Loading...
HomeMy WebLinkAboutENGEO (7)AMENDMENT NO. 1 TO THE AGREEMENT BETWEEN THE TOWN OF LOS ALTOS HILLS AND ENGEO THIS AMENDMENT NO. 1 TO THE SERVICES AGREEMENT is made at Los Altos Hills, California, as of E-> , 2024, by and between THE TOWN OF LOS ALTOS HILLS ("Town"), a munic al corporation, and ENGEO. ("Consultant"), (sometimes referred together as the "Parties") who agree as follows: RECITALS A. On July 16, 2014, Town and Consultant entered that certain Services Agreement ("Agreement") whereby Consultant agreed to provide engineering design services to the Town for the Matadero Creek Repair. A true and correct copy of the Agreement and its exhibits is attached as Attachment A. B. Town and Consultant now desire to amend the Agreement. NOW, THEREFORE, for and in consideration of the promises and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Town and Consultant hereby agree as follows: 1. All terms which are defined in the Agreement shall have the same meaning when used in this Amendment, unless specifically provided herein to the contrary. 2. Extension of Contract Term. The Term of Services identified in Section 1.1 of the Agreement is hereby modified as follows: The Agreement shall be terminated with the completion of SCOPE OF WORK of the original Agreement and Amendment No. 1 for Task Items I and 2 described in Attachment B or by December 31, 2026, whichever is sooner. 3. Compensation. The compensation specified in Section 2 of the Agreement is hereby modified as follows: The original Agreement compensation sum is $199,800. An additional amount of $100,700 is added to the project per this Amendment No. 1. Town hereby agrees to pay Consultant a sum not to exceed $300,500, notwithstanding any contrary indications that may be contained in the original agreement and the Consultant's proposal dated July 9, 2024 (Attachment B) to be performed and reimbursed costs incurred under this Agreement. All other terms, conditions and provisions in the Agreement remain in full force and effect. If there is a conflict between the terms of this Amendment and the Agreement, the terms of the Agreement will control unless specifically modified by this Amendment. [SIGNATURES ON THE FOLLOWING PAGE] Dated: 0 S i 2 sa-+ TOOF L S LTOS H LS By•7 . Peter Pirnejad, City Manager Attested: By (VL�a-_RuApanin��� rika Birddsong-Mill , City Clerk I� • Bob Boeche, Principal CONTRACTING SERVICES AGREEMENT BETWEEN THE TOWN OF LOS ALTOS HILLS AND ENGEO THIS AGREEMENT for Contracting services is made by and between the Town of Los Altos Hills ("Town") and ENGEO ("Contractor") (together referred to as the "Parties") as of July 16 , 2014 (the "Effective Date"), Section 1, SERVICES, Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to Town the services described in the Scope of Work attached as Exhibit A , and incorporated herein, at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail, 1,1 Term of Services_ TTe term of this Agreement shall begin on the Effective Date and shall end on 1 , and Contractor shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Contractor to complete the services required by this Agreement shall not affect the Town's right to terminate the Agreement, as referenced in Section 8. 1.2 Standard of Performance. Contractor shall perform all services required pursuant to this Agreement according to the standards observed by a competent practitioner of the profession in which Contractor is engaged. 1.3 Assignment of Personnel. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that Town, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Contractor shall, immediately upon receiving notice from Town of such desire of Town, reassign such person or persons. 1.4 Time. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.1 above and to satisfy Contractor's obligations hereunder. 1.5 Public Works Requirements, The services described in Exhibit A constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Contractor is required to comply with the provisions of the Labor Code applicable to public works, to the extent set forth in Exhibit C. Contractor shall waive, indemnify, hold harmless, and defend Town conceming any liability arising out of Labor Code Section 1720 et seq. Section 2. COMPENSATION, Town hereby agrees to pay Contractor a sum not to exceed $199,800.00, notwithstanding any contrary indications that may be contained in Contractor's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Contractor's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. Town shall pay Contractor for services rendered pursuant to Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 1 of 14 this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from Town to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all invoices to Town in the manner specified herein. Except as specifically authorized by Town in writing, Contractor shall not bill Town for duplicate services performed by more than one person. Contractor and Town acknowledge and agree that compensation paid by Town to Contractor under this Agreement is based upon Contractor's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and.its employees, agents, and subcontractors may be eligible. Town therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Contractor shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date, Invoices shall contain the following information: ■ Serial identifications of progress bills; i.e., Progress Sill No, 1 for the first invoice, etc.; ■ The beginning and ending dates of the billing period; ■ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ■ At Town's option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense; ■ The total number of hours of work performed under the Agreement by Contractor and each employee, agent, and subcontractor of Contractor performing services hereunder as well as a separate notice when the total number of hours of work by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds eight hundred (600) hours, which shall include an estimate of the time necessary to complete the work described in Exhibit A; ■ The amount and purpose of actual expenditures for which reimbursement is sought; ■ The Contractor's signature; 2.2 Monthly Payment. Town shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. Town shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. 23 Final. Payment. Town shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to Town of a final invoice, if all services required have been satisfactorily performed. Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 2 of 14 2.4 Total Payment. Town shall pay for the services to be rendered by Contractor pursuant to this Agreement. Town shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. Town shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Contractor submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Contractor on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified below, and shall not exceed $0.00, Expenses not listed below are not chargeable to Town. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Takes. Contractor is solely responsible for the payment of employment taxes Incurred under this Agreement and any similar federal or state taxes. Contractor represents and warrants that Contractor is a resident of the State of California in accordance with California Revenue & Taxation Code Section 18662, as may be amended, and is exempt from withholding. Contractor accepts sole responsible for verifying the residency status of any subcontractors and withhold taxes from non -California subcontractors as required by law. 2,8 Payment upon Termination. In the event that the Town or Contractor terminates this Agreement pursuant to Section 8, the Town shall compensate the Contractor for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Contractor shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services, The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Contractor shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement, Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Contractor, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Contractor shall Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 3 of 14 4 provide proof satisfactory to Town of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work to the Town. Contractor shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Contractor's bid. Contractor shall not allow any subcontractor to commence work on any subcontract until Contractor has obtained all insurance required herein for the subcontractor(s) and provided evidence that such insurance is in effect to Town. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. Contractor shall maintain all required Insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. Contractor shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Contractor. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,040.00 per accident. In the alternative, Contractor may rely on a self- insurance program to meet those requirements, but only if the program of self-insurance complies fully with the provisions of the California labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Contractor, if a program of self-insurance is provided, shall waive all rights of subrogation against the Town and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. 4.2 Commerclal General and Automobile Liablilly Insurance. 