Loading...
IGA; RTD; Broadway and Baseline transportation improvements; Exp 6/30/2017 Contract Tracking > Thank You Page 1 of 1 OFFICE OF THE CITY ATTORNEY MAR 0 9 2017 STANDARD Contract Routing Cover Sheet Please print and attach to your document You can view the status of your contract using the Contract Tracklno Status Pace. Routing Number 20170309.2837 Originating Dept Public Works Contact Person Celia Seaton Phone Number 303-441-3266 Project Manager/ Contract Alex May E-mail maya@bouldercolorado.gov Administrator Counter Parties Regional Transportation District Contract Title/Type IG A for Transportation Improvements at Baseline&Broadway Number 4-2016 Description This contract serves as an intergovernmental agreement between the City of Boulder and the Regional Transportation District for design/constructlon of transportation Improvements to existing transit stops at Baseline and Broadway. �— Special Instructions Two copies are being routed. We request that one of the fully executed physical copies be returned to Gerrit Slatter. Also, please send a pdf of the fully executed contract to slatterg@bouldercolorado.gov and maya@bouldercolorado.gov Amount $117,487.00 Expense Type INCOMING Cr1'15ept. Head Signature NOTE;Originating Dep*t: tifa them k all areas document needs to be routed. Q,,. r Purchasing ► Crr .C'J ( _(7'cubp t7r Budget Sales Tax G:� City Manager `-1/ /1L�3�2ltAI Central Records W ri�� r; Y - C' L) haps://work.bouldercolorado.gov/ContraetTracking/servlet/Controller 3/9/2017 INTERGOVERNMENTAL AGREEMENT FOR DESIGN AND CONSTRUCTION OF TRANSPORTATION IMPROVEMENTS TO EXISTING TRANSIT STOPS AT THE INTERSECTION OF BASELINE ROAD AND BROADWAY BETWEEN CITY OF BOULDER AND REGIONAL TRANSPORTATION DISTRICT INTERGOVERNMENTAL AGREEMENT FOR DESIGN AND CONSTRUCTION OF TRANSPORTATION IMPROVEMENTS TO EXISTING TRANSIT STOPS AT THE INTERSECTIONS OF BASELINE ROAD AND BROADWAY (the "Agreement") made effective this -22LO day of March, 2017, by and between THE CITY OF BOULDER, hereinafter referred to as "City", and the REGIONAL TRANSPORTATION DISTRICT, a political subdivision of the State of Colorado, hereinafter referred to as "RTD", together, the "Parties". WITNESSETH: WHEREAS, the City is designing and constructing transportation improvements along the Baseline Road and Broadway intersection, including a pedestrian underpass under Baseline Road just east of Broadway and certain improvements to three existing bus stops ("the Overall Project"). Construction on the Overall Project began in late April 2016. The proposed transit stop improvements are generally shown on Exhibit A, attached hereto and incorporated herein by this reference; and WHEREAS, the City obtained competitive bids for the Overall Project on February 17, 2016 (Exhibit B) as part of the federally funded, Federal Highway Administration/Colorado Department of Transportation Local Agency Project and represents that, as such, the procurement process has complied with Federal Highway Administration (FHWA) and Colorado Department of Transportation (CDOT) standards, necessary permits and/or variances to build and maintain the Project; and WHEREAS, the City has selected the contractor to carry out the Overall Project, through their award and contracting of the original project in early spring 2016; and WHEREAS, the City and RTD have determined a need for certain transit related improvements, defined in Section One hereof as the "Transit Improvements"; and WHEREAS, the Parties have agreed that for timing and efficiency, the design and construction of the Transit Improvements will be best accomplished by coordinating that work through the City's design consultants and contractors for the Overall Project; and WHEREAS, the Parties desire to participate in certain funding, design, construction/installation and maintenance duties concerning the Transit Improvements as described herein; and WHEREAS, the City and COOT are responsible for the management and control of certain property upon which the Overall Project will be constructed. Final 3-3-2017 Page II of 8 NOW, THEREFORE, in consideration of the mutual promises contained herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: SECTION ONE TRANSIT IMPROVEMENTS The Transit Improvements consist of site improvements to three existing transit stops. RTD reviewed the Transit Improvements design and provided input on the work generally depicted on Exhibit A. Exhibit C includes the cover pages of the "Final Pians and Specifications", as well as a summary of sheet revisions made at the request of RTD as part of Plan Revisions R7, R8, R1O and R13. Due to the physical size of these documents (Plans 204 pages, and Specifications 573 pages), these entire documents are not included as an exhibit. RTD hereby acknowledges receipt of the Final Plans and Specifications, and accepts and approves of these Final Pans and Specifications for the Transit Improvements only. The construction work associated with the Transit Improvements (the "Work") shall be performed in accordance with the Fina+. Plans and Specifications (E):hibit C). RTD's review authority shall be limited, however, to that portion of the Work described on Exhibits C and D, associated with the Transit improvements and the SEH comtract modification dated June 13, 2016, summarizing the design modifications requested by RTD. The City has issued a Contract Modification Order to its contractor, thereby committing to the Work. The Parties acknowledge that significant modifications (including significant scope increase or decrease) to the Work would create adverse impacts to the Overall Project, and would not be supported by the City. RTD may require any reasonable modifications necessary to ensure the Work substantially complies with Exhibits C and D. The following Transit Improvement tasks related to the Work shall be completed by the City: a. Obtaining all authorizations and approvals, dnc(uding any necessary property rights or authorizations from CDOT or any other party affected by the Transit Improvements; b. Providing design and construction management of the Work; c. Providing on-site construction management, quality assurance and quality control of the Work; and d. Providing and ensuring completion of the Work through its contractor(s). It is the Parties' mutual goal to complete the Transit Improvements in conjunction with completion of the Overall Project, by approximately June 30, 2017. Construction work for the Transit Improvements is scheduled to commence September 12, 2016. Temporary transit stop closures or relocations are expected and have already been communicated and will continue to be communicated to RTD a minimum of forty-eight 48 hours in advance of any transit stop interruptions. The Parties will cooperate to insure that inconvenience to RTD patrons be minimized to the extent reasonably practicable. Final 3.3.2017 Page 2 of 8 SECTION TWO FUNDING The City shall be responsible for all costs related to the Overall Project, except RTD will contribute funding to the re-design of the Transit Improvements as follows: Estimated re-Design Related Costs to be paid by RTD (Per Exhibit D, by SEH dated June 13 2016) Baseline @ Broadway - Eastbound Stop Far Side (EBFS) Design Costs; $ 1 ,906.00 Baseline @ Broadway - Westbound Stop Near Side (WBNS) Design Costs; $ 1 ,368.00 Broadway @ Baseline - Northbound Stop Near Side (NBNS) Design Costs; $12,922.00 Project Management, Coordination & Final Plans $ 5,582.00 Total Estimated Design-Related Costs: $21,778.00 RTD shall additionally contribute to the Work as follows: Total Estimated Construction Costs to be paid by RTD (Per Exhibit E) $95,709.00 Total Estimated Costs- Design and Construction $117,487.00 RTD shall contribute a maximum of $21 ,778.00 for the Re-Design-Related Costs related to the Transit Improvements and a maximum of $95,709.00 for the Construction Costs related to the Transit Improvements unless minor modifications are agreed to by both Parties in writing as set forth in Section 3(A) below. An amendment of this section of the contract will be required to increase RTD funding. SECTION THREE MUTUAL OBLIGATIONS A. RTD approved Final Project Plans and Specifications and estimates for the Transit Improvements. Both RTD and the City are entitled to delete or add minor items from the Work if RTD and the City mutually agree it is in the best interest of the Transit Improvements and Overall Project to do so. It is expressly understood that the overall scope of the Transit Improvements shall be as identified in Exhibit C and D. The Parties shall agree to any modifications of costs accordingly. B. In accordance with the City's construction contract with its contractor and the City's IGA with CDOT, upon completion of the Work, the City shall inspect the completed Transit Improvements in conjunction with the Overall Project, and prepare a punch-list of any unsatisfactory or incomplete improvements for review with the City's project contractor. The City agrees to notify RTD of the date of final inspection of the Transit Improvements included as part of this agreement. RTD may provide comments regarding a punch-list; however, the City and RTD shall work together in good faith to make all final determinations for punch-list items and Transit Improvements acceptance. Exhibits I, J and K identify the portions of the Transit Improvements that are being funding by the City and by RTD. If there is a dispute on a punch-list or acceptance item Final 3-3-2017 Page 3 of 8 determination between the City and RTD, the determination will be resolved by the entity that is funding the affected improvement. In the event the final construction of the Transit Improvements does not conform to ADA criteria, the City agrees that it will direct its contractor to modify the affected area to conform to ADA criteria. C. In order for RTD to ensure compliance with the Final Plans and Specifications for the Work, the City agrees to provide RTD 48-hour advance notice and RTD agrees to provide a field inspector to collaboratively work with the City on advance inspection on the following key items: 1. Form, subgrade and concrete placement inspection for NB and EB bus pad concrete. 2. Form, subgrade and concrete placement inspection for NB and EB boarding area concrete and adjoining ramp (ES only). 3. Placement of bus shelters, trash receptacles and other site amenities. 4. Other iters that are part of the Work, as desired by RTD. If RTD does not provide an inspector to accompany the City on the above items after receipt of timely notice of inspection, RTD waives any right to dispute any items related to those portions of the Work, as part of punch-list identification and discussion. SECTION FOUR RTD'S OBLIGATIONS A. RTD will provide funding for the estimated cost of the project re-design (Not to Exceed $21 ,778) within 60 days of execution of this Agreement. RTD agrees to provide funding for the Work, in an amount not to exceed $95,709, as set forth in Exhibit E, unless modifications are agreed to by both Parties. RTD shall remit such funds to the City following completion of the Work and within sixty (60) days of receipt of undisputed billing from the City, which may be submitted upon completion and final inspection and acceptance of the Project by RTD. B. RTD or its contracted agent through a custodial services contract will continue to provide snow removal and trash pickup and disposal at the shelter locations for both the Northbound Broadway and the Eastbound Baseline Transit Stops. At these two locations, RTD will remove snow to the face of curb in front of the shelter, and at least five feet on either side of the shelter as measured from the outside overhang, as depicted on Exhibits F, G and