Loading...
HomeMy WebLinkAboutKimley-Horn and Associates Inc; 2012-11-28; CA896PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 6054 CA896 and Fee Allotment, is entered into on :-:-___j~~~~~.L..-~:=h~~CL.J.._l.._-:-:----::::-:::-' pursuant to an Agreement between Kimley Ho -nd As ocia es, a a ifornia corporation ("Contractor") and the City of Carlsbad, ("City") d ed No ber 28, 2012, (the "Agreement"}, the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide consulting services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated June 27, 2015, ("proposal"), attached as Appendix "A" for the Carlsbad Boulevard Improvements Cannon Road To Manzano Drive (Project No. 6054), (the "Project"). The Project services shall include grant preparation services as outlined in the attached Appendix "A". 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on a lump sum basis for each task group shown in Table 1. Progress payments shall be based on time and materials as specified in Table 1. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $8,000. City Attorney Approved Version 1/30/13 CA896 TABLE 1 FEE ALLOTMENT NO.3 CARLSBAD BOULEVARD IMPROVEMENTS-CANNON ROAD TO MANZANO DRIVE (PROJECT NO. 6054) TASK GROUP LUMP SUM FEE Task 1 -Prepare Revisions to Grant Application $3 ,795 Task 2-Prepare Revisions to Grant Plans, Figures, Graphics and $3 ,500 Support Items Task 3-Office Expenses $705 TOTAL (Not-to-Exceed) $8,000 Executed by Contractor this i day of --------"'0'-"'UC!..:.L--t\f~-----' 2015. CONTRACTOR KIMLEY-HORN AND ASSOCIATES, a California corporation (naml J C7 ntr tor) By D it~4, (s1gn here) Dt,~ . .,Lt.oKdt>J i, I/, C4 (t-q. L.A- (pfint name/title) KIMLEY-HORN AND ASSOCIATES, a California corporation (name of Contractor) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation . CITY OF CARLSBAD, a municipal corporation of the State of California By: ~ Date: 7 ( 1-P ~) -- Pat APPROVED AS TO FORM: CELIA A. BREWER, City Attorney 2 City Attorney Approved Version 1/30/1 3 Kim ley>>> Horn June 27, 2015 Mr. Marshall Plantz City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Re: California Active Transportation Grant Program -Cycle 2 Dear Mr. Plantz: Appendix "A" Kim ley-Horn and Associates ("Kimley-Horn" or "Consultant") is pleased to submit this letter agreement to the City of Carlsbad ("City" or "Client") for additional services associated with the preparation of one California Active Transportation Program Cycle 2 grant applications ("Project"). Project Understanding The State of California has created the Active Transportation Program (ATP) which is funded with $360 million in federal and state funds . Funds will be distributed as follows: • Forty percent to MPO's in urban areas (with populations greater than 200,000) • Ten percent to small urban and rural areas (with populations of 200,000 or less) • Fifty percent to projects competitively awarded by the Commission on a statewide basis. Kim ley-Horn revised the grant application based on comments from the City which changed the scope of the project. The grant application is for the following project: 1. Carlsbad Boulevard (Cannon Road to Manzano Drive) The scope of work is defined in the following tasks. The Kim ley-Horn fee is shown in the attachment to this scope of work. Scope of Services Task 1 -Preparation of Grant Applications • Revise grant applications and cost estimate -Kimley-Horn will revise one draft grant applications. • Final -Kimley-Horn will incorporate the City comments and prepare the final applications. 401 B Street, Suite 600, San Diego, California, 92101 619-234-9411 Kim ley>>> Horn Page 2 Task 2 -Revise the Grant Plans, Figures, Graphics and Support Items • Revise figures -Kimley-Horn will revise the draft plans, figures, and graphics for each application: • Project Location Map • Overall Improvements Exhibit • Cross Sections Exhibit (for the Capital Projects Only) • Project Photographs Additional Services Any services not specifically described in the above scope, as well as any changes in the scope the Client requests, will be considered Additional Services and will be performed at our then-current hourly rates. Prior to commencing the Additional Services, Consultant shall obtain prior written approval from the Client. Information Provided By Client • N/A Schedule We will provide our services as expeditiously as practicable to meet a mutually agreed upon schedule. Fee and Billing Kimley-Horn will perform the scope of services outlined above on a lump sum basis of $8,000. Office Expenses (in -house duplicating and printing, mileage, etc.) will be billed at 5.1% of the hourly billing rates set forth in the Master On-Call Agreement. Other direct expenses will be invoiced at cost. Fees will be invoiced monthly based upon the percentage of services performed as of the invoice date. Payment will be due within 30 days of the date of the invoice. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. / ) .. '/. " ·-!lJ lrt 'f1/~.-... r; / ; _ __, ~ I . / /-;J Matthew B. Capuzzi, P ~ Project Manager Senior Vice President 401 8 Street, Suite 600, San Diego, California, 92101 619-234-9411 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.2 PROJECT NO. 6054 and 6058 CA896 Project Task Description and Fee Allotment, is entered into on -:-:-:-,L--L--f-"';....y-::--J..--'-:f-:J~--<-<:..=.&.~·,-L-:-;. -::=~:::...-----:--------:--=-=-' pursuant to an Agreement between Kim ley- Horn n Associ es , a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide consulting services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated April23, 2015, ("proposal"), attached as Appendix "A" for the Carlsbad Boulevard Improvements Cannon Road to Manzano Drive (Project No. 6054) and Carlsbad Boulevard and Tamarack Avenue Improvements (Project No. 6058), (the "Project"). The Project services shall include grant preparation services as outline in the attached Appendix "A". 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within one hundred thirty (130) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within twenty (20) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensati on of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein . Fees shall be paid on the basis of lump sum for each task group shown in Table 1. Progress payments shall be based on lump sum per completed task. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all , or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $24 ,280. City Attorney Approved Version 1/30/13 CA896 TABLE 1 FEE ALLOTMENT PROJECT NO 6054 AND 6058 GRANT PREPARATION TASK GROUP LUMP SUM FEE Task 1 -Kick-off Meeting $1 ,185 Task 2-Gather and Review Relevant Information $945 Task 3-Define Projects and Compare to Grant Criteria $2 ,285 Task 4 -Preparation of Grants $7,240 Task 5 -Prepare Grant Plans, Figures, Graphics & Support Items $8,170 Task 6 -Submit Grant Applications $870 Task 7 -Submit Regional Supplement $1 ,585 Office Expenses $2,000 TOTAL (Not-to-Exceed) $24,280 Executed by Contractor this zq~ day of ------tft~f._._x::4)-l\ _______ , 2015. CONTRACTOR KIMLEY-HORN & ASSOCIATES, a California corporation KIMLEY-HORN & ASSOCIATES, a California corporation (name of Contractor) By ~ If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering th e officer(s) signing to bind the corporation. LSBAD, a municipal corporation of the State of California By: Date: _s-+-;/_1 b"'-+-'A__,c:=L..__ __ _ I I APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY ~nLy ~ City Attorney Approved Version 1/30/13 2 Kimley>>>Horn April 23, 2015 Mr. Marshall Plantz City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Re: California Active Transportation Grant Program -Cycle 2 Dear Mr. Plantz: Appendix "A" Kimley-Horn and Associates ("Kimley-Horn" or "Consultant") is pleased to submit this letter agreement to the City of Carlsbad ("City" or "Client") for the preparation of two California Active Transportation Program Cycle 2 grant applications ("Project"). Project Understanding The State of California has created the Active Transportation Program (ATP) which is funded with $360 million in federal and state funds. Funds will be distributed as follows: • Forty percent to MPO's in urban areas (with populations greater than 200,000) • Ten percent to small urban and rural areas (with populations of 200,000 or less) • Fifty percent to projects competitively awarded by the Commission on a statewide basis. Kimley-Horn will assist the client with the preparation of two grant applications for the statewide competitive call for projects which was announced on March 26, 2015. The two grant applications will be for the following projects: 1. Carlsbad Boulevard (Cannon Road to Manzano Drive) 2. Carlsbad Boulevard (Pine Avenue to approximately 1200 feet south of Tamarack Avenue) The scope of work is defined in the following tasks. The Kimley-Horn fee is shown in the attachment to this scope of work. Scope of Services Task 1 -Kick-off Meeting • Kimley-Horn will attend one meeting with the client to review the projects, the scope of work, schedule and budget. I! . ~ i ' ,. ~ :.kimley-horn.com 1it,.r .... \-> •• '•' -""J,; 401 