4,2.1 General requirements. Contractor, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000.04 per occurrence, combined single Ilmlt coverage for risks associated with the work contemplated by this Agreement, If a Commercial General liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non -owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence' basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (most recent edition), Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional _requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: Contracting Services Agreement between Town of los Altos Hills and ENGEO Page 4 of 14 400 4 a. The Insurance shall cover on an occurrence or an occurrence basis, and not on a claims -made basis. b. Town, its officers, officials, employees, and volunteers are to be covered as insureds as respects; liability arising out of work or operations performed by or on behalf of the Contractor; or automobiles owned, leased, hired, or borrowed by the Contractor. c. For any claims related to this Agreement or the work hereunder, the Contractor's insurance covered shall be primary insurance as respects the Town, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Town, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the Town. 4.3 Professional Liability Insurance, 4.3.1 General requirements. Contractor, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $4,000,000.00 covering the licensed professionals' errors and omissions. Any deductible or self-insured retention shall not exceed $150,000.00 per claim. 4.3.2 Claims -made limitations. The following provisions shall apply if the professional liability coverage is written on a claims -made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement or the work, so long as commercially available at reasonable rates. C. If coverage is canceled or not renewed and it is not replaced with another claims -made policy form with a retroactive date that precedes the date of this Agreement, Contractor must purchase an extended period coverage for a minimum of five years after completion of work under this Agreement. Contracting Services Agreement between Town of Los Altos Hills and ENGEG Page 5 of 14 M �� d, A copy of the claim reporting requirements must be submitted to the Town for review prior to the commencement of any work under this Agreement. 4.4 All Policies Requirements. 4A.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VI1. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Contractor shall furnish Town with complete copies of all policies delivered to Contractor by the insurer, including complete copies of all endorsements attached to those policies. All copies of policies and endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the Town does not receive the required insurance documents prior to the Contractor beginning work, it shall not waive the Contractor's obligation to provide them. The Town reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self-insured Retentions. Contractor shall disclose to and obtain the written approval of Town for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the Town, either. the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the Town, its officers, employees, and volunteers, or the Contractor shall provide a financial guarantee satisfactory to the Town guaranteeing payment of losses and related investigations, claim administration and defense expenses. Further, if any insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer's liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self-insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self -Insured retention required to be paid as a precondition to the Insurer's liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. 4.4.4 Wasting Policies, No policy required by this Section 4 shall include a "wasting" policy limit (i.e, limit that is eroded by the cost of defense). 4.4.5 Waiver of Subrogation. Contractor hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Contractor agrees to obtain any endorsements that may be necessary to affect this waiver of subrogation. Contracting Services Agreement between Town of Los Altos Hills and ENGEC Page 6 of 14 The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Contractor, its employees, agents, and subcontractors. 4.4.6 Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall fumish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. in addition to any other remedies Town may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, Town may, at its sole option exercise any of the following remedies, which are altematives to other remedies Town may have and are not the exclusive remedy for Contractor's breach: • Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; • Order Contractor to stop work under this Agreement or withhold any payment that becomes due to Contractor hereunder, or both stop work and withhold any payment, until Contractor demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONTRACTOR'S RESPONSIBILITIES. Contractor shall indemnify, defend with counsel acceptable to Town, and hold harmless Town and its officers, officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without limitation, attorney's fees and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's negligent performance of the Services or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of Town. Contractor's aggregate liability hereunder shall be limited by Town to $4,000,000.00 regardless of the legal theory under which such liability is imposed, The Contractor's obligation to defend and indemnify shall not be excused because of the Contractor's inability to evaluate Liability or because the Contractor evaluates Liability and determines that the Contractor is not liable to the claimant. The Contractor must respond within 30 days, to the tender of any claim for defense and indemnity by the Town, unless this time has been extended by the Town. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due the Contractor under and by virtue of this Agreement as shall reasonably be considered necessary by the Town, may be retained by the Town until disposition has been made of the ciaim or suit for damages, or until the Contractor accepts or rejects the tender of defense, whichever occurs first. Contracting Services Agreement between Town of Los Altos dills and ENGEO page 7 of 14 '111111110 *0 With respect to third party claims against the Contractor, the Contractor waives any and all rights of any type to express or implied indemnity against the Indemnitees. Notwithstanding the forgoing, to the extent this Agreement is a "construction contract as defined by California Civil Code Section 2782, as may be amended from time to time, such duties of Contractor to indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782, In the event that Contractor or any employee, agent, or subcontractor of Contractor providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of Town, Contractor shall indemnify, defend, and hold harmless Town for the payment of any employee and/or employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of Town. Section 6. STATUS OF CONTRACTOR. 6.1 Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of Town. Town shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise Town shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Notwithstanding any other Town, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or beoome entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by Town, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of Town and entitlement to any contribution to be paid by Town for employer contributions and/or employee contributions for PERS benefits. 6.2 Contractor Not an Agent; Except as Town may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of Town in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind Town to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Goveminq Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Agolieable Laws. Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor and any subcontractors Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 8 of 14 to shall comply with all applicable rules and regulations to which Town is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits, Contractor represents and warrants to Town that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions, Contractor represents to Town that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from Town. 7.5 Nondiscrimination and Equal Opportunity. Contractor shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disabliity, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Contractor under this Agreement. Contractor shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Contractor thereby, Contractor shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement, Section 8. TERMINATION AND MODIFICATION, 8.1 Termination, Town may cancel this Agreement at any time and without cause upon written notification to Contractor, Contractor may cancel this Agreement upon 30 days' written notice to Town and shall include In such notice the reasons for cancellation. In the event of termination, Contractor shall be entitled to compensation for services performed to the effective date of termination; Town, however, may condition payment of such compensation upon Contractor delivering to Town any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Contractor or prepared by or for Contractor or the Town in connection with this Agreement, 8.2 Extension, Town may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1, Any such extension shall require a written amendment to this Agreement, as provided for herein. Contractor understands and agrees that, if Town grants such an extension, Town shall have no obligation to provide Contractor with compensation beyond the maximum amount provided for in this Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 9 of 14 Agreement. Similarly, unless authorized by the Contract Administrator, Town shall have no obligation to reimburse Contractor for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assignment and Subcontractinc. Town and Contractor recognize and agree that this Agreement contemplates personal performance by Contractor and is based upon a determination of Contractor's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to Town for entering into this Agreement was and is the professional reputation and competence of Contractor. Contractor may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Contractor shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator, 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between Town and Contractor shall survive the termination of this Agreement. 