H. RTD's custodial maintenance of surface improvements for the boarding areas will coincide with their limits of snow removal. C. RTD will be responsible for the ongoing maintenance of the RTD transit stop amenities for Northbound Broadway, Eastbound Baseline and Westbound Baseline including by way of example but not limited to bus shelters, benches located inside the shelters and trash receptacles inside or closely adjacent to bus shelters, or as shown on Exhibits A, C, F, G and H. RTD shall not apply ice-melting chemicals to the concrete surfaces until one year after completion of the Transit Improvements, Final 3.3-2017 Page 4 of 8 SECTION FIVE CITY OBLIGATIONS A. The City shall construct the Transit Improvements starting on approximately September 12, 2016 with an estimated completion date of approximately June 30, 2017. The estimated completion date for the Overall Project and remaining landscaping and irrigation for all stops is June 30, 2017, at which time it is anticipated that the Transit Improvements would be put into service. B. The City, at its own cost, shall li) revise and gain approval of the CDOT Right-of-Way (ROW) plans and (ii) secure a new easement approximately 3' x 167' (500 square feet) to accommodate the northbound Broadway Transit Stop improvements. C. The City shall require its agent or contractor to obtain, and identify RTD as an "additional insured" on, the following insurances and keep them in force for the duration of the construction period, with the limits as indicated: 1. General Liability: $1,000.000.00 combined single limit per occurrence for bodily injury, personal injury, and property damage. If a Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1 ,000,000.00 combined single limit per occurrence for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Statutory Workers' Compensation limits, Employers Liability limits of $1,000,000.00 per occurrence. D. Except as identified in Section 4B, the City shall maintain the concrete flatwork surfaces of the bus pad and boarding areas and adjacent landscaping constructed and installed under this Project at its own expense. In some cases, portions of the adjoining landscaping improvements will be maintained by the adjoining shopping center owner. J SECTION SIX I NOTICE OF COMPLETION The City shall give the RTD written notice of completion of the Transit Improvements upon its completion. Within 10 days of the City providing such notice of completion, RTD's engineer will accompany the City to inspect the Transit Improvements and verify in writing substantial compliance with Exhibits A, C, and D. If such written verification is not provided within 10 Final 3.3-2017 Page 5 of 8 days, the Transit Improvements shall be deemed in substantial compliance with Exhibit A, C and D. If RTD's engineer determines that.the Transit Improvements are not in substantial compliance with Exhibits A, C and D, the Parties will work together in good faith to determine an appropriate resolution acceptable to both Parties; however, if the substantial compliance is failure to meet ADA criteria, the City will direct its contractor to bring the Transit Improvements into full compliance with the ADA criteria in accordance with Section Three. SECTION SEVEN PROHIBITED INTERESTS No officer, member, or employee of the RTU, and no members of its governing body, and no other public official or employee of the governing body of the locality or localities included within the District, during his or her tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement, or the proceeds thereof. SECTION EIGHT INDEPENDENT CONTRACTORS It is express'y understood and agreed that the RTD and the City do not intend to act for or in place of the other, and do riot intend to be and shall not in any respect be deemed agents of each other, but shall each be an independent entity. SECTION NINE NO THIRD PARTY BENEFICIARY Nothing herein shall be construed as giving rise to any rights or benefits to any third-party. The RTD and the City expressly disclaim any intent to create any ;Bird-party beneficiary status or rights in any person or entity not a party to this agreement. SECTION TEN MISCELLANEOUS A. Notices, Any notice to be given hereunder shall be deemed given when sent by registered or certified mail to the addresses below; RTD City of Boulder; Department of Legal Counsel Gerrit Slatter 1600 Blake Street Principal Transportation Project Engineer Denver, CO 80202 1739 Broadway Boulder, CO 80302 Final 33-2017 Page 6 of 8 V B, Severability. Should any provision of this agreement be declared invalid by any court of cornpatent jurisdiction, the remaining provisions hereof shall remain in full force and effect regardless of such declaration. C. Equal Employment Opportunity. In connection with the performance of this Agreement, the City, or its agent, contractor or RTD shall not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. The City or its agent, contractor and RTD shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. 