B Street, Suite 600, San Diego, California, 92101 619-234-9411 Kim ley>>> Horn Page2 • Prepare meeting notes and action items -Kimley-Horn will prepare summary notes from the kick-off meeting and prepare a specific list of action items with roles and responsibilities. • Define data needs -Kimley-Horn will identify specific data needed for the grant applications and concept proposal and identify who is responsible to obtain, prepare, or provide the information. Task 2 -Gather and Review Relevant Information • Kimley-Horn will gather and review relevant information as follows: • City of Carlsbad General Plan • City of Carlsbad Pedestrian Master Plan • City of Carlsbad Bicycle Master Plan SANDAG Bicycle Master Plan • Kimley-Horn will request information and exhibits from the City to assist with the application. Task 3 -Define the Projects and Compare to Grant Criteria • Draft the project descriptions -Kimley-Horn will prepare a brief project description for each project based on the discussion from the kick off meeting. These project descriptions will form the basis for the grant applications. • Site Visit-Kimley-Horn will conduct up to one site visit for each project to review the project areas and take photographs. • Follow-up meetings -Kimley-Horn will hold one follow-up meeting with the City to review the final scoring and grant criteria. Task 4 -Preparation of Grant Applications • Draft grant applications and cost estimate-Kimley-Horn will prepare two draft grant applications (one for each project) and submit to the City for review. • City Review (7 days)-the City will have seven business days to review the draft grant applications and to submit comments to Kimley-Horn • Final -Kimley-Horn will incorporate the City comments and prepare the final applications. 401 8 Street, Suite 600, San Diego, California, 92101 619-234-9411 Kimley>>>Horn Page 3 Task 5-Prepare the Grant Plans, Figures, Graphics and Support Items • Draft figures -Kimley-Horn will prepare the draft plans, figures, and graphics for each application: • Project Vicinity Map • Project Location Map • Overall Improvements Exhibit • Cross Sections Exhibit (for the Capital Projects Only) • Project Photographs • City Review -the City will have seven business days to review the figures as part of the grant review and submit comments and edits to Kimley-Horn. • Community Support Activities -Kimley-Horn will assist the City by preparing community support items (up to twelve letters of support from local stakeholders and community groups) and coordinating with the groups to get signatures. • Conservation Corps -Kimley-Horn will coordinate with the Local and State Conservation Corps as required by the grant. Task 6-Submit Grant Applications • Kimley-Horn will assemble the materials from the previous tasks and prepare the final grant applications. • Kimley-Horn will print, bind and prepare hard copies and electronic files for submittal as follows: • Five hard copies (1 original and 4 copies) to Caltrans • Two electronic files on one disc to Caltrans • One hard copy to SANDAG • One hard copy and one electronic copy of all materials to the City of Carlsbad Task 7 -Submit Regional Supplement • Kimley-Horn will prepare and submit one hard copy and electronic file of the regional supplement as requested by SANDAG in order to be eligible for MPO funds. Additional Services Any services not specifically described in the above scope, as well as any changes in the scope the Client requests, will be considered Additional Services and will be performed at our then-current hourly rates. Prior to commencing the Additional Services, Consultant shall obtain prior written approval from the Client. Additional services we can provide include, but are not limited to, the following: • Traffic Studies 401 B Street, Suite 600, San Diego, Califorma, 92101 619-234-9411 Kimley >>>Horn • Environmental Services • Final Design Documents " Visual Renderings • Pedestrian Counts • Meetings beyond the effort scoped above Information Provided By Client Page 4 We shall be entitled to rely on the completeness and accuracy of information provided by the Client. The Client shall provide information requested by Kimley-Horn during the project, this shall include: • As-Builts • Accident Data • Council Resolutions Schedule We will provide our services as expeditiously as practicable to meet a mutually agreed upon schedule. Fee and Billing Kimley-Horn will perform the scope of services outlined above on a lump sum basis for a fee of $24,280. The fee for each individual grant will be $12 ,140. Office Expenses (in-house duplicating and printing, mileage, etc.) will be billed at 5.1% of the hourly billing rates set forth in the Master On-Call Agreement. Other direct expenses will be invoiced at cost. Fees will be invoiced monthly based upon the percentage of services performed as of the invoice date. Payment will be due within 30 days of the date of the invoice. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. ~~~ Matthew B. Capuzzi, P.E Associate /Ji/~J Dennis [andaal, P.E. Senior Vice President ~--. --r •,. ~i!!l!.eY-hor_n.c~.ID} 401 B Street, Suite 600, San Diego, California, 92101 619-234-9411 Transportation Grant Applications Cost per Task Page 1 SANDAG_Grant_Application_TEMPLATE.xlsx PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 4013 CA896 This first Project Task Description and Fee Allotment, is entered into on Ma.rc.6 .;tJ, a.a f':f: , pursuant to an Agreement between Kimley-Horn & Associafes, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide transportation engineering services in accordance with the "Project Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated January 26, 2014, ("proposal"), attached as Appendix "A". The Project services shall include the development street lighting guidelines based on a lighting study and analysis. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred eighty (180) working days thereafter. Working days are defined in section 6-7.2 'Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be on a time and materials basis. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $85,500. City Attorney Approved Version 1/30/13 TABLE 1 FEE ALLOTMENT CARLSBAD MOBILITY ELEMENT TASK GROUP LUMP SUM FEE Task 1 Prepare Lighting Standards manual $28,000 Task 2 Barrio Street Lighting Assessment $7,000 Task 3 Barrio Street Lighting Study_ $50,500 TOTAL (Not-to-Exceed) $85,500 ;).I ~,t fQbn 'n rJ Executed by Contractor this ......;v:;......_• __ day of _.;.__ __ v_•v_•'d~------' 2014. CONTRACTOR KIMLEY-HORN & ASSOCIATES, a California corporation (name of Co7or) By: Dt~~ KIMLEY-HORN & ASSOCIATES, a California corporation (name of Contractor) By:~~ If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager er.-D+reetefl Kathy Dodson APPROVED AS TO FORM: CELIA A. BREWER, City Attorney Date: _:S:=:....:.../~-=---Lf:__..~...f_)'-f __ _ City Attorney Approved Version 1/30/13 2 Kim ley-Horn and Associates, Inc. January 26, 2014 Mr. Doug Bilse City Traffic Engineer City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Re: Lighting Studies and Analysis Dear Mr. Bilse: Mr. Doug Bilse, January 26, 2014, Page I Appendix "A" Kimley-Horn and Associates, Inc. ("KHA") is pleased to submit this letter agreement (the "Agreement") to City of Carlsbad ("the Client") for providing Lighting Studies and Analysis. Task 1.1 and 1.2 (detailed below) include Lighting Standards Manual and the Barrio -Street Lighting Assessment Project, respectively. Our project understanding, approach, schedule, and fee are below. Project Understanding Our project understanding is summarized below: • Development of a Lighting Street Lighting Standards Manual • Analyze the existing street lighting throughout the Barrio and prepare a report to provide recommendations to reconfigure and update the street lighting infrastructure within the area as specified on Attachment A. • Provide a Lighting Report that includes the following: o Assessment of existing street lighting conditions including existing light types, existing locations, infrastructure, and external lighting impacts. External impacts include trees, buildings, structures, signals, and poles. o Recommendations to reconfigure and update the street lighting infrastructure within the area as specified on Attachment A to meet California Building Code, California Energy Code, Illuminating Engineering Society Standards (IES), and Carlsbad standards. o Recommendations for security camera locations based on conversations with City staff within the area as specified on Attachment A. Project Approach I Scope of Services Task 1 -Lighting Studies and Analysis Task 1.1 -Lighting Standards Manual KHA will develop a City of Carlsbad Lighting Standards Manual for use on future projects. Final deliverable will be a Lighting Manual not to exceed 30 pages with lighting design guidelines, standards, and practices for all future street lighting projects. Standard treatments for different intersection types will be developed (i.e. uncontrolled pedestrian crossings, signalized intersections, and roundabout controlled intersections. Details will include