect the LOCAL AGENCY, until disposition has been made of any such suits or claims for damages as aforesaid. To the extent applicable to CONSULTANT’S indemnity obligations hereunder, CONSULTANT agrees to and shall reimburse LOCAL AGENCY's reasonable cost of defense (or, at the sole option of the LOCAL AGENCY, CONSULTANT shall defend with counsel reasonably approved by the LOCAL AGENCY Attorney) and indemnify LOCAL AGENCY and its elective and appointive boards, commissions, officers, and employees from any suits or actions at law or in equity (exclusive of any such actions brought by CONSULTANT), such indemnification to include all reasonable costs of defense, judgments, and any awards of reasonable attorneys' fees. Should any accident or incident causing death, personal injury or property damage occur between the date CONSULTANT is notified that its General Liability and/or Workers Compensation Insurance is canceled and the effective date of such cancellation, CONSULTANT's obligation to indemnify, defend and save harmless the LOCAL AGENCY, as provided for hereinabove, shall in no manner be affected by the fact that the LOCAL AGENCY had not received the notice of cancellation prior to the date of such accident or incident. 6. All other terms and conditions of the Agreement remain in full force and effect. Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 IN WITNESS WHEREOF, the LOCAL AGENCY and CONSULTANT have executed this SECOND AMENDMENT, effective as of the date first set forth above. TOWN OF LOS GATOS by: CONSULTANT by: _________________________ _________________________ Laurel Prevetti, Town Manager Mohamed Basma, Senior Vice President – Division Manager Approved as to Form: Departmental Approval: _________________________ _________________________ Gabrielle Whelan, Town Attorney Nicolle Burnham, Parks & Public Works Director Attest: _________________________ Wendy Wood, Town Clerk Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 EXHIBIT A.2 – SCOPE OF SERVICES Amended 07-03-23 Task C – Construction Support Services is hereby amended to include the following: Task C.1.1 – Construction Support Services Project Management and Administration – Mott MacDonald will provide construction support project management related tasks on a cost per unit of work payment basis for the duration of the construction contract. The current construction contract includes 270 working days. Project management services are based on exercising prudent control of project scope, schedule, and quality of services and deliverables to be provided. This includes coordinating the work of the Mott MacDonald team, sub consultants and communications with the Town of Los Gatos and Caltrans. Task C.2 – Preparing Responses to Requests for Information, Submittal Reviews and As-Built plans: C2.1 Attend in person meetings as requested. (Approximately 50 team hours). C2.2 Prepare responses to contractor’s Request for Information (RFI) and Request for Solution (RFS) as requested. (Approximately 283 team hours) C2.3 Review and provide responses to Contractor’s submittals as requested. (Approximately 230 team hours). C2.4 Site Observations including on-site visits by the engineering team to observe construction operations at critical milestones to determine whether the design intent is met during construction. (Approximately 30 team hours). C2.5 Maintain Records including logs of RFIs, Submittals, Shop Drawings and Requests for Solutions (RFS). Logs will be included in monthly progress reports. (Approximately 22 team hours). C2.6 Complete final walkthrough as requested to determine whether the intent of construction plans has been met. (Approximately 9 team hours) C2.7 Assist in resolution/inspection of construction issues as requested. (Approximately 30 team hours) C2.8 Upon completion of the construction work, Mott MacDonald will prepare record drawings based on red lines provided by the Resident Engineer. (Approximately 270 team hours). Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 EXHIBIT B.2.1 – COST PROPOSAL Amended 07-03-23 COST PROPOSAL BY TASK NOT TO EXCEED SUB TASK DESCRIPTION COST TASK A – BASIC SERVICES Task A.1 Project Management and Coordination $26,960 Task A.2 Data Collection, Review and Site Visit $9,212 Task A.3 Surveys and Mapping $27,154 Task A.4 Utility Coordination $11,336 Task A.5 Preliminary Engineering $27,231 Task A.6 Environmental Studies and Documentation $42,991 Task A.7 Geotechnical Investigations and Reports $54,489 Task A.8 Right of Way Certification $4,400 Task A.9 Final Design $198,438 Task A.10 Coordination with Adjacent Agencies $6,601 SUBTOTAL BASIC SERVICES $408,812 Task A.11 Supplemental Reports and Services $ 49,935 Amendment No. 1 $ 90,000 AMENDED TOTAL TASK A.11 $139,935 