Loading...
HomeMy WebLinkAbout2012-37 IGA with CDOT regarding Review of Design Work of TOV Municipal Complex Development. y�� . , RESOLUTION NO. 37 Series of 2012 A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE TOWN OF VAIL, AND THE COLORADO DEPARTMENT OF TRANSPORTATION REGARDING REVIEW OF DESIGN WORK OF THE TOV MUNICIPAL COMPLEX DEVELOPMENT; AND SETTING FORTH DETAILS IN REGARD THERETO. WHEREAS, the Town of Vail (the "Town"), in the County of Eagle and State of Colorado is a home rule municipal corporation duly organized and existing under the laws of the State of Colorado and the Town Charter (the "Charte�'); WHEREAS, the members of the Town Council of the Town (the "Council") have been duly elected and qualified; WHEREAS, the Town will design the work for a development in between and adjacent to 1-70 and the South Frontage Road; WHEREAS, the Town desires to provide funds to Colorado Department of Transportation ("CDOT") to review the design work of the TOV Municipal complex development (the "Project"); WHEREAS, the Town and CDOT desire to enter into an Intergovernmental Agreement (IGA) outlining the scope of work; and WHEREAS, the Council's approval of Resolution No. 37, Series 2012, is required to enter into an IGA. NOW THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF VAIL, COLORADO THAT: Section 1. The Council hereby approves and authorizes the Town Manager to enter into an Intergovernmental Agreement with CDOT, in substantially the same form as attached hereto as Exhibit A and in a form approved by the Town Attorney. Section 2. This Resolution shall take effect immediately upon its passage. INTRODUCED, PASSED AND ADOPTED at a regular meeting of the Town Council of the Town of Vail held this 18th day of December, 2012. Andrew P. Daly, Town Mayor A' Town Clerk Resolution No. 37, Series 2012 ,4r�ly�vr�1�,9� '<0' '% s : : SEAi, : . S . �o ......•oo ��ORP� , '� , , (State $CDOTWRK) Routing # 13 HA3 50632 SAP # 331000615 PROJECT CO 0702-326 (19093) Foa cno�r �rR:�chinc, REGION 6/(JH/WMA) Pl'.RPOSFS (snbject to chau�e). INTERGOVERNMENTAL AGREEMENT THIS CONTRACT made this _ day of 20 , by and between the State of Colorado for the use and benefit of the Colorado Department of Transportation hereinafter referred to as the State and the Town of Vail, 1309 Elkhorn Drive, Vail, Colorado, 81657, CDOT Vendor #: 2000003 hereinafter referred to as the "Contractor" or the "Local Agency." RECITALS l. Authority exists in the law and funds have been budgeted, appropriated and otherwise made available and a sufficient uncommitted balance thereof remains available for payment of project and CDOT costs in Fund Number 400, Function 1350, GL Acct. 4518000010, WBS Element 19093.10.50 (Contract Encumbrance Amount $0.00). 2. Required approval, clearance and coordination have been accomplished from and with appropriate agencies. 3. Pursuant to §§43-2-103 and 43-2-112 CRS as amended, the State may contract with Local Agencies to provide maintenance and construction of highways that are part of the state (or local agency) highway system. 4. The Local Agency will design the work for a development in between and adjacent to I-70 and the South Frontage Road in the Town of Vail, Colorado. 5. The Local Agency desires to provide funds to CDOT to review the design work of the Steadman Philippon Research Facility & TOV Municipal complex development, and provide input on the project detailed in the Scope of Work and Form 463, Exhibit A, referred to as the "ProjecY' or the "Work". 6. The Local Agency has funds available and desires to provide 100% of the Work to be performed by CDOT. 7. The Local Agency and CDOT agree that the fee for the review of the design work will be $64,321.00. 