Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC09-148 US 6 Eagle Overlay Phase II! ` •Y
(Local$CDOTWK) PROJECT NH 0063 -028 (17099)
REGION 3 (DAV)
CONTRACT
THIS CONTRACT made this3w" day of
�31hc
09 HA3 00052
ID 331000220 At
2009, 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 EAGLE COUNTY 500 Broadway Box 850 Eagle, Colorado, 81631,
CDOT Vendor #: 2000124, hereinafter referred to as the "Contractor" or the "Local Agency."
RECITALS
1. 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
Local Agency costs in Fund Number: 400 Function 3301; WBS Element 17099.20.10;
GL Account: 231200010 IN (Contract Encumbrance Amount: $0.00).
2. Required approval, clearance and coordination have been accomplished from and with appropriate
agencies.
3. Pursuant to 43 -2 -104.5 C.R.S. 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. CDOT and the Local Agency anticipates a project for the construction of a surface treatment project
on US 6, in Eagle County between approximate MP 153.5 and MP 163.1; the "US 6 Eagle Overlay
Phase H" project, and by the date of execution of this contract, the Local Agency and/or the State has
completed and submitted a preliminary version of the CDOT Scope of Work (Exhibit A) describing
the general nature of the Work. The Local Agency understands that, before the Work begins, the
CDOT Scope of Work may be revised as a result of design changes made by CDOT, in coordination
with the Local Agency, in its internal review process. The Local Agency desires to perform the Work
described in the Scope of Work, as it may be revised.
5. The Local Agency has made funds available for Project NH 0063 -028 (17099) which shall consist
of a contribution of funds for the surface treatment project — US 6 Eagle Overlay Phase II project,
referred to as the "Project" or the "Work." Such Work will be performed in Eagle County, Colorado,
as specifically described in Exhibit A.
6. The Local Agency has funds available and desires to provide funding for a portion of the `Work ".
7. CDOT has estimated the cost of the Work and the Local Agency is prepared to provide funding
required 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 contract and to expend funds for the work under the project. A copy of this
ordinance or resolution is attached hereto and incorporated herein as Exhibit B.
EAGLE «U"T' CO 200906826
9�K J�3IM�N'ON a, 65 3a'^ 04/15/2009 Page 1 of 12
lilll l llllllll 111111 II 1111111 III !II
8. This contract is executed under the authority of §§ 29-1-203,43-1-110; 43-1-116, 43-2-101(4)(c)
and 43-2444, C.R.S. and Exhibit B.
9. The porrties hereto desire to agree upon the division of responsibilities with regard to the project.
THE PA)2TIES NOW AGREE THAT:
. Section 1. Scope of Work
The Project or the Work under this contract shall consist of the construction of two foot shoulders, and
a two inch asphalt overlay on US 6 between approximate MP 153.5 and MP 163.1 ; the "US 6 Eagle
Overlay Phase II" project referred to as the "Project" or the "Work." Such Work will be performed in
Eagle County, Colorado, as more specifically described in Exhibit A.
Section 2. Order of Precedence
Irk the event of conflicts or inconsistencies between this contract and its exhibits, such conflicts
or inconsistencies shall be resolved by reference to the documents in the following order of priority:
I . This contract
2., Exhibit A (Scope of Work)
3 ', Exhibit C (Option Letters)
4. Other Exhibits in descending order of their attachment.
Section 3. Term
This contract shall be effective upon approval of the State Controller or designee, or on the
date made, whichever is later. The term of this contract shall continue through the completion and
final acceptance of the Project by the State, FHWA and the Local Agency.
S0 ction 4. Project Funding Provisions
A. CDOt has 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 tq enter into this contract and to expend its funds for the project. A copy of this ordinance or
resolution! is attached hereto and incorporated herein as Exhibit B.
B. CDOT has estimated the total cost of the work, and the Local Agency is prepared to provide a
contribution to the Project in the amount of $1,000,000.00 which is to be funded as follows:
1. Local Agency Funds $ 1,000,000.00
2. Total Funds: $ 11,0004,000.00
C. The maximum amount payable by the Local Agency under this contract shall be $1,000,000.00,
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 to the parties prior to bid and award.
