Loading...
HomeMy WebLinkAbout4.04 Dougherty Rd. Improvementsor 19 82 /ii � 111 DATE: TO: FROM: STAFF REPORT CITY COUNCIL August 20, 2013 Honorable Mayor and City Councilmembers Joni Pattillo City Manager""' CITY CLERK File #600 -35 SUBJECT: Amendment to Consulting Services Agreement with Kimley -Horn & Associates, Inc. for the Dougherty Road Improvements - Sierra Lane to North City Limit Prepared by Ferd Del Rosario, Senior Civil Engineer EXECUTIVE SUMMARY: The City entered into an Agreement with Kimley -Horn & Associates in February 2012 to prepare the preliminary engineering plans and environmental documents for the Dougherty Road Improvements project - Sierra Lane to North City Limit. On February 19, 2013, the City Council adopted the Mitigated Negative Declaration and approved the preliminary engineering plans for the project. The City now desires to amend Kimley -Horn & Associates' existing Agreement to complete the final design and construction contract documents of the entire project (Sierra lane to North City Limit) to get it ready for advertising and construction. FINANCIAL IMPACT: The scope of work is proposed to be expanded to include the final design of Dougherty Road Improvements project from Sierra Lane to North City Limit. The Amendment would also include preparation of final contract documents and engineering services during construction, which are expected to occur in Fiscal Years 14/15 and 15/16. The Kimley -Horn and Associates contract amendment is proposed to be increased to a not -to- exceed amount of $1,202,400, which is anticipated to be expended over three fiscal years. The original contract amount is $753,000, and there are sufficient funds budgeted in the total current project budget to cover the increase. RECOMMENDATION: Staff recommends that the City Council adopt the Resolution approving the Amendment to the Consulting Services Agreement with Kimley -Horn and Associates, Inc. for the Dougherty Road Improvements Project. r-A, - -4.1 �. Submit ed By Public Works Director a I " Submitted By \ ' Administrative Services Director Reviewed y Assistant City Manager Page 1 of 2 ITEM NO. 4.4 DESCRIPTION: On February 7, 2012, the City of Dublin approved the Consulting Services Agreement with Kimley -Horn and Associates, Inc. to provide preliminary engineering and environmental support services for the Dougherty Road Improvements project from Sierra Lane to North City Limit under CIP No. 960025. The proposed improvements include widening of travel lanes from four to six lanes, construction of bicycle lanes and a raised median, installation /modification of several traffic signals and pedestrian /street lights, and landscaping. The length of the project is approximately 1.9 miles. The proposed project was presented to the community at two public workshops and on February 19, 2013, the City Council adopted the project Mitigated Negative Declaration and approved the preliminary engineering plans for the entire segment of the project from Sierra Lane to North City Limit. The consultant is currently finalizing the appraisal report for one proposed property acquisition required on the project. On June 4, 2013, during the City Council discussion of the proposed budget for FY 2013 -14, the City Council directed staff to proceed with the final design of the entire project (from Sierra Lane to North City Limit) to get the project ready for construction. The City Council further directed staff to explore all funding programs (federal, state and /or regional funds) that could be tapped to construct the entire project. Staff has met with Alameda County Transportation Commission staff and voiced Dublin's plan to get city road projects shovel -ready for construction. Staff will continue to pursue outside funding opportunities to fully fund construction of the entire project. In addition to completing the project final design and contract documents, the consultant scope of work includes acquisition and monitoring of necessary regulatory permits (US Fish and Wildlife Service, Regional Water Quality Control Board, California Dept. of Fish and Wildlife); right -of -way acquisition; coordination with Camp Parks, Zone 7, DSRSD and PG &E on utility relocations; preparation of Stormwater Management Plan and Hazardous Material Site Assessment; and bid support/design services during construction. Based on the schedule provided by the consultant and with the timely acquisition of right -of -way, regulatory permits, and relocation of PG &E high - voltage power pole, the contract bid documents for the entire project could be ready for advertising in the fall of 2014. NOTICING REQUIREMENTS /PUBLIC OUTREACH: A copy of the report has been sent to Kimley -Horn and Associates, Inc. ATTACHMENTS: 1. Resolution amending the Agreement 2. Exhibit "A" to Resolution 3. Original Agreement dated February 7, 2012 Page 2 of 2 RESOLUTION NO. -13 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AMENDMENT TO THE AGREEMENT WITH KIMLEY -HORN & ASSOCIATES, INC. TO PROVIDE CONSULTING SERVICES FOR THE DOUGHERTY ROAD IMPROVEMENTS - SIERRA LANE TO NORTH CITY LIMIT — CIP NO. 960025 WHEREAS, on February 7, 2012, the City of Dublin entered into an Agreement with Kimley -Horn & Associates, Inc. to perform preliminary engineering services for the Dougherty Road Improvement project from Sierra Lane to North City Limit under CIP No. 960025; and WHEREAS, on February 19, 2013, the City Council of the City of Dublin adopted the project Mitigated Negative Declaration and approved the preliminary engineering plans for the Dougherty Road Improvements project from Sierra Lane to North City Limit, and WHEREAS, on June 4, 2013, the City Council of the City of Dublin directed staff to proceed with final design of the Dougherty Road Improvements project from Sierra lane to North City Limit to get the entire project ready for construction; and WHEREAS, the City desires to amend Kimley -Horn & Associates' existing Agreement to complete the final design of the project from Sierra Lane to North City Limit; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin hereby approves the Amendment to the Agreement with Kimley -Horn & Associates, Inc. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Amendment to the Agreement, attached hereto as Exhibit "A." PASSED, APPROVED AND ADOPTED this 20th day of August, 2013, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: City Clerk Mayor EXHIBIT RESOLUTION AMENDMENT TO AGREP07— ENT BETWEEN CITY OF DUBLIN AND KIMLEY-HORN'& ASSOCIATES, INC. FOR CONSULTING SERVICES WHEREAS, the City of Dub�in entered into an Agreement with Kimley-Horn & Associates,, Inc. • February 7 2012 to perform preliminary engineering services for the Dougherty Road Improvements project from Sierra Lane to North City Limit under CIP No. 96002;5;and WHEREAS,the Scope of Work is proposed to be expanded to include final design of the Dougherty Road Improvements project from Sierra lane to North City Limit to get the tnti:re project ready for construction, and the not-to-exceed contract amount is proposed to be increased $1,202,400; and WHEREAS, the City of Dublin desires to extend the term of the Agreement to end December 31, 2016; 1111 3!11 �111 III Scope of Work shall be modified to include additional scope of work as described in Consultant's letter dated July 25, 2013 (attached). 1001no The total cost for time-and-materials work under this amendment shall not exceed an additional $1,202,,400 based on the attached cost breakdown, Term of Services The term of the agreement shall be: extended to end December 31, 2016, mffc��1� ATTEST: Joni Pattillo, City Manager City Clerk KIMLEY-HORN ASSOCIATES, INC, Arian Sowers, P. E., Vice President Date: Internet Fi1e�,C'oliteilt,Otillook-\OXL)tJ3KJ51EXilil)it A -Amendment to Agnil 8-20- 2013.doe C1llllll1I1FJ Kimley-Horn m a,nd Asmolalles, Inc. July 25, 20,13 m Suite 200 6150 Stoperidge Malt Road Pleasanton, Cahfomaa 94588 Mr. Ferd Del Rosario TEL 925-398-4840 Project Manager C431 of DUblin — Public Works Department 100 Civic Plaza Dublin, CA 94568 RE: Scope, Schedule, and Fee fir the Fhial Design of the Dougher7j, Road Iny)roveitients Projectfi-om Sierra Lone to North Q1, Undt Dear Mr. Rosario: It has been 0111- Pleasure to work with you on the first phase of this project, and we thank you again for the opportUrlity to provide engineering services to the City on this important project. As requested by the City, we have developed a scope, SCIMILIle, killd fees PrOPOSal for C0111I)ICtitIg the finial design engineering, illClUdhigacquisition of necessary regulatory permits and expanded right-of-way services. Attached to this letter we have included (lie: scope of services as Attachmetit A, the corresponding fee estimate as AttachmeW B, and a proposed schedule as Attachment C. We propose to provide these services on a "Compensation Schedule \vith a Not to Exceed" basis, The proposed Not to Exceed Consultatit Services Agreement maximum amount is $1,202,400, We look forward to continuing to provide you with exceptional, prompt, proactive, and personalized service. If you have any questions, please call me at (925) 398,-4856 or email me at tqy hqa-eq!l'�' Very fillly yours, KI,IILEY-IJORNANDA,V,VOCIA7-LS, INC, J01111 I'LlIfiam, ["E IZCE468897 m Jairics E. West, P.E. Vice President ftC65854 ATTACHMENT A: Scope of Services — Dmglierty Road Improvements Project Final Design Services From: KimleV-Horn and Assodates, inc,, Pleasanton DOUGHERTY ROAD IMPROVEMENTS PROJECT — FINAL, DESIGN SERVICES The City of Dublin ("City ") amends the scope of service to include the preparntion of the final platis, speciFicafionsand estimate ("final design") for the Dougherty Road linprovernent: project that ,ill ideaa Dougherty Road from Sierra Lane to the northern City T,iiiiit,'Ilie total length of the project is approxiniately 1.9 rniles. The City MILICSted 1�iiile),-Hort-i,,iiid),kssociates, Inc. ("Kimley-Horn ") to provide scope and fee estimate for completing the final design for the entire project, hicludingacquisition of regLilatory permits, additional right-of-way services, and design support during construction, Kimley-Horn Team's set-vices will include the following key tasks: 1. Project management 2. Data gathering (supplemental data collection) 3. Permits and Monitoring 4. R/W Cleqr,,incc 5. Construction Contract Documents — 65')/o Design 6, Construction Contract Documents — 95% Design 7. CotistrtictioiiCoi-itr,-ictDocuiiieiits-10(,)%Desigii 8. T) esign Support During Bidding & Construction (I'i in e and Nfa terin I Basis) Major Milestom Activities (See Proposed Schedule at end of scope for more detail)* Begin Final Design 65% Design Subn-iittal 95% Design Submittq], 100✓ Design Submitm R/W Acquisition PG&L,' Pole Relocation Permit Acquisition Begin Constmiction End Construction August, 2013 November, 2013 April, 2014 ,July, 2014 August, 2014 September August, 2014 April, 2015 October 31, 2016 (assuming 2 seasons) 'r'The proposed schedule is dependent on III August 20, 2,013 contract approval by Dublin City Council and i 6-Nveek review period by the Cit.), for die 65% and 95% c1cliverables. Dam JLily 25, 2013 ATTACHMENT A: Scope of Services — Dougherty Road Improvements Project Final Design Services From: Kimley-Horn and Associates, Inc., Pleasanton Task 1. Project Matiagement Kimley-Hor[i assumed the mallagerriew activities ill the, origill2l Scope WOUld last iihic (9) ii-iotiths alid would take the project from, startup through the 35% clesigii. 