8. This contract is executed under the authority of §§ 29-1-203, 43-1-110; 43-1-116, 43-2-101(4)(c) and 43-2-144, CRS. Page 1 of 8 THE PARTIES NOW AGREE THAT: Section 1. Scope of Work The Project or Work under this Agreement shall consist of CDOT reviewing the design work of the Steadman Philippon Research Facility & TOV Municipal complex development and provide input on the project in the Town of Vail, and more specifically described in Exhibit A. Section 2. Order of Precedence In the event of conflicts or inconsistencies between this Agreement and its exhibits, such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1. This Agreement 2. Exhibit A(Scope of Work and Form 463) 3. Other Exhibits in descending order of their attachment. Section 3. Term The term of this Agreement shall begin on the date of execution by the CDOT Controller, or her Designee. This Agreement shall terminate one (1) year from the date of execution, unless sooner terminated or extended upon written agreement by both Parties. Section 4. Project Funding Provisions A. The Local Agency and CDOT have estimated the total cost of the work and the Local Agency is prepared to provide the funding for the work, as evidenced by an appropriate ordinance or resolution duly passed and adopted by the authorized representatives of the Local Agency, which expressly authorizes the Local Agency to enter into this Agreement and to expand its funds for the project. A copy of this ordinance or resolution is attached hereto and incorporated herein as Exhibit B. B. The Loca( Agency and CDOT has estimated the total cost of the work to be $64,321.00 which is to be funded as follows: a. Local Agency Funds 64 321.00 b. Total Funds 64 321.00 C. The maximum amount payable by the Local Agency under this Agreement shail be $64,321.00, unless such amount is increased by an appropriate written modification to this contract executed before any increased cost is incurred. It is understood and agreed by the parties hereto that the total cost of the work stated hereinbefore is the best estimate available, based on the design data as approved at the time of execution of this contract, and that such cost is subject to revisions (in accord with the procedure in the previous sentence) agreeable Page 2 of 8 to the parties prior to bid and award. D. The parties hereto agree that this Agreement is contingent upon all funds designated for the project herein being made available from state sources, as applicable. Should these sources fail to provide necessary funds as agreed upon herein, the Agreement may be terminated by either party, provided that any party terminating its interest and obligations herein shall not be relieved of any obligations which existed prior to the effective date of such termination or which may occur as a result of such termination. Section 5. Project Payment Provisions A. The Local Agency will reimburse the State for incurred costs relative to the project following the Local Agency's review and approval of such charges, subject to the terms and conditions of this contract. B. If the Local Agency is to be billed for CDOT incurred costs, the billing procedure shall be as follows: 1. Upon receipt of each bill from the State, the Local Agency will remit to the State the amount billed no later than 60 days after receipt of each bill. Should the Local Agency fail to pay moneys due the State within 60 days of demand or within such other period as may be agreed between the parties hereto, the Local Agency agrees that, at the request of the State, the State Treasurer may withhold an equal amount from future apportionment due the Local Agency from the Highway Users Talc Fund and to pay such funds directly to the State. Interim funds, until the State is reimbursed, shall be payable from the State Highway Supplementary Fund (400). 2. If the Local Agency fails to make timely payment to the State as required by this section (within 60 days after the date of each bill), the Local Agency shall pay interest to the State at a rate of one percent per month on the amount of the payment which was not made in a timely manner, until the billing is paid in full. The interest shall accrue for the period from the required payment date to the date on which payment is made. C. The State will prepare and submit to the Local Agency, no more than monthly, charges for costs incurred relative to the project. The State's invoices shall include a description of the amounts of services performed, the dates of performance and the amounts and description of