Page 2 of 12
a
D. The parties hereto agree that this contract is contingent upon all funds desi mate
P g d for the project
ect
herein being made available from state or local agency sources, as applicable. Should sources
pp ould these soul ces
fail to provide necessary funds as agreed upon herein, the contract may be
y terminated by either party,
provided that any party terminating its interest and obligations herein shall not be relieved elieved of any
obligations which existed prior to the effective date of such termination or which ma y cut as a
oc •
result of such termination.
Sect*0n 5. Project Payment Provisions
A. The Local Agency shall contribute a lump sump amount and shall not exceed
the amount of
$1,000,000.00, which shall be due within 60 days of execution of this agreement.
gr ent.
. If the Local Agency fails to snake timely payment to the State as required by this section (within
60 da y s 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 anner, '
billing s aid i Y , until the
g p n full. The interest shall accrue for the period from the required payment dat e to the
date on which payment is made.
� n y
Section 6. State and Local Agency Commitments
{ EXHIBIT D NOT APPLICABLE TO THIS AGREEMENT }
The state is the "Responsible Party" referred to in this contract.
A. Design (
1. If the Work includes preliminary design or'final design (the "Construction Plans"
n work sheets "Plans"), ), or
design , or special provisions and estimates (collectively referred to as the the
responsible party shall comply with the following requirements, as applicable:
a. perform or provide the Plans, to the extent required b the nature of th
Work.
Y e
b. prepare final design (Construction Plans ) in accord with the requirements of
the latest edition of the American Association of State Highway
Y Transportation Officials (AASHTO) manual or other standard, such
as the
Uniform Building Code, as approved by CDOT.
C. prepare special provisions and estimates in accord with the State's Roadway
and Bridge Design Manuals
g g , and Standard Specifications for Road and Bridge
Construction.
d. include details of any required detours in the Plans in order to re
p vent any
interference of the construction work and to protect the traveling public.
gp
e. stamp the Plans produced by a Colorado Registered Professional Engineer. ineer. f• p rovide final assembl y of flans and contract documents.
g. be responsible for the Plans being accurate and complete.
h. make no further changes in the Plans following he award of construction
g ctlon
Page 3 of 12
.a
contract except by agreement in writing between the parties. The Plans shall
be considered final when approved and accepted b the parties hereto
- Y l' ,and
when final they shall be deemed incorporated herein.
B. Construction (Applicable]
1 •
If the work includes construction, the responsible art shall perform
in party p form the
construction in accordance with the approved design plans and /or administer the
construction all in accord with the Local Agency Contract Administration Checklist.
Such administration shall include project inspection and testing; approving source
s of
materials; performing required plant and shop inspections; documentation of contract
payments, testing and inspection activities; preparing and approving estimates;
gp Y ,
preparing, approving and securing the funding for contract modification orders and
minor contract revisions; processing contractor claims; construction supervision;
and
meeting the Quality Control requirements of the FHwA/CDOT Stewardship
dship
Agreement, as described in the Local Agency Contract Administration Checklist.
2. If the State is the responsible party:
a. it shall appoint a qualified professional engineer, licensed in the State
of
Colorado, as the State Agency Project Engineer (SAPE), to perform that
administration. The SAPS shall administer the project in accordance with
this contract, the requirements of the construction contract and applicable
pp e
State procedures.
b. if bids are to be let for the construction of the project, the State shall,
. p 1 � all, in
conjunction with the Local Agency, advertise the call for bids and on
concurrence b u the Local A p
y Agency will award the construction contract(s) to
the low responsive, responsible bidder(s).
(1) in advertising and awarding the bid for the construction 0 of a federal
aid project, the State shall comply with applicable requirements of 23
USC § 112 and 23 CFR Parts 633 and 635 and C.R.S. § 24-92 -101 et
seq. Those requirements include, without limitation, that the
State /contractor shall incorporate Form 1273 (Exhibit I in its
entirety verbatim into any subcontract(s) for those services as terms
and conditions therefore, as required by 23 CFR 633.102(e).
(2), the Local Agency has the option to concur or not concur in the
proposal of the apparent low bidder for work on which competitive
bids have been received.
The Local Agency must declare its concurrence or non - concurrence
within 3 working days after said bids are publicly opened.
(3) by indicating its concurrence in such award, the Local Agency, actin
g
by or through its duly authorized representatives, a to provide
agrees p
additional funds, subject to their availability and for ap riation ro p p
that purpose, if required to complete the, project .�
Work under this ifno
additional federal -aid funds will be made available for the ect. J
ro'
p
Page 4 of 12
C. If all or pant of the construction work is to be accomplished P by State
personnel (i.e. by force account), rather than by a competitive bidding
g
process, the State will ensure that all such force account work is
accomplished in accordance with the pertinent State specifications and
requirements with 23 CFR 635, Subpart B, Farce Account Construction.