1 12112, the City or it's agent, contractor and RTD will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act", 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. D. Agreement Binding, This Agreement shall benefit and be binding upon the successors and assigns of the parties hereto. Neither Party may assign its right to any other person or entity without written authorization of the other Party. E. Laws to Apply. The Project shall be carried out in accordance with the laws of the State of Colorado and all applicable Federal laws, rules and regulations, City or municipal codes or governing orders. P. Amendment. This Agreement may not be amended except in writing by mutual agreement of the parties, nor may rights be waived except by an instrument In writing signed by the party charged with such waiver, G. Annual Appropriation. Any RTD or City financial obligation contained herein that may extend beyond the applicable party's current fiscal year as of the date of execution hereof is subject to budgeting and irrevocable appropriation by the governing body of such party, and shall be of no effect without such budgeting and appropriation, The Parties each represent and warrant that they have appropriated funds to pay for their respective work under this contract. K Immunity. Neither party waives or intends to waive the limitations on liability which are provided to the parties, their officers, and employees under the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S. I. No Third Party Beneficiaries. The parties intend no third party beneficiaries under this IGA. Any person other than the City or RTD receiving services or benefits under this IGA is an incidental beneficiary only. J. Waiver. The waiver of any breach of a term, provision, or requirement of this IGA shall not be construed or deemed as a waiver of any subsequent breach of such term, provision, or requirement, or of any other term, provision or requirement. Final 3-3-2017 Page 7 of 8 '\ K. Entire Understanding. This IGA is intended as the complete integration of all understanding between the Parties related to the Transit Improvements. No prior or contemporaneous addition, deletion, or other amendment hereto shall have any force or effect whatsoever, unless embodied herein by amendment (Section TEN, Paragraph K). L. Authority. The City and RTD each warrant that they possess the legal authority to enter into this IGA and that they have taken all actions required by their procedures, by-laws, and/or applicable law to exercise that authority, and to lawfully authorize their undersigned signatory to execute this IGA and to bind each party to its terms. The person(s) executing this contract on behalf of each party warrants that such person(s) has full authorization to execute this IGA. IN WITNESS WHEREOF, the Parties have duly executed this Agreement, effective the day and date first above written. APPROVED AS TO LEGAL FORM REGIONAL TRANSPORTATION DISTRICT FOR THE REGIONAL TRANSPORTATION DISTRICT By: --_ By: Legal Counsel Davi A. Genova O'gmfi 6. S�-W General Manager and CEO Regional Transportation District CITY OF BOULDER, a Colorado hone rule Ciiy By -1a Jane S. Brautigam, Cif anager (Attest: CityT-CCArk � Appr d as to form: City A0-1 Fnal3.3-2017 Page 8 of 8 EXHIBIT A PROPOSED TRANSIT STOP IMPROVEMENTS IF I I I gg C z C9 Jill w - I -I I � 'a o I �z� 1 I a-- I -- I zl I I oI E I lel�i I zl 1 � i I d I � � I iJ 1 YI' �lr m c 0 a 00'00+49 Y15 3N17 Hai'/ 72, G 3��1 0 i; �— 1 �o ILG o �' y _ 0000 a EXHIBIT B BID TABULATION, CITY OF BOULDER BID 4-2016, FEDERAL AID PROJECT STU M110-077, SA 18386 s N e a � m � — W b VI 'I VI vY,O N r-i n ei ri O mrv'N r-i N W ri FI rY N N M N N N m N C N N N N N N ry m � N m h p rl fi N N N N N ! O 2 p N N N N N Vn N N N N N N N N W Uo N N O O 00 O O O O O O 6 O O O N O O O O O O O O O O O O O 00 b v01 O N $ S O O S _ Vi m O O Vi vl O 6 0 0 0 O O O N O O O O O C V O ? pt N H C' Iv m 0' ri .i tq W rti C G m C m p' v Vt dN_ J Vr tLl VV bb VI N VI N .. N N N H N a 's 888 8 Y p 8 pwp� 8�l a pa$ S8 8 py8 8 e8 88, 5 8 8 8 m$ S $ � pe o 8 8 p8 88 88 ppb pp$ 6] O SO VNI O 4G T N W h T N T 1� LA pbNi p1 o O O OI O O �D IOiI W C d M I�D Ln tG O R O K N N ti N N N O Im/I b b trill 16 N N m ei t0 O N N N N m (0 H N K N 2 c V pmm ° ° O8S8888888 $ $ � 8888888 � $ Sa $. $ = 8 z o o d Yn m a _ rci a o 1V N o ui d vi M i.i t� ,p ,pr�i o o S b N N t11.N N ti � N 9 99 O vmi N y p N p p aK p p p pN N WN p N N p S S S S O O O S S O O O S $ O S m$ S$ O V O MO y tO Yv M N O B O N N W ONi trv�l mm S N Ili mR M n rm1 n O O a b m T M O p N $ V N 4N n ' ,G p O N N � O ooS o $ $ $ 08088808O $ pg8 � $ $ $ $ C8Co $ pRpS88oV88GS8q8SQS, � o Y V S b N. `�' N NMNNN '.OYNI NNviN+~ry� NNNvw?N.N 8 Q V!N Om M NNN 10NV 10[I V4 6 S Sn N M 1V/FF v4.N •� N p q pN O $ O R O O $ S $ O O O O 00 O O O O p0 OO OO O $ Op ON O S S O O S S $ O R $ om m m .r a Zmd NIN. M+ �.dime e w le N m � Q1ioo etllb $ onRa e n vi r' n om "*'^ m .1 '^ ui ' rte n�" ry x nmti ^' •N'i vi b M rtl M N N N N N til � N N N N N r"I F O U 8apRRR R0000 $IT $ RRP.I � $, RRocr on �loi, $ $ $ oR o0 OO C O �my N m N O ry Vf o N I� Vl Y1 VI M +"1 1(1 VI CW LA M 1 N dN Om NN tmN4 NNNNNtmlFN X10/4 S O 't NN N e1 N t'I'01 � � 14 N NP N NN V4K J v N N o O o O O O O O O O O O O O O O N O S 1011 S S o o R - y e m e m mN .00 $ ^N n Rm ~ oto.I $ N $ oo mervo `� � 88 m � y, omm oN o om m � n to m Nmv m a Vm 11 R Vl. N N N ei it1 N ,O NNN e1 N T N N p m m� N N N N N M L pN+%L NN NN N N NNN NVIKNN ' L H O O c b 88 $ $ 8N ° � o ^ � 7S8a' 8V8V118phm9 ® � 8$ oB � m8� Mry888 � 8 VI N Vmj N�. g e Vpl.N N U UNF N M N Y0i H CI J affil N N W W f � n O � o O N O m N 0 V C z g ate ._ ww zz Z 2 yO Z m u Z 2 Z g ao ' '� ° a m � 5 � w W o — gga W ° u N m u z H a o 4a ¢ Y D n r ¢ ¢ ° S $ '� p 2 w O ¢ O O J O a W gg w J W I y U V < N m N 2 2 Z 0 0 O rv4 � g z 3u gvluua ¢ a c9Fut90 „'$ mm '¢ ¢" ¢ zzuoo d F y F ¢ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL Q p ¢ ¢ z o O K m s ¢ a a a a ¢ a a a ¢ a ¢ a ¢ ¢ ^ a7 a w F > 0 o o z m w ° o y ¢ a d o = w p > > > m > > > > > > > > > > > z z o a G m z o o J m g g w > > o 0 0 0 0 0 0 0 0 0 0 0 0 o g x " " o a 5 0 0 3OV gq ggggg �e �c � � ggu ou t- �' m 'c mo w z 5m O C -� d c c a g c rc z c c rc i e z e rc J m w m W O o o m N p o 0 0 o a m o o N N m o N o 0 o N ~ e n n ry o b w 2 d o m N o N N o n n $ o n m N o0 0 0 0 0 0 000 _ $ $ $ $ $ X444 $ QQ � Qv � mp4y4mO$ q4 N N N N N N N N N p p O O O O O N O O m 0 m V N roi o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 NNN N N N N N N N N N N N N N N N N N N N N N N N N N S888SS88S ' S8So8S888SSS88S8888aS8888885 S' 85888 - 0 w wwwvl I+nNw Nl�c $� � �<i.NN'^'^ `z n a x mNn c Q wY N NN.�°n » ,yw 1 w Nlw O C NI��M O NpPo I� p� N N N N N N NY p w p ICN K � K p N N p N O� O ANN Kn pI J N e�1Nn CC •h C .