TOTAL NOT TO EXCEED TASK A $548,747 TASK B – BID SUPPORT SERVICES TOTAL NOT TO EXCEED TASK B $ 28,000 TASK C – CONSTRUCTION SUPPORT SERVICES AMENDMENT No. 2 - TOTAL NOT TO EXCEED TASK C $206,371 TOTAL AMENDED CONTRACT AMOUNT NOT TO EXCEED $783,118 Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR ATTACHMENT 3 PROJECT 18-832-4505 EXHIBIT B.2.2 – COST PROPOSAL Caltrans Exhibits 10-H3 For Task C – Construction Support Services Amended 07-03-23 Amendment No. 2 to Consultant Services Agreement LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR PROJECT 18-832-4505 Page 1 ATTACHMENT 1 AGREEMENT FOR CONSULTANT SERVICES LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR PROJECT 18-832-4505 dated the 1st of October, 2019 and the FIRST AMENDMENT executed on September 13, 2021 Page 1 of 3 Mott MacDonald – First Amendment to Agreement for Consultant Services Los Gatos Creek Trail to Highway 9 Trailhead Connector Project CIP No. 18-832-4505 FIRST AMENDMENT TO AGREEMENT TO THE AGREEMENT FOR CONSULTANT SERVICES LOS GATOS CREEK TRAIL TO HIGHWAY 9 TRAILHEAD CONNECTOR PROJECT 18-832-4505 This First Amendment to Agreement for Consultant Services for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project CIP No. 18-832-4505 amends that certain Agreement for Consultant Services dated October 1, 2019, made by and between the Town of Los Gatos, ("LOCAL AGENCY") and Mott MacDonald Group, Inc.(“CONSULTANT”). RECITALS A. The LOCAL AGENCY and CONSULTANT entered into an Agreement for Consultant Services on October 1, 2019, (“Agreement”), a copy of which is attached hereto and incorporated by reference as Attachment 1 to this Amendment. B. The LOCAL AGENCY desires to amend the agreement to increase the scope of work, increase compensation, and extend the term of the agreement. AMENDMENT 1. ARTICLE I – Introduction is amended to read: The Contract Administrator for LOCAL AGENCY will be WooJae Kim, Town Engineer. 2. ARTICLE IV Performance Period (A.) is amended to read: The AGREEMENT shall end on 12/31/23, unless extended by AGREEMENT amendment. 3. ARTICLE V – Allowable Costs and Payments Task A Item E is amended to read: The total amount payable by Local Agency for Task A shall not exceed $576,747. 4. Exhibit B – Cost Proposal is revised per the attached Exhibit B dated 06-30-21. The amount for Task A.11 Supplemental Reports and Services is hereby increased from $49,935 to $139,935 for additional reports and services to be performed as outlined in the Scope of Services. Compensation shall be payable as outlined in the terms of the original Agreement. All other terms and conditions of the Agreement remain in full force and effect. DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 Page 2 of 3 Mott MacDonald – First Amendment to Agreement for Consultant Services Los Gatos Creek Trail to Highway 9 Trailhead Connector Project CIP No. 18-832-4505 IN WITNESS WHEREOF, the LOCAL AGENCY and CONSULTANT have executed this Amendment. LOCAL AGENCY Town of Los Gatos by: CONSULTANT by: _______________________________ ______________________________ Laurel Prevetti, Town Manager Name ______________________________ Title Department Recommendation: ________________________________ Matt Morley Director of Parks and Public Works Approved as to Form: ________________________________ Robert Schultz, Town Attorney Attest: s Gatos, California ________________________________ Shelley Neis, MMC, CPMC, Town Clerk DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 Senior Vice President - Division Manager 9/3/2021 9/3/2021 9/12/2021 9/13/2021 9/13/2021 Page 3 of 3 Mott MacDonald – First Amendment to Agreement for Consultant Services Los Gatos Creek Trail to Highway 9 Trailhead Connector Project CIP No. 18-832-4505 REVISED EXHIBIT B – COST PROPOSAL COST PROPOSAL BY TASK (for progress payment purposes) NOT TO EXCEED SUB TASK DESCRIPTION COST TASK A – BASIC SERVICES Task A.1 Project Management and Coordination $26,960 Task A.2 Data Collection, Review and Site Visit $9,212 Task A.3 Surveys and Mapping $27,154 Task A.4 Utility Coordination $11,336 Task A.5 Preliminary Engineering $27,231 Task A.6 Environmental Studies and Documentation $42,991 Task A.7 Geotechnical Investigations and Reports $54,489 Task A.8 Right of Way Certification $4,400 Task A.9 Final Design $198,438 Task A.10 Coordination with Adjacent Agencies $6,601 SUBTOTAL BASIC SERVICES $408,812 Task A.11 Supplemental Reports and Services $49,935 Addendum No. 1 $90,000 AMENDED TOTAL TASK A.11 $139,935 TOTAL NOT TO EXCEED TASK A $548,747 TOTAL NOT TO EXCEED TASK B AND TASK C $28,000 TOTAL AMENDED CONTRACT AMOUNT NOT TO EXCEED $576,747 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 ATTACHMENT 1 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 PREPARED