'This task will 'be revised to extend the project mauagemetit effort ,mother 12 moutlis from July 2013 throtigh July 2014. BeCILISC. Of an extet-ided delay betweeri the prel-iii-duaty -,aid final desigii services, there is rio overlap Of the Project Maiiagemelit effort betwoul these "vo phases. TItis is contrary to the assumption ill the origival scope and this revised project ii-lauagen'ieut task accourits, for that additiotial effort. The ti.iaiiagemerit activities iIC]Llde: * Project Cootdivatiori (Internal & External) * Project Adiiiiiiistration, * Techuical Nlectitigs (Assturies 111) to 2 meetirigs per molith for 10 months) * Quality Assurance /Quality, Control & COLIStrUCtability (Assumes three submittals) Li additioti, Kia-ley-floru's subcoristiltarlt CirclePoilit,,vill assist the project by revieNvilig project design against the "ti-tirigaticiii rnotiitoritig program" developed during the prclimimr), design atid elivirortil-lerital phase. The), are tasked to ensure that the mitigation cominitrimits are metatid/or incorporated in firini desigti for implerrietitation, during construction. They Nvill also work with the City, desigilers and Califortlia Department of Fish and Wildlife Services to obtain incidental take permit for mitigating inipacts to CA Tiger Salarnatider, I'hey will also work ,vitli the agencies for completing mitigation, measures for potential impacts to Borrowing Owls. b—irriley-Horu and Ci-rclePoitit \vill also assist the City %vith coordinating the potential relocation of the Cnmp Parks sigm Our team wM attend Lip to four (4) riiectings with the Cit ,, Camp Parks, and interest groups, and will assist the City irl developir-ig a relocation strategy, This does .trot itICILI(IC SCOPC to cover the dcsigti work associated with removing, transporting, and re-ercctitig the sigm CirclePoint will prepare a CEQA addendum For the City to address the hiclusioll of a temporary impact to wetlands (Waters of the United States), Task 2, Data Gathering The Kiti-iley-Horn Team Will, SUpplemerit previotis data gathering efforts with additional data gatherilig activities required for finqt design, The specific activities required for this activit), include: * Mclitiotial field visits and data gathering to complete final design, iiivolvhig field verification of ei-ivirom-tierital tititigatim measures, assess utility irripacts and project miforii-Is (Task ?,1). * Utility potholing to physicni-13, locate existing underground utilities and depths, This Sl.lbtask assurrics a li-iaximimi of thirty (30) potholes, * 24-hour traffic counts at tip to 4 locatic.mis (tube counts) for detour and traffic handling plans. DateG July 25, 2013 ATTACHMENT k Scope of Services— DoLigherty Road Iniprovernents Project Final Design Services Froni: Kinfley-Horn and Associates, Inc., Pleasanton Suppleniental design sun eys to pickup pothole information and MiSCellalleOLIs design data. It is assumed that this activity will include Up to three (3) days of field crew tirric and one (1) day of s-urvey, data and SUE"VC51 uOtCr ptOCeSSing Office titile. arils-Task2.2 Siipl)let7tejitilFielclSitr,tej q The Kindey-Horn team will complete supplemental field surveys of utility pothole information (subsurface utility inforniation) and record underground utility information to the aerial base map mapping, Additional design elevations for Pavement, sidewalk, parking and other project conform details will be completed during final design. Surv-eys will be completed using the same control information utilized for baseniqp preparation and prei,jous topographic staieys in the original contract scope of work. No additional SLII-VC)' control work is included in this sulitisk, Deb,,,erabtes: Supplenierital sunny* data and survey notes Sub-Task 23 Utility Potliolipg, Ewihiatioij, andRelocatioii Coonffi)atioii Kinile)-Horn will review readily aVailable record plans recei-ved from utilities and analyze utility data captured during topographic surveys to identify potential conflicts with the proposed improN,emeras. It is qtaticipated that design changes in the roadway profile and cross slopes from 35% to 65% will lead to changes in the nuniber and types of conflicts. In some insuinces to deterniiiie whether or not an underground Lidlity, is in conflict, it is necessary to physically locate the facility by excavating, to expose and deterinine location. The location, method aSSLHned for this task is a tion-destrUCtiNIC Vacuum excavation method, 'I'li.is task assumes that a maxiML1111 Of thirty (30) potholes will be excai,ated. Each excavated pothole ,,All be backfilled with the 11qtiVe Material that Was excavated from the hole and will be patched with cold rnix asphalt concrete. This task also itICILides coordination With Lldht)' purveyors required for relocations Our scope does not include payment of any design or encroachment fees, or nny other utility assessments necessary for the project. Deliverable: Utility type, size, depth and location data on the base niql), Stib-Taslk-2.4 Traffic Cotmts ayidAiialysis for :veto nrRoutes and Lane Closiltes Kin-Ae),-Horn will obtain 24-hour traffic counts at tip to 4-locations - within the project limits to identify, potential detour routes and allo,,vable lane closure tirries. The counts -,611 use tube Counting devices and data Will be obtained for both weekdays and weekends. Assumed iltertiate rovites will include Village Parkway, Amador VqlleyBOUlevard, Alcosta Boulevard and Old Ranch Road, Coordination -with the City of San Ramon for detours that UtiliZC streets in Sin Ratlion is included iii this task. These detours, are assumed to be short term Closures only during off peak periods, Deliverable: Traffic counts and detour/hine closure recommendations, 3 Date; My 2S, 2013 ATTACHMENT A: Scope of Services - DOUgherty Road Improvements Project Nial Design Services From: Kimley-Hom and Associates, leis., Pleasaritori Task 3. Permits and Monitoring Sub-Task 3.1 Biological Resources Permitting/Mitigation Coordination Kimley-Horn's SUI)CO11SUltant CirclePoint will prepare a Biological Assessnient (BA) that will be Used by the lead feder,11 ageylcy to initiate formal consultation with the U.S, Fish and Wildlife Service (LTSFWS), This is necessaq because the rilifigared negative declaration prepared for the Project concluded that the federally endangered San Joaquin Idt fox (VUIPCS nl',ICrOtiS 111LItieI) and the federally threatened California red-legged frog (Rana draytonij) and Qilifornia tiger salamander (Arntlystoma califomiense) nia), be present oil the site, The BA ,vi]J include a description of the project, background information on the San Joaquin kit fox, California red-legged frog, and California tiger salanimider, and their potential occurrence and distribLIa011 oil the project site; an analysis of project impacts oil the species; and avoidance, minimization, and compensatory illitigation measuires proposed for the species, Because tire Project site is located within the area covered by the East Alameda County Conservation Strategy (EACCS), avoidance and tilinimization meaSUres will be based on those in the EACCS. The draft BA will be submitted to the City for review prior. to SUbtilittal to USMYS. CirclePoint \vU coordinate with USFWS oil the BA, includinga site visit with USF\VS staff if necessary, This task also includes time for coordination with the City regarding potential mitigation requirements, if the USF\VS requires compensatoiT mitigation for impacts oil the San J oaqUitl kit fox, California red-legged frog, or California tiger salamander. The amount of coordination necessary to identify, suitable mitigation and obtain a 130 froth USFWS cannot be known at this time, therefore additional budget inq), be necessary if the required effort exceeds 72 hOUrS of biologist's timc. For bUdgCnng this task, we liqvc assured that on]), the federally listed species for which incidental take approval will be needed are the San Joaquin kit fox, Calffornia red-legged frog, and California tiger sahmmider. Im ideal a/ 'I pike Awmit CirclePoint will prepare a California Endangered Species Act (CESA) Section 2081 Incidental Take Permit application reqUesdng take approval for the San Joaquin Idt fox Mid California tiger salamander at the project ect site. We will subrnit die application to the City for review prior to submittal to CDF\V This task includes some time for coordination with the CDFWI following submittal of the 2081 application, nild to coordinate with file, City, CL)MV, and others as necessary regarding potential mitigation reqUirements. Because the sIMOLInt of coordination necessary to idcntif, SUitable mitigation and obtain an Incidental Take Permit froill the CDFW cannot be known at this tirne, additional budget may, be necessary if the required effort exceeds 50 hours of biologist's tine. For the sake of budgeting this task, we have aSSUMCd that the Only state-listed species for which incidental take approval will be needed are the San)oaqUin 16t fox and California tiger salatriander. Prepare tind Process EU1,1 CE' Seal'on 404 Nalignipide Pomil, 21pplie(Ifion Parkqe Based upon review of the project description, this task assumes that the proposed work qualifies for a U& Army Corps of Engineers (USACE) Nationwide Permit, We will asscn-ible a Nationwide Permit application Date: July 25, 2013 ATTACHMENT A: Scope of Services — Dmigherty Road Improvements Project Final Design Services From: Onley-Horn and Associates, Inc,, Pleasanton package that includes Eng. Form 4345, a project description, summaq of previous etivirormliental studies, and an assessment of impacts arld cl iSCUSSiOn of suitable rnidga6on measures, WC Will SUbmit a first-re\,ie%v,.idiiiiiiistr,.itiN,e draft USACE permit package for mric,,v and corrinient. After incorporation of any changes, the package will be SUbulitted to the USACE. We ,vill rnaintaill regular contact xvith file USACE to monitor processing of the permit application. This task includes tinge for One site visit with a USACE representative, if necessary. Tin-ic lids been included to respond to comments received oil the draft application and to generate a final report and process this permit application. Prepair ravel llrm-ess RR"Q0 401 ColifirafionllF'asle Discbeage Pa4age CirclePoint Will prepare a Water duality' certification/w-aste clisclinrge requirerrientappEcation to subnlit to the Regional Water Quality Control Board (R\VQCB). The complete pcirnit package includes much Of tile same information that is submitted to the USACE as described above, but will also include Form 112C502-E and several additional materials, '.Hie SUN-Ylittli Will include all copies of the CEQA documents, aII correspondence with USACE and R\VQCB sta CC, impact assessment, and project dravrings. In addition, the RWQCB, requires n processing fee for handling the appl-ication, Circlel?oi t will subridt a fitst-review administrative draft RWQCB permit package for m,iew and comment. After incorporation of any changes, the package'%will