Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC12-399 Schmueser Gordon Meyer Agreement AGREEMENT BETWEEN
EAGLE COUNTY, COLORADO AND
SCHMUESER GORDON MEYER (SGM), INC. FOR
PROFESSIONAL DESIGN SERVICES FOR
EL JEBEL ROAD IMPROVEMENT
THIS AG EMENT for Professional Services ( "Agreement ") is made and entered into effective
as of the ( t of IMA , 2012 by and between Schmueser Gordon Meyer (SGM), Inc.,
a Colorado corporation (hereinafter "Consultant" or "Contractor ") and Eagle County, Colorado a
body corporate and politic ( "County ").
RECITALS
WHEREAS, County desires to improve a portion of El Jebel Road at the intersections of
State Highway 82, El Jebel Road and Valley Road in the unincorporated area of El Jebel in Eagle
County (hereinafter "Project "); and
WHEREAS, the Colorado Department of Transportation (hereinafter "CDOT ") has selected
this Project as eligible for Federal funding through the Hazard Elimination Safety Program
(hereinafter "HES Program ") administered by CDOT; and
WHEREAS, County entered into an Inter - Governmental Agreement with CDOT (Project
Number SHO 0821 - 100(19212)) for HES Program funding of the Project (the `Grant Agreement ");
and
WHEREAS, County issued a Request for Qualifications for professional engineering
services (the "RFQ ") in order to solicit proposals from consultants willing and able to provide,
among other services, engineering and design services and construction administration for the
Project; and
WHEREAS, after review of proposals submitted in response to the RFQ, County wishes to
hire Consultant to provide the services described in Section 1 hereunder; and
WHEREAS, Consultant is authorized to do business in the State of Colorado and has
represented that it has the experience and knowledge in the subject matter necessary to provide said
services to County; and
WHEREAS, Consultant and County intend by this Agreement to set forth the scope of the
responsibilities of the Consultant in connection with the Services (as defined below) and related
terms and conditions to govern the relationship between Consultant and County in connection with
the Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Consultant and
County agree as follows:
1
1) Services.
a) Consultant agrees to furnish all services, labor, personnel and materials necessary to perform
and complete the services described in Consultant's Scope of Work dated August 17, 2012
and associated sub - consultant proposals, attached hereto as Exhibit A, and incorporated
herein by this reference (the "Services "). Consultant additionally agrees to comply with all
design requirements of the Grant Agreement between County and CDOT, attached hereto as
Exhibit C, and incorporated herein by this reference. If no completion date is specified in
Exhibit A, Consultant agrees to furnish the Services in a timely and expeditious manner
consistent with the applicable professional standard of care. In the event of any conflict or
inconsistency between the terms and conditions set forth in Exhibit A and the terms and
conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
b) This Agreement shall commence on the date first written above and, subject to the provisions
of Section 10 hereof, shall continue in full force and effect until the Services are
satisfactorily completed.
c) The design work under this Agreement shall be compatible with the requirements of the
Grant Agreement between Eagle County and CDOT (which is attached hereto as Exhibit C
and incorporated herein by this reference) for the design/construction of the Project. CDOT
is an intended third -party beneficiary of this Agreement for that purpose.
d) Upon advertisement of the Project work for construction, the Consultant shall make available
services requested by CDOT to assist CDOT in the evaluation of construction and resolution
of construction problems that may arise during the construction of the Project.
e) The Consultant shall review the construction contractor's shop drawings for conformance
with the Contract Documents and compliance with the provisions of the CDOT's
publication, Standard Specifications for Road and Bridge Construction, in connection with
this Project.
2) Compensation.
a) County shall compensate Consultant for the performance of the Services as set forth herein
and in Consultant's Fee Proposal dated July 19, 2011, and associated sub - consultant
proposals attached hereto as Exhibit B ( "Compensation "). The Compensation agreed to and
set forth in Exhibit B shall be paid by County in monthly payments equal to the cost for each
task performed or completed by Consultant. All out -of- pocket expenses are included in the
fees set forth in Exhibit B. All invoices shall include the percentage of completion by task
with detail regarding hours spent, tasks performed and who performed each task. Each
invoice shall cover a calendar month beginning on the 1 of the month and ending on the last
day of the month. Invoices shall be submitted to County by Consultant by the 15 of the
month following the month in which the Services are rendered and shall be accompanied by
invoices or other documentation as may be required by County, and such other
documentation as may be required by CDOT or other government agencies processing
invoices for payment or reimbursement to County, if any, and as may be required by County.
Consultant's invoices shall be paid within thirty days of receipt provided that all of
Consultant's invoices and insurance certificates on file with County are current and all
2
Services have been satisfactorily performed. Original invoices with accompanying support
documentation should be forwarded to: Greg Schroeder, Senior Project Engineer, Eagle
County Engineering, Post Office Box 850, Eagle, CO 81631 by US Mail or electronically to
greg .schroeder(a,eaglecounty.us. The compensation for the performance of Services
described in Exhibit A shall not exceed one hundred thirteen thousand nine hundred
ninety -one dollars and fifty cents ($113,991.50).
b) Notwithstanding the foregoing, if, prior to payment of compensation or reimbursement for
services but after submission to the County of a request therefore by Consultant, the County
reasonably determines that payment as requested would be improper because the services
were not performed as prescribed by the provisions of this Agreement, the County shall have
no obligation to make such payment. If, at any time after or during the term of this
Agreement or after termination of this Agreement as hereinafter provided or expiration of
this Agreement, the County reasonably determines that any payment theretofore paid by the
County to Consultant was improper because the services for which payment was made were
not performed as prescribed by the provisions of this Agreement, then upon written notice of
such determination and request for reimbursement from the County, Consultant shall
forthwith return such payment to the County. Upon termination of this Agreement as
hereinafter provided or expiration of the Term, any unexpended funds advanced by the
County to Consultant shall forthwith be returned to County.
c) The County will not withhold any taxes from monies paid to the Consultant hereunder and
Consultant agrees'to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement.
d) Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in
respect of any period after, December 31 of the calendar year of the term of this Agreement
without an appropriation therefore by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with the provisions of Article 25, Title 30 of
the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29 -1 -101 et.seq.)
and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
3) Additional Services. Any services in addition to the Services ( "Additional Services ") shall be
performed by Consultant only upon the written request of County. Orders for Additional
Services shall be acknowledged by County and Consultant in writing, prior to any such work
identified as Additional Services is performed by Consultant. Failure by Consultant to obtain
written authorization and acknowledgement by County for Additional Services shall result in
non - payment for any such Additional Services or work performed. Except as otherwise agreed
in writing by Consultant and County, all Additional Services shall be subject to the terms and
conditions of this Agreement. County may also by written notice to Consultant make any
reasonable reductions to the scope of the Services and the compensation payable to Consultant
shall be reduced in a fair and reasonable amount on account thereof.
4) Assignment & Sub - consultants.
a) County hereby consents to Yeh & Associates, ERO Resources Corporation, A Project
Resource, LLC and LANDWEST Colorado, LLC performing portions of the Services as a sub -
consultant to Consultant. Consultant shall be responsible for the performance of Services by
3
sub - consultants as set forth herein. Consultant shall be responsible for compensating sub -
consultants for any Services or Additional Services performed by such sub - consultants. County
shall only be responsible for compensation to Consultant as set forth herein. Nothing contained
in this Agreement shall be deemed to create any contractual relationship between any sub -
consultant or subcontractor of any tier and the County.
b) All subcontracts shall conform to provisions of this Agreement. Consultant shall require its
sub - consultants to the extent of the Services to be performed by the sub - consultant, to
assume toward Consultant all the obligation and responsibility which Consultant, by this
Agreement, assumes towards County. Said agreement shall preserve and protect the rights of
the County with respect to the Services to be performed by the sub - consultant so that the
subcontracting thereof will not prejudice such rights. Consultant shall require each sub -
consultant to enter into similar agreements with its subcontractors. Before permitting any of
its sub - consultants to perform any Work under this Agreement, Consultant shall require each
of its sub - consultants to procure and maintain such insurance as set forth in Section 6 below.
c) Notwithstanding the foregoing, Consultant acknowledges that County has entered into this
Agreement in reliance upon the particular reputation and expertise of Consultant. Consultant
shall not enter into any other or alternative sub - consultant agreements for the performance of
any of the Services or Additional Services without County's prior written consent, which may
be withheld in County's sole discretion. County shall have the right in its reasonable discretion
to approve all personnel assigned to the subject Project during the performance of this
Agreement and no personnel to whom County has an objection, in its reasonable discretion,
shall be assigned to the Project. Consultant shall require each sub - consultant, as approved by
County and to the extent of the Services to be performed by the sub - consultant, to be bound to
Consultant by the terms of this Agreement, and to assume toward Consultant all the obligations
and responsibilities which Consultant, by this Agreement, assumes toward County. County shall
have the right (but not the obligation) to enforce the provisions of this Agreement against any
sub - consultant hired by Consultant and Consultant shall cooperate in such process.