8.6 Options upon Breach by Contractor. If Contractor materially breaches any of the terms of this Agreement, Town's remedies shall included, but not be limited to, the following; 8.6.1 immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Contractor pursuant to this Agreement; 8.6.3 Retain a different Contractor to complete the work described in Exhibit A not finished by Contractor; or 8.6.4 Charge Contractor the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that Town would have paid Contractor pursuant to Section 2 if Contractor had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Contractor's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Contractor prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the Town. Contractor hereby agrees to deliver those documents to the Town upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 10 of 14 4W above, prepared pursuant to this Agreement are prepared specifically for the Town and are not necessarily suitable for any future or other use. Town and Contractor agree that, until final approval by Town, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both parties, 9,2 Contractor's gooks and Records. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the Town under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Contractor to this Agreement. . 93 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Contractor to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the Town. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of Town or as part of any audit of the Town, for a period of 3 years after final payment under the Agreement. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clara or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect, The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10,4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 11 of 14 10.6 Use of Recycled Products. Contractor shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Contractor may serve other clients, but none whose activities within the corporate limits of Town or whose business, regardless of location, would place Contractor in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Govemment Code Section 81000 et seq. Contractor shall not employ any Town official in the work performed pursuant to this Agreement. No officer or employee of Town shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Contractor hereby represents that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the Town. If Contractor was an employee, agent, appointee, or official of the Town in the previous twelve months, Contractor represents that it did not participate in any manner in the forming of this Agreement. Contractor understands that, if this Agreement is made in violation of Government Code § 1090 of seq., the entire Agreement is void and Contractor will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Contractor will be required to reimburse the Town for any sums paid to the Contractor, Contractor understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Contractor agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Richard Chiu Jr. ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Contractor shall be sent to. Jonathan Buck ENGEO 2410 Crow Canyon Place, Suite 254 San Ramon, CA 94583 Any written notice to Town shall be sent to; Richard Chiu Jr. Public Works Department 26379 Fremont Road Los Altos Hills, CA 94022 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 12 of 14 400 The Parties have executed this Agreement as of the Effective pate. TOWN OF LOS ALTOS HILLS (i � r�. 9 A. 00 Carl Cahill, City Manager Attest: ffeborah Padovan, Town Clerk Approved as to Form: Steven Ta Mattas, Town Attorney 1070873.1 CONTRACTOR Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 14 of 14 construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. Seal and Signature of Registered Professional with report/design responsibility. 10.12 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A. B, and C represents the entire and integrated agreement between Town and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Payment Schedule Exhibit C Public Works Requirements 10.13 Counterparts; This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. [SIGNATURES ON FOLLOWING PAGE] Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 13 of 14 • RESOLUTION 18-14 A RESOLUTION OF THE CITY COUNCIL OF THE TOWN OF LOS ALTOS HILLS AWARDING A CONTRACT TO PROVIDE DESIGN, BIDDING AND CONSTRUCTION SUPPORT SERVICES FOR THE MATADERO CREEK REPAIR PROJECT WHEREAS, the City Engineer of the Town of Los Altos Hills did, duly examine and consider the proposals submitted for providing design, bidding and construction support services for the Matadero Creek Repair Project in Los Altos Hills, California; and WHEREAS, the City Engineer recommends that the contract for said project be awarded to ENGEO in an amount not to exceed $195,800; and WHEREAS, the Public Works Director recommends the allocation of $19,000 for project contingency; NOW, THEREFORE; BE IT RESOLVED by the City Council of the Town of Los Altos Hills that: 1. The City Manager is hereby authorized and directed to execute a contract to the above- named firm on behalf of the Town of Los Altos Hills. 2. The Public Works Director is hereby authorized to approve potential contract change orders in an amount not to exceed $19,000. The above and foregoing resolution was passed and adopted by the City Council of the Town of Los Altos Hills at a regular meeting held on the 15th day of May, 2014 by the following vote: AYES: Radford, Corrigan, Harpootlian, Larsen, Waldeck NOES: None ABSTAIN: None ABSENT: None BY: John Radford, Mayor ATTEST: Deborah Padovan, City Clerk Resolution 18-14 Page 1 rw EXHIBIT A SCOPE OF SERVICES Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 1 of 9 Exhibit A Proposal for Professional Services Matadero Greek Bank Repair WRA is experienced in the application of federal and state wetland and endangered species regulations and trained in the habitat evaluation methods and survey protocols used by resource agencies. WRA routinely conducts a broad range of plant and wildlife habitat evaluations, habitat/species monitoring and wetland and riparian studies. The firm provides complete services in the evaluation, planning, implementation, and monitoring of wetland and endangered species habitat restoration and mitigation projects. WRA has successfully completed dozens of similar creek restoration projects over the years. WRA works of the front end of the project by identifying the environmental constraints in the project area for which permits will he necessary and that ultimately shape the project design, WRA then works with engineers and fluvial geomorphologists in developing a biologically suitable restoration design that reduces environmental impacts while restoring the functions and values of the natural system. WRA's landscape architects work with our biologists in preparing planting and irrigation drawings that are designed to be successful while integrating with the natural surroundings. Our intimate knowledge of agency requirements and familiarity with their staff help streamline the regulatory permitting process saving on time and money. WRA's experienced wildlife biologists hold the necessary permits to assist with construction monitoring when sensitive wildlife species are of concern. Note that with the exception of land surveying (which is optional), ENGEO and WRA will cover all tasks listed in this proposal which leads to a more streamlined communication process in the complex permitting, design, construction and post -construction phases of the project. 4. SCOPE OF SERVICES We have prepared this scope -of -work for the proposed Matadero Creek Repair and Enhancement Project based on our understanding of project as described by our discussions with you and the recommendations prepared by WRECO dated June 4, 2013. We would appreciate the opportunity to revisit this proposal after discussions with you for applicability of any items included in this scope of work. We have listed several items as optional depending on whether the goals of the project can be met based on provision of the service. We have included in our proposal what we consider to be the most likely alternative to be permitted based on our experience working with the United States Army Corps Engineers (USACE) and the Regional Water Quality Control Board (RWQCB) when considering the Least Environmentally Damaging Practicable Alterative (LEDPA) criteria used by these agencies in consideration of project applications. However, based on our review of the WRECO document, other alternatives that may be Less expensive may also be presented to these agencies at the time of consultation, If any of these less expensive alternatives are considered to meet the LEDPA criteria, this proposal could be revised. Based on our review of the WRECO document, the most likely alternative to meet the LEDPA requirement that appears to be feasible from an engineering perspective is the soldier pile and lagging alternative with buried rock toe protection and including additional biotechnical measures at the toe of slope as depicted below. March 21, 2014 - 4 - ENGEO Expect Excellence — - 400 Soldier Pik IV0 4 Proposal for Professional Services Matedero Creek Bank Repair 10 0- Yrar water swrace SZfIYYalI9n WIIIoly 71knllr�ps qDco> Burned Reck Alp -W For purposes of this proposal, we also assume a full NEPAICEQA permitting sequence, However, NEPA may not be required, depending on which funding source is selected for the project. Task 1: Review of Existing Documents and Coordinate Meetings with USACE ENGEO and WRA expect to spend a modest amount of time reviewing the existing documents for the project, including technical studies and conceptual plans, as well as, any other relevant information needed to perform the tasks described below. We also expect to attend several coordination meetings during the course of the project. We recommend the project attend a pre - project kickoff coordination meeting at the United States Army Corps of Engineers (TJSACE) Office in San Francisco which is open to new projects to discuss with that agency as well