BY: WooJae Kim Town Engineer Reviewed by: Town Manager, Assistant Town Manager, Town Attorney, Finance Director, and Director of Parks and Public Works 110 E. Main Street Los Gatos, CA 95030 ● (408) 354-6832 www.losgatosca.gov TOWN OF LOS GATOS COUNCIL AGENDA REPORT MEETING DATE: 08/17/21 ITEM NO: 9 DATE: August 12, 2021 TO: Mayor and Town Council FROM: Laurel Prevetti, Town Manager SUBJECT: Authorize the Town Manager to Execute the First Amendment to the Consultant Services Agreement with Mott MacDonald Group, Inc. for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project (CIP No. 832- 4505) in an Amount Not to Exceed $90,000 for a Total Contract Amount of $576,747 RECOMMENDATION: Authorize the Town Manager to execute the First Amendment to the Consultant Services Agreement with Mott MacDonald Group, Inc. for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project (CIP No. 832-4505) in an amount not to exceed $90,000 for a total contract amount of $576,747. BACKGROUND: The adopted Fiscal Year (FY) 2021/22-2025/26 Capital Improvement Program (CIP) Budget designates funding for the design of the Trailhead Connector Project (CIP No. 832-4505). On October 1, 2019, the Town Council awarded a consultant services agreement in the amount of $486,747 to Mott MacDonald Group, Inc. for the design and preparation of the final design documents for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project. The project is partially funded by $343,000 of federal funds from the One Bay Area Grant, Cycle II. Since this is a federal-aid project on the State Highway System, the contracting and project delivery procedures must strictly follow the Federal Highway Administration (FHWA) and California Department of Transportation (Caltrans) guidelines. A preliminary design of the project was presented to the Complete Streets and Transportation Commission (CSTC) and to the community in February 2020. The design included a switchback DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 PAGE 2 OF 4 SUBJECT: Authorize the Town Manager to Execute the First Amendment to the Consultant Services Agreement with Mott MacDonald Group, Inc. for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project (CIP No. 832-4505) in an Amount Not to Exceed $90,000 for a Total Contract Amount of $576,747 DATE: August 12, 2021 BACKGROUND (continued): ramp structure for pedestrians on the northern side of Highway 9 just west of the southbound Highway 17 offramp and a ramped path with a creek overcrossing on the southern side of Highway 9. Both the CSTC and the public provided valuable input and support for the project. On March 3, 2020, the Town Council approved the preliminary design and authorized staff to proceed with the final design. The project team developed the 35% completed design plans soon after, which were submitted to Caltrans for their review on April 6, 2020. DISCUSSION: As required for the Right of Way Certification process, the Town planned on obtaining an encroachment permit from Caltrans for the construction of the trail connectors as required for working on Caltrans right of way. During the review of the 35% design plans, Caltrans informed the Town that much of the land where the Los Gatos Creek Trail and the concrete lined channel for the creek are located (between Miles Avenue and just north of Highway 9) had been designated as “excess parcels” certified for sale. Caltrans staff stated that an encroachment permit cannot be issued on excess parcels certified for sale. These excess parcels are remnants from the construction of Highway 17 and the concrete lined channel in the 1950’s. Caltrans provided maps from 1997 and 2010 that indicated the excess parcel designations, which were not readily available or relayed to the Town during the earlier phases of the project design. Caltrans was not clear why the property rights or easements for the Town were not established when the Los Gatos Creek Trail was constructed in this area in 1994. Staff has been working extensively with Caltrans towards a resolution of this complicated land rights issue, which must be resolved before the project can receive the Right of Way Certification and the final project approvals from Caltrans. Following further discussions with Caltrans, staff will return to Council with a proposal regarding the land rights issue for Council’s consideration. This property land rights issue, in addition to numerous additional research and studies required by Caltrans for the environmental clearance process, has impacted the project schedule and the initial design budget. An amendment to the consultant services agreement in the amount of $90,000 is needed to complete the project design. Following is a list of additional services currently