5) Insurance. Unless otherwise agreed to in writing by County, Consultant agrees to provide and
maintain, at Consultant's sole cost and expense, and to require its subcontractor to maintain the
following insurance coverage:
a) Types of Insurance.
i) Workers' Compensation as required by State statute, and Employer's liability insurance
coverage covering all of the Consultant's employees acting within the course and scope
of their employment.
ii) Automobile Liability Insurance covering any auto including owned, hired and non-
owned autos) with a minimum limit of $1,000,000 each accident combined single limit.
iii) Commercial General Liability insurance written on ISO occurrence form CG 00 01 10/93
or equivalent, covering premises operations, fire damage, independent contractors,
products and completed operations, blanket liability, personal injury, and advertising
liability with minimum limits as follows: (a) $1,000,000 per occurrence; (b) $1,000,000
general aggregate; (c) $1,000,000 products and completed operations aggregate; and (d)
$50,000 any one fire. If any aggregate limit is reduced below $1,000,000 because of
4
claims made or paid, Consultant shall immediately obtain additional insurance to restore
the full aggregate limit and furnish to the County a certificate or other document
satisfactory to the County showing compliance with this provision.
iv) Professional Liability Insurance with limits of liability of not less than $1,000,000 per
occurrence.
b) Other Requirements.
i) Consultant shall maintain the foregoing coverage in effect until the Services and
Additional Services are completed. In addition, to the extent commercially available at
reasonable rates, all such policies shall be kept in force by Consultant until the applicable
statute of limitations for the Project has expired.
ii) All policies must be written by insurance companies whose rating in the most recent
Best's rating guide is not less than A- (VII).
iii) Certificates of Insurance with the required endorsements evidencing the coverage must
be delivered to County prior to commencement of any Services under this Agreement
and must be provided on an annual basis commencing on the first (1 anniversary of the
policy year and continuing thereafter, or at any time within ten (10) days after request
therefor by County or an additional insured. Consultant shall provide County or CDOT a
complete copy of any policy of insurance required hereunder within five (5) business
days of a request from County or CDOT, and hereby authorizes Consultant's brokers,
without further notice to or authorization by Consultant, to immediately comply with any
written request of County for a complete copy of any policy required hereunder.
iv) If Consultant fails to secure and maintain the insurance required by this Agreement and
provide satisfactory evidence thereof to County, County shall be entitled to immediately
terminate this Agreement.
v) Consultant's insurance shall be primary and non - contributory to any insurance held by
County.
vi) All insurance policies in any way related to this Agreement and secured and maintained
by Consultant shall include clauses stating that each carrier shall waive all rights of
recovery, under subrogation or otherwise, against the County or CDOT, its agencies,
institutions, organizations, officers, agents, employees and volunteers.
vii) The County and CDOT shall be named as additional insured on the Commercial
General Liability policies.
6) Indemnification. To the fullest extent permitted by law, Consultant agrees to indemnify, defend
and hold harmless Eagle County, its officers, directors, agents and employees, (collectively,
"County Indemnities ") from and against any and all claims, demands, losses, liabilities,
damages, disbursements, obligations, fines, penalties, costs, expenses (including, but not limited
to, reasonable attorneys' fees and costs) and costs of every kind and character ( "Claims ") to the
extent actually or allegedly caused by or attributable to (in whole or in part) this Agreement or
the performance or non - performance of the Services (including any Additional Services)
provided by Consultant and its agents, employees, sub - consultants and/or suppliers, and/or any
5
negligent or otherwise wrongful statement, act or omissions of Consultant or any person or entity
under Consultant's control; and Consultant shall reimburse County for any and all expenses,
including attorney fees, incurred by County in connection with investigating or defending any
such loss, claim, damage, liability or action. The indemnity and hold harmless provisions of this
Agreement shall survive expiration or termination hereof. County and Consultant hereby certify
and agree that the indemnity and hold harmless provisions of this Agreement have been freely
and mutually negotiated. This indemnification shall not apply to claims by third parties against
the County to the extent that the County is liable to such third party for such claim without
regard to the involvement of the Contractor.
7) Ownership of Documents. All documents prepared by Consultant or Consultant's sub - consultants
in connection with Consultant's performance under this Agreement shall become the property of
County, and Consultant or Consultant's sub - consultants shall execute written assignments to
County of all rights (including common law, statutory, and other rights, including copyrights) to the
same as County shall from time to time request. For purposes of this paragraph, the term
"documents" shall mean and include all surveys, reports, plans, studies, tape or other electronic
recordings, drawings, sketches, estimates, data sheets, maps and work sheets produced, or prepared
by or for Consultant (including any employee or sub - consultant in connection with the performance
of the Services and Additional Services under this Agreement). The County acknowledges that the
use of documents prepared by Consultant or Consultant's sub - consultants for other than the Project
shall be at County's sole risk and without liability to Consultant.
8) Notices. All notices or other communications made pursuant hereto shall be in writing and shall
be deemed properly delivered, given or served (i) when personally delivered, or (ii) two (2)
calendar days after being deposited in the United States mail, certified or registered, postage
prepaid, return receipt requested, (iii) when delivered by FedEx or other comparable courier
service, charges prepaid, to the parties at their respective addresses listed below their signatures,
or (iv) when sent via facsimile so long as the sending party can provide a facsimile machine or
other confirmation showing the date, time, and receiving facsimile number for the transmission.
Either party may change its address for the purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
County:
Eagle County Government
Attention: Eva Wilson
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970 - 328 -3560
Facsimile: 970 - 328 -8789
E -mail: eva.wilson @eaglecounty.us
6
And a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970 - 328 -8685
Facsimile: 970 - 328 -8699
Consultant:
Schmueser Gordon Meyer (SGM), Inc.
Attention: Dan Cokley
118 W Sixth St, Suite 200
Glenwood Springs, CO 81601
Telephone: 303-384-9009
Facsimile: 303-379-3378
E -mail: DanC @sgm- inc.com
9) Coordination. Consultant acknowledges that the development and processing of the Services or
Additional Services for the Project may require close coordination between various consultants.
Consultant shall coordinate the Services required hereunder with the other consultants that are
identified by County to Consultant from time to time, and Consultant shall immediately notify
such other consultants, in writing, of any changes or revisions to Consultant's work product that
might affect the work of other consultants providing services for the Project and concurrently
provide County with a copy of such notification. Consultant shall not knowingly cause other
consultants extra work without obtaining prior written approval from County. If such prior
approval is not obtained, Consultant shall be subject to any offset for the costs of such extra
work.
10) Termination.
a) The County may terminate this Agreement, in whole or in part, for any reason, at any time,
with or without cause. In the event the Consultant files for bankruptcy or is declared
bankrupt or dissolves, the County may declare in writing that this Agreement is immediately
terminated, and all rights of Consultant and obligations of the County are terminated, except
payment of accrued but unpaid fees as set forth in Section 10(b) hereof.
b) Upon termination of this Agreement as set forth in Section 10(a) above, County shall pay to
Consultant as payment in full for all labor, work and services performed, all materials
supplied, and expenses incurred by Consultant as follows: (i) the agreed compensation for all
Services and approved Additional Services satisfactorily performed by Consultant under this
Agreement up to the effective date of termination. Concurrent with Consultant's receipt of
such payment, Consultant shall sign and deliver to County true and complete copies of
Consultant's work product. As used herein, the "effective date of termination" shall be that
date which is seven (7) calendar days after receipt of the notice of termination.
11) Venue and Jurisdiction. Any and all claims, disputes or controversies related to this Agreement,
or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall
7
be the sole and exclusive forum for such litigation.