Section 7, ROW Acquisition and Relocation
If applicable, prior to this project being advertised for bids the Responsible '
in writing � p sable party will certify
8 that all right of way has been acquired in accordance with the applicable -
pp a State and federal
regulations, or that no additional right of way is required.
Any acquisition /relocation activities must comply ith all federal
Y and state statutes,
regulations, CDOT policies and procedures, 49 CFR Part 24 the oven .
government wide Uniform Act
regulation, the FHWA Project Development Guide and CDOT's Right of Way Manual.
Allocation of Responsibilities can be as follows:
• Federal participation in right of way acquisition (3111 charges), g ), reloca tion (3109
charges) activities, if any, and right of way incidentals (expenses ' ... incidental to
acquisition/relocation of right of way — 3114 charges);
Federal participation in right of way acquisition 3111 char g es }, relocation (3109
charges) but no participation in incidental expenses 3114 charges); or
No federal participation in right of way acquisition (3111 char es charges) and relocation
activities (3109 expenses).
Regardless of the option selected above, the State retains oversight responsibilities.
gh The
Local
Agency's and the State's responsibilities for each option is specifically set f a
rch in CDOT s Ri ht of Way Operation Manual.
The manual is located at
htt : / /www.dot.state.co.u.s /ROW Manual /.
Section 8. Utilities
If necessary, the Responsible Party will be responsible for obtaining ng the proper clearance or
approval from any utility company, which may become involved in this Project. Prior to this Protect
berg advertised for bids, the Responsible Party will certify in writin g that all such clearances have be en obtained.
Section 9, Railroads
In the event the Project involves modification of a railroad com an 's facilities
p y whereby the
Work is to be accomplished by railroad company forces the Responsible .
a 1' ... , P Y � Party shall make timely
application to the Public utilities Commission requesting its order providing for the installation of the proposed improvements and not proceed with that part of
the Work without compliance. T
Responsible Part shall also p he
Party establish contact with the railroad company involved for the purpose o f
complying with a pp licable provisions of 23 CFR 646, subpart B, concerning federal -aid
p ro'J ects
g
involving railroad facilities, including:
Page 5 of 12
I. Executing an agreement setting out what work is to be accomplished P le(i Gild the
location(s) thereof, and that the costs of the improvement shall be eligible f federal
�, of icdc,ral
participation.
2. obtaining the railroad's detailed estimate of the cost of the Work
3. Establishing future maintenance responsibilities for the proposed '
4 p p installation.
Proscribing future use or dispositions of the proposed improvements in the
p event of
abandonment or elimination of a grade crossing.
S. Establishing future repair and /or replacement responsibilities in the e event of
accidental destruction or damage to the installation.
Section 10. Environmental obligations
The State shall perform all Work in accordance with the requirements of
q the current federal
andstate environmental regulations including the National Environmental Policy Act of 1969
'
(NEPA) as applicable.
Section 11. Maintenance obligations
The State will maintain and operate the improvements constructed and '
under this contract at its
own c�st and expense during heir useful life in a
g rnainier satisfactory to the FH WA. The State will
make proper provisions for such maintenance obligations each year. Such maintenance and
operations shall be conducted in accordance with all applicable statutes ordinances •
ft � � nances and regulations
which define the stste s obligations to maintain such improvements. The State and /or FHWA will
make periodic inspections of the project to verify that such improvements '
n- mintained.
p are being adequately
Section 12. Record Keeping
The Local Agency shall maintain a complete file of all records documents '
• ,communications,
and otll er written materials, which pertain to the costs incurred under this contract. The .Local
Agency shall maintain such records for a period of three (3) ears after the date of '
Y termination of this
contract or final payment hereunder, whichever is later, or for such further period od as may be
necessary to resolve any matters which may be pending. The Local Agency shall make g Y e such
materials available for inspection at all reasonable times and shall ermit duly my authonzed agents and
employees of the State and FHWA to inspect the project and to inspect, review .
records,
p and audit the project
�ection 13. Termination Provisions
This contract may be terminated as follows:
A. leLinination for Convenience. The State may terminate this contract t
a any time the State
determines that the purposes of the distribution of moneys under the contract ontract would no longer be
served by completion of the project. The State shall effect such termination b .
y giving written notice
oftermi�ation to the Local Agency and specifying the effective date thereof
. g , at least twenty (20) days
before the effective date of such termination.