reimbursable expenses. The invoices will be prepared in accordance with the State's standard policies, procedures and standardized billing format. Section 6. Utilities If necessary, the Responsible Party will be responsible for obtaining the proper clearance or approval from any utility company, which may become involved in this Project. Prior to this Project being advertised for bids, the Responsible Party will certify in writing to the State that all such clearances have been obtained. Page 3 of 8 Section 7. Environmental Obligations CDOT shall perform all Work in accordance with the requirements of the current federal and state environmental regulations including the National Environmental Policy Act of 1969 (NEPA) as applicable. Section 8. Termination Provisions Either Party may terminate this Agreement at any time. Either of the Parties may terminate their participation in this Agreement by giving ninety (90) days' written notice to the other parties. Section 9. Legal Authority The Local Agency warrants that it possesses the legal authority to enter into this contract and that it has taken all actions required by its procedures, by-laws, and/or applicable law to exercise that authority, and to lawfully authorize its undersigned signatory to execute this contract and to bind the Local Agency to its terms. The person(s) executing this contract on behalf of the Local Agency warrants that such person(s) has full authorization to execute this contract. Section 10. Representatives and Notice The State will provide liaison with the Local Agency through the State's Region 3 Director, 714 Grand Avenue, PO Box 298, Eagle, CO 81631. Said Region Director will also be responsible for coordinating the State's activities under this. All communications relating to the day-to-day activities for the work shall be exchanged between representatives of the State's Transportation Region 3 and the Local Agency. All communication, notices, and correspondence shall be addressed to the individuals identified below. Either party may from time to time designate in writing new or substitute representatives. If to State: Jennifer Babcock, PE CDOT Region 3 Project Manager 714 Grand Avenue, PO Box 298 Eagle, CO 81631 (970) 328-9936 If to the Local Agency: George Ruther, AICP Director of Community Development Town of Vail 1309 Elkhorn Drive Vail, CO 81631 970-328-9936 Page 4 of 8 Section 11. Successors Except as herein otherwise provided, this Agreement shall inure to the benefit of and be binding upon the parties hereto and their respective successors and assigns. Section 12. Third Party Beneiiciaries The Parties to this Agreement do not intend to benefit any person not a party to this Agreement. No person or entity, other than the Parties to this Agreement, shall have any right, legal or equitable to enforce any provision of this Agreement. Section 13. Severability To the extent that this Agreement may be executed and performance of the obligations of the parties may be accomplished within the intent of the contract, the terms of this contract are severable, and should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. Section 14. Waiver The waiver of any breach of a term, provision, or requirement of this Agreement 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. Section 15. Entire Understanding This Agreement embodies the entire agreement about its subject matter among the Parties and supersedes all prior agreements and understandings, if any. Section 16. Survival of Contract Terms Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions of this Agreement and the exhibits and attachments hereto which may require continued performance, compliance or effect beyond the termination date ofthe Agreement shall survive such termination date and shall be enforceable by the State as provided herein in the event of such failure to perform or comply by the Local Agency. Section 17. Modification of Terms and Conditions This Agreement is subject to such modifications as may be required by changes in State law, or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this Agreement on the effective date