12) General Conditions.
a) Consultant shall be responsible for the completeness and accuracy of the Services and any
Additional Services, including all supporting data and other documents prepared or compiled
in performance of the Services or Additional Services, and shall correct, at its sole expense,
all significant errors and omissions therein. The fact that the County has accepted or
approved the Services or Additional Services shall not relieve Consultant of any of its
responsibilities. Consultant shall perform the Services and Additional Services in a skillful,
professional and competent manner and in accordance with the standard of care, skill and
diligence applicable to consultants, with respect to similar services, in this area at this time.
Consultant represents and warrants that it has the experience and personnel necessary to
properly perform the Services.
b) This Agreement and Exhibits A - C (the "Contract Documents ") represent the entire
Agreement between the parties hereto. There are no Contract Documents other than this
Agreement and Exhibits A, B and C. The Agreement may only be altered, amended, or
repealed in writing.
c) Consultant agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement. Time is of the
essence with respect to this Agreement. By executing the Agreement, Consultant confirms
that the time limitations set forth herein are reasonable period(s) for performing the Services.
d) This Agreement shall be construed and interpreted under and shall be governed and enforced
according to the domestic laws of the State of Colorado (without reference to the doctrine of
conflicts of law).
e) Consultant represents and warrants that at all times in the performance of the Services
Consultant shall comply with any and all applicable laws, codes, rules and regulations.
f) Consultant and its employees are not entitled to workers' compensation benefits through the
County. Consultant is solely responsible for necessary and adequate workers' compensation
insurance and shall be responsible for withholding and paying all federal and state taxes.
The Consultant and its employees are not entitled to unemployment insurance benefits unless
unemployment compensation coverage is provided by an entity other than County. The
Consultant hereby acknowledges full and complete liability for and shall timely pay all taxes
imposed by any federal, state or local taxing authority on all payrolls and compensation of its
employees and subcontractors and any other taxes, fees and charges levied against
Consultant on account of this Agreement.
g) This Agreement constitutes an agreement for the performance of work and services by
Consultant as an independent contractor and not as an employee of County. Nothing
contained in this Agreement shall be deemed to create a relationship of employer - employee,
master - servant, partnership, joint venture or any other relationship between County and
Consultant except that of independent contractor. Consultant shall have no authority to bind
County or to approve any Additional Services, unless specifically approved by County in
writing.
8
h) This Agreement may not be amended or supplemented, nor may any obligations hereunder
be waived, except by a written instrument signed by the party to be charged.
Notwithstanding the foregoing sentence, Consultant agrees to make such revisions to this
Agreement as may be reasonably required by County, and Consultant agrees to comply with
customary requirements of construction and permanent lenders which may be imposed
including, but not limited to, execution of a subordination agreement(s).
i) This Agreement and the covenants contained herein shall be binding upon and shall inure to
the benefit of the parties hereto and their respective permitted assigns and successors -in-
interest.
j) No failure or delay by either party in the exercise of any right given to such party hereunder
shall constitute a waiver thereof. No waiver of any breach of any agreement or provision
contained herein shall be deemed a waiver of any preceding or succeeding breach thereof or
of any other agreement or provision contained herein.
k) Whenever the context hereof shall so require, the singular shall include the plural, the male
gender shall include the female and the neuter, and vice versa.
1) The invalidity, illegality or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
m) Consultant shall maintain for a minimum of three years, adequate financial and other records
for reporting to County. Consultant shall be subject to financial audit by federal, state or
county auditors or their designees. Consultant authorizes County to perform audits or to
make inspections of records during normal business hours, upon 48 hours' notice to
Consultant. Consultant shall fully cooperate with County representatives during such audit or
inspections.
n) Consultant acknowledges that this Agreement is subject to all of the provisions of the Grant
Agreement between the County and CDOT, attached hereto as Exhibit C, and agrees to
comply with said Agreement. Consultant shall insert a clause containing the terms of this
Section 12(n) in all contracts or sub - contracts for performance of Services under this
Agreement.
o) Consultant shall not discriminate against any employee or applicant for employment to be
employed in the performance of this Agreement on the basis of race, color, religion, national
origin, sex, ancestry, physical handicap, sexual orientation, age, political affiliation, or family
responsibility. Consultant shall require all sub - consultants to agree to the provisions of this
subparagraph.
9
13) Prohibitions on Government Contracts. If Consultant has any employees or subcontractors,
Consultant shall comply with C.R.S. § 8- 17.5 -101, et seq., regarding Illegal Aliens — Public
Contracts for Services, and this Contract. By execution of this Contract, Consultant certifies that it
does not knowingly employ or contract with an illegal alien who will perform under this Contract
and that Consultant will participate in the E -verify Program or other Department of Labor and
Employment program ( "Department Program ") in order to confirm the eligibility of all employees
who are newly hired for employment to perform Services or Additional Services under this Contract.
a) Consultant shall not:
(i) Knowingly employ or contract with an illegal alien to perform Services or
Additional Services under this contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to Consultant
that the subcontractor shall not knowingly employ or contract with an illegal
alien to perform work under the public contract for services.
b) Consultant has confirmed the employment eligibility of all employees who are newly
hired for employment to perform Services or Additional Services under this Contract
through participation in the E -verify Program or Department Program, as
administered by the United States Department of Homeland Security. Information on
applying for the E -verify program can be found at:
http://www.dhs.gov/xprevprot/programs/gc_1185221678150.shtm
c) Consultant shall not use either the E- verify program or other Department Program
procedures to undertake pre - employment screening of job applicants while the public
contract for services is being performed.
d) If Consultant obtains actual knowledge that a subcontractor performing work under
the public contract for services knowingly employs or contracts with an illegal alien,
Consultant shall be required to:
(i) Notify the subcontractor and County within three days that Consultant has
actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph
(D) the subcontractor does not stop employing or contracting with the illegal
alien; except that Consultant shall not terminate the contract with the
subcontractor if during such three days the subcontractor provides information
to establish that the subcontractor has not knowingly employed or contracted
with an illegal alien.
e) Consultant shall comply with any reasonable request by the Department of Labor and
Employment made in the course of an investigation that the department is
undertaking pursuant to its authority established in C.R.S. § 8- 17.5- 102(5).
10
If Consultant violates these prohibitions, County may terminate the contract for a
breach of the contract. If the contract is so terminated specifically for a breach of this
provision of this Contract, Consultant shall be liable for actual and consequential
damages to County as required by law.
g) County will notify the office of the Colorado Secretary of State if Consultant violates
this provision of this Contract and the County terminates the Contract for such
breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
11
IN WITNESS WHEREOF, the parties have executed this Agreement as of the 11 ij day of December,
20 11.,
ATTEST: COUNTY OF EAGLE, STATE OF
- EA OLORADO, by thro its BOARD OF
• •Y t yy �� f ; '• j LINTY COM I 1`: � °� •
By I a
Clerk to the Board of County. Commissioners Peter Runyon, Chairm.
SCHMUESER GORDON MEYER, INC.
By: ,...
Its: Principal
STATE OF COLORADO )
Keir'',,, - ) ss.
COUNTY OF /..( )
The fore oing instrument was acknowledged before me by / !h if /Cee Se , this S
day of - 0A A.1,4Ler , 2012.
My commission expires: ' /, /, 0 /0,)/D I 3 ,,,...„,
4111111C '
. .__.' v.= e- I _. aL. / .-- . 1 .i i ., e"■■
Notary Publ c
N . :
,
: p
:, r i
`�_." o • /
t s i /.. '• . Y BLIC o
12
SCOPE OF WORK — El Jebel Intersection North
Eagle County, Colorado
Background. The State Highway 82 / El Jebel Road intersection is located in the
unincorporated area of El Jebel in Eagle County, Colorado. Both the north and south
sides of the intersection with SH82 have two "tee" intersections within close proximately
to the SH82 / El Jebel Road intersection as well as one another. To the north, these
intersections are El Jebel Road / Favre Lane on the west and El Jebel Road / Crawford
properties to the east ( "north" intersection).
There are two significant development plans proposed in the immediate future adjacent to
the study intersection. To the west, the Crown Mountain Parks and Recreation District
( "CMPRD ") is proposing to construct a recreation center, and to the east, the Roaring
Fork Transportation Authority ( "RFTA ") is proposing to construct a "Park and Ride"
facility for their upcoming Bus Rapid Transit ("BRT") project. Traffic generated from
these developments, as well as the present and future background traffic, will have a
significant impact upon the SH 82 intersection. Furthermore, the intersection is located
within close proximity to the SH82 / El Jebel Road intersection, and there is a concern
that the proximity may cause failures due to traffic queuing to and from SH82.