Page 6 of 12
B. Termination for Cause. If, through any cause, the Local Agency shall fail to fulfill in a timely
. y Y
and proper manner, its obligations under- this contract, or if the Local Agency shall violate an of �
� Y y the
covenants, agreements, or stipulations of this contract, the State shall thereupon have the right to
terminate this contract for c �. .� g
cause by hiving written notice, to the Local Agency of its Intent to
tenninate and at least ten (10) days opportunity to cure the default or show cause why termination is
otherwise not appropriate. In the event of termination, all finished or unfinished documents data
studies, surveys, drawings, maps, models, photographs and reports or other material prepared by the
Local Agency under this contract shall, at the option of the State, become its ro ert and the Local
n p Y�
Agency shall be entitled to receive just and equitable compensation for an services and supplies
�' p1?
delivered and accepted. The Local Agency shall be obligated to return any payments advanced under
the provisions of this contract.
Notwithstanding the above, the Local Agency shall not be relieved of liability to the State for any
y
damages sustained by the State by virtue of any breach of the contract b the Local Agency, and th
y g Y� e
State may withhold payment to the Local Agency for the purposes of mitigating its damages until
� g g
such time as the exact amount of damages due to the State from the Local Agency is determined.
If after such termination it is determined, for any reason, that the Local Agency was not in default
or that the Local � Agency's action/inaction was excusable, such termination shall be treated
as a
termination for convenience, and the rights and obligations of the parties shall be the same as ifthe
contract had been terminated for convenience, as described herein.
Section 14. Legal Authority
The Local Agency warrants that it possesses the legal authority to enter into this contract an d that
it has taken all actions required by its procedures, by-laws, and /or applicable law to exercise that
at
authority, and to lawfully authorize its undersigned signatory to execute this contract and to bind
Lora the
Local Agency to its terms. The person(s) executing this contract on behalf of the Local Agency
g Y
warrants that such person(s) has full authorization to execute this contract.
Section 15. Representatives and Notice
The State will provide liaison with the Local Agency through the State's Region Director,
Region 3, 222 S. W11 Street Grand Junction, CO 81501. Said w' Region Director
� ill also be responsible
for coordinating the State's activities under this contract.
All communications relating to the day -to -day activities for the work shall be exchanged between
vveen
representatives of the State's Transportation Region 3 and the Local Agency. All communication
,
notices, a�ld correspondence shall be addressed to the individuals identified below. Either art ma
p Y Y
from time to time designate in writing new or substitute representatives.
Page 7of12
If to the State:
Martha Miller, PE
CDQT Region 3
Resident Engineer
714 Grand Avenue
Eagle, CO 81631
(970) 328-6385
Section 16. Successors
If to the Local Agency:
Eva Wilson, PE
Eagle County Engineer.
Eagle County Building
500 Broadway, PO Box 854
Eagle, CO 81631
(970) 328 -3560
Except as herein otherwise provided, this contract shall inure to the benefit o '
f and be binding
upon the parties hereto and their respective successors and assigns.
Section 17. Third Party Beneficiaries
It is expressly understood and agreed that the enforcement of the terms and ' '
conditions of this
contract and all rights of action relating to such enforcement, shall be strictly
and the Local A reserved to the State
Agency. Nothing contained in this contract shall give or allow '
g any clam or right of
actions whatsoever by any other third erson. It is the express intention p p ntentxon of the State and the Local
Agency that any such person or entity, other than the State or h
t e Local Agency receiving services or
benei'iis under this contract shall be deemed
d an incidental beneficiary only.
Section 18. Governmental Immunity
Notwithstanding any other provision of this contract to the contra condition •
ry, no teri�n or of
this c ' ntract shah be construed or interpreted as a waiver, express or i
immunities, � P implied of any of the
u axes, rights, benefits, protection, or other provisions of the Colorado Governmental
ntal Yrnm.unity
Act, § 24 -10 -141, et seq., C.R.S., as now or hereafter amended. The parties u -
that liability P understand and agree for claims. for injuries to persons or property arising '
. 1a p p y out of negligence of the State of
Colorado, its departments, institutions, agencies, boards, officials and employees p oyees iS controlled and
limited by the provisions of § 24-10- 101, et seq., C.R.S. as now or hereafter amended and the risk
management statutes, §§ 24-30-1501, et seq., C.R.S., as now or hereafter amended.