be submitted to the R\ 'C We Nxill maintain regular contact with the RWQCB to monitor processing of the permit application. This task includes time for one site visit with a RVQCB representative, if necessary, Tinie lias been included to respond to comments received on the draft application and to generate a final report and process the permit application. Blinon,,hi ,g 0iPIL,11parl-lissessmew CirclePoint will conduct surveys for owls according CDF'\Xl's 2012 Stqg'Mporl on Banvaiq Oa,[Aliligelfiom Surveys Will be conducted during the burrowing owl. peak nesting season (April 15 through July 15). Three additional site visits, with each visit separated bya IllinifflUIT) Of three weeks, will be performed to investigate each burrow for signs of owl use and to determine whether owls are pr✓scrit in areas where they could be affected by the proposed activities. CirclePoint wfll prepare an Irnpact Assessment Report st,inirriarizing the methods and results of the bi,irrowing owl SUrvey described. above. It'applicable, the report Will clehneate the extent of burt-owing owl habitat on the site, and will discuss potential impacts on the species,, including Whether such i.111paCts Could ilotetitially lie considered significant Under CEQA, and inifigation goals.This task includes time for making nlitior revisions to the report based oil one set of con-iments froin the City. If it is determined that burrowing owls rnay be impacted by the proposed Project, CirclePoint will develop a Mitigation Plan to avoid and minimize impacts oil burrowing owls based on the guidance provided by Fi\CCS, To the extent practical,, this plan xvil-I include measures to reduce impacts that are potentially significant under CEQA to less- thati- sign ifica tit levels. Date: Ally 25, 2013 ATTACHMENT k Scope of Services — Dougherty Road Improvements Pro*t FiraP Desip Services From: Kinfley-Horn wic! Associates, Mc,, Pleasaii,tori Nevili ,g it 11j'sessment Circlelloint Will assess the site as well as surrounding areas equiNralclit to the protecti%,e buffer zone to determine the potential for the site to support liesurig birds protected 1)), auayf applicable statutes (i.,c., the Migratory Blird Treaty Act and California Fish arld Garne Code). Following completion of this initial assessrnetiA, they Will prepare q -%Witten report summarizing the results of the assessment and their reconimenchafions regarding measures that can be taken to ji-iinimize consuLIC6011 it-lipacts on nesting birds as 'well as the constraints that the presence of acti-,,e bird nests Would hai,c oil Project Ictwitic"". Pir-ConslizIrlion Snn'g' and Cons1rudion Monilorhi ,gfim Giiifornhi Rid-/t ,ged F)vgs and CaIilb)7&i Tiger Salmvlanden- CirclePoint will perform a single dayth-rie and nighttime N,isual encounter slime), for ("al-ifornia red-legged frogs and California tiger salamanders two Weeks before the onset of actiN,ities and again within 48 hours prior to conit-nencing ground-disturbing activities, This sur ey Will coi,et the entire construction and ininiccliately adjacent areas that could be subject to disturbance during construction. Following the completion of the sux-\,eys, we, will prepare a brief written report summarizing the results, In the e-vent that a California red-legged frog or California tiger salamander is detected, the budget for this task includes a minimal amount of time (approx-ituately 24 hours) to coordinate with the USFNN'S (and CD1V1 in the case of a California tiger salamander) in order to determine the appropriate mitigation measures, to be implemented. Pre-Conslotelion Surri- fir Stinjoaqi1in Kil Fo.'ves andAmerictm Ba(I gerf CirclePoint will conduct a pre-construction Survey no more than 30 clays and no less than 14 clays before the beginning of ground disturbance or any activity likely to affect the San Joaquin kit fox or American badger, We will Survey the proposed construction area and a 200-ft buffer area (where access allows) around the consauction area to icleritO suitable dens. We \,vill conduct den searches 1)), systematically walking transects spaced 30-100 ft. apart through the SL11-xc), area, If kit fox or badger dens are found during the sur�,ey, the biologist will map the location of each den as well as record the size and shape of the den entrance; the presence of tracks, scat, and prey remains, and if the den was recently excaN,ated, 'I'lic biologist will also record infort-natioll. on pre), availability (e.g., ground squirrel colonies). For kit fox, the Status of the den Is defined by the USMVS shall be determined and recorded. 'To maxin-Lize efficiency, it is anticipated that the surN,e), For k-it fox and badger dens Will be completed SinlUltaneously with the pre-construction sur ,ey for burrowing owls, After pre-construction den searches and before the commencement of construction acti6fics, mre will establish the appropriate exclusion from the entrance or cluster of entrances of each den. If a potential kit fox den is identified and cannot beaN,oided, the status of the den (i,e., vacant or OCCUpicd), we will monitor the potential den for three days using tracking mccliurn or a remote sensor camera. Following the completion of the surN,eys,,wc vvill prepare a Written report sum.n-mrizing the results. if active dens ate identified during the Sl-im,ey, We Will ilICILICIC 17CCO1111'Tiendations for liov%, to deal -with their presence during the proposed work, Date: JLl1y 25, 20 13 xrrmcwmsmTouSamemfaewbes - omuahcrty Road |mrmvememzProject Filial Des|unServices From: Mm|e+Hom arid Associates, |no,Neasantnm PrrCoits#x4ov r8 Ou�lj [irclePoint will CO11dLlCiyurveys for burrowing owls inonforniance with the take avoidance sluveys dcacc6zrd ia the 2012CDA7W approved protocol, The iuit-iUsmcrey will becomdoctcc mo less thou14days (r.g.,3'4 weeks) prior toUzeinitiation uf construction. We w8sorrcydacpz'cct sitcmod (to the extent that access nUons) the ucen within 5O0 feet o[dwc site for uui1m6le6uzzwnm that could be used brknr,^rvnguvv o for nesting uc roosting, Ifmmsuitable burrowing owl habitat iy present, mu additional amrveyo -will 6c ccgui-rCJLIfumitnb6c6n/rmvaurcdeLcumixzcdto6cpocnentuoHzcpitr^wc N6Drisit the site uuadditional dnrcedmoertu investigate cucbbuzzon/[ursi o[ owl use and Lo determine whether owls are present lo areas where they could beaffected by the proposed activi6ca. The fipulsozrcysXzaKbc conducted within the 24 hour-period prior to the initiation of construction. Following the cornplrtioumf the mncvuy,mcwill pouJuCc2ccyortoffindings. })x-CoxuIrzx/iovSill mo'6v���au�w8�/s '~ � Ifwmk occurs during the nesting season (I February H Aomat)QrclePoinTnilimosemuthoaitexm well xnx protective buffer zone todeteruruue the presence o[uuo6ug birds protected 6v any mpp6cx6lr statutes (i.e., the Nfigi-111tory Bird Treat), Act and California Fish and Ganie Cocle). The SUrvey shaU be cmuducteJoo sooner than 3 days prior tu the start of construction activities. Following cuuqplrdouofthe survey, u brief letter report uuuzumdzi^gour Vcaults will bcprovidc6. Ifnesting birds ,ire detected, wewill include roomnonz odxdomn for how to deal with their presence during ` dhcproposed work, lPo/korE mlieu1iox���grmo CirdofoiotnviD prepare munreJxls for, and will provide a biologist Lmcoudwct,a»cuvi,mvnzcotulbuini»g session [Worket's Environtriental Awareness Prograni) forall construction personnel, The training ukuU iududmu description o[t6uUahxduyecimmoTidzp*teutiul|ouccoxiutlie Project study area Q.c.,California red-legged frog, CaUCoruia tiger salumoonJet,undSon[uoqo6zkitGos\`m,q?uzcoFthcoocnr,rureo[dhe species in the Project study qrea, their habitats, in explanation of the status ofthe species and their protection under the Endangered Species Act, and the avoidance and tninimization nleasures being impleniented to reduce inipacts on the species. f1andOLItS, illustrations, photographs, and Project niapping showing areas where iidr�luization and aN,oidancc measures are being inipletnented will be included as part of this ccocutimnpzoguuoM Oncouiplrhmomftraining, enup1o}'eeosbuUsi u[bxozstaring that dhu7attended the training auJuuJcrstunJ the conservation and protective cuuuanrco. This task includes a snull airiount of fis-ne for coordination (approxiniately I hour) with the USI"\VS and C[>FWto obtain mppxo-vxlof the biologist. [oxshxmfi/w8{vxi$//q Circ86Poiur will provide u biologist to assist construction crews imm temporary coom1zuC600 barrier around the work area to n-nniinizc the potential for California red-legged frogs and California tiger salanianders to enter the Project footprint. Ko addition, o biologist nJUbe present during initial ground-disturbing activities that occur within suitable California red-legged frog arCalifornia tiger nn|nmuxnder habitat. The 1ooUQed biologist Nvill look for California red-legged frogs and California ti uu|uuxmJuru during initial ground- disturbing activities. A biologist n6Qu|au6epzcmemLdu ' work niL6Jo1OO feet mf ,in occupied 6a6gcrdeo undJuring cpusnnCtimm activities that could irnyxcro San Joaquin kit fox, 7 Date; July 25, 2013 ATTACI-IMENT A: Scope of Services — Dougherty Road improvements Project Final' Design Services From: Kirnley-Horn and Associates, Inc., Pleasanton following completion of monitoring events, we will preparea brief letter report summarizing the act-kities, that OCCUrred, observations of monitored special-status species, and any avoidance measures that were implemented. Te-isk 3.1 Assitmplions Duc to the uncertain nature apt 'peri-nittirigand monitoring work, the following assumptions were used in de ,eloping the scope and fee for Task :3.1: 0 Construction monitoring for biologic-,it resources will be required for as ti'mixii-num of ten (10) days, This scope of work does not include fulfillment of conditions of agency permits and appro�,als, including BO, Incidental Take Permit, or burrowing owl mitigation plan that result ill S111-Vey or monitoring needs not listed abme. If such approvals contain additional requirements, additional scope and budget will be riecessar ,. DctiN,erables: Biological Assessment Incidental Take Permit application and acquired peen -tt Burrowing Owl Impact Assessment Nesting Bird Assessment Pre- Construction Survey Reports Worker Education Program Materials C011SULICtion Monitoring Report Sub-Task 3.2 Cultural Resources Mitigation 0 ,ersight Kimley-Horn's SUbconstittgrit CirclePoint will o�-ersee mitigation efforts related to cultural resources, C'amp P(wks S(,gn Relm-eifion Circlel-loint will consult, as necessary, Nvith the City on the location to which the sign is to be ren-imed to insure the new location meets the requirements of the mitigation rneasure:, and the methods to be employed in its relocation to allow the sign to retain its historic features. For the purposes of this scope, we assurric that no 11-iore than two n-icetings and tip to one day of additional consultation Lin-te will be required, We will City regarding die relocation of the C-amp Parks entrance sign to C11SUre that the sign retains its advise the C historic features and compatibility, in orientation, setting, and general environment, T(isk 3.2,,1 vs11#1pfiomv The folfmving assumption was Used in developing the scope and fee far Tads 3,2 Date: JLIiy 25, 