To the north, Favre Lane provides access to mainly commercial properties such as
Wendy's, gas station, and the bowling alley. The other side of El Jebel Road also
contains commercial properties including several restaurants. Traffic queuing to and from
SH82 is an issue on the north side of SH82 as well. The north side improvements will be
funded with the help of a Hazard Elimination Safety grant from CDOT.
The design must be a coordinated effort to ensure both the north and south sides of the
intersection are part of the overall design plan that considers lane configuration, signal
timing and queuing.
Background Information. The following information is available as background
information to this project:
• CDOT Region 3 Intersection Priority Study, June 2011, Fehr & Peers
• El Jebel / Crown Mountain Traffic Analysis, Stolfus & Associates, January
2012
• El Jebel Traffic Report, SH 82 and El Jebel Road / Sopris Village Drive,
Roaring Fork Transportation Authority Bus Rapid Transit Project, HNTB &
Schmueser Gordon Meyer, October 20, 2011
• Crown Mountain, Revised Traffic Impact Analysis, LSC Transportation
Consultants
• LEA -3339 RFTA El Jebel BRT Referral
• PDA -3103 Mount Sopris Tree Farm PUD Amendment
EXHIBIT
Planned Improvements. Reconstruction of approximately 500 ft of El Jebel Rd and 500
ft of improvements in the vicinity of the Favre and Shadowrock intersections; possibly a
mini roundabout at El Jebel / Shadowrock. Design may include turn lanes, median, bus
stop on El Jebel Road, plus turn lane striping on SH 82 to extend turn lanes on the west
side of the intersection. Carefully consider pedestrian and bicycle routes as part of the
design.
Schedule. The County has a goal of having Construction Documents completed by June
2013.
Scope of Work. SGM will be responsible for full planning, coordination, and public
relations during the feasibility study and environmental investigations, then full PS &E
design, and construction management for the project. For El Jebel Road (north side),
SGM will use the R3 Fehr & Peers report as a basis for improvements to the SH 82
intersection and approach.
The projects will generally be completed jointly, with the exception that the north side
work will not begin until an IGA with CDOT has been completed so that the Hazard
Elimination Safety grant may be used for design funding as well. The projects will be
invoiced separately and will have the same process and elements, with the possible
exception of the stakeholder groups.
We anticipate the following phases of work for this project:
1. Selection /Confirmation of Preferred Intersection Option
Objective
During this phase we will review the alternatives and existing information. On
the north side, we will focus on the recommended alternatives and
improvements in the R3 Fehr & Peers report. We will listen and understand
the needs and concerns of both the stakeholders and the public. We will
prepare a logical decision matrix to document the reasoning behind each
alternative for use in public presentations.
Tasks
a. Review and Analyze existing data
i. Review Stoflus analysis inc coordination with Matt Brown,
alternatives, growth rates, queuing, ...
ii. Review current RFTA BRT Park and Ride status /plan
iii. Review current Crown Mtn status /plan
iv. Understand the transportation needs of the area and identify the
desires of the affected community through individual group
stakeholder meetings (Eagle Co, RFTA, Crown Mtn, CDOT,
Basalt, Crawford and Tucker (north), and Sopris Village (south)
v. Review /develop alternatives to serve the needs, analyze the
feasibility of the altematives, refine the most feasible alternatives
and determine impacts of the alternatives if they are implemented.
vi. Provide updated report as necessary based upon findings
vii. Hold Project Leadership Team meetings as necessary to update
findings (Eagle Co, RFTA, Crown Mtn, CDOT, Basalt, Crawford,
Tucker, Sopris Village)
b. Public Involvement Process
i. Catalogue existing public comment
ii. Provide graphic and visual materials
iii. Provide Facilitator, as needed
iv. Hold individual stakeholder meetings with property owners and
neighbors (Crawford, Tucker, Sopris Village, MVMD, Crown Mtn
Board, etc)
v. Public Open House process (Kickoff 30 %, 90 %)
vi. Public Meeting with BoCC for preferred alternative approval
2. Initial Project Development
Objective
Clarity of stakeholder goals and priorities is critical to any design task. Once
these have been established, the objective is to develop a clear understanding
on the three key elements of successful projects: Scope, Schedule and Budget
and to initiate data collection activities.
a. Physical Existing Conditions and Boundary Survey
b. Geotechnical Investigation
c. Environmental Clearances (CDOT will provide Archaeology and History,
Consultant will perform Wetland Delineation and Permitting).
d. Utility Coordination (meetings, locating, potholing, and other adjustments)
3. Design Development (30% Design, FIR)
Objective
Develop a set of preliminary design plans based on accepted intersection
design criteria and the roadway geometry, hydrology studies, geotechnical
recommendations, site constraints, streetscape and costs.
a. Plan and Profile Plans
b. Preliminary Right of Way Plans (inc. appraisals, acquisition and title
services in accordance with CDOT and FHWA standards)
c. Preliminary Geotechnical and Environmental Report
d. Preliminary Hydrology Report
e. Preliminary Quantities and Opinion of Probable Cost
f. Project Leadership Team Meetings (Eagle Co, RFTA, Crown Mtn, CDOT,
Basalt, Crawford, Tucker, Sopris Village)
g. Public Open House
4. Design Development (90% Design, FOR)
Objective
Provide a complete Plans, Specifications & Estimate (PS &E) package that is
essentially bid -ready for the County Review submittal prior to advertisement.
a. Final Reports
b. Roadway. Plans
c. Right of Way Plans
d. Drainage Plans
e. Erosion Control Plans
f. Retaining or Structural Plans
g. Traffic Control Plans
h. Signage and Striping Plans
i. Landscape & Streetscape Plans
j. Standard Plans
k. Project Special Provisions
1. Project Leadership Team meeting
m. Public Open House
5. Construction Documents
Objective
Provide a complete Plans, Specifications & Estimate (PS &E) package that is
bid - ready.
a. Construction Plans
b. Project Special Provisions and Standard Special Provisions
c. Final Opinion of Probable Project Cost
6. Bid Administration Support
Objective
Provide a continuation of technical support to the County PM throughout the
bid solicitation period, shop drawing review and project award.
a. Pre -Bid meeting attendance
b. Addenda, if required
c. Project Award
7. Construction Management (price not included, assume - 40% of construction
for budgeting purposes)
II
a. Preconstruction and construction contract administration
b. Geotechnical Testing support
c. Construction Survey. Support
d. Management of construction activities including scheduling, contract
interpretation, contractor interim payment preparation, daily diaries, daily
quantities preparation, testing, inspection, surveying and other engineering
as determined.
Additional information is provided below from the County Scope of Work that identifies
specific requirements for several tasks mentioned above but provided in more detail
below:
Project Coordination. Coordination may be required with all the following:
• Utilities
• Division of Wildlife
• Utility Notification Center of Colorado
• Colorado Dept. of Public Health and Environment
• Colorado Department of Transportation (CDOT)
• Federal Highway Administration (FHWA)
• Roaring Fork Transit Agency (RFTA)
• Crown Mountain Parks & Recreation District (CMPRD)
• Town of Basalt
• Pitkin County
• Sopris Village HOA
Utility Coordination.
Utility Survey
• Arrange for field locates of all underground utilities.
• Survey all above and below ground utilities, including poles, manholes,
valves, pedestals, guy wires, markers, fiber optic lines, telephone lines, gas
lines, electric lines, sewer lines, etc.
• Determine invert elevations of all manholes and vaults.
• Pothole all underground utilities in areas of potential conflict with our
construction.
• Obtain all necessary permits to perform on -site surveys of utilities.
Utility Coordination
• Obtain maps from utility companies.
• Create / maintain utility company contact lists.
• Conduct any necessary field reviews / investigations with the utility
companies
• Conduct periodic meetings with individual utility companies, as design
progresses.
• Distribute plans and cross sections to utility companies as design progresses,
including FIR, FOR, and construction.
• Make recommendations regarding utility relocations.
• Coordinate design of utility relocations with the utility companies.
Utility Owners
• Holy Cross
• Source Gas
• Telephone
• Comcast
• Mid Valley Metro District
Irrigation Ditches
• None known - there is a ditch
This Scope of Work includes the utilization of a utility locating service to provide locates
as needed for engineering design. UNCC is only legally obligated to provide locates in
advance of excavation.
SGM should anticipate that a design, which affects any agency, will have to be accepted
by that agency prior to its acceptance by the County. Submittals to affected agencies will
be coordinated with County. Improvements to the local roadway network and utilities
may require utilization of current standards for design.