Section 19. Severability
To the extent that this contract may be executed and performance y p Hance 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 tenrn or provision hereof be declared invalid or become inoperative for any reason,
such invalidity or failure shall not affect the validity f an other . .
y y term- or provision hereof.
Section 20. Waiver
The waiver of any breach of a term, provision, or requirement of this co •
q contract shall not be
construled or deemed as a waiver of any subsequent breach of such term provisi on , p n, or � •
equireinent,
or of all' y other term, provision or requirement.
Page 8 of 12
Section 21. Entire Understanding
This contract is intended as the complete integration of all understandings dings between the
parties. No prior or contemporaneous addition, deletion, or other amendment
hereto shall have any
force or effect whatsoever, unless embodied herein by writing. No subsequent novati
on, renewal,
addition, deletion, or other amendment hereto shall have an force ore '
.. y effect unless embodied �n a
writing executed and approved pursuant to the State Fiscal Rules.
Section 22. Survival of Contract Terms
Notwithstanding anything herein to the contrary, the parties understand
.. p and agree that all
terms and conditions of this contract and the exhibits and attachments hereto which may require
continued performance, compliance or effect beyond the termination date
of the contract shall
survive such termination date and shall be enforceable by the State as provided herein i
n the event of
such failure to perform or comply by the Local Agency.
Y
Section 23. Modification and Amendment
This contract is subject to such modifications as may be required b Y eq Y changes in federal or
State law, or their implementing regulations. Any such required modification '
into � on shall automatically be
incorporated into and be part of this contract on the effective date of such change as if f
herein. Except g ally set forth
p as provided above, no modification of this contract shall be effective unless agreed gi d to
in writing by both parties in an amendment to this contract that is properly ex •
. p p y ecuted and approved in
accordance with applicable law.
Section 24. option Letters
Option Letters may be used to extend Agreement term, change the level of '
g service within till I1 the
current term due to unexpected overmatch, add a phase without increasing contract dollars, or
increase or decrease the amount of funding. These options are limite d to the specific scenarios
listed below. The Option Letter shall not be deemed valid until signed b
g y the State Controller or
an authorized delegate.
Following are the applications for the individual options under the Option •
p p on Letter form.
Option 1 - O tion to extend or renew (this o tI0i1 � • p applies to Highway and Signal maintenance
contracts only ) , 1 In the event the State desires to continue the Services and a replacement contract
has not been fully approved by the termination date of this contract the State, upon written notice
to
Contractor, may unilaterally extend this contract fora eriod of u
p p to one (1) year. The
contract shall be extended under the same terms and conditions as the original contract,
including, but not limited to prices, rates and service delivery requirements.
ry q rnents.
Page 9of 12
This extension shall terminate at the end of the one (1) year period or when the replacement
contract is signed by the Colorado State Controller or an authorized delegate.
The State may exercise this option by providing a full executed option t
. g Y p a the contractor,
within thirty (30) days prior to the end of the current contract term, revising he Section 4. Project
g J
Funding Provisions. If the State exercises this option, the extended contract wall be considered ed tQ
include this option provision. The total duration of this contract, including he exercise of any
y
options under this clause, shall not exceed five (S) years.
Option 2 —Level of service chap a within current term due to unexpected overmatch in an
over, d situation on In the event the State has contracted all project funding and the Local
Agency's construction bid is higher than expected, this option allows for additional Local
Over 'Match dollars to be provided by the Local Agency to be added to the contract. This option is
only applicable for Local Overmatch on an overbid situation and shall not be intended for any
other Local Overmatch funding.
The State may unilaterally increase the total dollars of this contract as stipulated b the executed
p Y
Option Letter (Exhibit C), which will bring the maximum amount payable under this contract
to the'amount indicated in Section 4. Project Funding Provisions attached to the executed
Option Letter (future changes to Exhibit C shall reference additional o changes '
g t Section 4).
Performance of the services shalt continue under the same terms as established
d lit the contract.