2013 ATTACHMENT A�. Scope of Services — Dougherty Road Improvements Project Final Design Services From: Kimley-Horn and Associates, Inc., Pleasanton a For cultural resources, we assun-ie no onsite effort will be requirccl. This scope qSSLInICs n() discoveries of potential cultural resources will Occur. If any such discoveries OCCUr, additional evaluation and review will likely, be required, necessitating adclitional scope and budget. Task 4.1. Additional Right-of-Way Services The initial scope and fee for (lie right-of-way acquisition services aSSLItned that the single property acquisition Would be completed through the dedication of Property rights or through negotiating with .1 willing owner. During the preliminary design it was cletern-iined that acquisitions may require prolonged and/or extensive processes. As discussed with [lie City,, this subt,-isk: itICILICICS the additional effort to complete the extensive right ofway process for a single property, subject to the City's direction. Ren-mining budget in this taslu shall not be reallocated to other tasks unless approved in advance by the City. Task 5. Construction Contract Doctiments— 65% Design The scope of services for this task consists of creating the 65%, construction documents, including: 0 Plan Preparation * Project Specification \Vritirig * Quantity' Q11CUlatiOn * Opinion of Probable Construction Cost Kimley-Horn will prepare 65% design that Nvill reflect responses to the 35Ye plan set and also include vnriOLIS, refined/additional contract details. The design will also acconiniodate mitigation ineasures committed via the "mitigation monitoring plan," prepared as part of the final environmental clearance process. Kin-ileym-Horn will also provide the City with -i set of draft project specifications that will address issues such as materials specification, testing requirements, how each item will be measured and paid for, etc. Kin-iley-Horn expects that the City will provide a City specification standard boiletp] lie that consist of the front end portion of the, project specifications. Kimley-Horn will create the technical specifications based on Cq1trans 2010 Standard Specifications. Kimley-Horn anticipates submitting the following plan sheets as part of the 6511/o submittal TD Code Letter Sheet Name CN7 Title Sheet GN Abbreviations 6, General Notes HC Horizontal Control 'IX Typical Cross Sections KIVI Key Map PNI Plan and Profiles CD Construction Details EC Erosion Control Plans D Drainage Plan, Profiles, Details (Including Minor. StIUCtUrCS) Date: July 25, 2013 AnFACHMENT A: Scope of Services — Dotugherty Road linprovernents Project Final Design Services From; Kiniley-florn and Associates, Inc,, Pleasanton UT Utility Plans SS Signing and Striping TS Traffic Signals TIT Street Lighting SC Stage Construction, Traffic Handlingand Detour Plans L Landscaphig and Irrigation Deliverable: 65% design (Platis, Specifications and Engineer's Opinion of probable construction cost) filth -Task5.1 69%) Roadwat,Des!4,,n 11reliniinqry roadway plans including title sheet, notes, horizoriml control, key inap, plan & profiles, typical cross-sections and construction details -,%ill be updated and reftneclas part of the 65% construction contract documents, This will include providing the additional detail required to provide a complete design (unchecked, not read), for construction). Ws assumed that UP to 10 new conStMCtiOn detail shects will be required for the 65% Roadvvay Design. This task also includes the design effort associated with shifting the roadway crown location from v6dlin the northbound lanes to as locadon either within the median, ata lane line or chn-iinating the crown altogether (i.e,, full-xvidth advcrse cross-slope). Project Specifications will be prepared and added to the construction contract documents, The base document that the specifications will be based on is the Caltratis 2010 Standard Specifications. The project special provisions will use common language format with reliance on Caltrans Section 9 standard nicasurernent and payment clause for consistency with the 2010 Standard Specifications, This task includes creation of the special provisions. Siib- Task 5. 2 65% Erovion Control OUr SUbCO11SUltant WRECO will prepare the erosion control plans, specifications and estimate, Design efforts will be coordinated with other design disciplines of the ProjectTearn, WRECO will design stormwn ter treatment Best Management Practices (13NIFs) and incorporate the design into the PS&F Package. The BN[Ps will meet the design requirements of the City and the Regional \Vater Qullity' Control Board (RWQCB), Stzb-Taslf.5.3 69%DtahmgeDcsio,,i) Our subconsultant WRECO will update the Drainage Plans/Profiles and Detail Sheets after receiving cornineats from the 35% conceptual design submittal, WRECO will also Update the Drainage specifications ;and estimites. The design efforts will be coordinated with other design disciplines of the project team, Sijb- Task 9. 4 6.5% Mimzr (Di-ahtage) Strzicattes Design This task includes design for minor structures that utilize City of Dubin and Caltralis minor stiucture standards for drainage facilities. Nonstandard drainage structures are excluded fronr this scope of services. 10 Date: JUIV 25, 2013 ATTACHMENT A: Scope of Services— Dougherty Road Iniprovernents Project Final Design Services From: Kin ley -Horn artid Associates, Inc, Measanton Svb-Ta,9k9,9 69% Utifiti7Desikii Until 65% design has advanced and potholing has been conapteted, the final scope of utility design is unkriovrn. Based on the Current understanding Of utilities within the project liniits, we anticipate that utility design could be necessary for the following facilities: • DSRSD Recycled Water Line — North of Aniqdor Valley Boulevard (Potholing required) • DSRSD Recycled Water Line — SOLItIl Of Aniqdor Valley BoLdevard (Potholing required) • DSRSD Fiber Optic Line (Potholing required) • Zone 7 Cathodic protection well and gssociated test station / air release valves. • PG&E Gas Line (high risk) Kinfley-I lorn will coordinate xvith PG&E to design temporar), or permanent protective ii-icasures for the high risk PG&E- gas line, such as capping with concrete. Utility, relocation platis due to impacts to the Zone 7 high pressure waterline and its cathodic protection/air release valve will be cornpleted by Kimley-Horn's subconSUItRM.JDI I Corrosion. The Current scope of services includes coordination efforts N6th for its design and timely relocation of the (PG-&E') transmission power pole. Kimley-Horn's subconsultant RGA Design ,,611 coordinate the design effort between PG&E and the City / Kin-Aey-Horn Design Team. RGA will also coordinate with AT&T for AT6,T to relocate its cornmonication lines while PG&E relocates its pole. Based on the prelin-Linary design, and discussions with the Ciq, and impacted utility companies; plans, specifications and estiniate for utility relocations andadjasni-ictits will be created. Suh-T ask -5:a t6,5% Signipg & SaiIiitig Desikn Kiniley-Horii will update the signing and pa-venient delineation plans by coordinating with the City Traffic: Engineering Staff based on conitnents received on the 359/6 design. Plans will be prepared based oil Caltrans standard pavement delineation cletafls and signing will be based on the !Manual of Uniform Traffic Control Devices— California Edition, niodifieclasreqUired per City standards. Suh-Task.5.7 66% S�gljafDevjgll Kituley-Horn,,vill update the traffic signal plans based on cornnients provided on the 35% design and associated conceptual traffic signal layows. Traffic Signal designs will utihze the, (Atrans, 2010 Standard Plans and Standard Specifications, modified as required per City requirements, Signals to be modiFted include Sierra Lane, Scarlett Drive, 1\1ariposa, Atoador Valley Boulevard, and Willow Creek. Signal Desigii includes interconnect between Mariposa and Willow Creek, and associated signal synchronization. Date; July 25, 2013 ATTACHMENT A: Scope of Services — Dougherty Road Irnprovements Project Final Design Services From: Kirn9ey-Horn and Associates, Inc., Pleasanton Sub-Task.5.8 69%ElectricillSttectLiglitirig Kimley-f-lorn will updite the street and pedestrian lighting plans based on comi-rients provided on the 35% design and associated conceptual street lighting. Street and Pedestrian Lights Will Utilize the Caltrans 2010 Standard Plans and Standard Specifications, niodified as required per City reqUirements, Suh-Taskg.9 6.5% Lanciscupe and Irrigation Design Based on the landscape concepts that v7erc previous prepared. Kjn-tley-Horn will add Landscaping and Irrigation plans to the 65% construcj:ioti contract drawings. 'Ibis will utilize the CnItrans 2010 Standard Plans and Specifications, in concert m4th City staff and their requiruncrits. Design Mill itlClUdc landscaping within the medians, and along the sidewalk between Sierra Lane and Scarlett: Drive (small areas to hIClUde trees or shrubs), and landscaping around the Camp Parks sign (op6onal). Utilizing the City,'s cominetits on the 35"/o landscape continents previously submitted, we will meet with the City prior to starting 65% landscape design to understand the City's preferences on plant and hatc[scape options. Sub-Task 5,10 6..5% Stage Construction,, Traffic HancIling andDetoul-s I,Cimlcy-Horn will prepare Stage ConStrUCtion, Traffic Handling, and DCtOUr plans required for any, long teen lane CIOSUrcs and any short term detOLIrS. The plans will be based on the I�Ianual of Uniform Traffic Control Devices — California Edition and Caltratis Traffic N'lanUal, inodified a required per Ciq, requirements. Sark -Task 5.11 65% Level Engincer's 01'?ihion ol'Prohable Consauction Costs The engineer's opinion of probable construction costs will be updated for consistency with the 65% plans. The estimate will include percentage of contingency to assist in aCCOL11-ning for potential changes between the 65% plan submittal and project award. Sub-Task 9.12 FT' GE0 staff already completeda materials meinorandUln/ MpOtt for the project, The staff NviH review soil stabilization tecliniqUes for road,,videning and revise their report to include additional pavement StrtlCtUrnl section options, as necessary and depending on the final roadway and pedestrian trait desigri and selection of niaterials, The updates may itICILide the diSCLISSiOnS Of site, soil, and laboratory test data, and a site plan showing our exploratory locations and improvement hillits. ENGEO stqff will be available during the 65%, design phase to review the design and determine that the design is in compliance with the materials i,iteiiior,-tiidL]m/recotiiiiieii(:Iatioias. Deliverables: Revised Materials Report/ Memorandum 65% Design revicx comments 12 Date: July 25, 2013 ATTACHMENT A: Scope of Services — DOUgherty Road Improvements Project Final Design Services From: Kimley-Horn and ASSociates, Inc, Pleasanton Sub-T,qs,k9.L5 Pliase Ill att` al Site Assess1went (1,5A) aiiclAsbesto,,;ILexid-(,ontaii,?irig Paiht Survc.V Based oil the recommeiidatioris from Sectioti 6, "Conclusions arid Rccorain-leadatiorls" of the Dougherty Road Iiiitial Site Assessment (T J1), Kimley-I lorti's SUI)CO11SUltant (.