SGM ESTIMATED BY: Dan Cokley
PROJECT: SH 82 / El Jebel Rd Intersection (N) DATE: 6/22/2012
CLIENT: Eagle County REVISION: 1
No. Code Personnel Description Name Rate Hours Salary Labor
1 PIC Principal -In- Charge Louis Meyer $155.00 24 $3,720.00
2 PM Project Manager Dan Cokley $140.00 143 $20,020.00
3 STE Sr Transportation Engineer Phillip Kurth $130.00 42 $5,460.00
4 TE Transportation Engineer Lee Barger $110.00 18 $1,980.00
5 DEN Drainage Engineer Angie Fowler $130.00 30 $3,900.00
6 DES Roadway Designer Ron Mittleider $115.00 102 $11,730.00
7 CAD CAD Designer Danny Stewart $90.00 59 $5,310.00
8 SM Survey Manager Steve Ehlers $120.00 24 $2,880.00
9 ST Survey Technician Bob Brandeberry $85.00 102 $8,670.00
10 FS Field Survey Crew 2- Person Crew $200.00 48 $9,600.00
11 QC QC Manager Jeff Simonson $140.00 0 $0.00
12 ADM Admin. Assistant Joan Preisner $65.00 31 $2,015.00
13 CM Construction Manager Blaine Wright $105.00 0 $0.00
14 i CT Construction Technician Dave Shepard $95.00 0 $0.00
I
Subtotal 623 $75,285.00
No. Code Description Name Total Cost
1 YEH Geotechnical Yeh & Assoc $4,305.00
2 ERO Environmental ERO Resources $8,830.50
3 RULS Utility Potholing Rippy Underground Locating Services $1,500.00
4 ACQ Acquisition, Title A Project Resource $8,977.50
5 LSA Landscape Architect LandWest _ $4,375.00
6 APR Appraisal Jon Lengel $6,825.00
7 TRA Traffic Stolfus $1,000.00
Subtotal' $35,813.00
Phase Total Cost
1.0 Project Management (9 months) $5,530.00
2.0 Public Information Process $5,855.00
3.0 Initial Project Development $15,445.00
4.0 Preliminary Design (30 %) ' $13,435.00
5.0 60% Design (60 %) DELETED
6.0 Final Design (90 %) $23,280.00
7.0 Design Phase Completion (100 %) $7,200.00
8.0 Bid Phase Services $4,540.00
9.0 Construction Phase Services $0.00
Subtotal) $111,098.00
Other Direct Costs $2,893.50
TOTAL COSTS $113,991.501
EXHIBIT
B
t Date: 12/6/2012 Page 1 of 4 SGM Confidential
SH 82 / El Jebel Rd Intersection (N) SCHEDULE OF FEES ::
SGM PERSONNEL HOURS SGM
PHASES AND TASKS Subtotal Design
U 2 n 6 LL C O N t- GO 0 o J '-
, tia cost
1.1 Project Leadership Team mtg (KO, 30 %, 60 %, 90 %) 4 4 2 2 4 16 51,920
1 7 I1t61ly Cnnrdinafion 4 4 0460
1.3 30% Design Review Meeting 4 2 1 7 $845
1.4 90% Design Review Meeting 4 1 5 $825
1.5 Pr.' ct Man, ment 9months 12 12 51,680
2.0 Public Information Process
2.1 Public Information Development 8 8 51,240
2.2 Small Group Stakeholder mtg 4 4 2 10 51,310
2.3 30% Public Information Meeting / BoCC 2 4 2 1 9 51,195
2.4 90% Public Information Meeting / BoCC 2 4 2 1 9 51,195
2.5 Public meeting with BoCC (1) 2 2 2 1 7 5915
*s` 3.0 htitial Project Development
3.1 Design Scoping Review Meeting w /County 8 2 8 1 5 0875
3.2 Internal Project Kickoff Meeting 8 1 1 1 1 5 5650
3.3 Establish Project Control Monumentation 6 5 11 $1,510
3.4 Local Project Control 2 5 7 51,170
3.5 Topographic Survey 2 16 18 53,440
3.6 Base Mapping 2 24 26 52,280
3.7 Review and Analyze existing traffic data 4 20 2 26 03,380
3.8 Develop Transportation Alternatives 4 4 2 10 51,300
3.9 Provide updated Transportation Report 8 1 I 0 $1 040
Subtotal: Phase 3 2 11 34 6 1 4 32 26 I 116 015.445
n ^.� a.w.....:. .... .. ','...�
4.1 Roadway Design and Roadside Devele meet 8 8 F is 02,040
4.2 Preliminary Right of Way Plans / Exhlbits 2 4 16 22 52,120
4.3 Deliverables
30% Plans - 4 4 25 21 2 56 55,895
1. Title Sheet 1 1 5115
2. Standards Plans List 1 1 0115
3. Typical Sections 1 1 5115
4. General Notes (Project) 1 , 1 590
5. Summary of Approximate Ouantites 1 1 590
6. Survey Tabulation 1 1 590
7. Storm Drainage Plan 2 2 4 5440
8. Storrwater Management Plan 2 2 4 5440
9. Project Control Map 2 2 5170
10. Removal Plans 2 2 9230
11. Utility Plans 4 4 $480
12. Plan and Profile Sheets (3 sheets) 16 8 24 52,560
13. Cross Sections (50 ft) 2 2 5180
14. Detour Traffic Control Plan 2 2 4 5400
15. Signing and Striping Plan 2 2 4 5400
_ Preliminary Quentitie5 2 4 6 5740
Preliminary Opinion of Probable Cost 2 2 5280 _
1 _ Preliminary Drainage Report 2 16 18 52,360
Subtotal: Phase 4 16 4 20 37 `21 4 18 120 513,435
Print Date: 12/6/2012 Page 2 of 4 SGM Confidential
SH 821 El Jebel Rd Intersection (N) SCHEDULE OF FEES S SGM
r • •�� SGM
PHASES AND TASKS u, Z ur o s�biotal oesgn
r3 ∎ [- w w 0 F u o V V (I t F of Hours Cost
o. a. ar ❑ O V 0 N O ¢ v v V
l ::5:b"Si1' '1 f fl (60%'I- `" k ..„ - ,.,.;.�'1w" •. ,'x'1 .r1F,m "fix =' °a. ,.",":£'F'.:,".. m.>.:s. fZt v. ;#.:skc.. .,. ?r f: 5,^^:£,`v Y "r'°%^ %"'R,�;. + S^ .,k' f ="
6.0 Final Design (90%)
t, R•d;,:w'gy Ps$ign 8fIF1 Rg9t4.',t.N. . tnM1 ,. I •J•I•L•IIIII ■- ___ ' ' l
6.2 Right -of -Way and Easements / Exhibits / Plans 4 16 52 22 94 $11,300
6.3 Deliverables
90% Plans -. 4 8 36 18 .. .. 86 $7,240
1. Title Sheet -'
2. Standards Plans List -
3. Typical Sections .
4. General Notes (Project) - L'..
5. Summary of Approximate Quantites
S. Survey Tabulation -
7 .Storm Drainage Plan 6 10 16 $1,680
8. Stormwater Management Plan 2 2 4 5440
9. Project Control Map .
10. Removal Plans -
11. Utility Plans 4 4 $460
12. Plan and Profile Sheets (3 sheets) 32 32 $3,680
13. Cross Sections (50 ft) 2 2 $180
14. Detour Traffic Control Plan 2 2 4 5400
15. Signing and Striping Plan 2 2 4 $400
16. Landscape / Streetscape Plan
Draft Project Special Provisions 4 4 $560
Draft Standard Provisions 4 4 $560
Draft Quantities 2 4 6 $740
Draft Engineer's Opinion of Probable Cost 2 2 $280
Draft Construction Bid Schedule 4 4 9560
Subtotal: Phase 6 28 4 8 48 1R 16 52 22 i 196 $23.280
7. t Update PS&E and Reports from FOR Review 8 8 18 • 01.90
72 Deliverables
Final Construction Plans & Special Provisions 8 18 8 44 $4,460
Final Engineer's Opinion of Probable Cost 2 2 5280
Final Bid Tabulation 2 2 9260
Utility Clearance Letter 1 1 5140
Right-of-Way Clearance Letter 1 �p 1 5140
,!.�� -• ,. ". '.a. 7 r. , t ,4' r *7" 32 , i � - 77777 `�°"`'4r ' 7k1 r: ,r: -7rq. �rf - b' . . � !. ,` ,_ -7,', ;,.