as the United States Fish and Wildlife Service (USFWS) and the California Department of Fish and Wildlife (CDFW). These meetings occur on a monthly basin and are recommended to discuss any concerns from resource agency officials before CEQA/NEPA processes commence. Task 2: Baseline Topographic Survey (optional) We can provide a baseline topographic survey of the reaches of creek where improvements are proposed if this information has not already been obtained by Ruggeri -Jensen -Azar (RJA) as described in the WRECO document. This work may be delegated outside of ENGEO depending on the complexity required to tie into existing survey documentation or we may work with RJA to update the topo based on a final design, which would be the most economical approach. Task 3: NEPA Categorical Exclusion with Technical Studies/Memorandums (optional) The project will be subject to NEPA if any federal funding is used to implement the proposed creek improvements. The following optional scope of work is proposed pursuant to Caltrans Local Assistance Procedures Manual. If a different federal funding source is used the level of NEPA analysis may change as well. If that is the case, we will subunit a revised scope of work for those tasks. March 21, 2014 - 5 - ENGEO Expect Excellence ---- Proposal for Professional Services Matadero Creek Bank Repair Task 3a — Caltrans Field Review and Preliminary Environmental Study (PES) Form WRA will assist the Town in the preparation a PES form for the project. The purpose of the PES form is to establish the level of environmental review and technical documentation required for federally -funded projects overseen by Caltrans. For the preparation of a PES form, basic information about the project is reviewed such as location, extent of the proposed work area, nature of construction, and documented occurrences of sensitive environmental resources, Final determination of the necessary NEPA environmental document and technical studies will be made upon the completion of the PES form and signatures by Caltrans. WRA will attend one Field Review meeting with Caltrans and the Town and other key personnel. Task 3b -- NEPA Documents (CatEx and Technical Reports/Memorandums) Caltrans Local Assistance Procedures Manual (LAPM) lists the types of projects that require a Categorical Exclusion with technical studies under 23 CPR 771 (c), 23 CFR 771 (d), and Appendix A of the Section 6004 MOU. These types of projects include but are not limited to: bridge rehabilitation, reconstruction or replacement; bicycle and pedestrian lanes, paths and facilities; emergency repairs; and replacement, modification, or repair of culverts or other drainage facilities, The following sample scope of services is based on the assumption that this NEPA level of environmental review would be required by Caltrans. NEPA Categorical Exclusion NEPA defines 40 CFR 1508.4 - Categorical Exclusion as "a category of [federal] actions that does not individually or cumulatively have a significant effect on the human environment for which neither an environmental assessment nor an environmental impact statement is required." WRA staff will prepare a Categorical Exclusion for the project in conformance with Section 6.6 of the LAPM. As a part of the process, WRA wit] assist in the preparation of the required Categorical Exclusion technical reports and memorandums in accordance with the format and content requirements outlined in Caltrans' Standard Environmental Reference (SER). The level of detail and types of technical reports or memos (or a "discussion in the Environmental Document only") will ultimately depend on the project description and location, subject to a final determination by Caltrans. WRA will coordinate with the Town and Caltrans to complete the Categorical Exclusion process as detailed in the LAPM. Following the internal review of the technical reports and memos, the process includes the following steps: • Forward technical reports to Caltrans District Local Assistance Engineer (DLAE). • Caltrans reviews technical reports and provides comments if necessary. o if District technical speci4lists determine that any of the technical reports are not complete, they will document any comments in writing and submit them to the District Senior Environmental Planner (SEP) (or designee). When District technical specialists determine that the technical reports are complete and ready for resource/regulatory review (if applicable), they will inform the District SEP. March 21, 2014 - 6 - ENGEO Expcc! ExcOvnco --- 4W Proposal for Professional Services Matedero Creek Bank Repair o District SEP then prepares a transmittal letter, email, or documentation of telephone conversation or meeting (if applicable) with Local Assistance summarizing all comments received from District technical specialists and provides a copy to the DLAE. • When all technical reports and memos are determined to be complete and sufficient, District SEP then initiates informal/formal consultation with appropriate resource and regulatory agencies. ■ When resource and regulatory agency action is complete, WRA will prepare the NEPA Categorical Exclusion form and provide to Caltrans District SEP for signature and to determine whether conclusions of the technical studies and the results of consultation indicate that the action qualifies for the Categorical Exclusion. • Further Caltrans verification is required as well as additional signatures. 0 Compliance with NEPA completed and project can commence with final design. NEPA Technical Reports and Memorandums Based on the final conclusions of the PES form, WRA will prepare several technical studies and memos needed to perform an environmental analysis of the project that satisfies NEPA and Caltrans requirements; this information will also be used in the CEQA analysis to the maximum extent feasible. The specific type of technical report required for a given project is determined by the review of basic project information completed as part of the PES form task, but may include documentation regarding biological resources, noise, traffic, air and noise; water duality and hydrology, visual resources, archaeological resources, and potential effects to community planning. Most of these documents can be prepared by WRA in-house. Depending on the types and/or level of detail of technical studies required, it is possible that WRA may have to retain subconsultants that specialize in disciplines such as cultural resources, traffic, air quality, and noise, WRA would also rely on the project engineer, geologist and hydrologist to assist with some of the technical studies (e.g., Location Hydraulic Study, right-of-way technical memorandum, etc.). A brief overview of commonly applicable report types is provided below. Biological Resources The most common types of biological resources documentation required for federally -funded projects are the Natural Environment Study (NES) and the Biological Assessment (BA). The NES is required if the project will take place in areas supporting sensitive biological resources, such as wetlands, streams, and riparian areas, and evaluates the whole of the potential effects to biological resources for a project. If a project is determined to have only a minimal effect on biological resources, a NES — Minimal Impact may be appropriate. A BA is required if a project has the potential to effect plant or wildlife species that are listed under the federal Endangered Species Act. Consultation with Caltrans biological resources staff and/or federal wildlife resource agencies is often required to finalize and obtain a determination of the type of documentation required. March 21, 2014 - 7 - ENGEO ExpoctExcelfenco ---- 4 Proposal for Professional Services Matadero Creek Bank Repair Cultural Resources The primary technical studies and consultations required for cultural resources are an archaeological resources study, historic properties study, and consultation with Native American tribes. The first step in completing these studies is the identification of the Area of potential Effect (APE). The results of these studies are summarized as part of the Historic Property Survey Report (HPSR). Documentation supporting the HPSR may vary depending on the project location and potential to affect historic and cultural resources, but most often include the Archaeological Survey Report (ASR) and Historic Resources Evaluation Report (HRI;R). If the project is found to have the potential to effect cultural resources, a Finding of Effect (FOE) must be completed and filed. Visual Resources Assessment of visual resources is completed by review of the Caltrans Visual Impact Assessment (VIA) Guide. If necessary, evaluation of visual resources may require preparation of a visual simulation, prepared by WRA using advanced computer graphics simulation software. Water Quality in most cases, water quality is assessed through the completion of a Watcr Quality Assessment Report (WQAR) using the Caltrans WQAR template. The primary purpose of the WQAR is to fulfill the requirements of NEPA, and provide information, to the extent possible, for the National Pollution Discharge Elimination System (NPDES) permitting for stormwater discharge. Depending on the location and characteristics of the project, it is possible that Caltrans will only require a Water Quality Memorandum instead of a WQAR. The Water Quality Memorandum would address they key issues listed above but not in the level of detail and format required by Caltrans for a WQAR. The WQAR will be completed by ENGEO, Noise and Vibration Assessment If necessary, a noise technical memorandum may be prepared to address construction noise and operational noise. The noise technical memorandum would identify "sensitive receptors" (such as schools or residential areas), document ambient noise levels, quantify noise and vibration from project construction, quantify any potential changes in traffic noise, assess noise and vibration impacts, evaluate temporary and permanent impacts, and propose mitigation. This level of analysis is very seldom anticipated for federally -funded projects, and