up to two pole details, and up to two pull box details. Traffic details are excluded. This task will require extensive stakeholder involvement and includes up to four (4) meetings with the Client. Rev l/14 1 Kim ley-Horn and Associates, Inc. Mr. Doug Bilse, January 26, 2014, Page 2 Task 1.2 -Barrio -Street Lighting Assessment Project Task A-Project Coordination, Meetings, and Management KHA intends to complete the work in house and not utilize sub-consultants. KHA will perform project management and administration services consisting of invoicing (with associated back up), monitoring progress against budget and overall quality assurance (QA). Specific quality control (QC) efforts for each deliverable document are included in the task covering that document. KHA will attend and lead up to four (4) meetings for duration of this project. The Consultant will prepare agendas and follow up summaries for each meeting. Meeting summaries will document decisions made and action items generated during each meeting. The meeting summaries will be setup to keep track of action item resolutions. Each meeting is assumed to last up to 1 hour and have up to 2 Consultant staff in attendance. Each meeting summary is assumed to require up to 1 hour of Consultant time to prepare, QC review, distribute, address comments, and re-distribute. Meetings included in this scope of services are: • Project Kick-off Meeting • Meeting to Discuss Recommendations (prior to issue of the Draft Lighting Report) • 1 meeting with Carlsbad Police Department to discuss potential security camera locations • 1 additional meeting as requested by the City KHA will spend time each month coordinating with City staff via email and telephone. Task A-Deliverables: A typed summary for each meeting will be provided (electronically, in PDF format). Task B -Site Visit KHA will conduct a site visit. The site visit will consist of both day and night evaluation of the existing lighting. This evaluation includes street and alley lighting within the limits in Attachment A. During the site visit, each light location will be evaluated for condition, obstructions, and lighting output utilizing a foot-candle reader. Special attention will be provided for areas within the scope that are adjacent to residential lots for potential light shield improvements. Areas that are below minimal lighting levels will be identified. Task B-Deliverables: Field notes (upon request). Task C -Street and Alley Lighting Type Selection KHA will evaluate the light distribution of the existing street and alley light standards/fixtures in the area identified in Attachment A. KHA will provide the Client with up to five ( 5) street and alley lighting alternatives for either replacement of the existing light standards or for the new light standards. Alternative analysis will focus on light distribution within and adjacent to the public right-of-way, including along the pedestrian paths of travel. Task C-Deliverables: Up to five ( 5) alternatives for light standards. Task D -Lighting Photometric Model KHA will prepare a photometric model of the area identified in Attachment A. The street and alley lighting model will include existing light locations, types, major structures, and proposed new light locations. Final deliverable will be an Appendix in the Lighting Report showing existing and proposed street and alley lighting locations. Detailed photometries calculations will not be included as part of this task order. Rev 1/14 2 Kim ley-Horn and Associates, Inc. Mr. Doug Bilse, January 26, 2014, Page 3 Task D-Deliverables: Maps showing existing and proposed lighting locations. Task E -Lighting Report KHA will provide a Lighting Report at a 90% for Client review and a final 100% report for the Client. The Lighting Report will include: • an assessment of the existing street and alley lighting conditions; • identification of areas below minimum lighting levels; • an assessment of electrical capacity of existing load centers for new lighting; • recommendations to enhance lighting in the Barrio with high-priority locations identified; • maps highlighting recommendations Recommendations will include: • specific locations for tree trimming; • specific locations for light shield improvements; • specific locations for security cameras; • general locations for new street and alley lighting improvements; • general locations for new intersection lighting improvements; • general locations for new load centers (if needed) Special attention will be given to lighting at existing crosswalk locations and locations