X 8.0 Bid Phase Services_ - " -
8.1 Bid Phase Coordination w /County 4 Ill 4 $560
8.2 Pre -Bid Meeting 4 I ,l, 4 $920
8.3 Bitldine Addenda 4 4 8 $820 I�
8.4 Bid 0. nin• / Contract Award KIMIMMIIIIIIMMIIIIIIIIIIIMIIIIMI 20 5 2 . 500
9.0 Construction Phase Services
9.1 Pre-Construction Meeting
9.2 Progress Meetings (weekly)
9.3 Review of Shop Drawings
9.4 RFI Responses
9.5 Construction Observation
Subtotal: Phase 9 a--- -- - ®-
TOTAL: Phases 1 -9 24 143 42 m 30 102 59 24 702 48 31 ■■.® 75285
i
i
g ill
Print Date: 12/6/2012 Page 3 of 4 SGM Confidential
I SH 82 / El Jebel Rd Intersection (N) SSGM I
Other Direct Ex •,cnsem..., r, , ,
Description Unit Cost Units Quantity Cost
Mileage $0.70 per mile 0 $0.00
Plotting, 24x36, B/W $2.00 per plot 90 $180.00
Plotting, 24x36, Color $4.00 per plot 24 $96.00
Reproductions, 81/2x11, B/W $0.15 per copy 250 $37.50
Reproductions, 11x17, B/W $0.15 per copy 200 $30.00
Reproductions, 8'/x11, Color $0.25 per copy 0 $0.00
Reproductions, 11x17, Color $0.50 per copy 0 $0.00
Newsletters, Tri -fold, Color $0.75 per copy 200 $150.00
Newspaper Notice $500.00 per week 3 $1,500.00
Poster Board Exhibits $75.00 each 12 $900.00
Subtotal, $2,893.50
t Date: 12/6/2012 Page 4 of 4 SGM Confidential
Yeh and Associates, Inc.
Consulting Engineers & Scientists
May 31, 2012 Proposal 2012P -G025
Mr. Dan Cokley, P.E.
SGM
118 West Sixth Street, Suite 200
Glenwood Springs, Colorado 81601
Subject: Proposal for a Subgrade Investigation and Pavement Design for the El Jebel Intersection
Improvement Project in Eagle County, Colorado.
Dear Mr. Cokley,
This letter presents Yeh and Associates, Inc. proposed scope of work, estimated project costs, fee
schedule and general conditions for providing a subgrade investigation and pavement design for the
subject project.
Project Description: The project involves reconstruction of El Jebel Road at the intersection with State
Highway 82. The majority of the improvements are planned on the south side of the interchange where
realignment of Valley Road is planned. Minor improvements are planned to the north.
Scope of Work: We will provide a subsurface investigation and asphalt pavement design. Based on the
information provided to us and our understanding of the project, we propose the following scope of work:
Task 1— Contract drilling services for a geotechnical investigation. Conduct field reconnaissance and
perform a subsurface investigation. We estimate that the site will require 10 to 12 borings. Yeh
and Associates will determine the final number of borings in the field based on CDOT
requirements. The borings will be drilled to depths of at least 5 to 10 feet. Yeh personnel will
log the borings and collect samples for testing.
Task 2 — Analyze the field data and laboratory test results and provide a geotechnical report for the site
with recommendations for subgrade preparation, drainage and asphalt pavement sections.
Task 3 — Attend 2 meetings at Eagle County and/or with SGM personnel.
Fee: The client will be invoiced on a time and materials basis in accordance with the attached fee
schedule not to exceed $14,100 for the work described in Tasks 1 - 3. All other requested work will be
invoiced on a time and materials basis in accordance with the attached Standard Fee Schedule and
General Conditions.
Sincerely,
YEH AND ASSOCIATES, INC.
Richard D. Johnson, P.E.
Project Manager
Attachment: Fee Schedule Accepted by:
General Conditions Date:
5700 East Evans Avenue, Denver, CO 80222, (303) 781 -9590, Fax (303) 781 -9583
1525 Blake Avenue, Glenwood Springs, CO 81601, (970) 384 -1500, Fax (970) 384 -1501
570 Turner Drive, Suite D, Durango, CO 81303, (970) 382 -9590, Fax (970) 382 -9583
Effective July 1, 2011
YEH AND ASSOCIATES, INC.
STANDARD FEE SCHEDULE
ENGINEERING
Principal $160.00 per hour Engineer or Geologist Intern $50.00 per hour
Sr. Project Manager $145.00 per hour Senior Field Engineer/Technician $75.00 per hour
Project Manager $135.00 per hour Field Engineering Technician $65.00 per hour
Senior Project Engineer or Geologist $110.00 per hour Laboratory Technician $60.00 per hour
Graphics Specialist $120.00 per hour Laboratory Technician Intern $50.00 per hour
Senior Field Inspector $95.00 per hour Drafter $80.00 per hour
Project Engineer or Geologist $95.00 per hour Administrative Assistant $60.00 per hour
Field Inspector $85.00 per hour Sr. Specialist/Sr. Engineering Consultant $195.00 per hour
Staff Engineer or Geologist $80.00 per hour Expert Testimony and Court Appearance $350.00 per hour
(Covers planning and general supervision, field trips, ana consultation, preparation of reports, and travel time.)
LABORATORY TESTING
Natural Moisture Content $5.00 "R"-Value (ASTM 2844) $350.00
Natural Density $10.00 Resistivity $45.00
Atterberg Limit (ASTM D43 18) $60.00 Permeability
Aggregate Specific Gravity $60.00 a. Falling or Constant Head, 2-4" Diameter $250.00
Gradation Analysis (ASTM D -422) b.Triaxial Permeability $500.00
a. All Standard Sieve to #200 Sieve $50.00 c. Remolded(W &PRE -13) $200.00
b. Less than 1.5" Down to #200 Sieve $45.00 Water Soluble Sulfate $30.00
• c. Percent Less Than #200 Sieve $25.00 pH $20.00
d. Hydrometer Analysis, add $50.00 Chloride $25.00
Swell- Consolidation Organic Content (ASTM D -2974) $30.00
a. Loaded to 10,000 psf $45.00 Concrete Compression Test, each $12.00
b. Per load in Addition to 10,000 psf $5.00 Asphalt Content
Soil Unconfined Compressive Strength (ASTM D -2166) $35.00 a. Ignition Furnace Calibration, Per mix $350.00
Direct Shear, per point b. Calibration of Nuclear Asphalt Gauge $350.00
a. Unconsolidated Undrained Test $100.00 c. % AC $75.00
b. Consolidated Undrained Test $310.00 d. Gradation $75.00
c. Consolidated Drained Test (ASTM D -3080) $400.00 Maximum Specific Gravity (Rice - AASHTO T -209) $65.00
Standard Proctor Compaction (ASTM D -698) $85.00 Bulk Specific Gravity (AASHTO T -166) $40.00
Modified Proctor Compaction (ASTM D -1557) $95.00 Fracture Faces $75.00
Lime/Flyash/Cement -Soil Mix Design $3,000.00
(Sample pick -up and preparation of remold samples for applicable laboratory test above will be billed at hourly Laboratory Technician
rate)
MISCELLANEOUS AND OUTSIDE SERVICES
Full Time Auto or Pickup Mileage $25.00 /day + $0.55 per mile
Auto or Pickup Mileage (Less than full time) Current Allowable IRS Rate
Equipment Rental, etc. Cost +10%
Geotechnical Drilling Subcontractor Cost +10%
Traffic Control Subcontractor Cost +10%
Special Laboratory Testing Cost +10%
Out -of -town living and travel costs (Less than 3 days): Meals, Airfare, Lodging, Car Rental, Parking, Toll, etc. At Cost
Out -of -town living and travel costs (Longer than 3 days):
- Airfare, Lodging, Car Rental, Parking, Toll, etc. At Cost
- Per Diem Current GSA •CONUS Rate
Other outside Services Cost +10%
Interest charged after 30 days from invoice date 1.5% per month
Accepted by:
Date:
Effective January 1, 2011
GENERAL CONDITIONS
INVOICES
Yeh and Associates, Inc. (Y &A) will submit progress invoices to client monthly and a final bill upon completion of the services.