of such change as if fully set forth herein. Except as provided above, no modification of this Agreement shall be effective unless agreed to in writing by both parties in an amendment to this Agreement that is properly executed and approved in Page 5 of 8 accordance with applicable law. Section 18. Disputes Should disputes or disagreements occur of any matter relating to the responsibilities identified in this Agreement, both CDOT and CCD shall collaborate to resolve the dispute. If the persons identified in Section 12 of this Agreement cannot achieve resolution within a thirty (30) day period, the matter shall be submitted jointly to the City and County of Denver's Mayor or his/her designee and CDOT's Chief Engineer for final resolution of the dispute. If the Mayor of the City and County of Denver and CDOT's Chief Engineer are unable to resolve the dispute within a thirty (30) day period, this Agreement will terminate. The Parties agree that participation in this administrative procedure shall be a condition precedent to initiation of litigation, except in the case of emergency or other conditions that entitle either Party to injunctive or emergency relief from a court of competent jurisdiction, in which no participation in the foregoing alternative dispute resolution process will be required. Section 19. Local Agency, State Not Agents of Each Other It is expressly understood and agreed that the State and the Local Agency shall not in any respect be deemed agents of each other, but shall be deemed to each be an independent contractor. THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK Page 6 of 8 Section 20. SPECIAL PROVISIONS These Special Provisions apply to all contracts except where noted in italics. 1. CONTROLLER'S APPROVAL. CRS §24-30-202(1). This contract shall not be valid until it has been approved by the Colorado State Controller or designee. 2. FUND AVAILABILII'Y. CRS §24-30-202(5.5). Financial obligations of the State payable afrer the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. 3. GOVERNMENTAL IMMUNITY. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, righu, benefiu, protections, or other provisions, of the Colorado Govemmental Immunity Act, CRS §24-10-101 et seq., or the Federal Tort Claims Act, 28 U.S.C. §§1346(b) and 2671 et seq., as applicable now or hereafter amended. 4. INDEPENDENT CONTRACTOR. Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Neither Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of the State. Conuactor and its employees and agenu are not entitled to unemployment insurance or workers compensation benefits through the State and the State shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by ConVactor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head ta�ces incurred pursuant to this contract. Contractor shall not have authorization, express or implied, to bind the State to any agreement, liabiliry or understanding, except as expressly set forth herein. Contractor shall (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, (b) provide proof thereof when requested by the State, and (c) be solely responsible for its acts and those of its employees and agents. 5. COMPLIANCE WITH LAW. Conuactor shall strictly comply with all applicable federal and State laws, rules, and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and un£air employment practices. 6. CHOICE OF LAW. Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this conuact. Any provision included or incorporated herein by reference which conflicts with said laws, rules, and regulations shall be null and void. Any provision incorporated herein by reference which purports to negate this or any other Special Provision in whole or in part shall not be valid or enforceab(e or available in any action at law, whether by way of complaint, defense, or otherwise. Any provision rendered null and void by the operation of this provision shall not invalidate the remainder of this contract, to the extent capable of execution. 