required: - Additional project management services for the extended project duration DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 PAGE 3 OF 4 SUBJECT: Authorize the Town Manager to Execute the First Amendment to the Consultant Services Agreement with Mott MacDonald Group, Inc. for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project (CIP No. 832-4505) in an Amount Not to Exceed $90,000 for a Total Contract Amount of $576,747 DATE: August 12, 2021 DISCUSSION (continued): - Additional meetings with Caltrans and the Town - Additional topographic survey data as requested by Caltrans - Additional soil sampling and testing required by Caltrans - Additional structural calculations required by Caltrans - Potential landscaping design needs Currently, 65% design plans have been completed and submitted to Caltrans. Final design documents are now anticipated to be completed by early 2022. The current scope of services for Mott MacDonald Group includes support services during the bid, award and construction phases of the project, which will be delayed since the construction funding has not been secured. Staff will continue to actively pursue grant opportunities, but the earliest anticipated timeframe for construction funding is now early 2023. The proposed contract amendment will extend the contract term period for Mott MacDonald Group to December 31, 2023. As the project progresses, staff will continue to update the Town Council, CSTC, and the public. Updates will also be posted on the project webpage on the Town’s Connect Los Gatos website at https://www.losgatosca.gov/ConnectLG. CONCLUSION: Approval of the first amendment to the consultant services agreement with Mott MacDonald Group would allow the project to move forward with the final design. FISCAL IMPACT: There is sufficient funding in the FY 2021/22 CIP Budget to cover the amendment to the consultant services agreement for the Trailhead Connector Project. Staff costs are tracked for all projects. Tracking of staff costs allows for accountability in the costs of the project, recovery of costs for grant funded projects, and identification of future staffing needs. This project will utilize both full-time budgeted and part-time staff. The costs for full-time staff are accounted for in the Department’s Operating Budget. Only part-time staff costs incurred will be charged to the project as necessary. DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 PAGE 4 OF 4 SUBJECT: Authorize the Town Manager to Execute the First Amendment to the Consultant Services Agreement with Mott MacDonald Group, Inc. for the Los Gatos Creek Trail to Highway 9 Trailhead Connector Project (CIP No. 832-4505) in an Amount Not to Exceed $90,000 for a Total Contract Amount of $576,747 DATE: August 12, 2021 FISCAL IMPACT (continued): Trailhead Connector Project Project 832-4505 Budget Costs OBAG Cycle II Grant $ 343,000 GFAR $ 333,044 Total Budget $ 673,440 Design Contract with Mott MacDonald $ 486,747 First Amendment to Design Contract $ 90,000 Part-Time Staff Cost (Design Phase) $ 90,000 Prior Year Expenditures (Advertising) $ 490 Total Costs $ 667,237 Remaining Balance $ 6,203 ENVIRONMENTAL ASSESSMENT: The Town’s consultant has completed and submitted the required environmental studies and reports to Caltrans. The California Environmental Quality Act (CEQA) categorical exemption and National Environmental Protection Act (NEPA) categorical exclusion have been signed by Caltrans and submitted by Caltrans to the State Clearing House and the Notice of Exemption for the project has been posted. Attachments: 1. First Amendment to Agreement for Consultant Services with Mott MacDonald Group 2. Original Agreement for Consultant Services DocuSign Envelope ID: 499DC278-7744-4630-9C9A-66B32DC58007 Page 8 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal EXHIBIT 10-H3 COST PROPOSAL Page 1 of 2 COSTPER UNIT OF WORK CONTRACTS (GEOTECHNICAL AND MATERIAL TESTING) Note: Mark-ups are Not Allowed Prime Consultant Subconsultant Consultant Project No. TLG 18-832-4505, SCL 170028, CML – 5067 (021) Contract No.Date 2/5/2023 Unit/Item of Work: (Example: Log of Test Boring for Soils Report, or ADL Testing for Hazardous Waste Material Study) Include as many Items as necessary. DIRECT LABOR Hours Billing Hourly Rate ($)Total ($) EQUIPMENT 1 (with Operator) EQUIPMENT 2 (with Operator) Consultant’s Other Direct Costs (ODC) – Itemize: Description of Item Quantity Unit Unit Cost Total ODC Example:Travel/Mileage Costs $$ ODC Example:Mobilization/De-mobilization $$ ODC Example:Supplies/Consumables $$ ODC Example:Report $$ ODC (List more ODCs as applicable)$$ Subconsultant 1:$ Subconsultant 2:$ Subconsultant 3:$ Subconsultant 4:$ Subconsultant 5:$ Note: Attach additional pages if necessary. TOTAL COST PER UNIT OF WORK $ NOTES: 1. All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. The cost proposal format shall not be amended. 