most often is required for projects involving a large amount of pile driving, Air Quality/Greenhouse Gas Assessment For many smaller federally funded projects, Caltrans will not require documentation for air quality and greenhouse gas emissions because these projects are often exempt from these requirements. If required, an Air Quality Memorandum would be prepared based on Caltrans report requirements in format and would address the FHWA/Caltrans requirements and well as local CEQA criteria. This memorandum would address construction air quality impacts, such as from dust and naturally occurring asbestos, and would quantify greenhouse gas emissions to develop an assessment of the project's potential effects on climate change. March 21, 2014 - 8 - AGED Expect Excellence Proposal for professional Services Matadero Creek Bank Repair Land Use and Community Impacts Land use and community impacts required to be addressed by Caltrans include, but are not limited to, construction hours, traffic management and detours, and documentation of public outreach. If necessary, WRA will prepare a memorandum identifying any community impacts resulting from the proposed project and provide appropriate mitigation measures. The need for and extent of this type of documentation would be assessed as part of the PES form task, in consultation with Caltrans staff. From time to time, other documentation, such as a Section 4(f) de minimus Findings Memorandum, information to support findings for hazardous substances and materials, environmental justice issues, and land use evaluations may be encountered. WRA has the ability to complete these additional documents, and will do so if required; however, they are only seldom required for the types of projects anticipated under this scope of work and so are not reviewed in detail here. Location Hydraulic Study ENGEO will complete a location hydraulic study which will likely be required to demonstrate that the project will not impact 100 -year water surface elevation upon implementation. The Study will be completed in accordance with the Local Assistance Procedures Manual (LAPM) Task 4. Wetland Delineation/Biological Resources Assessment WRA will perform a wetland delineation to determine the jurisdiction of the United States Army Corps of Engineers (Corps) under the Clean Water Act, The delineation field work will be conducted during the site visit for Task 1. WRA will take sample points where any wetlands are located and prepare data sheets using the Corps' authorized format. WRA will also document the ordinary high water mark for aquatic features lacking wetland vegetation. WRA will prepare a map that shows the extent of the Cotps' jurisdiction and a brief letter report that describes the methods, sample point data, and results of the delineation. WRA will prepare a draft report for review by the client, as well as a final report incorporating any comments provided by the client. Once approved for submittal, WRA will submit the delineation report and request that the Corps verify the work. This typically requires a site visit for the Corps to verify the extent of their jurisdiction, and the cost of this task includes time for one WRA staff member to attend the field verification. If the Corps requires any modifications to the delineation, a final map incorporating the requested changes will be prepared. In some cases, additional information will be requested by the Corps or may be needed to justify specific circumstances related to the site, Additional site visits are not included in this scope of work or budget estimate unless otherwise specified. A Biological Resources Assessment (BRA) evaluates existing sensitive biological resources on a site and provides a review of conditions, impacts, and mitigation that may be required by the Town in the project environmental review process required under CEQA. WRA will produce a BRA existing conditions letter report summarizing conditions at the Town of Los Altos Hills project area and any potential impacts and required mitigation resulting from the stream bank stabilization project. March 21, 2014 - 0 - ENGEO Expect Excnrtanne--- Proposal for Professional Services Matadero Creek Bank Repair Our approach for conducting the assessment of the basin area consists of the foitowing: Prior to the site visit, a search of the California Department of Fish and Wildlife's (CDFW; formerly the California Department of Fish and Game) California Natural Diversity Data Base (CNDDB), the California Native Plant Society's (CLAPS) Inventory of Rare and Endangered Plants, and the United States Fish and Wildlife Service (USFWS) county and quadrangle lists will be conducted to determine which sensitive species and/or critical habitat have been documented in the vicinity of the Project Area. Based on this search and a review of other CDFG lists and publications, a list of special -status species with potential to occur on site will be generated. Following the preliminary site research, a site visit by a WRA biologist will be undertaken to assess conditions in the Project Area. The Project Area will be traversed on foot and the habitats present will be assessed to determine suitability for special -status wildlife and plant species. Potential impacts to sensitive habitats and special -status species related to project construction will be the focus of the site evaluation; however, any potential indirect impacts resulting from the project will also be assessed. The results of the preliminary site research and the ground-based site assessment will be prepared as brief letter report. The purpose of the letter report is to provide an analysis of any potential biological constraints that occur or have the potential to occur in the Project Area. Potential use of the site by any special -status species will be ranked as no potential, unlikely, moderate, or high depending upon the suitability of the habitat or proximity of any known records uncovered in the database search. If any sensitive habitats are observed on the site, a map of these features will be provided. If appropriate, other potential biological regulatory issues will be addressed, including local sensitive habitat and species policies and local tree ordinances. • General avoidance and minimization measures for any potential impacts that could occur as a result of a project will be discussed. This document will be used in the permit applications as required by environmental regulatory agencies. Based on the limited nature of potential impacts related to the project, it is assumed that compensatory mitigation will not be required by the agencies. Although unlikely, if the agencies require compensatory mitigation for potential impacts, WRA will work with the client and agencies to develop such measures. This work will be covered under a separate scope of work and budget. We recommend that the Task 4 be completed prior to circulation of a CEQA document. It is required for resource agency permitting. Task 5: Review of Hydrologic and Geotechnical Studles and Basis of Design Report Based on our preliminary review of calculations and conceptual plans we anticipate a conceptual design which would be included in the resource agency applications and CEQA documents. The engineering analysis will include; March 21, 2014 _10- 1 Expect Excndenre 4 Proposal for Professional Services Matadero Greek Bank Repair • A Hydrologic Engineering Center -River Analysis System (HEC -RAS) model of the proposed creek modifications assumed to be based upon previous studies in order determine the 100 -year water surface elevation for the most likely repair scenario. • Verification of rock sizing at the toe of slope. • Preliminary geotechnical design of the soldier pile and lagging wall with tiebacks, based on previous information collected for the project. The calculations will be signed by both a Professional Geotechnical and Civil Engineer licensed in the State of California. Given our experience with the RWQCB and other state and federal agencies that review creek improvement projects, we expect that the design of the channel will be rigorously reviewed and that supporting documentation will be absolutely essential if the intent of the Town of Los Altos Hills is to intervene on the creek bank. We expect this report will have schematic 30% design recommendations that, if approved, will form the basis of design. Task 6: CEQA WRA will prepare an Administrative Draft Initial Study for the proposed project utilizing the Appendix G Thresholds of Significance from the current version of the State CEQA Guidelines, as well as any Town -approved Thresholds of Significance. The Initial Study will evaluate the potentially significant impacts of the proposed project as the project relates to the 17 environmental topics in the Environmental Checklist Form of the State CEQA Guidelines, The analysis in the Initial Study will consider information contained in existing technical reports and documents related to similar projects (if applicable), relevant regulations and policies, and other applicable information obtained through the research efforts of WRA staff. Based on the conclusions of the Initial Study, it is anticipated the project will qualify for a Mitigated Negative Declaration (MND) and that an Environmental Impact Report (EIR) will not be required. WRA can "front load" the project description with design features that self -mitigate any significant impacts of the project, thus qualifying the project for a Negative Declaration instead of a MND and also precluding the need for a CEQA Mitigation Monitoring and Reporting Program. WRA will submit three (3) copies of the Administrative Draft Initial Study to the Town for first review and comment. WRA will address all of the Town's comments on the Administrative Draft Initial Study. It is assumed that the comments from the Town will be consolidated into one set, which will aid the team in completing the documents in the most timely and efficient manner. WRA will prepare one copy of a Screencheck Draft Initial Study that the Town can review to confirm that all comments have been