The State will use the Financial Statement submitted by the Local .� enc for "Concut-rence to
�ldver ise " as evidence of the local A enc 's intent to award and it will also provide the
additi ' nal amount re uired to exercise this option. If the State exercises this option, the
p contract
will be considered to include this option provision.
Option 3 -- Option to add overlapping hase without increasin& contract dollars. The State may
require the contractor to begin a phase that may include Design, Construction, Environmental
Utilities, ROW Incidentals or Miscellaneous (this does not apply q to Ac uisitiordRelocation or
Railroads) as detailed in Exhibit A and at the same terms and conditions stated in the original
.
contrast with the contract dollars remaining the same. The State may exercise this option b
p Y
providing a fully executed option to the contractor within thin (30) befor ' Y days Y e the initial targeted
start date of the phase, in a form substantially equivalent to ExhibitC. If the State exercises this
options the contract will be considered to include this option provision.
Option 4 - To u date fundin increases and /or decreases with a new Section 4. Project Funding
Provision. This option can be used to increase and /or decrease the overall contract dollars
(state,
..federal, local match, local agency overmatch) to date, by replacing the original
funding
provisions.
The State may have a need to update changes to state, federal, local match and local agency
g Y
overmatch funds, which will be attached to the option farm. The State may exercise this o tion b
P Y
providing a fully executed option to the contractor within thirty (30) da s after the State h as received
notice of funding changes, in a form substantially equivalent to ExhibitC. If the State exercises this
option, ''the contract will be considered to include this option provision.
Page 10 of 12
Section 25. Disputes
Except as otherwise provided in this contract, any dispute concernin g a question of fact
arising under this contract which is not disposed of by agreement, will be decided b
�' � y the Chief
Engineer of the Department of Transportation. The decision of the Chief Engineer will be fin
. g al and
conclusive unless, within 30 calendar days after the date of recei t of a co of such written '
p copy decision,
the Local Agency mails or otherwise furnishes to the State a written appeal addressed
. pp ssed to the
Executive Director of the Department of Transportation. In connection with an appeal y pp proceeding
ceeding
under this clause, the Local Agency shall be afforded an opportunity to be heard and
in pp Y to offer
evidence in support of its appeal. Pending final decision of a dispute hereunder, the Local
.. p Agency
shall proceed diligently with the performance of the contract in accordance with the Chief '
Engineer s
decision. The decision of the Executive Director or his dui authorized representative
. Y for the
determination of such appeals will be final and conclusive and serve as final agency '
. g y action. This
dispute clause does not preclude consideration of questions of law in connection with '
decisions
provided for herein. Nothing in this contract, however, shall be construed as making final al the
decision of any administrative official, representative, or board on a q uestion of law.
Page 11 of 12
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
LOCAL AGENCY-,
i
EAGLE COUNTY
Legal Name of Contracting Entity
CDOT Vendor Number 2000124
A I
Signature ot AuFhorized Officer
CAA 6 A)
Print Name k Title of Authorized Officer
STATE OF COLORADO:
BILL RITTER, JR,
GOVERNOR
By
For Executive Director
Department of Transportation
LOCAL AGENCY:
(A Local Agency seal or attestation is required.)
Attest (Seal) BC
(Town/City/county Clerk) '04^ (Place Local Agency seal here, if available)
1- -
ALL CQ.NTRACTS 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 contractor is not authorized to begin performance
until the contract is signed and dated below. If performance begins pnor to the date below, the State of Colorado
may not be obligated to pay for the goods and/or services provided.
STATE CONTROLLER:
DAVID J. MC DERMOTT, CPA
By: Z1�47
Dat __ ���� /� c%
Page 12 of 12
Exhibit A,
SCOPE OF WORK
r
rroject %;neracteristics (Proposed) kMe an (Type): Q Depressed
{�] Painted Q Raised 0 None -
L ht! Handicap Rams Traffic Control Signals
Q Curb and Gu er Q Curb On Stri
Left -Tum S lots ,. Continuous Width=
_0 Sktwalk Widt 8ikewa Width= Rl ht•Tum Slots Continuous width=
Parki Lane''Wid #l�m Detours I Construction Permanent 0 Landscaping requirements (description): Other (description):
Right of WAY Yes /No Est. # Utilities (list names of known utility companies)
ROW Wor Perm. Easement Required No
Relocation Required No U�known
Temporary Easement Required: No
Changes In Access: No
Changes to Connecting Roads: No
Railroad Crossings # of Crossings:
Recommendatlons
Environme tal Type: Approved On: Project Code # Cleared Under: Project # Cleared Under:
None I l
Comments:
Coordination
Q Withdrawn Lands (Power Sites, Reservoirs, Etc.) Cleared through BLM or Forest Service Office Irrigation Ditch Name:
Q New Traffic Ordinance Required Q Modify Schedule of Existing Ordinance Muncipallty. Eagle
Other:
Construction Method Advertised By: NoAd Reason: Entity ! Agency Contact Name:
Phone #:
Stale
Safety Considerations Project Under: 3R
Guardrail meets current standards: No
Q Variance in Mirmum Design Standards Required Q Safety project not all standards Comments:
(� Justification Attached Q Request to be Submitte addressed
WW a item 4 2 See Remarks
Stage Construction ex laln in remarks
3R projects
Safety Evaluation Complete (date):
i '' ?�; ,r
r
J t � 4
�•H�tiY: - f 1� :!