�' MO a�» � IT e -N 1 I^ Yi.IN NNI NNN N I �NNN IY� c' 1 INh� w NI� NI 111 f II N w VII N N N N 88858888888 � 88888888888888588888888SS8 8 888888 o ce Cp� o vic aMd V' oCcCo ni c .coq d Cir 6 �{ z dC o a c d ,rt N Of n V H � o O �.-m � ePi N M O K 8 o qo N N N 8 S 8 C O O occ Npc Ca iNo N' Z9 y� MNiN Co NO a N N oO 0 o %OSp8p 8 oJ SocC Oo.^OiG0NnN O0ccd w8vni S�r GoLS w8oppcmn ppPct'�t GNcNm N N N N N N 88 � pP GBSSppG P8S888888 � 00888888s � S oe $ � $ o C r C O n N C V/ ✓r ti N N C I� N N O p O DO 00 O O H O 00 O O p C p O O O C p O O C C O O C O Ox C C px O O O O O O= O O A C f l . . V S C � c n o N N NNw hv, ��w I mo HH p xc c Na k wanes w ww v+ < < LL < < < < ¢ O h ti w u p •, = < z z 'r p z z z o < z s 5 z < s 3I vI< z < S S z s a - J z z z z z z z tr _ 0 O O OO n J1 O 0 0 0 0 0 0 o c j `E,. o g a o S P S, c o m G o 8 4 S 91-19 o 0 4 9 ^ T g a q p o p 8 r 0 6 o c n n �'•� N n y 'I . . . 888880 '0, 89, 8 $ pw88 8 99�, � R� 18 888Owp88yo8 88S S8 8 SSeSS$ 8on8e88 $ e $ $ N e n S P W d e Ir'� P N W tNG N O Q O Ont pl N M O N On O n O N � V V ^ �➢N T m N 0 N N P u� N M w 4O p N O E' m O VI pp W b M µµ Nµµ N N Nµµ N N N N µ N N N N N 9 9 0 S S S S S S O $ S O S $ S S $ S $ S S O S W � P m M O fV J H »N T » N» ✓h Nµ TN m y .r N -1 (O µ O N T N N p M O� er P N YMI N vl W C N µ». N m N P N M N N b 1wO IOYi N Nµ N N 888888 $ $ 988 ."78 S $ $ 8888 $ '0808 88S S $ 8 8So8 $ 888 S 8 g $ o o ro a rv_ 1 a e g a g � c !1g 8 � S o � 8 8 � o m ri eri V1 N iv1 P n ti OO N O1 N lV O 1!1 �O N iO N < M N N N � N N M T N N N 0 0 0 0 0 8 5 8 8 S e m e 0 0 0 0 0 o $ $ Srvmorv � nmmw n � n � .Pi :+ .o� m oPSn SpO� 1° epo ro 'A $ eNSo $ 9 � N M N d1p =4 pw� W»rmA NN N N N eeN�NN Yr N Vr µ M N ry `ll N rA rA N V1 $ 8888858 $ $ 8. 88 8 80888888885. 888 8 $ 8 88888888 $ 8 $ o88S55R $ ° � nm89SSJ $ $ 5 88g R8 8 8 � d � & o ' 8 0 o w .+ w om N iA n w o mnn m nmw eo m e o.-i uoi ni M aCe ai e d ry orA ri dv �n v �ti �n dri r ti ' rvn �. w ra NµN N NµµN 'N'I µNN N µ N µ µN N N N N N N N N N ✓� N N w N » m N S S oSo $ 5 pp8 $ o0 o S S $ $ $ $ S ry�o S $ $ S$S pSp B o pSp oS po S Q8 8 S o 8$ o ppb 0o pppp$ S p$p S OO O ^ � � O J n w t0 ew1 N N N W N 1Mh N m 0 � 0 0 P m N N G � N P VF MN �m 0 0 S S y W VF N N N N N N N I T O TS µ 0588888SSSS98 S 9QS588S8SSS 88S SS 5 888SSS $ 8 S voinm2mm161 1113� .nn US RR, m .+ w m e H o Nm n vi d o �o moo S m ny N N Nµ N N N N N N N N N P µ N pp p o p p p p p J O 00 9 0 0 9 0 0 2 9 0 Y� 9 eN1 p a VOl O O 5 g O G O O D S $ O S G O O S o . W N .mn o A n $ $ oo Nwo ran �MI qiJpSomy Ne 4 1ti M N N N N� 1D e1 Of N M N' V N � Ys N N N V M n N NµN N N 1A IA N N N C N $ 5 $ 888885 $ 588 8 89S $ o98o8SS $ 88 88 o o800 8SS85 $ 0 0 OO .n oo .n n � inm ^ ooin moT Jo m og00000 � g a gvoi, gN 8n mm $ m .n e r `o 'A N' n oN� a �n $ ✓omSBoT 7 wP m w 8 ¢ m w o n n m y dwoawN m N �� n ti N p '^ ry d vi in vi dN N (ri N v, pm d NNN µµN N N N NµNµ V! N N 8pp$ pp28S8Q8 $ 8p8Vp8888 8 O3+ $ � 9i888 $ $ 8 88 � 82 88 $ 888pg8pp8pq$ 8 8 O W V N N 10 M N N ^I nN nN N » N µ Nµ N 1~A 4 N W 01 C P ?K 4O MN M O O T e ry O O p O nm�t O Nµ m m o < 5 � zz o " ted. FN 33 a ow 6 0 0 0 3 a N m c a c z o 0 0 aa 0 z z oa z N l LL a " z G zQ a a z W o o ° o o N o oE � � N g 6 a w L o o Ix Q a zz _ z � gwLLuuv. vu mom � �+ 0. 3 � .� u vi v� e3 v� om � u � .vc 3 P o N ry m x ~ x a o a o 0 0 .. 08 $ � o8 $ �ne 8 ry 11.ow .o . m w .c ww w w wwwro �n w w � $ d c d �. ` •; x v.in m w:n r III o �w N N I 4M1 p p p N m N N,�.S N A N O eO µ r C n C CCC CC O S N O O O N N O N NF N N N N o c o o �I m o € c ? o c s o o Flo o o o R $ QIo c .c cic c c o m c o c ry cl a ml¢ S r c c �? ! I MW M1 N 8 -q o o c o g n° of of � �n ^cl om � oa oo � $ n o M � o0 oor� o8 c e � N M 0 o co 0 o c c Q coc o 0 o cil o Q N N N N C N N Vn Iti p p p h p O O'O S C 7 O S j; C S E C C c p1 Flo c ^ S ? 8`, 11 Vr N � II �L N pW N N pd C S p8 pp O O C O N O 0 O p J Cp vpiw C N C C, O O S @gS S O S 0 S C C q`j C C C O S OS a S q c u c ? a a Flo oo c $ o o v M C N pp p I CS C O S O pJ O C O N S pCC pp C C pp S C O O p O Pny' NMN N N N N ¢s + z n 3 < a z < < z g z z z a z u z C < o _ z > !e Iems V CzcsNZG `_ max c z ,� f QE .. � z s 3 s z �Iz c 2 a LL oI i za � ex =.¢ i M O 3 ix < ca - a < < z O wF om o oo o o c o o co c g Qc c o J' ,mC 0 1C n n Eabibit C PORTION OF FINAL PLANS AND SPECIFICATIONS (I OF 5) d m S U 33 ,yI 'a C X P x rwzx z oI000 i; agi^ O° Z _ ,l.. 7 4 a ° a I^lei sx 6� z Exhibit C — Portion of Final Plans and Specifications (2 of 5) Plan Sheet Revisions associated with RTD Transit Improvements Project: Baseline Underpass(271x' Way to Broadway) CDOT Project No. STU Ml 10-077 SA 18386 City Project No. 310TR059NC Description: Changes were made to the original bid plans for bus stop boarding and bus pad elements for each of the 3 bus stops in the project area. including NB Broadway (significant modifications), EB Baseline (minor modifications) and WB Baseline (minor modifications). Several original project plan sheets were updated as part of Revision 7 and Revision 10 as requested by RTD, and associated with modifications to RTD bus ston facilities. Additionally, Revision 8 includes landscaping and irrigation affected by the bus std modifications. and Revision 13 includes some detail refinements for the L-shaped wall adioining the Broadway Bus Stop. The Transit Stop modifications (from original bid plans) are basically • EB Baseline: Extend Bus Pad and Boarding Area by approximately 11' east, and reviserg ades. • WB Baseline: Add sidewalk to create a 5' wide by 8' deep boarding area. • NB Broadway: Lengthen Bus Pad and Boarding area from approximately 44' to 159', and shift Broadway Walls 2/3 and M/U Path east to accommodate minimum 8' deep boarding area An outline of revised plans is below: Sheet No. Sheet Name Description of Change 22'R7 Alignment Control Plan Shifted path east along Broadway shifted Walls 2 Broadway M/U Path and 3. 