-I'eOCOII C011SUIL'MIts, Tnc, will perform field explorations to complete a Phase 11 Site z\ssessiilem report, The report will document fitidirigs of hazardous materials withiti areas of colistrLICti011 ill-lPaCt and iiiethods for hniidl-iiig them durilig coils true tioll, This subtask does iiot iticlude obtaiiiirig separate encroachmeiit petmits/rights-to-eii ter issued to Client. (Yeocon is expected to perform the following activities: FieIrl A e VhVfi es.` Frontage alotig Sherwin Williams Paint (6305 Dougherty Road) Advance 4 boriiigs to 2.5 ft. Collect 3 soil samples (0, 1, and 2 ft) from each boriiig F'rotitage along Camp Parks RFTA Advance 12 'boriiigs to 2.5 ft. Collect 3 soil samples (0, 1 2 ft) from each boring 1--aboratoo, -A 11(rIysiu,, Fromage alorig Sherwiti Williams Paint (6305 Doughterty Road) 3 soil samples for CAN117 tiletals 9 soil samples for total lead 4 soil samples for pesticides 4 soil samples for TPHg package d- soil smi-iples fear TPHd/mo Froiitage alorig Climp Parks lIFTA 9 soil samples for CAN,117 metals 27 soil samples for total lead 12 soil samples for pesticides 12 soil smiples for TPI-Ig package 12 soil samples for'ITI-Id/tilo Prepare a draft report sumillarizing the fitidings of the Plisse 2 — ISA, to be provided to the City for review and corruiletit. We will finalize and subriaita final report based on the City's cornmerlts. Deliverables: Dr,-if( and Final Phase 11 ISA Reports AsahtEtos/Lead-Containing t'ain't. Survey As part of performiiig art asbestos/ lead-cotitaiiiiiig pairit stuvey, Geocon will sta-vey tile Call-lp Parks building proposed for demolitioti for StlspecL asbestos-cotitaitling materials and lead - containing paint (LCP), 13 Date: July 25, 2013 ATTACHMENT A- Scope of Services— DOUgherty Road Improvements Project Filial Design Services Frorn: Kinfley-Horn and Associates, Inc., Pleasanton Includes up to 24 batik asbestos samples for Polarized Light Nficroscopy OILNI) analysis, 3 asbestos sairiples for point count (400 pts), 2 bulk paint samples for total lead, and I paint sample for soluble (\N,'I--,T or TCLP) lead on a standard Laboratory tUtnatOUnd tine. Deliverables: Draft Asbestos/LCP Survey Report for Client review, Final Asbestos/LCP Survey Report, We have allowed one-half da)T (I person) to complete fieldwork. Si&-Task514 Draimige Report Khnle),-Horn's SUbconsultant WRECO will review the reqdilyavailab1c data and prepare design calculations to assess the capacit , of the existing drainage systems in the vicinity, of the project, This information will be SLI11111-1q,rized in a drainage report, The Drainage Report will include design calculations to assess the need fear any drainqge irriprovernents. The Drainage Report prepared by \XTRLCO is expected to include; an evaluation of the existing conditions, reporting unusual/special conditions, drainage triqpping, hydraulic analysis and design of proposed systems. Deliverables: draft and Final Drainage Reports Sub-T,qsA,519 Storin i vi ter Mantqeni ent Plan This subtask inclucics the preparation as Storrs) Water.Managenient Phin summarizing the Project impacts to water qualiq and recommended MIN. Our study will address only the it-ripacts front the roadway improvet net) ts, and we will tailize the Alameda Coutitywide Clean Water Pro rain C.3 Technical Guidance. Kiniley-1 lorn's subconsultant \N,RECO will address [lie need for the ConstrUCtion General Permit (CGP) NNaECO will assist the Project Team to comply vith the new National P011Utant Discharge Ehn-iination System (NPDES) Construction General Permit (CGP) that became effective July 1, 2010 by performing the following: - Perform a risk asses snien t for the Project - Update the Stonn Water NI-anagenient Plan to document the risk of the Project and the new BAIN to be implemented - provide cost estimates for additional Inspectioiis/Motiitoritig/S,,iiiill)litig/R,,iiii Event Action Plat], as applicable, based on the risk assessment of the Project for the PS&E package. o Prepare the Resident Engineer (RFC) File to describe the new CGP requirements for BN[Ps, (yeas round) on construction contracts and instructions on hov,, to file ilie, Project Registration Documents into SMARTS to obtain coverage under the CGP. - Prepare and provide the Storn-i Water Information 11andoutts (SW114) to the Contractor's bidding on the Project, which includes neNx,gencral guidelines for the new 1.-)eri-iiit reqUirenlMtS. 14 Date: July 25, 2013 ATTACHMENT A: Scope of Services — Dougherty Road Improvements Project Fl!nal Design Services From: Kim ey-Horn and Associates, Inc., Pleasanton Deli\,erablc: Stormwater I\Iinagerrietit Man Sub-Task- 9.16 I yclroinodificalion Report Kiniley-Horn's RibconSLI]Iant WRECO will perfort-n hydron-todification to detern-Iffie the magnitude of the inapacts and the need for mitigation. \X,'RFCO will propose mitigation nmasures and perfort-n further analysis to I-)roN,e the adequacy of the proposed mitigation rneasures. The mitigation measures will n-icet the criteria set by the Rcgionil Water QLIqht)I Control Board. \X'RE'CO will docurnent the analysis in as technical report, DefiN,emble: Hy dron-iodification Study Report Task 6. Construction Contract Docun-tents — 95% Design As part of the preparation of the 95% design (plans, spccifica Lions and estimate) for the Project, Kin-iley- Horn will coordinate the resolution of outstanding design issues and respond to comments receiN,ed oil the 65% plans, specifications and estimate. Kimley-Horn anticipates Wbn-witting the following plan sheets as part of the 95% subn�itt,,& ID Code Letter Sheet Narne cv , fitle Sheet GN Abbreviations & General Notes 1111C Horizontal Control 'l `< Typical Cross Sections 1311 Key 1\4ap PNT Plan "Ind Profiles CD C011StVLICti0n Details DP Demolition Plans EC Erosion Control Plans D Drainage Plan, Profiles, Details, (Including I\Iinor StructUres) U1, Utility Plans SS, Signing and Striping TS 'Traffic Signals LT Street Lighting SC Stage ConstnlCti0n,'Fraffic Handling and Dctour Plans L Landscaping and lrrigat on. Deli�,erable: 95% Plans, Specifications and t-'ngineer's, Estitnate. of probable construction cost, 15 Date: JUly 25, 2013 ATTACHMENT A: Scope, of Services - Dougherty Road Improvements Project Finai Design Services From: Kiirnley-Horn and Associates, Inc., Pieasanton Sub-T,iska.l 99%Roadvv�if,Design Roadway plans illChlding title sheet, notes, horizontal control, layouts, profiles, typical cross-sections and construction details will be Updated and refined in this task for the '93% CO21MRIC60f) Contract docunicrits. Project Specifications will be Updated based on con-inicnts provided on the 65% submittal, For ally project specifications based on a Caltrans standard special provision, the Caltrans website containing the latest standard special Provisions will be reviewed and an), out ofdate provisions ",ill be replaced ,,rith the current version at the tinic of the 95'Yo subniittal. Sub-Tamk6,2 99%Ero,�46,nControl OUr SLA)COnSUIOnt \Vl?-LCO Will update the, 65% construction docun-ients based on coma -i-ictits received oil the 65% construc6on contract document submittal to the City mid in-inor design nioclifications made by the project tealn. Sub -Task 6.3 9.5'1v Drain igeDesigP Our subconsultant WRECO Will update the Drainage flans /Profiles and Detail Sl-.tccts after receiving coininents from the 65% constniction contract doCU1-r)C11tS. The design efforts will be coordinated With other design disciplines of the project teatn,. Sub-Task6.4 99%MiyiorDtiiii,7,,o-cSttticttit'esDesigit 'Phis task includes updating the design for the minor drainage structures and is assumed to include Cky of Dul.-Ainand Caltrans minor structilre standards, as the basis for the design. Design of any nonstandard drainage structures is excluded from this scope of services, Sz i b - Ti sk 6.5 9.5 Yo Utilit .1, Desigtj Kiinley-11orn and our subconsultat-11-S Will Update our utility- designs to a 95"Vo level of completion for the facilities fisted iti'l'ask 4.5 Utility Design. Sub -risk 6.6 99%Si gizing&StHpihgDcsigjj Signing and Striping plans will be updated and refined based on the con)nients received o:i the 65% Signing and Striping construction contract documents and minor design revisions. Serb -Task 6.7 95% Sigfml Design Traffic Signal platis will be updated and refined based on the con-itnents received on the 65%Traff1c: Signal construction contract documents aticl minor design revisions. .5iib- Taqk 6.11 95%' Area Liog4i ting Street and Pedestrian Lighting plans will be updated and refined, based on the corninents received on the 65% Traffic Signal constrUCtiOn contract documents and minor desl'911 reVjsiolls. Sub-T.ask- 6.9 95% Lindscalw ind Irtig,uion Desigii Kinaley-Horn Will Update the Landscaping and Irrigation plans based on conirrients provided on the 65% construction contract dOCUnients. 16 Date: JLJIy 25, 2.013 ATTACHMENT A: Scope of Services — DOUgIM-ty Road ImprovemeMs Project Final Design Services From: Kimley-Norm arid Associates, iric., Measamori Sub-Task 6.10 99% Stage Corn9truction, 71"'Iffle HancluyagandDetozln; Kimley-Horn NVAI Update the Stage COIISITLIC6011, Traffic Hatidlitig and Detour plans based oil con-Itilents provided oii the 65% construction contract doUlmetits. Sub-Ta,,&6.11 9dr% Lev elEyigitiectIsOpiriiotiofI-Irob.ibleCojistriictioi,?Costs The eiigineer's estimate of probable COJIStrL]CtiOn costs will be updated for consistency with the 959/o plains, The estimate will iticlude a Percentage of contingency to assist in accounting for potential changes between the 95% plan Rlbmittahmcl project award, Sub - Tasks 6.12 thm ugh a, 16 Kimley-Horn and OLIr SUbconSUltarits will update and subinit final -version of these reports OUtliiied itiTask 5. Task 7., Construction Contract Documents — 100% Design Task. 7 iticludes responding to coniments on [lie 95% comtruction contract doCLIrIICIIt9aivd updating theirs. accordingly. The irriprovoriews will be advanced to the 10091/0 design level, Kin-iley-Horn aii6cipates submittin g the foIloxxitig phin sheets as part of the 100% ;at binittA ID Code Letter. Sheet Name C\11 Title Sheet GN AbbreN,iations & General Notes HC Horizontal Control TX Typical Cross Sections KNI Key 7.4ap PNT Plan and. Profiles CD Construction Details DP Den-lolitioll Plans EC Erosion Control Plans D Drainage Plan, Profiles, Details (1i]C[Lldillg INtillOr S trUC t Ures) UT Utility Malls SS Signing arid Stripitig TS Traffic Signals LT Street Lightitig SC Stage Coiistructioti,'Fraffic Handling and Detour..