Invoices will show charges for different personnel and expense classifications. A more detailed separation of charges and backup
data, such as timesheets and invoices, is available. Each invoice is due on presentation and is past -due thirty (30) days from invoice
date. Client agrees to pay a finance charge of one and one -half percent (t -vei) per month, or the maximum rate allowed by law, on
past -due accounts.
SAMPLES
All samples of soil and rock will be discarded thirty (30) days after report submittal. Upon Client's written request and authorization,
samples will be delivered in accordance with Client's instructions, or stored for an agreed charge.
RIGHT -OF -ENTRY
Unless otherwise agreed, Client will furnish right -of -entry for Y &A to make borings, surveys and /or explorations. Y&A will take
reasonable precautions to reduce damage to property. However, it is understood by Client that in the normal course of work, some
damage may occur.
UTILITIES
Y &A will request responsible utility owners to locate oft-site lines. Client agrees to be solely responsible for designating the locations
of all utility lines and subterranean structures within the property lines of the project. Y &A will not be liable for damage to
subterranean structures (pipes, tanks, conduits, wires, etc.) which are not correctly located on or off the site.
JOB SITE
Client agrees that the construction contractor will be required by Client to assume sole and complete responsibility for job site
conditions during construction of the project, including safety of persons and property. Client further agrees to indemnify and hold
Y &A harmless from any and all liability in connection with the performance of work during construction of this project, excepting
liability arising directly from the negligence of Y &A.
Client agrees that Y &A shall not be responsible for the construction contractor's means, methods, techniques, sequences or
procedures, nor for the contractor's failure to construct the project in accordance with plans and specifications, applicable codes,
and /or with generally accepted construction practices.
REPORTS
Reports, plans and other work prepared by Y &A remain the property of Y &A. Client agrees that all reports and other work furnished
to the Client and his agents not paid for will be returned upon demand, and will not be used for licensing, permits, design and /or
construction.
WARRANTY
Y &A agrees in connection with services performed under this Agreement that such services are performed with the care and skill
ordinarily exercised by members of the profession practicing under similar conditions at the same time and in the same or similar
locality. No warranty, expressed or implied, is made or intended by rendition of consulting services or by furnishing oral or written
reports of the findings made.
Client recognizes that subsurface conditions beneath the project site may vary from those encountered in borings, surveys or
explorations and that information and recommendations developed by Y &A are based solely on the information available to it. Any
exploration, testing, surveys and analysis associated with the work will be performed by Y &A solely to fulfill the purpose of this
Service Agreement and Y &A is not responsible for interpretation by others of the information developed.
Risk Allocation
Y &A's potential liability to Client and others is grossly disproportionate to Y &A's fee due to the size, scope and value of the project.
Therefore, unless Client and Y &A otherwise agree in writing in consideration for an increase in Y &A's fee, Client, including its
directors, officers, partners, employees, agents, contractors and their respective assigns, agree to limit Y &A's liability (whether
arising from contract, statutory violation or tort) to $50,000. This limitation shall apply to all phases of Services performed in
connection with this Project whether subsequent to or prior to the execution of this agreement. In no event shall Y &A be liable for
consequential, incidental or special damages.
DISPUTES
Should either party hereto bring suit in court to enforce any terms of this Agreement, it is agreed that the prevailing party shall be
entitled to recover his costs, expenses and reasonable attorneys' fees.
Accepted by:
Date:
ERG)
ERO Resources Corp.
yOJ pGES Cp�
a
50 z December 6, 2012
�� Q4
*4 A77NG 30
Dan Cokley, P.E.
Schmueser Gordon Meyer, Inc.
118 W. 6th Street, Suite 200
Glenwood Springs, CO 81601
RE: Town of El Jebel (North Phase and South Phase) -- Wetland Delineation and
Permitting and
Environmental Clearances for Cultural Resources
Dear Dan:
This letter transmits ERO Resources Corporation's (ERO) contract for a wetland delineation
and permitting as well as an environmental clearance report for Cultural Resources in El
Jebel, Colorado. ERO Resources Corp., a Colorado corporation, will conduct the work for
Schmueser Gordon Meyer, Inc. (SGM), hereinafter referred to in all accompanying
documents as Client. ERO understands that the project is for Valley Rd/El Jebel Road
improvements and encompasses several adjacent and intersection roads within the
improvement area. The project is proposed for two separate phases, the north phase and the
south phase.
ERO would follow the requirements set forth by CDOT for each Phase.
Waters of the U.S., Threatened and Endangered species habitat, noxious weeds —
An ERO environmental scientist will review the project area for the above - listed
resources. ERO will prepare a wetland delineation report suitable for submittal to the
Denver U.S. Army Corps of Engineers, Sacramento District, Colorado-Gunnison Basin
1842 Clarkson St. Regulatory Branch. The wetland delineation report will contain all required maps,
Denver, CO 80218
303.830.1188 descriptions, Regional Arid West Re ional Su PP lement dataforms, and Jurisdictional
Determination form(s). Per Sacramento District requirements, the wetland boundary
will be flagged with consecutively numbered pinflags and GPSed with sub -meter
Boise accuracy. If there are unavoidable impacts to wetlands and/or waters of the U.S., it is
3314 Grace St.
Boise, ID 83703 anticipated that a 404 penuit or permit authorization verification would be required.
208.373.7983 Two cost estimates for wetlands are being included; one for just the wetland
delineation and report and the other includes permitting.
Durango
1065 Main Avenue Finally, a memo summarizing the environmental resource findings will be developed.
Durango, CO 81301 summary t
addition a oo a sa of waters of the U.S. and ESA issues, the memo will provide
970.422.2136 Y P
findings of potential Migratory Bird Treaty Act issues associated with the
improvements, and will document noxious weeds found at the site. Recommendations
Western Slope
P.O. Box 932
161 South 2r St.
Hotchkiss. CO 81419
970.872.3020
Consultants in
Natural Resources
www.eroresources.com and the Environment
Page 2
for weed control and Migratory Bird Treaty At compliance will be included if
necessary,
Cost without permitting (North Phase only): $3,491.00
Cost with permitting (North Phase only): $4,325.00
Cost without permitting (South Phase only): $3,891.00
Cost with permitting (South Phase only): $4,725.00
Cost without permitting (Both Phases in same trip): $4,291.00
Cost with permitting (Both Phases in same trip): $5,710.00
Cultural Resources (History) —If a Cultural Resource clearance is required (CDOT is
unable to complete the Cultural Resources clearance as is currently the plan), the
proposed project would be evaluated for historic resources that could be impacted
during the sidewalk construction. Cultural resources would be evaluated for their
eligibility on the National Register of Historic Places (NRHP), and potential direct or
indirect impacts of the project on historic significance of these features would be
assessed. If eligible for the NRHP, impacts to the character and integrity of the
structure for future listing will be determined. Coordination with CDOT, State
Historic Preservation Office (SHPO), the Town of El Jebel, and Eagle County would
be required. ERO assumed CDOT would conduct SHPO consultation if required.
Cost (North Phase only): $3,450.00
Cost (South Phase only): $3,650.00
Cost (Both Phases in same trip): $4,240.00
Phase UModified Environmental Site Assessment (M -ESA) -- ERO will conduct
a PhaseI/M -ESA for the project area in conformance with the American Society for
Testing and Materials (ASTM) "Standard Practice for Environmental Site
Assessments: Phase I Environmental Site Assessment Process" (ASTM 1527 -05)
and the Colorado Department of Transportation (CDOT) guidelines for M -ESAs for
Department projects, dated February 8, 2011. To complete this task, ERO will
conduct a visual site inspection of the project area. The purpose of the inspection is
to document recognized environmental conditions, and ERO will document the
general site setting, such as current use(s) of the project area and adjoining
properties, and general hydrogeologic and topographic features. ERO will provide a
general description of structures and other improvements and identify the following
site conditions, if they are visually or physically observed during the site inspection:
• The quantity, type, and storage system for hazardous substances and
petroleum products in connection with identified uses;
• Tanks, containers, drums, barrels, and other systems used for storing
hazardous substances and petroleum products not connected to identified
uses;
• Aboveground and underground storage tanks;
• Pits, ponds, lagoons, and other features potentially used for storage and /or
disposal of hazardous substances and petroleum products;
ERO
Resources
Corporation
Page 3
• Odors, pools of liquids, stained soils and pavement, and stressed
vegetation;
• Presence of electrical equipment potentially containing spell out PCB
(PCBs);
• Presence of surfaces potentially painted with lead -based paint (samples
may need to be taken); and
• ERO will also perform a cursory investigation for potentially asbestos -
containing building materials.