<,
v� ���..._...
1
Exhibit B' . - - 0
LOCAL AGENCY
ORDINANCE
or
RESOLUTION
Commissioner moved adoption
of the follow' g Resolution:
BOARD OF COUNTY COMMISSIONERS
COUNTY OF EAGLE, STATE OF COLORADO
RESOLUTION NO. 2009 -12X
RESOLUTION SUPPORTING THE AGREEMENT BETWEEN EAGLE COUNTY AND
THE COLORADO DEPARTMENT OF TRANSPORTATION
FOR PHASE TWO OF THE US HIGHWAY 6 SHOULDER ADDITION PROJECT
WHEREAS, Eagle County desires to participate in a shoulder addition '(the
" roJ ect p
Project ") for the section of US Highway 6 in unincorporated Eagle Count that is located
g y
between Eagle and the Wolcott; and
WHEREAS, Eagle County has budgeted and appropriated $1,000,000.00 for Phase Two
of the Project, which funds will be used for the construction of two -foot shoulders between Mile
Post 153.5 and Mile Post 163.1 of US Highway 6; and
WHEREAS, pursuant to C.R.S. § 43- 2- 104.5, the State of Colorado ma y contract with
local governments to provide* maintenance and construction of highways that are p art of the state
highway system; and
WHEREAS, Colorado Department of Transportation ( "CDOT ") desires to artici ate in
P p
the shoulder addition project and has agreed to provide a two inch asphalt overlay and to re-
stripe t p y
p he roadway after the highway shoulder has been widened by Eagle County.
y
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD
OF COUNTY
COMMISSIONERS OF THE COUNTY OF EAGLE, STATE OF COLORADO:
THAT, the Board of Eagle County Commissioners hereby authorizes the Chairman of
the board to sign the grant agreement with CD04'.
THAT, the Board of Eagle County Commissioners hereby authorizes the expenditure of
funds as necessary to meet the terms -and obligations of the agreement between CDOT and Eagle
County for Phase Two of the Project.
THAT, this resolution is to be in full force and effect from and after its assa a and
approval.
p g
II REMAINDER OF PAGE INTENTIONALLY LEFT BLANKII
MOVED, READ AND ADOPTED b the Board of Count Comm*
Y Commi loners of the
County of Eagle, State of Colorado, at its regular meeting held this
g g day of , 2009.
ATTEST:
Clerk of the Board of County
Commissioners
COUNTY OF EAGLE, STATE OF COLORADO
By and Through its Board of County
Commissioners
tyj.�� B
� : _ y
r
E
Sara J. Fisher, C an
Peter F. Runyon, Commissio
Jon Stavney, Commissioner
Commissioner .seconded adoption of the
p foregoing resolution. The roll
having been called, the vote was as follows:
Commissioner Sara J. Fisher 0�4�
Commissioner Peter F. Runyon 67A00
Commissioner Jon Stavney
This Resolution passed by �! � vote of the Board of County
Commissioners of the County of Eagle, State of Colorado.
, t exhibit C
'� SAMPLE IGA OPTION LE TTER NOTE: This option is limited to the specific contract scenarios listed below AND cannot be used in place of exercising a formal
amendinent.