27 R7 Removal Plan Revised removals for NB Broadway bus stop. Broadway 29 R7 Removal Plan Revised removals for EB Baseline bus stop. Baseline Rd 32 R7 S. Basemar Access ( Bdway Revised removals for NB Broadway bus stop. Removal Detail 34 R7 Plan & Profile Grade Revised stations and some callouts for EB and Baseline Rd WB Baseline bus stop. 39 R7 Plan&Profile Grade Revised profile near east tie in. Underpass M/U Path 42 R7 Plan &Profile Grade Revised profile near east tie in with Underpass Baseline M/U Path M/U Path. 43 R7 Plan & Profile Grade Modified Broadway M/U path plan view Bdway M/U Path alignment and profile adjoining modified bus stop. 44 R7 Plan&Profile Grade Updated revised NB Broadway bus stop view. Bdway Path Spur 51 R7 Baseline Rd Bus Stop Details Revised EB Baseline Bus Stop boarding area and bus pad, and revised design elevations for boarding area and ramp. i I I I Exhibit C — Portion of Final Plans and Specifications (3 of 5) 52 R7 Broadway St Bus Stop Details Revised NB Broadway Bus Stop boarding area and bus pad, and revised design elevations for I boarding area and adjoining M/U path. Added conduit for new Xcel street light. 52A R7 Bus Pad Details Added Sheet- includes details for short retaining wall along south end of new NB Broadway bus stop. -54R7 South Underpass Revised several design elevations along the EB i M!U Path Details Baseline Bus Stop and adjoining M/U path. 64 R7 Alignment Controls Plan Revised Broadway Walls 2 and 3 layouts, to shift Bdway Walls them east adjoining NB Broadway bus stop. S4 of S37 78 R7 Plan & Profile Grade Revised Broadway Walls 2 and 3 layouts, to shift (Bdway Wall 2 & 3) them east adjoining NB Broadway bus stop. (S 18 of S37) 81 R7 Wall Details Revised Broadway Walls 2 and 3 details. 1 (Bdway Wall 2 & 3) (S21 of S37) 82 R7 Caisson Locations/Elevs (Bdway Revised Broadway Walls 2 and 3 caisson layouts. Wall 2 & 3) (S22 of S37 96 R7 I Miscellaneous Details Revised Broadway stairs details. 4 (S36 of S37) 20 R r General Info & Notes ( Updated Cover Sheet. (1 of 12 201 R7 Baseline Underpass Landscape Plan Updated plantings on both sides of Underpass, (2 of 12) and revised EB and WB Baseline bus stops. 204 R7 Landscape Enlargements(5 of 12) Revised plantings along revised NB Broadway bus stop. 205 R7 1 Landscape Enlargements (6 of 12) Revised plantings along revised NB Broadway bus stop. 208 R7 Landscape Enlargements (9 of 12) Revised plantings and bus boarding area layouts along revised EB Baseline bus stop. 209 R7 Landscape Enlargements (10 of 12) Revised boarding area layouts along revised NB Broadway bus stop. 210 R7 Details (11 of 12) Added detail showing 6" concrete thickness in all areas, including under stone pavers. 211 R7 Plant Schedule (12 of 12) Updated plant schedule to reflect R7 modifications. 300 R8 Overall Irrigation Plan Updated Legend and Notes. Revised for added CU Frontaee restoration 301 R8 Irrigation Plan Enlargement details. Modifications to sleeving to feed west center island. ' Exhibit C — Portion of Final Plans and Specifications (4 of 5) Revised for added CU Frontage restoration 302 R8 Irrigation Plan Enlargement details. Modifications to sleeving to feed west center island. 303 R8 Irrigation Plan Enlargement Revised for NB Broadway bus stop mods. 305 R8 Baseline Upass Irrigation Details Details split to 3 to make larger. 306 R8 Baseline Upass Irrigation Details Details split to 3 to make larger. 307 R8 Baseline Upass Irrigation Details Added Sheet-details split to 3 to make larger. Added tree bubbler details for CU frontage. 29 R10 Removal Plan Baseline Rd Changed Baseline M/U Path removal limits. 39 R10 Plan& Profile Grade Revised profile near east tie in. Underpass M/U Path 42 R10 Plan &Profile Grade Revised profile near east tie in with Underpass Baseline M/U Path M/U Path. 51 R10 Baseline Rd Bus Stop Details Revised EB Baseline Bus Stop boarding area and ramp design elevations. 54 R10 South Underpass Revised several design elevations along the EB M/U Path Details Baseline Bus Stop and adjoining M/U path. 201 R10 Baseline Underpass Landscape Plan Eliminated Sandstone Paver Path near WB Bus 2 of 12) Stop, 52 R13 Broadway Bus Stop Details Revised section references and added top of wall elevations. 52A R13 Bus Pad Details Revised wall section details. 52B R13 Broadway Bus Stop Wall Layout Added sheet detailing wall/footing elevations. Exhibit C - Portion of Final Plans and Specifications (5 of 5) CITY OF BOULDER, COLORADO . Finance Department/Purchasing Division 1777 Broadway P.O. BOX 791 Boulder, Colorado 80306 Telephone No.: 303- 441-3054 + Fax No.: 303- 441-4381 Email: greccCabouldercolorado.gov BID NO. 04-2016 OPENING DATE: 2:00 PM, Thursday, February 11, 2016 MANDATORY PRE-BID MEETING: 10:00 AM, Thursday, January 28, 2016 SPECIFICATIONS PROPOSAL, CONTRACTS AND BONDS FOR GENERAL CONSTRUCTION AND PUBLIC WORKS FOR THE CITY OF BOULDER, COLORADO FOR Baseline Road Bike/Pedestrian Underpass FOR INFORMATION CALL: Brant Gonsalves, P.E. Project Manager Public Works Department / Transportation Division TELEPHONE No. 303-441-3857 EXHIBIT D ESTIMATED DESIGN COSTS PREPARED BY SEH EXHIBIT D - Estimated Design Costs Prepared by SEH SEH Building a Better World rcr All of Uss' June 13, 2016 RE: City of Boulder Baseline Underpass/Broadway/93rd to 28tn/US36 SEH No. 120708 14.00 Alex May, PE Project Manager Transportation Division P.O. Box 791 Boulder, CO.. 80306 Dear Alex: This Letter is to request a contract modification to the above mentioned project. We request increasing our design fee by an additional $21,778.00. This increase Is due to additional design services being requested by RTD in order to accommodate upcoming changes in service of various bus routes within the City. These services include: Task 1 —Eastbound Baseline Bus Stop 1. Extend length of bus stop and bus pad approximately 11'further east to accommodate rear door of second bus, Bus stop detail sheet will need to be updated to reflect new length, as well as corresponding elevations. 