` Plains L Laiidscapingand IrrIgqtJoIi Deliverable: 100% Plans, Specificatims and Engineer's E,'stimate of probable construction cost. 17 Date: July 25, 2013 ATTACHMENT A. Scope of Services — Dougherty Road improvements Project Final Design Services From: Kimley-Horn and Associates, Inc., Pleasanton Sizb-T,isIcZI 100%1?oadwqYDesign Roadw,a), plans including title sheet, notes, horizontal control, layouts, profiles, typical cross-sections and construction details will be tip(b9ted and refined in this task for the 100% construction contract CIOCLIments. Project Specifications will be updated based on comirtents provided on the 95% submittal. For any project specifications based on a Caltrans standard special provision, the Caltrans website contaltillig the latest standard special provisions Nvill be reviewed and OLIt oaf f date Provisions will be replaced witli the current version at the time of the 100% sLibi-nittal. Siib-Task 72 100Vo Etosion Conti-o1 Otir subCOnSUIMMIt WRECO will Lipdate the 95% construction doCUments based on comments received on the 951/c) construction contract document mbrriittal to the City and minor design modifications made by the project tean-i- Suh-T,7skZ3 100%DtainageDcsign OUr SUbconstiltant WTECO will Update the lDrainage Plans /Profiles and Detail Sheets after receiving comments from the 95% construction contract docurnents. This design effort will be coordinated with other design disciplines of the project team. Sizh-Task Z4 100%Miiior(Driiiiigc)StriictiitesDesigii This task inchides updating the design for the minor drainage structures and is qSSL11-11Cd to itICIUde City of Dublin and Caltrans minor structure standards as the basis for the design. Nonstandard drainage structures ate excluded from this scope of services. Siib-T,isk 75 100% UtilitT,Dcsign Kimley-floin and MIX stibconskiltantS Will Llpdlte om titility relocation designs to a 100% level of coinpletion for the, facilities listed in Task 7,05 Utility Design. Siib-Task 76 100% Si -raring Striping Design Signing and Striping plans %\U be tipdated and refined based on the ccxnnients received on the 95% Signing and Striping construction contract dOCUI-nCotS to ft 100% level of completion. Stzb- Task 77 100% Kgnal Design 'traffic Signal plans will be updated and refined based on the coninrients received on the 95% Traffic Signal COtIStrLICtiOII contract documents and minor design revisions, The plans,,vil] be updated to a 100% level of completion. Snb-Task 78 100%StmetLigliting Street and pedestrian Lighting plans Will be Updated and refined based on the con-urients reccivedon the 95"Wrraffic Signal construction contract dockin-lents and minor design revisions. The plans Will be tipdated to a 100"/(.) level of cornpletion. 18 Date: July 25, 2013 ATTACHMENT A: Scol)eof Services — Dougherty Road' liiiproveiiieiitsProjiect Final Design Services From: KifWey-Hom and Associates, Inc., Pleasanton Siib-Task-7.9 100%L�iyiclscapearidlttigatio,tiD,esigii Kiiiile),-Horn -will, update the Landscaping and Irrigation plans based ou the comments provided on the 95% COIISMICtiffll contract doer: ments,The plans will be Updated to a 100% level of completiou. Sub-Task ZIO 100% Stage Construction, Traffic Handfip,- and Detours Kimley-Hom will update the Stage Constructiou, Traffic f landling and Detour plans based on con-mielits provided on the 95% construction contract docurrictits.The plans will be Updated to 100% level of completion. Sith- Task- 7,11 10OVo Level Engineer's Opinion of Probable Constrtzction Costs The eugiiieer's estimate of probable coustruction costs will be updated For cotisisteucy -with the 100% plans, The estimate will include percentage of contingency to assist inaCCOU11titag For potential chatiges between the 100% plan subti-iittaland project award, Task 8, Bid Support and Design Services During Consauction (DSDC) This phase of project activities consist of design support services from the time of advettisetrient through project award and construction. The duration of advertisement, bidding and construction is assumed to be 18 months (At the th-rie this proposal was created days had riot yet beets deterniiiied). Kiniley-Horn will perform those services listed in Task 8 on aTime and Materials basis, as requested by the City Sub- I'llsk S. 1 Design Stq)port dimingAdvertigeinent Petiod (Bic[ Sijpport) (T&M Basis) Kinilcy-Horn tears x6l] pvovide design support during project adverliserneut by answering contractor inquiries and preparing addendums as requested by the City, of Dublin. The level of effort associated with this task isRSSUrricd to total 48 hours for budgeting purposes, sand will be performed on a time and materials basis. Sidi -Task 8,2 Design Services ►tifing Construction (T&MBasis) Kimley-Horn team will provide design SLII-)POrt during project construction by auswering contractor inquiries and preparing au), clesign modificatious for comsh.'Liction contract change orders. K-imlcy-Horu assumes a total effi-ni of 116 hour,-, for budgeting purposes, acid Nvill be perforined on a tiri-ie atid materials basis. 'This illClUdes the following activities: 19 Date: July 25, 2013 ATTACHMENT A, Scope of Services — DOUgherty Road Improvements Project Fir4 Design Services From: Kimley-Horn and Associates, Inc., Neasanton Visits to Site and 015semation of C(MStf11Cti0P. C0nSL11t'M1t Will provide on-site C01lS1rUCti01l observation services during the construction phase, Consultant Will mike visits at intervals as directed by Client in order to observe the progress of the Work. Such visits and observations by Consultant are not intended to be exhaustive Or to extend to eveq aspect of Contractor's work ill progress,. Observations are to be limited to spot checking, selective rileasurenient, and similar methods of general observation of the Work based on C'onsultant's exercise of professional judgment. Based on information obtained during such visits and such observations, Consultant wifl evaluate whether Contractor's work is generally proceeding in accordance with the Contract DOCUMClItS, and Consultant Will keep Client informed of the. general progress of the Work. The purpose of Consultant's site visits will be to enable, Consultant to better C',Irr)' Out the duties and responsibilities specifically assigned in this Agreement to C011SUltailt, and to provide Client a greater degree of conficlence that the corripleted \Vork will conform in general to the Contract DOCLUTICIItS, Consultant shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shill KHA have authority over or tesponsibihi-y for the means, methods, techniques, equipment choice and tisage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, not for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and perfori-sing dic Work. Accordingly, C011SLIftaln neither guarantees, the performance of any Contractor nor assuines resporlsibilit, for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. Reco,minendations with Respect to Detecthe Worlf, If requested by the City, Consultant will recon-lillend to Client that Contractor's work be disapproved and rejected while it is in progress if, Oil the basis Of Such observations, (01-ISUIMut I)eh(',VCS that such work Nvill not produce a completed Project that conforri-is generally to Contract Documents, Clarifimitioijs and Intetpretations. Consultant will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client ns appropriate to the orderly completion of Contractor's work, Any orders authorizing variations froin the Contract Docurnents Nvill be made by Client. China Orders. If requested by the City, Consultant n-my recommend Change Orders to Client, and will review and make reconirriendqtions related to Change Orders submitted or proposed by the Contractor. Shop Drawings wid Satnples. Consultant will review and approve or take other appropriate action in respect to Shop Dra\\rings and Samples and other data which Contractor is required to subinit, but 0111)1 for conformance with the information given in the Contract Documents. Such review and approvals or other action %vill not extend to means, methods, techniques, equipi-nent choice and usage, sequences, schedules, or procedures Of construction or to related safety, precautions and programs. 20 Date: Mly 25, 2013 ATTACHMENT A:! Scope of Services— !Dougherty Road Improvements Project Final Design Services From: Kirnley-Horn and Associates, Inc., Pleasanton Siibstittites inid "or-equaZ " Evaluate and determine the acceptability Of Substitute or "or-equal" niaterials and equipment proposed by Contractor in accordance vAth the Contract DOCUnlentS, but subject: to the provisions of applicable standards of state or local government entities. Inspections and Tests, Consultant may require special inspections or tests of'Corittactor's work as Consultant deems appropriate, and may receive and review certificates of inspections within Consultqtit's, area of responsibility or of tests and approvals required by laws and regulations or the Contract Documents, Consultant's review of such certificates will be for the purpose of deteni-rining that the results certified indicate compliance with (lie Contract Documents and will not constitute ain independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the reqUiten-ients of the Contract DOCUnients. Consultant sliall be entitled to rely oil the results Of Such tests and the facts being certified. Dis,igtoements between Clieiit wid Coiitmctot, Consultant will, if requested by Client, render written decision on all claims of Client and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Docurnents pertaining to the progress of Contractor's work. in rendering such decisions, Consultant shall be fair and not show partiality to Client or Contractor and shall not be liable in connection N,6th any decision rendered in good Faith in such capacity. Applications 1br A�fwjetjt. Based Oil its observations and on review of applications for payment and accorripanying supporting documentation, Consultant N-611—if requested by City—derern-line the ,11-110111ltS that COMUlt-.1111 reconin-ierids Contractor be paid. Such recon-ii-nenclations of payment will be in writing and will constitute Consultant's representation to Client, based on such observations and re�,iew, that, to the best of Consultant's knowledge, information and belief, Contractor's work has progressed to the point indicated and that such work-in-progress is generally in accordance with the Contract DOCL11"I3ents SLII-)jCCt to any qualiFicatioi)s stated in the reconitnendation. In the case of unit price work, Consultant's recommendations of payment will include determinations of quantities and classifications of Contractor's work, based on observations and measurements of quantities provided with pay requests. By recorniriending ,in), payment, ("011SUltant shall not thereby be deemed to have represented that its Observations to check Contractor's work have been exhaustive, extended to eveq aspect of Contractor's work ill progress, or involved detailed inspections of the Work beyond [lie responsibilities specifically assigned to Consultant in this Agreernent, It \NdIl also not irnpose responsibility on Consultant to make any examination to ascertain how or for what purposes Contractor has used the nioneys paid on account of the Contract Price, nor to deterinine that title to Client free and clear of any portion of the work in progress, materials, or equipment has passed to C any hens, claims, security interests, or encumbrances, nor that there may not be other matters at issue between Client and Contractor that rilightaffect the amount that should be Paid. 21 Date: July 25, 2013 ATTACHMENT A: Scope of Services — DoughertV Road Improvements Project Final Design Services From Kimley-Horn and Associates, Inc,, Pleaswiton Suh,vt,7titi,il Coinpletion, if requested by City, Consultant will, proillptly after notice from Contractor that it considers the entire Work read), for, its intended use, in colilpany with Chem and Contractor, conduct a site i,isit