Date: State Fiscal Year: I option Letter No. OLIN Routin #
Contractor / Local Agency: y
A. SUBJECT: (Choose applicable options listed below AND in section B and delete the rest
1. Option to renew (for an additional term) applies to Highway and '
contracts ONLY; this renewal
g y Signal maintenance
cannot be used to make any change to the original scope of work;
p ,
2. Level of service change within current term due to an unexpected Local overmatch on an overbid
situation ONLY;
3. Option to add phasing to include Design, Construction, Environmental, Utilities, ROW incidentals or
Miscellaneous ONLY (does not apply to Acquisition /Relocation or Railroads);
4. Option to update funding (a new Section 4. Project Funding Provisions must be refernced with the
option letter and shall be labeled Revision 1 to Section 4. Project Funding Provisions (future changes
for this option shall be labeled as follows: Revison 2, etc.)
B. REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth
below:
Insert the following. Ian ua a for use with o tions #1):
In accordance with Paragraph(s) of contract routing number {insert FY AoeL7cv code & CLIN
routin # , between the State of Colorado, Department of Transportation, and (insert contractor's namej the
state hereby exercises the option for an additional term of (insert erformance eriod h@Lej at a cost/ rice
specified in Para ra hlSectianlProvision �
P g P of the original contract, AND /OR an increase in
the amount of goods /services at the same rate(s) as specified in Paragraph of the
original contract.
(insert the following lanouaoe for use with o tion #Z
In accordance with the terms of the original contract (insert FY Mency code & CLIN rout—ing #1 between the
State of Colorado, Department of Transportation and insert contractor's name here), the State hereby
exercises the option to record a level of service change due to unexpected overrn h dol
overbid situation. The contract is now increase p • jars due to an
d by (indicate additional dollars here) specified in
Paragraph /Section /Provision of the original contract.
Insert the following Ian ua a for use with Option #3
In accordance with the terms of the original contract {insert FY AgeaQy Agency code & CLlt routin # between the
State of Colorado, Department of Transportation and insert contractor's name here j, the State hereby
exercises the option to add an overlapping phase in indicate Fiscal Year here that
which base well be added and include ) , will include {describe
c ude all that a I — Design. Construction Environmental Utilities RAIN
incidentals or Miscellaneous). Total funds for this contract remain the same (indicate total dollars here a
referenced in Paragraph /Section /Provision /Exhibit } s
of the original contract.
(Insert the following language for use with Option #4 }•
In accordance with the terms of the original contract (insert FY Acl&ncy code & CLIN routin # ) between
the State of Colorado, Department of Transportation and insert contractor's name here ,
- the State hereby
exercises the option to update funding based on changes from state, federal, local match and /or local
agency overmatch funds. The contract is now (select one: increased and /or decreased by (insert dollars
here) specified in Paragraph!- Section /- Provision /Exhibit
of the original contract. Anew
Section 4. Project Funding Provisions is made part of the original contract and replaces the original
Section 4. Project Funding Provisions.
Exhibit C -- Page 1 of 2
Exhl"bit C:
The f ilowin language must be included on all options):
The amount of the current Fiscal Year contract value is {increased /decreased} by ($ amount, of chance,) to a
new contract value of ($� ) to satisfy services /goods ordered under the contract for the current
fiscal Year (indicate Fiscal Year). The first sentence in Paragraph /Section /Provision is hereby
modifi�d accordingly.
The toital contract value to include all previous amendments, option letters etc. is
The effective date of this Caption Letter is upon approval of the State Controller
A pp or delegate, whichever is
later.
APPROVALS:
For the Contractor / Local A92jncy_:
Legal Name of Contractor / L.ocal Agency
Fay:
Print blame of Authorized Individual
Signature:
Date:
Title: Official Title of Authorized Individual
State] of Colorado:
Sill Ritter, Jr., Governor
By: 0 Date:
Executive Director, Colorado Department of Transportation
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS §24-30 -202 requires the State Controller to approve all State Contracts. This Contract Is not
valid until signed and dated below by the State Controller or delegate. Contractor is not authorized
to begin performance until such time. If Contractor begins performing prior thereto the S
Colorado Is not obilgated to pay Contractor for such performance p tats of
p or for any goods and/or
services provided hereunder.
Issuance date: July 1, 2008
State Controller
David J. McDermott, CPA
By:
Date:
Exhibit C Page 2 of 2
I t
14 0 • s
Exhibit D
LOCAL AGENCY
CONTRACT ADMINISTRATION
CHECKLIST
CDOT Form 1243
NOT APPLICABLE TO THIS AGREEMENT
Exhibit D