addressed. Upon approval of the Screencheck Draft Initial Study and Mitigated Negative Declaration, WRA will reproduce additional copies of the Draft Initial Study and Negative Declaration for the Town's use during the 30 -day public review period. Additionally, WRA will coordinate with the March 21, 2014 - 11 - ENGEO Expacf Excellence --- iikw 4 Proposal for Professional Services Matadero Creek Bank Repair Town in providing web -ready documents for publication on the Town's website if needed. WRA will produce and circulate the Notice of Intent (NOI), as well as any other CEQA noticing requirements, including the Notice of Completion (NOC) to the State Clearinghouse, if necessary. WRA will submit three (3) hard copies and one (1) electronic copy of the revised Draft Initial Study/Negative Declaration to the Town within one (1) week from receipt of Town's comments. WRA will reproduce up to thirty (30) copies of the Draft Initial Study for the public review circulation period and will assume responsibility of circulating the documents to applicable agencies and interested parties. Following completion of the 30 -day public review period, WRA will informally respond to agency and public comments submitted on the Initial Study/Negative Declaration. The extent of work necessary to complete the Final Initial StudyfNegative Declaration is contingent upon the number and nature of public comments received after the Draft Initial Study/Negative Declaration is circulated. WRA assumes the Town will be responsible for the preparation and filing the Notification of Determination (NOD) with the San Mateo County Clerk within five days of project approval as well as payment of all required filing fees, Up to two meetings for the CEQA task have been included in our budget for Task 6. Attendance at public hearings is not proposed but can be included if required. Task 7. Agency Permitting The USAGE regulates the placement of fill and dredging within areas determined to be Waters of the U.S. Based on a preliminary review of aerial photographs of the Project Area and discussions about the project with the project engineer, a Corps Section 404 permit will likely be necessary. The Regional Water Quality Control Board (RWQCB) must certify the use of the Corps 404 permit and will process a 401 Water Quality Certification for the project. In addition, for any wetlands or jurisdictional areas found to not fall under Corps jurisdiction, the RWQCB will likely claim these areas as "waters of the State" and will require an analysis of potential impacts to these features. Based on the information gathered during the BRA and delineation site assessment, WRA will prepare Clean Water Act Section 404 and 401 permit applications. Both applications will be prepared in draft form and submitted to the client for review prior to submission to the agencies. After the applications have been reviewed by the client, WRA will incorporate any changes requested by the client and then submit the applications to the USAGE and the RWQCB. Specific actions related to the two permits are discussed in the sections below. The CDFW regulates impacts to streams, creeks, and lakes under Section 1602 of the Fish and Game Code, Impacts to these features generally require application for a Section 1602 Lake and Streainbed Alteration Agreement, Given that the Westside Basin supports wetland and riparian - like habitat around its margin, the CDFW would likely claim the feature under their jurisdiction as potential wildlife habitat. For all of the permit applications, WRA will work with the project engineer to ensure that the necessary project description and schematic engineering plans are provided to adequately portray the project to the regulatory agencies. March 21, 2014 - '! 2 - GEO Expod Exceffenca Proposal for Professional Services Matadero Creek Bank Repair Task 7a: USACE Section 404 Permit Assuming that the wetland and/or stream impact area is likely less than 0.5 acre (or less than 300 linear feet), the project may qualify for the Nationwide Permit (NWP) program. The most appropriate NWP for the project will be determined based on the details of the project and discussions with the project engineer, The Section 404 application form will address potential impacts to Corps jurisdiction and the necessary permit requirements, including: • Basic notification requirements as to site location, project description, and type and amount of fill in potentially jurisdictional areas, • Appropriate plan and cross sectional view figures that show proposed impacts to jurisdictional areas. • Calculated areas and volume of proposed fill within jurisdictional areas. ■ Determination that the project site does not have any endangered species or critical habitat, • Proposed compensatory mitigation (on-site or off-site). • Wetland delineation with request for verification by the Corps. • Brief statement concerning alternatives investigated to avoid or minimize impacts to wetlands. WRA will calculate the impacts to areas within the Corps' jurisdiction and prepare associated GIS figures that show these areas. WRA will fill out the appropriate paperwork for the Section 404 application and will serve as the client's agent during the Corps permitting process. The Corps frequently requests additional site visits or to discuss the proposed project and its potential impacts on areas within their jurisdiction—WRA will manage this portion of the project to ensure timely appropriation of the permit and will conduct all site visits with the Corps. As noted for Task 2, this scope includes time for one field verification site visit with the Corps. Additional site visits, if required by the agencies, will be covered under a separate scope of work and budget. Task 7b: RWQCB Section 401 Certification As noted above, the RWQCB must certify the use of the Corps 404 permit and will process a 401 Water Quality Certification for the project. In addition to identifying areas of Corps jurisdiction, WRA will identify potential "waters of the State" subject to RWQCB jurisdiction and will quantify potential impacts to these areas. WRA will produce GIS figures showing areas of RWQCB jurisdiction and associated impacts and will prepare an application for the Section 401 Certification. Similar to the process with the Corps, WRA will serve as the client's agent for all interactions with the RWQCB. WRA will work with the project team and regulators to assure that all necessary information is made available for the application, WRA will attend one site visit with the RWQCB to assess the project impacts, if requested by the RWQCB. Additional site visits or other out -of -scope will covered tinder a separate scope of work and budget. March 21, 2014 -13- E Export Exceliance --- - Proposal for Professional Services Matadero Creek Bank Repair Task 7c: CDFW Section 1602 Agreement Assuming the CDFW exerts jurisdiction over the basin, a 1642. Lake and Streambed Alteration Agreement (LSAA) will be needed for the project. The LSAA covers maintenance activities with the potential to alter a stream- or lake -bed or --bank, in addition to potential wildlife habitat on their margins. The LSAA application includes much of the same information as the previous two permits in addition to an environmental questionnaire. WRA will complete the application materials and act as the Town's agent during the project to make sure the CDFW has all of the project information needed. Task 7d: USFWS Section 7 Our initial analysis suggests that multiple federally listed wildlife species live in aquatic habitats in the vicinity of the Project Area. Therefore, the Corps may request formal endangered species consultation with the USFWS. If formal consultation is requested, WRA will prepare a Section 7 Biological Assessment (BA) for the project and will help facilitate the consultation process with the Corps and the USFWS. The BA will be based on data collected during the BRA and delineation site visit and will describe the suitability of on-site habitat conditions for the federally listed species known from the vicinity, as well as any potential impacts which may occur to these species as a result of the project, and any mitigation measures recommended to offset potential impacts. This task includes budget for one site visit, if requested by the USFWS. This site visit would be in addition to the site visits associated with Task i and Task 2. This task also includes budget for up to two phone or in-person meetings with Corps or USFWS personnel to discuss potential impacts and proposed mitigation. Task 8: Planting Plan If requested by the federal and state agencies, a ENGEO will prepare a revegetation plan in CAD that shows a typical planting palette in areas where plants are proposed to be propagated. These are typically prepared in support of a Creek Restoration and Monitoring Plan to demonstrate to the agencies that the final creek design will provide native riparian habitat with comparable functions and values as similar creeks in the area. Information included on a planting plan includes species to be planted at what cross sectional elevations along the creek bank, spacing requirements, plant sizes, caging needs, and hydroseeding requirements. Task 9: Improvement Plan Sat, Technical Specifications and Cost Estimate We anticipate that a final set of improvement plans can be prepared based on topographic survey information from the preliminary plan for the creek restoration approved by the RWQCB, the USAGE and the CDFW per the Technical Studies and Planting Plan performed in Tasks S and 8. Technical specifications will also be furnished describing materials and installation procedures. We will also prepare an engineer's cost estimate based on material installation costs we have encountered in the last two years for similar projects. The purpose of the plans, technical specifications and cost estimates will be to provide a complete set of bid documents for the final design of the creek. March 21, 2014 -14- ENG Expect ExWlenre— Proposal for Professional Services Matedero Creek Bank Repair Task 10: Construction Support After issuance