7. BINDING ARBITRATION PROHIBITED. The State of Colorado dces not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this contact or incorporated herein by reference shall be null and void. 8. SOF1'WARE PIRACY PROHIBITION. Governor's Executive Order D 002 00. State or other public funds payable under this contract shall not be used for the acquisitioq operation, or maintenance of computer softwaze in violation of federal copyright laws or applicable licensing restrictions. Contractor hereby certifies and warrants that, during the term of this contract and any extensions, Contractor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds. If the State determines that Contractor is in violation of this provision, the State may exercise any remedy available at law or in equity or under this contract, including, without limitation, immediate termination of this contract and any remedy consistent with federal copyright laws or applicable licensing restrictions. 9. EMPLOYEE FINANCIAL INTEREST/CONFLIC'I' OF INTEREST. CRS §§24-18-201 and 24-50-507. The signatories aver that to their knowledge, no employee of the State has any personal or beneficial interest whatscever in the service or property described in this contract. Contractor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of Contractor's services and Contractor shall not employ any person having such known interests. 10. VENDOR OFFSET. CRS §§24-30-202 (1) and 24-30-202.4. (Not Applrcable to intergovernmenta! agreemenlsJ Subject to CRS,¢24-30-102.4 (3.5J, the State Controller may withho/d payment under the State's vendor o,�jset rntercept system jor debts owed to State agencies for: (a) unpard child support debts or child support arrearages; (b) unpaid balances of tax, accrued interest, or other charges specrfied in CRS §39-21-/01, et seg.; (c) unpaid loans due to the Student Loan Division of the Department ojHigher Education; (d) amounts requrred to be paid to the Unemployment Compensation Fund; and (e) orher unpaid debts owing to the State as a result oj' final agency determination or judicia/ action. 11. PUBLICCONTRACTSFORSERVICES.CRS§8-17.5-101.[NotApplicabletoagreementsrelatingtolheoJfer,issumrce,orsaleofsecuridec,invesdnentadvisory services orjund management services, sponsoredprojects, intergovernmenta[agreementc, orinjormation technologyservicec orprodudc andservlces] Contractor cen�es, warrants, and agrees lhat i1 does not knowingly employ or contract with an rllega! alien who wi!/ perform work under lhis contract and wil[ confrrm the employmenl eligibility of all employees who are newly hired jor employment in tbe United Stales to �rform work under this contract. through participation in the E-Verify Program or the Department program established pursuant to CRS,¢8-17.5-102(5)(c), Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contrnct wilh a subcontractor that jails to certrjy lo Contractor lhat the subcontroctor sha/1 not k�rowingly employ or contrnct with an illegal alien to perform work under this contract. ContracJOr (a) shall not use E-Ver� Program or Department program procedures to wutertake pre-employment screening ofjob applicmus whi/e this contract is berng performed, (b) shall notify the subcontractor and the contracting State agency within three days if Contractor has actual knowledge that a subcontractor is employing or contracting wrth an illegal alien for work under this contracl, (c) shal/ terminate !he sabcontract ija subcontractor does not stop employrng or contracting wi[h the iJlegal alien wi[hin three days ojreceivrng the notice, and (d) shalJ comply with reasonable requeses made in the course of an imestigation, undertaken pursuant to CRS,¢8-17. 5-101(5), by !he Colorado Department ojLabor and Employment. /fContractor partrcipates in the Department program, Contractor sha/1 de(iver to !he contracting State agency, /nstitution ojHigher Education or political subdrvision a written, notarized a�rmation, affrrming that Contractor has exmnined the legal work surtus ofsuch employee, and shall comply with al/ of the other requirements ojthe Department program. IjContractor jails to comply with a�ry requirement oJthrs provisron or CRS ,¢8-17.5-101 e! seq., the contracting State agency, institution ojhigher education or political subdivision may terminate this contract jor breach and, if sa terminated, Contractor sha// be lrable jor damages. 