proposed for future traffic circles. An opinion of probable construction cost for the recommended improvements will be included in the report. The Lighting Report will be delivered in 8.5"xll" format and llx17" format for exhibits. Task E-Deliverables: 90% and Final Lighting Report, opinion of probable construction costs (electronically, in PDF format). Task F-Final Presentation KHA will assist with the preparation of a PowerPoint presentation to highlight the results of the lighting assessment including existing conditions and recommendations. Task F-Deliverables: PowerPoint Presentation materials (electronically, in PDF format). Information Provided By Client We shall be entitled to rely on the completeness and accuracy of all information provided by the Client or the Client's representatives. The Client shall provide all information requested by KHA during the project, including information requested in the scope of services, but not limited to the following: • Existing curb, sidewalks, medians, street light locations, and right-of-way in GIS format; • Model number for all existing street light fixtures; • As-built information. Schedule We will provide our services as expeditiously as practicable according to a mutually agreed upon schedule. A Draft Lighting Report for Client review can be delivered eight (8) weeks from Notice to Proceed. Rev 1/14 3 Kim ley-Horn Mr. Doug Bilse, January 26, 2014, Page 4 and Associates, Inc. Fee KHA will perform the services above for the total lump sum labor fee below. In addition to the lump sum labor fee, direct reimbursable expenses such as express delivery services, authorized specialist travel, office expenses, and other direct expenses will be billed as specified on the rate schedule included in the Master Agreement for Civil and Traffic Engineering Services between KHA and the Client. All permitting, application, and similar project fees will be paid directly by the Client. Task Task 1.1 -Lighting Standards Manual Task 1.2 -Barrio-Street Lighting Assessment Task A-Project Management and Coordination Task B-Site Visit Task C -Street and Alley Lighting Type Selection Task D -Lighting Photometric Model Task E-Lighting report Task F -Final Presentation Expenses Estimate Total Fee Estimate $28,000 $7,000 $7,000 $4,000 $11,000 $23,000 $2,000 $3,500 $85,500 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed. Reimbursable expenses will be invoiced based upon expenses incurred. Payment will be due within 25 days of your receipt ofthe invoice. We appreciate the opportunity to provide these services to you. Please contact me if you have any questions. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. By: Matthew Capuzzi, P .E. Associate Attachment A-Scope of Work Site Map Rev 1/14 Dennis Landaal, P .E. Principal 4 MASTER AGREEMENT FOR CIVIL AND TRAFFIC ENGINEERING SERVICES (KIMLEY-HORN AND ASSOCIATES, INC.) CA896 THIS AGREEMENT is made and entered into as of the o?JJ ~ day of -..:..,t.~~~~::.....__, 20/~ by and between the CITY OF CARLSBAD, a municipal cor oration, hereinafter referred to as "City", and KIMLEY-HORN AND ASSOCIATES, INC., a North Carolina corporation, hereinafter referred to as "Contractor." RECITALS A City requires the professional services of an engineering consultant that is experienced in civil and traffic engineering. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to civil and traffic engineering. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three years starting from the date first written above. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (1 0) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director''). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. City Attorney Approved Version 2/17/12 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed three hundred thousand dollars ($300,000) for the term of the agreement; the total amount allowed per Project Task Description and Fee Allotment will not exceed one hundred thousand dollars ($1 00,000). Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax with holdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHERCONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone 2 City Attorney Approved Version 2/17/12 directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII" OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 1 0.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 1 0.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 1 0.