of the bid package, we anticipate providing the following services associated with the project. • Interpret plans and specifications and/or inclusion of addenda during the bidding process. • Attend pre -construction conference with selected contractor. • Provide testing, observation and biological support services during the time of construction as required, including training of on-site construction personnel for biologic issues. • Respond to Requests for Information (RFIs) during construction. • Provide a letter to the Town stating that the construction has been performed in general conformance with our recommendations. We have estimated a price assuming a 4 -week construction schedule with 2 -engineering site visits per week and 1 biologist visit per week. WRA will suggest that full-time monitoring by a qualified biologist will not be needed during the construction of this project. Instead, the Agencies often allow a qualified biologist to train the construction foreman to conduct morning site inspections to ensure that no listed species have moved into the project area during the preceding evening. However, if the agencies determine as part of the mitigation requirements that full-time monitoring by a qualified biologist is required, WRA can conduct the monitoring during the construction phase of the project, Task 10 is estimated at approximately $12,000, although we this price would need to be re- visited after permits have been issued to ensure that an on-site biologist is not required during construction. Task 11: Post -Construction Monitoring Typically, the RWQCB, the USACS and the CDFW require 5-10 years of monitoring, after creek intervention projects are completed to ensure that all success criteria in the permits issued have been met. We have not included an exact price for this item as. However, for budgeting purposes, we estimate that it can be performed for approximately $4,000 per year for 7 years. We can work with you to limit the amount of our time spent on past -construction monitoring. March 21, 2014 - 15 - ENGEO Expect Exce lopre - - 4 EXHIBIT B COMPENSATION SCHEDULE Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 1 of 1 Exhibit 8 4W *40 Proposal for Professional Services Matadero Creek Bank Repair 8. FEE PROPOSAL We estimate to following costs for the project based on the task item listed in the Scope of Services Section: Task Fee Task 1: Review of Existing Documents and Coordination Meetings ................................$ 4,000 Task2: Baseline Topographic Survey*.............................................................................$ 5,000 Task3: NEPA*..................................................................................................................$ 60,000 Task 4: Wetlands Delineation/Biological Assessment......................................................$ 7,000 Task 5: Hydraulic Study and Final Basis of Design Calculations ..................................... $ 6,000 Task6: CEQA..................................................................................................................$ 24,000 Task 7: Agency Consultation (.Includes RWQCB, USAGE, CDFW and USFWS*)........ $ 25,000 Task8: Planting Plan.........................................................................................................$ 3,300 Task 9: Improvement Plan Set, Technical Specifications and Cost Estimate ...................$ 23,500 Task 10: Construction Support..........................................................................................$ 14,000 Task 11: Post -Construction Monitoring............................. ........... ........... ......................... 28,000 Total .......................$199,800 *Optional Items We estimate the cost of construction for the most likely alternative at $350,000. March I, ENGEO Revisedd Julyly 7 7, , 2014 -16- Expect Exceliance -- EXHIBIT C PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ETSEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day's work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to eight hours during any one calendar day, and forty hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of eight hours during any one calendar day and forty hours during any one calendar week is permitted upon compensation for all hours worked in excess of eight hours during any one calendar day and forty hours during any one calendar week at not less than one -and -ane -half times the basic rate of pay. C. The Contractor and its subcontractors shall forfeit as a penalty to the Town $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, In violation of the provisions of California Labor Code Section 1810 and following, WAGES: A, In accordance with California Labor Code Section 1773.2, the Town has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the Town Public Works Office and shall be made available on request. The Contractor and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with Labor Code Section 1775, the Contractor and any subcontractors engaged in performance of the services described in Exhibit A shall comply Labor Code Section 1775, which establishes a penalty of up to $50 per day for each worker engaged in the performance of the services described in Exhibit A that the Contractor or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Contractor or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Contractor or subcontractor in meeting applicable prevailing wage Contracting Services Agreement between Town of Los Altos Hills and ENGEO Page 1 of 3 Exhibit C 16lio 111111110 obligations, or the willful failure by the Contractor or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Contractor or subcontractor had knowledge of their obligations under the California Labor Code. The Contractor or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. if a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Contractor is not liable for any penalties therefore unless the Contractor had knowledge of that failure or unless the Contractor fails to comply with all of the following requirements: The contract executed between the Contractor and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777,5, 1813, and 1815. 2. The Contractor shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor's certified payroll records, 3, Upon becoming aware of a subcontractor's failure to pay the specified prevailing rate of wages, the Contractor shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A, 4. Prior to making final payment to the subcontractor, the Contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813, C. In accordance with California Labor Code Section 1776, the Contractor and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid .to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: The information contained in the payroll record is true and correct. The employer has complied with the requirements of Sections 1771, 1811, and 1895 for any work performed by the employer's employees on the public works project. Contracting Services Agreement between Town of Los Altos Hills and ENGEO Exhibit C Page 2 of 3 kw 14 The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776, D. In accordance with California Labor Code Section 1777,5, the Contractor, on behalf of the Contractor and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Contractor or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Contractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. Contracting Services Agreement between Town of Los Altos Hills and ENGEO Exhibit C Page 3 of 3 July 9, 2024 Last Revision July 9, 2024 Mr. WooJae Kim Public Works Director Town of Los Altos Hills 26379 W. Fremont Road Los Altos Hills, CA 94022 GEOTECHNICAL ENVIRONMENTAL WATER RESOURCES CONSTRUCTION SERVICES COASTAUMARINE GEOTECHNICS Project No. 11359.000.000 Subject: Matadero Creek Bank Stabilization and Restoration Project (Project) Page Mill Road Los Altos Hills, California REQUEST FOR CHANGE ORDER Dear Mr. Kim: We are pleased to submit this proposal to provide continued professional engineering services for the subject project in Los Altos Hills, California. PROJECT DESCRIPTION AND BACKGROUND The project is located approximately '/4 mile south of the Page Mill Road Interstate 280 interchange on the northern side of Page Mill Road. The Project site is immediately downstream of a concrete box culvert that carries Matadero Creek (Creek) under Page Mill Road and is owned in fee title by the California Department of Transportation (Caltrans). The Town of Los Altos maintains the property under an agreement with Caltrans. The project intends to stabilize a portion of Page Mill Road where an emergency project was performed by the Town in 2011 to prevent further erosion of the road into the creek channel. Page Mill Road is a major arterial in the northern portion of Santa Clara County with approximately 20,000 vehicles per day driving over the road. The project will stabilize the Creek at Page Mill Road by replacing the failing, 15 -foot -long -by -70 -square -feet sackcrete apron with a new, 93 -foot -long -by -1,284 -square -feet rock riprap chute and structural wall along the roadway. The intent of the project is to permanently repair the area partially stabilized in the 2011 emergency repair. The project required the following approvals due to its location in a Caltrans owned right-of-way and working in a major creek system that is regulated by both federal and state agencies. California Environmental Quality Act (Town of Los Altos Hills) • 404 Permit (United States Army Corps of Engineers) • Section 7 Endangered Species Consultation (United States Fish and Wildlife Service) • 401 Water Quality Certification (San Francisco Bay Regional Water Quality Control Board (RWQCB)) • Section 1602 Streambed Alteration Alteration Agreement (California Department of Fish and Wildlife (CDFW)) 2010 Crow Canyon Place, Suite 259 , San Ramon, CA 94583 • (925) 866-9000 • Fax (8881279-2698 www.engeo.com Town of Los Altos Hills 11359.000.000 Matadero Creek Bank Stabilization and Restoration Project July 9, 2024 REQUEST FOR CHANGE ORDER Page 