12. PUBLIC CONTRACTS WITH NATURAL PERSONS. CRS §24-76.5-101. Contractor, if a natural person eighteen Q 8) years of age or older, hereby swears and �rms under penalty of pequry that he or she (a) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (b) shall comply with the provisions of CRS §24J6.5-101 et seq., and (c) has produced one form of identification required by CRS §24-76.5-103 prior to the effective date of this contract. Revised 1-1-09 Page 7 of 8 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT LOCAL AGENCY: TOWN OF VAIL CDOT Vendor Number: 2000003 Print Name and Title of Authorized Officer Signature of Authorized Officer LOCAL AGENCIES: (A Local Agency seal or attestation is required) Attest (Seal) By: (Secretary or Equivalent, or Town/City/County Clerk) STATE OF COLORADO: JOHN W. HICKENLOOPER, GOVERNOR By Timothy J. Harris, PE, Chief Engineer for ponald E. Hunt, Executive Director Department of Transportation ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30-202 requires that the State Controller approve all state contracts. This contract is not valid until the State Controller, or such assistant as he may delegate, has signed it The cootractor is not authorized to begin performaoce until t6e contract is signed and dated below. If performaoce begins prior to the date below, the State ot Colorado may oot be obligated to pay tor the goods and/or services provided. STATE CONTROLLER: DAVID J. MCDERMOTT, CPA By: Date• Page 8 of 8 Exhibit A Scope of Work and Form 463 �'ail `':�Ile�� �Iedical C'entec•, Steadman Philippou Researcl� Facilih- �f• To«v of �'ail 1lunicip�l Comples Design Re��e« Scope of «'ork 6-14-2012 Thz sco�e of �i-�rl� is ro pro�-ide dzsian re�•iet�� iieeded for t�e proposed de�-elopiuent ui-betcc-�en aud adjaeent to uiterstare '0 and tliz Soutli Frontage Road (I-70 ROW'). Tlie $6�.004 re�-ie«• f�� enconipasses l��urk anticipated froui Jiuie ?O1� to Deceniber �413, uid is r�quu•ed far thz �'VMC. Stzadni�n Philippon Rzszarch Facility �� TOt' Mtuiicipal Coiiiplex de��elopuzent. Thz design re�•ie«• �c�ill coiuprise the follon•ing: • C'DOT ��-i11 att�nd uid pai�ticipare ui scl�eduled desiQn iiieetiugs as reasonably req�ured on an �s-needed basis. At 3 lllllllllll1121. �Ve anticipate attendance and particip�tiou at tt�•o przliiiuiiary desigti ineetin=s. Field I�isp�ction Reti-ie��- (FIR) and Final Oftiez Re�•ie« (FORj. ASSlillllll= ll1tZhll�s are locaizd 'ui Eagle Counry. Re�-iec�• subnuttals. plans and speciiications for �ti�ork «-ithin CDUT's right-Qf-��-ay and participate ui desi�i coord'ui�tioi� t�-ith diz Cousultaut. CDOT's siiall r��iet�� of ivaterials pzirtauiing to: tzmporary and pzi7iianent n-ork and appiuK�nanezs pr+aposed ��itliin CDOT or FH�� a Right of `'�'ay, temporaiy helicopter pad rzlocatio��: raadt�•ay geouietry located ��-idun CD4T's RO�V, n�affic snidies. pedestriaii bridge plans and uses, material rzconunendatious. proposed siguage, stonn «•ater manaoemeut pluis, hydraulic design. lightiug equipmzYit to be uistafled on CDC�T facilities. CoordinTtion ��-ith CDOT Right of �Vay departmznt to help facilitatz neeessaiy lzase a��eeixients and coorditiation �ti-ith Developer's cousultant to pro�-ide necessary doeuuieiitation to C'DOT RO�V. Other items subnutted i�iay requir� 1'2�'iZt�•. thzrefore thi� list should not be considered all 'uiclusi�•e of materials that mar�� uectssitate C'DOT rz�-ien•. THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK Exhibit A— Page 1 of 4 Exhibit A CALOR/IDO �EPARTYENT OF TRAltiPORTkl10N �g ��1A/2012 P+a�rx Code 1► (�'.�� 1tad03 sr�r 51M018 DESIGN DATA �..�: ��: cc o�o2�a ��, * fl � �: P3g2 1 t0 3 Ri�ICfl #: 03 DlOfECt DOiICfIPGDfI: (-i� �i3� �l�iCi� �102 �dRIQ a SSa�c C� Preliminary Lj Final Lj Rtvised TOV Courq:037 �Omitlea Hy Wx &48CQCKJ APF�� h' ��n+ E�9� Daee: M� . Vad Co0e:1-Inierstale Re+rtc�etl by: e. tate Administercd DaA�: P�amea L . : 0.200 Ge�gaptrc Loc�on: I-TO MM i75.9 JUS�f W OFIAAEN VAoll RWNDABOUTSOUTH OF 1-70 Type UTeirafn: AbunWinous DeSa�ton of �repocea Cawtrucuan+vmpmvemeeq,�tWm map clwwry atte ionuonj DESbGN RE'dIE4V VAIL MED�CAL OFFIC� BU�DING 3 TOV MUNi COMPLE?