to determine if the Work is Substantially complete. Work will be considered SL1l.)Sta1-1ti',1ll)1 complete following satisfactory, completion of all iterns with tile exception of those identified on a Final punch list. If after. considering any objections of Client, Consultant considers the Work substantially complete, Consultant will notify Client and Contractor. Kmil Notice ofAccep,mbilio, of the ll'loi* If reqUested by City, Consultant will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final plitich list so that Consultant may tecorrinicrid, in writing, final payment to Contractor. Accompanying the recomn-lendation for final Pa)'rllCnt, COnSL1ltRnt S11,111 also provide a notice that the Work is generally in accordance with the Contract Documents to the best Of COnSUIUMItS knowledge, information, and belief based oil the extent of its serN,iccs and based upon information provided to Consultant upon which it is entitled to rely, Limitwioi) ofResponsihilities. Co.11SUltant shall not be responsible for the acts or omissions of any Contractor, ot: of -in), of their subcont rac tots, sul:)ptiers, or of any other inclividulal or entity performing or furnishing the Work. Coll S ill tant Shall not li.we the authority or responsibilityT to stop the work of any Contractor. Sub-T.ask&3 Coiistructioii Mee tings (T&M Bisis) As requested by the City, Kirille)-Horn's project engineer will attend 1 1-11011thly construction coordination meeting f6t a period of up to 12 rnontlis. It is 1ISSLUMCd that the total effort for each of the morithly meetings will not exceed 4 hours (Total of'48 hours for this task), Sub- Tislc S. 4 Preymi-e Recoizl Di- i witxgs (M-41 Basi,5) Based oil tcdline markups of the construction contract drawings provided by the contractor and resident engineer, Kimley-Horn will prepare record drawings that reflect the actual improvements constructed in tile field. The accuracy of the record drawings will be limited by the -ICCLURC)'and completeness of tile redlines provided to Kiniley-Horn. Kimley- Horn will submit the record drawings in both AutoCAD and PDF format, Kimley-Horn assumes 'a total effort of 94 hours for budgeting purposes, to be performed otla time: and .materials basis. BASIS OF FEE AND EXCLUSIONS A. Signs will be either single-post or double -post signs, and will be included as part of the Signing and Striping sheets. B, There won't be any Caltrqns involvenlent during the project development process. 22 Date: July 2S, 2013 ATTACHMENT A: Scope of Services— Dougherty Road Improvements Project Final Design Services From: Kiniley-Horn and Associates, Inc,, Pleasanton C Items not speciFically described ii.i the -tbovc wtitten scope of services will be comidered extra ser%rICCS. D. Therre woti't be qti), federal fmiclijig for the project, 23 Date: July 25, 2013 u WPM - Iq •* 0 da , � 0, rl M Ch cQ co 1p a Co cA Ra E E E cl OR L4 Lou EL w in O Ga ea ro rd +ry N. ........ . ..... . 0 H 0 N O 0 0 0 o o o o 0 0 0 0 a M 0 z U CY N rA 0 6 5 '6 cC E E E E ti/5 C Li 0 fs E E C C u fie NO 10111 ON 11 IN mill Mill ............ ( / 2 /§ (\ \ }\ LU (f k■ 2� W w w w 8 JIL �a a a� w uj IL w ww „ J ai J LL Q v� W. a to r.1 44 Lu Lu ci 15 LL (n ai F2 Rj itiaj . ....... i W. a BE ONE III I � u 1 1 11110111111111 ME HIM 11 I III 1 1 11 11111 ON I HIM I Ill 11,110111101 110011 111111 cn t- z LU 2 uj 8 J0. 02 0 0. 0 0:10 0. w W Z 0 NO Z w 0 K0 CL w LU 0 C) 0 D :3 C) 0 NO E 12 — — — — — — — — — — ury an ra LD 0 'IT cc M. E tiiE "12 E &I 2 ec 73 E Q U5 co 1 , L 0 In CYe I� 0 In CYe ra 0 Im a_ ca Hill i Him 11 ra 0 Im a_ ca THIS AGREEMENT for consulting services is made by and between the City of Dublin ("City") and Kimley-Horn and Associates, Inc. ("Consultant") as of February 7, 2012, Section 1. SERVICES, Subject to the terms, and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A 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. The term of this Agreement shall begin on the date first noted above and shall end on June 2013, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices its profession. Consultant shall prepare all work products required by this Agreement in a manner to conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 As,sianment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Tim�e, Consultant 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 Consultant's obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed SEVEN HUNDRED FIFTY-THREE THOUSAND DOLLARS AND NO CENTS ($753,,000.00), notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit S, regarding the amount of compensation, the Agreement shall prevail, City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein, The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner Consulting Services Agreement between February 7, 201�2 City of Dublin and Kimley-Horn and Associates, Inc, Page 1 of 1'4 specified herein, Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible, City therefore has no responsibility for such contributions beyond compensation required under this Agreement, 2.1 Invoices. Consultant 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 Bill 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 City'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 Consultant and each employee, agent, and subcontractor of Consultant 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 800 hours, which shall include an estimate of the time necessary to complete the work described in Exhibit A; The Consultant's signature, 2.2 Monthl LPAyment, City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Pa meat, City shall pay the last 10% of the total sum due pursuant to this Agreement within sixty (60) days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed'. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall: not pay any additional SLIM for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement, Consulting Services Agreement between F - ebruary 7, 2-0-112 City of Dublin and Kimley-Horn and Associates, Inc. Page 2 of 14 In no event shall Consultant 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 property executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the following fee schedule: 6 Reimbursable Expenses, Reimbursable expenses, are specified in Exhibit B, and shag not exceed $43,227. 2.7 Payment of Taxes, Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date, 2.9 Authorization to Perform Services, The Consultant is not authorized to perform any services or incur any costs whatsoever Linder the terms of this Agreement until receipt of authorization from the Contract Administrator,, Section 3, FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available! to Consultant only the facilities and equipment, listed in this section, and only Linder the terms and conditions set forth herein. City shallll furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information, in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, shall procure "occurrence coverage" insurance 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 Consultant and its agents, representatives, employees, and subcontractors. Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Consultant 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 Consultant's bid, Consultant shall not allow any Subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc. Page 3 of 14 subcontractor(s) and provided evidence thereof to City, Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. 4,11 Workers' Compensation. Consultant 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 Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,(t00,000.00) per accident In the alternative, Consultant 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 Consultant, if a program of self - insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty (30) days" prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. a I lli irlinni I ni 4.2.1 Genera - re uirements. Consultant, 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 ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit 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 bodiily and personal linjury, 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 coverNe. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed, 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liabi,lity and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 01001 (ed. 12190) Code 8 and • ("any auto"). NO endorsement shall be attached limiting the coverage. Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc. Page 4 of 14 4.23 Each of the following shall be included in the insurance coverage ♦ added as an endorsement to the policy: a. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following,: liability arising out of activities performed by or on behalf of Consultant, including the insured's general supervision of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant. The coverage shall contain no special, limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis, An endorsement must state that coverage is primary insurance with respect to the City and its officers, officials,, employees and volunteers, and that no insurance or self-insurance maintained by the City shall, be called upon to contribute to a loss under the coverage, Any failure of CONSULTANT to comply with reporting provisions of the policy shall not affect coverage provided to CITY and its officers, employees, agents, and volunteers. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.3 riaional Liability lnaurane, Consultant, at cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing wont pursuant to this greement in an amount not less licensed professionals' errors and omissions. 4.3.1 Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.,2 An endorsement shall state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given, to the City. Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc, Page 5 of 14 4.3.3 The policy must contain a cross, liability or severability of interest clause, 4.3.4 The following provisions shall apply if the professional liability coverages are 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, Consultant rnust provide extended reporting coverage for a minimum of five, years after completion of the Agreement or the work,, The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement, 4.4 All' Policies R,eguirements., 4.4. 1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than ANIL 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein, The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The City reserves the right to require complete, certified' copies of all required insurance policies, at any time, 4.4.3 Subcontractors, Consultant shall include all subcontractors as insureds under its policies or shall furnish, separate certificates and endorsements for each subcontractor, All coverages for subcontractors shall be subject to all of the requirements stated herein, 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverages, scope, limits,, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected, Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc, Page 6 of 14 4.4.5 Deductibles and Self-insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them, 4.4.6 Notice of Reduction in QqyqLac le. In the event that any coverage required by this section is reduced, limited, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant's earliest possible opportunity and in no case later than five days after Consultant is notified of the change in coverage, 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due Linder the Agreement; Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates cornpliance with the requirements hereof; and/or 0 Section 5. INDEMNIFICATION AND CONSULTANT'S, RESPONSIBILITIES. Consultant shall indernnify, defend with Counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal!, state, or municipal law or ordinance, to the extent caused, by the willful misconduct or negligent acts or omissions of Consultant or its employees, Subcontractors, or agents. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation, of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc, Page 7 of 14 forth in Section 2778 of the California Civil Code, Acceptance by City of insurance certificates and endorsements required Linder this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration,. In the event that Consultant or any employee, agent, or subcontractor of Consultant 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 City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PIERS benefits on behalf of Consultant 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 City. 6.1 Inderenrtent Contrarctor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant No ,Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 7.1 governing Law. The laws, of the State of California shall govern this Agreement, 7.2 Compliance with Applicable Laws, Consultant and any subcontractors shall comply with M ll laws applicable to the performance of the work hereunder, 7.3 Other Governrnentja1 R99g—uIat1oqs. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc, Page 8 of 14 shall comply with all applicable rules and regulations, to which City is bound by the terms Of Such fiscal assistance program, 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant 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. Consultant represents and warrants to City that Consultant 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, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, 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 Consultant under this Agreement. Consultant 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 Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. 8.1 Termination, City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon thirty (30) days' written notice to City and shall include in Such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension, City 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. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consulting Services Agreement between February 7, 2012 City of Dublin and Kimlley-Horn and Associates, Inc. Page 9 of 14 Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. P.3 Amendments. The parties rnay amend t�hiis Agreement only by a writing signed by all thit parties. 8.4 City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant 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 City and Consultant shall survive the termination of this Agreement, 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City'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 Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant 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 City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc. Page 10 of 14 1: i I , 1 11 20:10(s] 0 9.1 Records Created as Part of Consultant'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 Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, 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 Consultant's Books and Records. Consultant 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 City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement, 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant 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 City, Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds TEN THOUSAND DOLLARS ($,10,000,00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. 10.1 Attorne y� 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, 1 0.2 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 Alameda or in the United States District Court for the Northern District of California. 10.3 Severab @1tX,, If a court of competent jurisdiction finds or rules that any provision of thi's Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so Consulting Services Agreement between February 7, 201 �4 City of Dublin and Kimley-Horn and Associates,, Inc, Piage 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 Imp—lied Waiver of Breachh. 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 AssiEns,. The provisions of this Agreement shall inure to the benefit of end shall apply to and bind the Successors and assigns of the parties, 10.6 Use of Recycled Products. Consultant 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. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place, Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 11090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090 et.seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant, Consultant 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, 101.8 Solicitation. Consultant 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 Gary Huisingh, Public Works Director ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or hi's or her designee, 10.10 Notices. Any written notice to Consultant shall be sent to: Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc, Page 12 of 14 James E. West, Vice President Kimley-Horn and Associates, Inc, 6130 Stoneridge Mall Road, Suite 370 Pleasanton, CA 94588 Any written notice to City shall be sent to: Gary Huisingh, Director 100 Civic Plaza Dublin, CA 94668 10.11 RUOAsslonal 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 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 S4 report /design 10.12 Int99-ra_tIon. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit AA, represents the entire and integrated agreement between City and Consultant and Supersedes all prior negotiations, representations, or agreements, either written or oral, Consulting Services Agreement between February 7, 20,12 City of Dublin and Kimley-l-lorn and Associates, Inc. Page 13 of 14 r �,,,fioEL PattiFlo, City Manager tau Attest: Caroline Soto, City Clerk Approved as to Form: —4 Jo fan -gakker, City Attorney KIMLEY-HORN ASSOCIATES, INC, KHACA James E ' West P.E,, Vice President 03 GACIPMougherty Rd Improvements - Sierra to to City LirnftslConsultanMraft agreement 01 1712.doo Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc. Page 14 of 14 To pefform preliminary engineering, environmental clearance, right-of-way clearance, and' utility relocations as delineated in the attached proposal dated November 20, 2011, for the Dougherty Road Improvements Project (Sierra Lane to North City Limits), GACIPMougherty Rd Improvements - Sierra In to City LirnbkConsultantldraft agreement 01 1712.doc Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn Associates, Inc.--Exhibit A Page 1 of 1 The term of the agreement shall be for a period ending June 2013, Compensation shall be paid per the attached Fee Schedule, City shall pay Consultant on a time-and-materials basis in an amount not to exceed the total sum of Seven Hundred Fifty-Three Thousand Dollars and No Cents ($753,000,00) for services to be performed pursuant to this Agreement. Consultant shall Submit invoices at the end of each specific project or as agreed between Consultant and City regarding each specific project, based on the cost for services performed, The total sum stated above shall be the total which City shall' pay for the services to be rendered by Consultant pursuant to this Agreement. City shall' not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing, executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time Such extra service is rendered and in no event shall such change order exceed twenty-five percent (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of City. If the Agreement is terminated by City, Consultant shall be entitled to receive just and equitable compensation foi- any satisfactory work completed on such documents and other materials to the effective date of such termination, In that event, all finished and unfinished documents and other materials shall, at the option of the City, become City's sole and exclusive property, Consultant hereby expressly waives, any and' all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs, and ti'mesheets in order to verify costs incurred to date. The Consultant is not authorized to perform any services or incur any costs whatsoever Linder the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. GACPDougherty Rd Improvements - Sierra In to City Limits\Consuliantldraft agreement 01 1712,doc Consulting Services Agreement between February 7, 2012 City of Dublin and Kimley-Horn and Associates, Inc,--Exhibit B Page 1 of 1 I M 11 loll I oil IN I III HIM I +I �4 r 8 oo 9 ct r. $ yr' Y, WL dG R IN D ��� L3 ✓ y aAF ,d N3 vfb -------------- G"P C.H W"A � cfy gyp tiS} b3 dYT MAr �, afs �l� fin` ddy00 ------------ 'ua pCryY 42 M rt+) er '',,aa [eJ Cro w �I 1YK, 'l�k" Imo' g r Glrrs ------------- 19 -- l l r % I''�o, P ------------------ r � I IQ �l / ----------- r -�,9. ------------ r rk t� � a � r � � is �1rd/ bpi en �a w i 'Mr, r�f• 1,P " r )» o %I� i x OR �' �» C did � ! �° { /�;; �✓ 2� � crk � .E � A ylf P✓5 *� ass o % �/ ca c3 o 2 cL � LLI !✓} mqy, `— � x- � R4 9 H; Ia} [SS �. va OA � '— � ,?"T' M � �., � S'"5 v} 119 ¢6 4r; CD c� r t— M, lm--Ri a l �r rr� , ter: 1 im � - LE Q F / c3 Ft. / 4!a CFt T!i AU I I L 2 t n r� Y.. Rr"J�4ry /Jni�, r N 'Ybl N x;Irrn. Cd C 3# a c' �x E IN, N l f 72 / /G: Ci i r R a - a "E C ter J ri 0 ; !L 7 [Q T '�✓" N`� C d .. CR fjy ' Lo ' C Afi N b "! pNjS Lu�+�..,, ❑' ii Vn ._: Cli fb N ^ %/ 0 12 uj n .c 7) CA? G} c W iq n- o 63 to F- �" cry. ri ''''' t*i c•i cri ci ri n i o ri a^i �., �. c*i rfi ¢�i m x•`^. ra s�i s*s � r^i M m r i C,.i, �,.i c�v �o- f all a f f I� lal +y r� %Y �yAf NfP a 1� IJ w I " r sa ✓J➢ k rn Z5 m Y r lK C ME © y fill/ 6� U) D If 'J!, ,,m/a i'-% co C'1 -5 ''I C9 m m 6'^I r'1 S.i Cii C? c�v �o- f " � I f u . CA Ffk j�� 1 � �['1, 7.. b4 E.f3- Ef} #Y? >a91!b9! Mile Qi'i 4A EfY d+Y 69i h'd! 1" c, 1 � i4 C4 at 'C14 �-. '�"' G'47 Cry � Cf/ �. LL LL as.. a ILL U) 2i.1 °G uJ Il�r, Cn W UM �fN„ 41 O. ''?. 07 % 'yy � L G4 "J o 0 E . p a p m 75 L7 CL en 0 0 a is o l rj ca o o c [2 L) d U 45 N C11 W ;, C7 m S9 `Ci1 (,} "6 O 2 1l1 .m ';d !Jl, C31 0. a1] p qr 0 C j< "a °!'s = 4 'E 3; o ip . ,q �r '!�,py+,: 'O. c CL co 'a' uj ,'a• w �. w n1 CY GC ;4 = D 5C 4 4LG tL C cG err Cri z a K/7 c 4� LU J ',. 75 e7L O [f„ N }- N W }""". An „ 'e 3m tom° 4 a a a o o -'� c a a tx GL Cl) [ i J c�•s h R l sF Rf? r cvu £^% "•* (`J r C,I M �..� "^ N C`? �t ffp tG P"- qa C+7 [Pl C+j 1:1 r cw r r r �°";, a! C7 TV C CL I�. 1_ h/C C 4'9 --- , d ! L L 4 Cl Is cc Ims / q0 f1 /. I V/ U1 �r ca r- rL cN WL � r mf r Ov N LLJ ns ca irri 9r�'i,'� a' i Ui C7 TV C CL I�.