2. Layout of bus stop furnishings and proposed landscaping will be completed by StudioTerra after planimetric modifications are completed and agreed to by all stakeholders. 3. Provide updated quantities 4. Update sheets 29. 33, 34, 39. 42. 51, 54. 99; 201, 208 Task 2—Westbound Baseline Bus Stop 1. Based on the consensus of the office meeting on June 131h with the City of Boulder and RTD. is was determined that an ADA compliant pad would be installed at the existing stop location on the west side of the new underpass. 2. This layout will be added to sheet 34 with a new build note. 3. Provide update quantities Assumption: It's assumed that the boarding pad will only be concrete and not require the sandstone edging, grading will be minimal, no rider facilities (e.g. shelter, bike racks.. etc.)will be required. No concrete bus pad will be provided in the roadway. No additional detail sheet will be required. Task 3—Northbound Broadway Bus Stop 1. Bus stop and bus pad will need to be lengthened to accommodate three buses. 2. Broadway wall 3 will require redesign of line and grade in order to allow the widening of the boarding area. Additional easement will be required and ROW plans updated for CDOT approval and acquisition. 3. Evaluation of the Broadway multi-use path (MUP) will be necessary to determine whether or not a smooth level transition can be provided between the bus stop and MUP. The Broadway Path Engineers I Architects I Planners I Scientists Short Elliott Hendrickson Inc.,2000 South Colorado Boulevard,Suite 6000,Colorado Center Tower One, Denver,CC 60222-7938 SEH is 100%emoloyee-owned I eehinc.com 1 720.540.8800 1 800.490.4966 I 888.908.6166 fax Alex May, PE June 13, 2016 Page 2 Spur providing access from the MUP down to the shopping area is set at a 5%slope and is controlling the grade of the MUP in the area of station 103+70(Broadway MUP stationing) 4. Provide update quantities 5. Update sheets 22, 27, 28, 32, 43, 44, 52, 64, 78, 81, 82, 98, 204, 205, 209 Assumption: Total extent of retaining wall modifications are not known at this time, Task 4—Project Management, Coordination and Final Plans 1. Attend design coordination meeting the City and StudioTerra to ensure that horizontal location is acceptable prior to beginning design of vertical aspects stops. 2. Assemble preliminary plans (including StudioTerra sheets)and attend review meeting with the City, StudioTerra, and Contractor. 3. Resolve comments from preliminary review meeting prior to submittal to RTD. StudioTerra, Inc. will be making adjustments to the northbound Broadway and eastbound Baseline stop due to the above changes. Below are the tasks that they have identified for the work: 1. Review adjusted layouts for 2 transit stops for site amenity fit/locations and coordinate with SEH civil any adjustments to be made. 2. Receive final planimetric backgrounds from civil and prepare revised sheets to show new layouts, furniture placement, planting revisions. 3. Revise plans per final RTD and city comments. 4. Provide revised sheets to SEH for inclusion in revision package. 5. Provide quantity revisions for plants and site furnishings inclusion in quantity sheets prepared by SEH. Schedule: Below is a proposed schedule that will have the design work completed within one day of the original completion date. 1. 6/15/16—Authorization to begin design 2. 6/22/16— Preliminary plan review meeting with Contractor 3. 6/24/16— Plan submittal to RTD and other stakeholders 4. 6/28/16—Due date for all plan comments 5. 7/1/16—Final construction plans Assumptions: 1. Anything that is not explicitly included in this scope of work is explicitly excluded. 2. No additional survey will be required for this project. 3. RTD will provide preliminary template for bus stops as the initial basis of design. 4. It is assumed that irrigation adjustments can be made in the field and irrigation drawings will not be updated by StudioTerra. 5. The westbound deboarding pad will not require amenities, sandstone paver edging, or any other plantings. The area behind the pad will be graded out and re-sodded. 6. Additional permanent easement is being obtained by City in the vicinity of Broadway wall 3. Sincerely, SHORT ELLIOTT HENDRICKSON INC. /W Mike Perez, PE Professional Engineer / ) \ , \ { } � 114 - ! } I - ) \ \ ! \ \ \ \ j \ Transit Stop Revisions Landscape Plans StudioTerra 13-Jun-16 Northbound Broadway Transit Stop Hours Rate Total NB1 Review adjusted layouts for site amenityfit/locations and 1 $125.00 $125.00 coordinate with SEH civil any adjustments to be made. Receive final planimetric backgrounds from civil and prepare NB2 revised drawing to show new layouts,furniture placement, 3 $125.00 $375.00 planting revisions. NB3 Revise plans per final RTD and city comments. 2 $125.00 $250.00 N134 Provide revised sheets to SEH for inclusion in revision 0.5 $125.00 $62.50 package. NBS Provide quantity revisions for plants and site furnishings 1,5 $125.00 $187.50 inclusion in quantity sheets prepared by SEH. Subtotal Northbound Broadway Transit Stop 8.0 $1,000.00 Eastbound Baseline Transit Stop Hours Rate Total EB1 Review adjusted layouts for site amenity fit/locations and 1 $125.00 $125.00 coordinate with SEH civil any adjustments to be made. Receive final planimetric backgrounds from civil and prepare E132 revised drawing to show new layouts,furniture placement, 2 $125.00 $250.00 planting revisions. E63 Revise plans per final RTD and city comments. 