( Project Chraetieristies �;Propaceu'I �(TYP�1� Ll �'P�� U Patm�f ❑ RaK�.W ❑ aione LJ �5�4 LJ ��a Rxn�s ❑ rramc can�ra �gna�i Cl �p�9 ❑ am rc cuner � a,ro onry U�ert run sa�s ❑ conancu� man- U�aw� rnanr L1 e�ewai' ►"nan- ❑ rt'gn-nm siac ❑ conrrnous wrm�- (_j aar�trKj Lane wl�h- U oem�rs Spninq ❑ consan�Ga, [�J aerma�ent ❑ ti�qcc�Nr9 requrer�nents pe�c�P�lan:c ❑ omer (aruxtPea+p Ripht of Way rea*b Est. s UtilRies �ICt nxnec ot tr�o�n+ umty canpan�a) ROW d,+ar Perm. �aien+ere: Rcq�Ired No RP.70CA$Cn R.2quMe�tl hb Tertpa�r3ly Easement ReqWreC: No C�angec M �r,ce56 No cnange� W Camec�g Roadc: No Raiiroad Gossings � u Croiungs: Reoommenda0m5 Env'connxntal ry�re: Approvea on �t Coae s aearea Unoer: aioJeaa aea�rea unaer. N�e f� Canument5: �oordinatioll ❑ wmxrawn tana (aower �eee. �.e�erva+rc. Etc.) aearra nra�yh eu�i a Paecc yerwce o7f�e ngauon amn rwme: p riew Tramc c�dname Req�rea Ll �h scheaie a F�a,g ponx�ce Munapaltt�r Vad amer Construction I�ethod haremsea Br riwa Re�on: Emny t �ger�cr co�t rtarne: vnone s idorre Dcsi S�ety Conside►ations P�o�ect unaer. c�arar rneeoi a�ent sta�sec: No ❑ vana,ce h AR�an oes�q� �ana�rtle Requrao Ll �4Y pt�� na al� atarbar� cormnerqc: (J .Ml6tfIC7ti0fl Af1aGllC (.� R4q11lK 00 b! 5i! 3tl�E�66E�d B isaeikrn 1T1 �ee Rernartc Ceinetnxtlpn 4g�mtaM ln remarksl 3R prqects E�31u3tlnn Gorn O! i63it): Exhibit A— Page 2 of 4 Exhibit A ������������������������ � � : t . . . . 1"11-'1"'''1" � � �. : • = - 1'11' -'11"""' � '1"' .''1"",11 _ � • "'11-'''111'1" - � 111" '11t"11" � � ` R I'1" 1 111''''11 • � 1"1t _''111'''11 • � S�'. . • I'1" •''111"'11 � I'1" _'11""1" � � � ''1" � ""1 ''''' � 111111111111111 � B ` . . 1111111111111110 111111111111111 � ` 1111 � 11111111111 , 111111111111111 � ' . . 111111111111111 � 111111111111111 � ' 1111111111111 11� 111111111111111 � ' . 111111111111111 0 Exhibit A— Page 3 of 4 �. . Exhibit A aage a at a aro�Cx coae ��: ,�': Qro}ect �r I�e oaoe: 19093 CC 0702-328 I�ajor Strucdxes s- ro stay. R- � ee rorrwvea p- �rapoeea new an,amure R!tlfErXae °t� �11ucAaE °truChral HO�tal YEhlCal Y!a Swcdre �ac . Lengm wmt Peac�e ir�aealea wian Ro�away apacany caeaana qe�a�e ep1R Pm�aSeC Trearn4nt of &IEigea to RerWln ln �Iace�abtlroK GIOge ral, cap�idty. aMi allowaGit wRadng ltictne6c� YYall V3�2'y AAec1C3i C!1'44f� Stl3Qm2n Pt�1lppOn Re6E�3rc� F3Ctlty d TOw110f V311 AIVIIC�31 C011'plP.Jl DecN� �tcMew SccQe af UFart bi42flt2 me saace ot wat �c ro panae aes�gn reate�w nec� �r me praFqcea tlrre+opment lroenNeen aic �24eIt4 t0 II'AEfE�YXfi 74 3R0 UIE ,°iWtlt F(OrILi)2 R0.30 (I-7D R(3'�. Tlk 36t.D00 �2M�1lMrh! eaxxrnpaa� wart ar�tldpat�cf rtwn ,n,re 2a� z a oeaemoer zot 3, ana ic reqund rorn+e wfaC�(>,�)> �uaa�,an vnxppc+n Reae�aa, Facrmy 3 ro�r �� r.omp�x ar.�opnsenc n+e aecgn rev�rw wn can,�e me faa�w�arg: � CJ6T i►N a�l�erW antl p3r9dpa[e In u�LWVeO tleaMjl m¢etlngc ac rea6mady R�RfeC a� an 35-rMEMEd D3SI5. At 2 I�lAknillel. M! ]�1f�d4F 7f1P1102f10E 3�C p�9dpiCENl ,it 91�q pR'.irnNS3ry OeWgn meetlfys, fleftl IrKpecti0f+ ReNew �FIRj aRd �Ina191�(x itevler IfDR). Aswrnhg meeangs are rocateo m E3gle ooumy. � Re�9ew SIDRµt316. DtYli 3ntl :peCfY,btlOr161br MoM1 YNU�MI CDOT1fs tlgllt-0f,ir3� al� parnqaaee t+ aes�g�, coaranaaon .�n, u,e cawutarrc coonre sns rev�w ar malealaic P�9 ea: tempaary ano pemGarient reet 3rrd appurttns►ces papacetl wwn CaoT a FriwA rtl�t or way, temporary ne+rooporr pad rebcadm: maoway 9ra'Feery wc�oeo wa+n cD07�vc �w. oraltic eo+aca. Deoe�aun n�ge P�s�c arM u�ec, m�enai rccammdbanorics(� <p. P@P� �9�• corm wate+ management pur�. nyarauc aeWgi. qnGn9 equpme�t to oe InKa6e0 on CDAT taciltles. Goortbnatbn �rt97 CDOT Rt�ft of Way OEpa�t t0 �p ht/4a0! necFSiary' ka6e a�eem�S antl c70o�na1lon WIM De�rMJOpetqK caKtYt:nk to p�ovltle ?feoesiay O�allrlentallon � COOT f60W. O�IfEr 11lms cuCmR!!C 11faY 2QW! reti+ew, 9�aeda�e xrs �st snoua noi ae cassaoerea al� w�tve eA macerts6 n,at rnay nec�stEate CaOT tevkw. Exhibit A— Page 4 of 4 , • r A LOCAL AGENCY ORDINANCE or RESOLUTION Exhibit B— Page 1 of 1 Exhibit B