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a perio~ears following the date of completion of the work. D If box is checked, Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 3 City Attorney Approved Version 2/17112 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 4 City Attorney Approved Version 2/17112 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: Name Title Dept Address Phone Skip Hammann Transportation Director Transportation CITY OF CARLSBAD 1635 Faraday Avenue Carlsbad CA, 92008 (760) 602-2751 For Contractor: Name Title Address Phone Email Matt Capuzzi Program Director 401 B Street, Suite 600 San Diego, CA 92101 (619) 744-0122 Matt. Capuzzi@Kimley-Horn. com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 5 City Attorney Approved Version 2/17112 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City at the address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 6 City Attorney Approved Version 2/17/12 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 7 City Attorney Approved Version 2/17/12 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this ~ day of _____::CJ:;=---t_o_~___:.:·_~---' 20 1 'Z.:- CONTRACTOR KIMLEY-HORN AND ASSOCIATES, INC., a North Carolin By: (sign here) ~ ~w, \lt<f:-~tr&Nr- ByJJ~PJI=--- CITY OF CARLSBAD, a municipal corporation of the State of California Mayor ATTEST: LOR City Clerk Proper notarial acknowledgment of execution by Contractor must be attached . .:..:......Z:'Tf:'~=-=:~~· Agreement must be signed by one corporate officer from each of the following two Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California APPROVED AS TO FORM: RONALD R. BALL, City Attorney 8 City Attorney Approved Version 2/17112 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of ----"=SA""-'1'-'--('-'---1 __:=b:._.:_i-'-'-e'-;61-=-o __ On D~be,( ~,1.oi2 before me, t\ m. fJotct y ylv~?/l'c (Here insert name and title oft e officer) personally appeared Dll\VI'c{ lL£V\t SDV£JI50Yl an J (}L;t,~ ~. lbtiVlOvv who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) j.s{'are subscribed to the within instrument and a9<nowledged to me that v'lsp~'!they executed the same in l¥1o/'r/their authorized capacity(ies ), and that by l}ts!l)er/their signature( s) on the instrument the person( s ), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Notary Seal) 2fJ..kb ~ . CVauZJ · Signature of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT . 1 (Title or d7cri ion of attached document) Civ1 ctnti\ mrnc_ (Addition · formation) CAPACITY CLAIMED BY THE SIGNER 0 Individual (s) ?( ~qrporate Qfficer. rJ is 111~_ ~ . _r 1 Ct r tQ s 1 ULQ,VIt vYta 'tl' V\lLW (Title) t7! Jt1 ~ S i J ~"\, V\ +-0 Partner( s) ~-. 0 Attorney-in-Fact l__,.e C(~~ ~ 0 Trustee(s) , b O....V 1' (/.._ \ 0 Other ____________ _ 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryCiasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. lle/she/tl!ey;-is /aFe) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. •!• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •!• Indicate title or type of attached document, number of pages and date. •!• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate otlicer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document • t';:; •. :;:··· X ·-·\~~"~ t'~'>· . •• t t t t t t t t a a • • • • • • • • • • • • • • • • • I I I • • • • • • • • - EXHIBIT A 5. Rate Schedule Classification Principal Senior Professional Professional Analyst/Designer Support Staff Expenses AUTHORIZED SPECIALIST TRAVEL (per day) (Includes flight, hotel, meals for firmwide ITS specialist resource, to be utilized only as preapproved by the City) OFFICE EXPENSES (% of Billing Rate) (Covers direct expenses, such as in-house duplicating and blueprinting, local mileage, telephone calls, electronic messaging, postage, computer time for tech analysis + CAOD and word processing) Billing Rate $205.00 $185.00 $155.00 $120.00 $80.00 $300.00 5.1% SUBCONSULTANT MARK-UP 10.0% DIRECT EXPENSE MARK-UP 5.0% KTU+A 2012 Hourly &:ltes Alternate Street Design 2012 Hourly &:ltes Principal. .................................................................. $165.00 Principal. ................................................................. $170.00 Senior Associate ..................................................... $135.00 Associate ................................................................. $115.00 Senior Designer/Senior Planner/GIS Analyst ......... $1 05.00 Designer/Planner ....................................................... $95.00 Administration .......................................................... $75.00 City of Carlsbad 21 I OY800007.12 .....--n Kimley-Horn .......__, ~ and Associates, Inc.