2 ENGEO was selected by the Town of Los Altos Hills to perform the permanent design in September 2014. We completed CEQA clearance and submitted applications to the federal and state resource agencies in 2015. We received several rounds of comments from the RWQCB asking us to redesign the project to be less impactful to the creek in 2016. In 2017, we believed that we were close to being fully permitted; however, the RWQCB would not allow us to provide environmental mitigation to creek impacts (i.e., replacement of trees or additional creek floodplains to offset areas where rock was proposed) within the Caltrans right-of-way without a formal deed restriction over the property to maintain the mitigation features into perpetuity. However, Caltrans does not have a deed restriction process. In 2018-2019, we worked with Caltrans and the RWQCB to provide some sort of documentation acceptable to both agencies to allow on-site mitigation on Caltrans property. At the end of 2019, Caltrans and the RWQCB could not come to a mutual agreement about an easement or deed restriction that would allow mitigation to be performed within the Caltrans right-of-way. In 2021, we began working with the Town again to complete the project. We identified several off-site locations to perform environmental mitigations that would be acceptable to the RWQCB. Due to the slow response on RWQCB, we assisted Town staff in writing a letter to the executive director of the RWQCB stating our frustration with the process. This letter was signed by George Tyson and is dated July 2022. The Town received a response from the executive director in August 2022, and the Town received a permit from the RWQCB in February 2023. By 2023, with the RWQCB permit secured, the project Caltrans and USACE/USFWS permits had expired and needed to be renewed. Caltrans asked us to update the proposed wall design to 2022 California Building Code standards. CDFW also asked the Town to reapply for a new permit altogether stating that original application materials and studies were too old for them to complete their issuance of a Streambed Alteration Agreement in 2023. In March 2024, we have a renewed USACE/USFWS permit, while Caltrans appears to be imminent, and CDFW issued a draft Streambed Alteration Agreement in June 2024. As the funds in our 2014 contract are now exhausted, we are asking for a change order to complete permits and design work up to the commencement of construction, forecasted for September 2024. The Town is also requesting ENGEO perform construction management services for the project. We are also proposing to perform post -construction monitoring, as required by the RWQCB for mitigation areas. SCOPE OF SERVICES To date, we have billed up to the contract amount of $199,800. We propose the following scope of services based on our experience and discussions with you. In addition to the remaining budget, we are asking for the following. Task 1: Complete Permitting, Plans, Specifications, and Estimates and Bidding We are requesting a total of $70,700 to complete the plans, specifications, and estimates for the project. The following items have been completed, which were not considered in the original proposal. Town of Los Altos Hills 11359.000.000 Matadero Creek Bank Stabilization and Restoration Project July 9, 2024 REQUEST FOR CHANGE ORDER Page 3 1. Additional review from the California Department of Transportation related to the project Encroachment Permit. We updated the wall design to meet current 2022 standards after our 2018 permit expired based on permit delays from the RWQCB. During the bidding phase, the wall was also redesigned to expedite construction this year using more readily available lagging materials. ($15,000) 2. Time spent working with the Town of Los Altos Hills Open Space Committee and Regional Water Quality Control Board on finding a suitable site for off-site mitigation and preparation of an off-site mitigation monitoring plan and deed restrictions. ($35,000) 3. Additional review time associated with renewing the expired USACE permit, which included a new requirement to perform a cultural resources analysis of the site. ($11,000) 4. Additional time spent on completing the CDFW Streambed Alteration Agreement for the project. CDFW required the original biological assessment to be completely updated and the Town to completely reapply for an agreement in early 2023. ($33,000). 5. We set up a contract with Native Coast Nursery in Santa Cruz and have pre -paid to have certain plans at the off-site mitigation area grown in advance so that the contractor is not responsible to obtain the plants after the contract is awarded. This will ensure that the quantity of plants needed for the project is avaiable at the time of construction. ($2,000). Note in our original proposal that NEPA compliance was not required as originally anticipated, and therefore, approximately $25,300 was not used under the original scope. Task 2: Update Plans, Specifications, and Estimates and Rebid ($30,000) 1. We understand that based on the original bids received by the Town in July 2024, that the Town would like to re -bid the project and have ENGEO design a guard rail system that can be attached to the soldier pile wall, re -prepare the plans and specs to value engineer the permitted rock slope protection, cofferdams, and grading and to prepare an add alternate with both timber and concrete lagging for the wall structure. ($30,000) Task 3: Construction Management and Testing and Observation during Construction We understand the Town would like us to perform construction management services, testing and observation (T&O), and provide biological monitoring for this project. Biological monitoring will be performed by Live Oak Associates as a subconsultant to ENGEO We propose the following. 1. Attend pre -construction meeting with selected contractor. 2. Provide pre -construction biological surveys per our anticipated Streambed Alteration Agreement from the California Department of Fish and Wildlife 3. Coordinate with Caltrans Inspection Staff. 4. Assume at least '/2 -time observation of all work associated with the project as soon as work commences. 5. Provide concrete testing of pier structures. 6. Provide on-site biological monitoring for California Red Legged Frog and other species of concern for project agreements with United States Fish and Wildlife Service and the California Town of Los Altos Hills 11359.000.000 Matadero Creek Bank Stabilization and Restoration Project July 9, 2024 REQUEST FOR CHANGE ORDER Page 4 Department of Fish and Wildlife. 7. Perform quantity tracking of materials to verify contractor quantities. 8. Discuss performance of contractor work with Town staff before payment for contractor services is rendered. 9. Write a letter to the Town of Los Altos Hills stating that all work has been conducted in conformance with our recommendations. 10. Prepare pre- and post -project documentation in accordance with the 401 -water quality certification from the project for the San Francisco Bay Regional Water Quality Control Board. We assume the heavy construction at the Matadero Creek project site will occur in mid-September and will last approximately 3 weeks. We assume 1 week of construction and planting at the off-site project in Byrne Preserve in December. Lastly, there will be some periodic checks of plant performance during the first year through December 2025. We suggest the following fee based on these assumptions. 1. Pre -construction meetings and coordination with Caltrans inspection staff = $6,000 2. Pre-consturction biological surveys and relocation of rats nests = $20,000 3. Matadero Creek on-site project engineering support — 4 weeks at $9,000/week = $36,000 4. Matedero Creek on-site project biological monitoring = 4 weeks at $7,000 week = $28,000 5. Byrne Preserve off-site project — 1 week at $9,000/week = $9,000 6. Periodic landscape maintenance coordination - $10,000 7. Final Letter for Caltrans = $3,500 Our total estimated fee is $112,500 Task 4: Post -Construction Monitoring The RWQCB, USACE, and CDFW require post -construction monitoring reports of the off-site mitigation piece to verify that performance is met for on- and off-site plants planted as part of the project. They also require inspection of the rock structures proposed at the on-site location. We suggest setting up a budget of $10,000 per year for the 3- to 5 -year portions of the 5 -year monitoring period after project completion to cover these reporting items for a total of $30,000. The Town may opt to perform this monitoring in house. FEE We propose to provide the above-described scope of services for the fees itemized in the table below. TABLE 1: Fee Estimate 1 Complete Permitting, Plans, Specifications, and Estimates and Bidding $70,700 2 Update Plans, Specifications, and Estimate and Rebid $30,000 3 Construction Management and T&O during Construction $112,500 4 Post -Construction Monitoring (off-site mitigaition) $30,000 TOTAL $243,200 Additional services requested by you that are not outlined in this agreement, such as attendance Town of Los Altos Hills 11359.000.000 Matadero Creek Bank Stabilization and Restoration Project July 9, 2024 REQUEST FOR CHANGE ORDER Page 5 at project meetings and preparation of letters, will be charged on a time -and -expense basis. Please let us know if you would like us to provide an estimate for any additional services. REQUEST FOR CHANGE ORDER ENGEO's liability for damage due to professional negligence, acts, errors, omissions, breach of contract and consequential damages will be limited by Client to an amount not to exceed an aggregate limit of one million dollars or ENGEO's fee, whichever is greater, regardless of the legal theory under which such liability is imposed. If the above scope of services and fee are acceptable, please issue a change order to our current contract as our authorization to proceed. We can begin our services upon receipt of an executed agreement. If you have any questions or comments, please contact us. Sincerely, ENGEO Incorporated than Buck ssociate jb/jr/rhb/ar ert H. Bo e rincipal