1 $125.00 $125.00 EB4 Provide revised sheets to SEH for inclusion in revision 0.5 $125.00 $62.50 package. ES5 Provide quantity revisions for plants and site furnishings 1.5 $125.00 $187.50 inclusion in quantity sheets prepared by SEH. Subtotal Eastbound Baseline Transit Stop 6.0 $750.00 Total Fee $1,750.00 Note:Irrigation drawings will not be updated per these changes-make adjustments in the field. EXHIBIT E TOTAL ESTIMATED CONSTRUCTION COSTS TO BE PAID BY RTD Baseline Underpass.Fed Aid Project STU M110-077SA18386 EXHIBIT E RTD Transit Stop Revisions.Plan Revisions R-7 Final Cost Estimate based on final quantity takeoffs by S E H,and reflect only quantities added over and above original bid plans RTD Transit Stop Revisions Hem Description Unit Previous Modification Revised Unit Price Change Quant I Quant Modified Items(Unit Prices are Bid Unit Prices) 202-00200 Removal of Sidewalk SY 2,094 32 1 2,126 $ 7.50 $ 240.00 202.00203 Removal of Curb and Gutter LF 4,536 113 1 4,849 $ 8,75 $ 762,75 202-00220 Removal Of Asphalt Mat SY 1.324 138 1 1,460 $ 11.00 $ 1,496.00 202-00220 Removal of Asphalt Mat(RTD Add10 BY 0 88.5319 1 88.5319 $ 11.00 $ 973.85 203-00000 Unclassified Excavation CY 1,947 1 1,948 $ 32,00 S 32,00 206-00000 Structure Excavation CY 0 12 12 $ 19.50 $ 234.00 20640100 Structure Backfll(Class t) CY 0 23 23 $ 28.90 $ 655.50 214.00225 Deciduous Tree(2.5 Inch Caliper) EA 38 3 41 $ 570.00 $ 1,710.00 214.00350 Deciduous Shrub(5 Gallon Container) EA 408 29 435 It 38,50 $ 1,058.50 214.00910 Perennials(1 Gallon Container) EA. 1,453 -107 1,346 It 16.75 $ (1,792.25) 403-00720 Hot Mix Asphalt(Patching)(Asphalt) TON 255 26 281 $ 149.00 5 3,874.00 412-01120 Concrete Pavement(11 Inch)(Fast Track) SY 192 140 332 $ 130,00 $ 18,200,00 412-01120 Concrete Pavement(111nch)(Fast Track)(RTD Addl) SY 0 68.5319 88.5319 $ 130.00 S 11,509.15 51440200 Pedestrian Railing(Steel)(Type 1) LF 0 52 52 $ 2D5.00 $ 10,660.00 501-03050 Concrete Class D(Wall)CMO 4 Revised Unit Price CY 0 7 7 $1,150.00 $ 7,475.00 602-00000 Reinforcing Steel LB 0 $30 530 $ 0.76 $ 397.50 608-00000 Concrete Sidewalk SY 2445 114 2,959 $ 47.00 $ 5,358.00 Not Incl. 608-00000 Stone Pavers SP 430 171 601 $ 73.00 $-s2-,48d.00 in Total 608-00350 Concrete Sidewalk(Colored) BY 437 5 442 $ 7390 $ 365,00 608-20000 Concrete Pavement(Stairs)(Type II) SF 255 3 258 $ 145.00 S 435,00 809-22905 Standard 6"Curb and Gutter(City of Boulder) LF 1,778 113 1,891 $ 21.00 $ 2,373.00 613-07002 Type 2 Pull Box(13"x24"x12') EA 11 2 13 $1,215.00 $ 2,430.00 822.00010 Bicycle Rack EA 10 1 11 $ 435.00 $ 435.00 Direct Const Costs Subtotal for Modifled Hems $ 68,882,00 Note:Bold items above area part o1 required short retaining wall at south and of NB Broadway Stop. Note:Add'I Stone Pavers to be paid for by City,offset by equal portion of bus pad pavement. New Items(Unit Prices are Negotiated Unit Priced - -._-- 609-40010 Curb Type 4(Section B) LF 0 72 72 $ - $ - 813-01200 2 Inch Electrical Conduit(Plastic) LF 0 181 181 $ 14.00 $ 2,534.00 Direct Const Costs Subtotal for New kerns $ 2,534.00 Proposed Unit Price from Contractor was$36/LF-Intend to eliminate this item from NB Broadway Stop. Direct Const Costs Subtotal for RTD items $ 71.416.00 Indirect Construction Items Description Unit Unit Price Quantity Total Moblllzatlon % $71,418.00 6% $ 4,284,96 Tra61c Control % $71,416.00 7% $ 4,999.12 Erosion Control °% $71.416.00 2% $ 1,428.32 Construction ManagemenUMatenals Testing % $T1,416.00 15% $10,712.40 Xcel Street Light addition requested by RTD(NB Bdway) LS $ 2,868.47 1 $ 2,868.47 Indirect Const Costs Subtotal for RTD gems $ 24,293,27 'Invoice paid already by City. Cast ort y for rewiring. Cost of condurt1puil boxes above. Xcel re-setting street light from EB Baseline at this location-so no charge andcrpated for ra setting the foundation,pole and luminaire here. New City"nod street light to replace the ES street li Ilit Overall Const Costs Total for RTD items $ 95,709.27 Redesign Costs S E H $ 21,778.00 Total Redesign and Const Costs $117,487.27 RTD Ira nsit Stops Summary Updated 091216 Page 1 9/12/2015 EXHIBIT F MAINTENANCE RESPONSIBILITIES PLAN EXHIBIT BROADWAY NORTHBOUND � oo 00 ° rmv LU m J Z 7L TZ i � o0 r� I Eli Ewe � z zs Q ZN �1 O I I. � Um r ea a C &6' m w U J 46lq< ° i y IEEEi IIIL�J'Ii U Z I V W < Z I �o � om pm I (J yN mN Z LLZ s :;� od CCrOra IS flup'a':pryY3 auiiaee puGAw.payPY91 YN 5�pN3aeVSBB CYBAemp¢yft9lCNepNpBlolµ,Td..lsµauanyGUlPu'ySapBlwtl pB+aauBua'p,A�Ltl�JI'all! WMItl:GpIY4:'a5ll I4e8L 15 C'3WLL BlRFC91=1tl] EXHIBIT G MAINTENANCE RESPONSIBILITIES PLAN EXHIBIT BASELINE EASTBOUND a INWj 0 I � ; r ..j�.... I I � � r � � �!I�xi�a I �'*� •��i I � o I o w I } co ZK WZ� W 4�y4j <ymI J o 4 ZZi ; Z U Z I I W ry i � J f i Z S W m I ' pm 5m I �'N mN II NZ LL£ CC))a s I maw.+;a:�In.aou.momevoiaawawma.�nae:,.e..oee¢,g:�y,inueio N�mwren=ue.mv,;aa�s�awlua euuaameuaa no',avv,.:,ia wanro rea.v,y3sr v;as[asr awu earecco.3_va EXHIBIT H MAINTENANCE RESPONSBILITIES PLAN EXHIBIT BASELINE WESTBOUND I x iM w z � i � wW I 0 mil Izms� Y?�IUN S� m QU. fCO X, s IIM S$= I i Z Z D � LLy O 4 Q m F m F s. o� w o 0 W LU LU W I �6u co wo _� aw O m N H N W waw • F�N N Grp loiux3[a'P+aE Gaafisw—xvi�Y9iMyWW3i.a4aiW>aa Aax a{�pu.Raplgglo AygyJAa4azau.wll a�wtl EauneuE43�y YCLtlJT 3'I? WIWItl'Iiai4a?]= Nc gB52VdW1 .=LKA?:YC EXHIBIT I FU'NDINGRESPONSIBILITIES PLAN EXHIBIT BROADWAY NORTHBOUND r IOG I I S I � I � I I I I I ' III I III I I III �' I I III z o I I II I I l i I I � ' L6'6L+bWi ld 71 W, I } 4 g9,10 d i l i �S'6SI bCS Id m m 9'ZS+bC d o z a o I z= Nw= �wao w a Wil c2m I I UU, 110 VO{7 -<O=wm f/�� I m w Tll � it �o r \ a v ta�es+F v EXHIBIT J FUNDINGRESPONSIBILITIES PLAN EXHIBIT BASELI_NE EASTBOUND Y ~ O x W N N Q •m I , C) ❑ h e � fD w �o w aW O wF ZQa Z N W Z N J a $m 300 ¢ Qx H U Z Q m dF ZN m a m W W N N H H m a U Ji =c� W F-Z r J O J W U y. Z mmXw m i f I I �I I I � I i I 1 1 W ❑ Z ■ 11 / I 1 / y ' \ r EXHIBIT K FUNDINGRESPONSIBILITIES PLAN EXHIBIT BASELINE WESTBOUND NJ I N I I n 111 I I I! I i I o i r r r r'j I 1 it I 1 ! I ! 1 ! 1 I I 1 � I I j 1 I I I � W ;r Z J w r I m II I 'rl II Z Z LL J i LL U tr I ■ ■