2.Hourly billing rates should be consistent with publicly advertised rates charged to all clients (Commercial, Private or Public). 3.Mobilization/De-mobilization is based on site location and number and frequency of tests/items. 4. ODC items shall be based on actual costs and supported by historical data and other documentation. 5. ODC items that would be considered “tools of the trade” are not reimbursable. 6.Billing Hourly Rates must be actual, allowable, and reasonable. 9,000 Biggs Cardosa Associates Professional (Associate) 16 $234.27 $3,748 Professional (Senior Engineer) 16 $206.10 $3,298 Professional (Project Engineer) 11 $177.66 $1,954 x Mott Mac Exhibit B Page 9 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal EXHIBIT 10-H3 COST PROPOSAL Page 2 of 2 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 13.Generally Accepted Accounting Principles (GAAP) 14. Terms and conditions of the contract 15.Title 23 United States Code Section 112 - Letting of Contracts 16.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 17.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 18.48 Code of Federal Regulation Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Title*: Signature :Date of Certification (mm/dd/yyyy): 02/16/2023 Email:Phone Number: Address: * An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: The following services will be provided during bid    Mahvash Harms Principal/Vice President 408-550-8528mharms@biggscardosa.com 1111 Broadway, Suite 1510, Oakland CA 94607-4036 Assist in responding to questions from bidders and preparing addendums Attend preconstruction meeting Assist in responding to RFI's Page 8 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal EXHIBIT 10-H3 COST PROPOSAL Page 1 of 2 COSTPER UNIT OF WORK CONTRACTS (GEOTECHNICAL AND MATERIAL TESTING) Note: Mark-ups are Not Allowed x Prime Consultant ☐Subconsultant Consultant Mott MacDonald Project No. TLG 18-832-4505, SCL 170028, CML – 5067 (021) Contract No.Date 2/5/2023 Unit/Item of Work: (Example: Log of Test Boring for Soils Report, or ADL Testing for Hazardous Waste Material Study) Include as many Items as necessary. DIRECT LABOR Hours Billing Hourly Rate ($)Total ($) Professional (Project Manager)* 20 $283.82 $5,676 Sub-professional/(Engineer IV)25 _$197.36 $4,934 Sub-professional/(Engineer III)60 $139.84 $8, 390 EQUIPMENT 1 (with Operator) EQUIPMENT 2 (with Operator) Consultant’s Other Direct Costs (ODC) – Itemize: Description of Item Quantity Unit Unit Cost Total ODC Example:Travel/Mileage Costs $$ ODC Example:Mobilization/De-mobilization $$ ODC Example:Supplies/Consumables $$ ODC Example:Report $$ ODC (List more ODCs as applicable)$$ Subconsultant 1:Biggs Cardosa Associates $9,000 Subconsultant 2:$ Subconsultant 3:$ Subconsultant 4:$ Subconsultant 5:$ Note: Attach additional pages if necessary. TOTAL COST PER UNIT OF WORK $ 28,000 NOTES: 1. All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. The cost proposal format shall not be amended. 2.Hourly billing rates should be consistent with publicly advertised rates charged to all clients (Commercial, Private or Public). 3.Mobilization/De-mobilization is based on site location and number and frequency of tests/items. 4. ODC items shall be based on actual costs and supported by historical data and other documentation. 5. ODC items that would be considered “tools of the trade” are not reimbursable. 6.Billing Hourly Rates must be actual, allowable, and reasonable. DocuSign Envelope ID: 7D1B3E09-BF45-467A-A1C6-54A269419EC6 Page 9 of 9 January 2018 Local Assistance Procedures Manual EXHBIT 10-H3 Cost Proposal EXHIBIT 10-H3 COST PROPOSAL Page 2 of 2 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 13.Generally Accepted Accounting Principles (GAAP) 14.Terms and conditions of the contract 15.Title 23 United States Code Section 112 - Letting of Contracts 16.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 17.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 18.48 Code of Federal Regulation Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Mohamed Basma Title*: Sr. Vice President Signature :Date of Certification (mm/dd/yyyy): 02/16/2023 Email: Mohamed.basma@mottmac.com Phone Number: 408-807-0481 Address: 2077 Gateway Place, Suite 550 San Jose CA 95110 * An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: The following services will be provided during bid and construction phases: Responding to questions from bidders, preparing addendums, preparing conformed plans Attending preconstruction meeting Responding to RFI’s DocuSign Envelope ID: 7D1B3E09-BF45-467A-A1C6-54A269419EC6