The following issues are specifically excluded from the M -ESA: radon, and lead in
drinking water. ERO will conduct interviews with the persons with knowledge of
the project area. Additionally, ERO will conduct a search of records and files from a
variety of sources and compile information pertaining to current and past
environmental conditions. This search may include the following information:
• Topographic, land use, and environmental resource maps
• Aerial photographs
• County and city records
• State and federal databases
Based on the information gathered during the above tasks, ERO will compile the
information and findings in a detailed written report that includes the site description,
records review, site reconnaissance, and conclusions.
Cost (North Phase only): $3,700.00
•
Cost (South Phase only): $3,700.00
Cost (Both Phases in same trip): $3,700.00*
*Both phases can be done for $3,700 ONLY if both will take place within 180
days of each other. According to CDOT a M -ESA is only valid for 180 days.
ERO
Resources
Corporation
Page 4
ERO will conduct this work on a time- and - materials basis. Expenses are billed at cost plus 3
percent. If Wetland Permitting, Cultural Resource, and Phase I/M -ESA are needed, total
costs for the project are:
North Phase only: $11,475.00
South Phase only: $12,075.00
Both Phases in same trip (within 180 days of each other for M -ESA validation):
$13,650.00.
Please note that the North Phase likely would require no wetland permitting and costs are
anticipated to be much less. ERO bills on a Time and Materials basis and would bill only for
time required. These costs represent a "worst case" scenario. In order to proceed, please
sign and return the enclosed copy of this package (Transmittal Letter and Terms and
Conditions) to signify your acceptance of this proposal and all terms and conditions. Please
retain one copy for your records. We look forward to assisting you on this project. Please
give me a call if you have any questions — 970 - 872 -3020.
Sincerely, Accepted By Client:
Aleta Powers �-
Principal/Environmental Scientist Signature . Date
Accepted by ERO Resources Corporation
12/6/12
Signature of Principal Date
ERO
Resources
Corporation
TERMS AND CONDITIONS
1. ERO shall perform all work under this Agreement as an independent contractor. Neither execution of
this Agreement nor performance by the parties under this Agreement shall create any partnership,
joint venture, or agency relationship between the parties.
2. ERO periodically shall submit invoices to CLIENT. CLIENT shall pay each invoice within thirty (30)
days of the date of the invoice. CLIENT shall pay an additional charge of one and one -half percent (1-
112%) of the amount of the invoice per month, or the maximum percentage allowed by law, whichever
is the lesser, for any payment received by ERO more than sixty (60) days from the receipt of an
invoice.
3. The CLIENT, at its expense, shall provide ERO with access to and egress from all property to which
ERO may require access to perform its services under this Agreement.
4. For Projects specifically involving the assessment, identification, confirmation, or removal of solid
wastes, hazardous substances, hazardous wastes, or toxic materials the CLIENT, at its expense, shall
provide full information regarding its knowledge of the Project; the identity, nature, quantity, and
location of all known solid wastes, hazardous substances, hazardous waste, or toxic materials at or on
the site; all reports, data, maps, diagrams, studies, specifications, and other documents or any
information relating to said substances, materials and wastes; surface or subsurface conditions at the
site; and names, addresses, and phone numbers of such persons that may possess such information,
which would assist ERO to perform its services hereunder, and any circumstances known to the
CLIENT that would hinder ERO's performance or make performance by ERO more difficult or
expensive than would ordinarily be expected.
CLIENT agrees that ERO is not liable for any and all claims, losses, costs, damages, or expenses
caused by CLIENT's failure to provide such information regarding the solid, hazardous or toxic
substances, wastes or materials. Such causes include, but are not limited to, negligence, professional
errors or omissions, strict liability, breach of contract or warrant. ERO shall be entitled to rely on all
client - provided documents and information regarding solid, hazardous or toxic substances, wastes or
materials in performing services under the Agreement; however, ERO assumes no responsibility or
liability for the accuracy or completeness of such documents or information.
5. In recognition of the relative risks, rewards, and benefits of the project to both the CLIENT and ERO,
the risks have been allocated such that the CLIENT agrees, to the fullest extent permitted by law, that
for any and all claims, losses, costs, damages, or expenses caused by professional negligence, ERO's
liability, including that of its employees, agents, and subcontractors, in the aggregate under this
Agreement shall not exceed One Hundred Thousand Dollars ($100,000). In no event shall ERO be
liable for consequential damages.
6. For any damage caused by negligence other than professional negligence, ERO's liability, including
that of its employees, agents, and subcontractors, in the aggregate under this Agreement shall not
exceed the limits of ERO's comprehensive general, automobile liability insurance coverage, or other
insurance policies (Commercial General Liability —$2 million each occurrence, $4 million aggregate;
Any Automobile —$1 million; Workers' Compensation —$1 million; and Professional E&O—
$1 million).
7. Subject to Paragraphs 4, 5, and 6 above and otherwise to the fullest extent permitted by law, CLIENT
and ERO shall indemnify, defend, and hold harmless each other and their subcontractors, consultants,
agents, officers, directors, and employees from and against all claims, damages, losses, and expenses,
whether direct, indirect, or consequential, including, but not limited to, fees and charges of attorneys
and court and arbitration costs arising from their own negligent acts or omissions.
8. Either party may terminate this Agreement for cause if the other commits a material, uncured breach
of this Agreement. Termination shall be effective ten (10) days from receipt of the Notice of
Termination. No later than thirty (30) days after termination, CLIENT shall pay ERO upon invoice for
services performed and charges prior to termination, plus termination charges. Termination charges
1 ERtl
Resources
Corporation
shall include, without limitation, charges for personnel, putting project documents and analyses in
order, personnel and equipment rescheduling or reassignment adjustments, and all other related costs
and charges incurred that are directly attributable to termination.
9. ERO shall not specify work procedures, manage, or supervise work for which it is not responsible
under this Agreement, or implement or be responsible for health and safety procedures for persons
other than its own employees.
10. CLIENT shall compensate ERO for any and all costs, expenses, obligations, or damages arising out of
any litigation, investigations, or regulatory procedures in which ERO is compelled to participate, that
relate to this project.
11. The provisions of this Agreement shall survive the completion of the services under this Agreement
and the termination of this Agreement for any cause.
12. Each party shall retain as confidential all information and data furnished to it by the other party. This
shall not apply to information and data already known to the receiving party or already generally
available to the public.
13. CLIENT and ERO represent and warrant to the other that they have the full power and authority to
execute and deliver this Agreement, and perform their respective obligations hereunder.
14. This agreement shall be governed by the laws of the State of Colorado.
2 FRO
Resources
Corporation
A Project Resource, LLC
10299 Kings View Rd.
Austin, CO 81410
I CT (970) 835 -8558
OURCE,,., aprojectresourcealds.net
,
PROPOSED SCOPE OF WORK AND PROPOSAL TO PROVIDE
RIGHT -OF -WAY ACQUISTION SERVICES FOR THE HWY 82 / EL JEBEL RD
INTERSECTION IMPROVEMENTS, EAGLE COUNTY
Based on preliminary research and discussion the proposed project is located at the intersection
of State Highway 82 and El Jebel RdNalley Rd in Eagle County, Colorado. The project has
CDOT oversight and involvement on the north side of Hwy 82 but not currently on the south.
There appears to be one ownership or parcel to be acquired on the north side and two
ownerships or parcels on the south side of Hwy 82.
SERVICES
It is understood a portion of this project may be receiving Federal Funding and pursuant to a
Stewardship agreement between the Federal Highway Administration (FHWA) and the Colorado
Department of Transportation (CDOT), CDOT has oversight responsibly for said Federal
Funding. Accordingly, all work must be performed in accordance with the CDOT Right -of -Way
Manual and the Uniform Relocation Assistance and Real Property Acquisition Act of 1970, as
amended 49 CFR part 24. These regulations also require that the individual or firm performing
the right -of -way acquisition or relocation functions of a federally assisted project must be
qualified by CDOT. All services mentioned herein will be performed in accordance with these
regulations.
1. Right of Way Cost Estimate
With coordination from CDOT, A Project Resource, LLC (Contractor) shall prepare a Chief
Engineers Right of Way Cost Estimate (CDOT form 438) for the estimated value of the land to
be acquired, the value of any improvements thereon and the damage and benefits, if any to the
remaining land for each parcel on the project upon the receipt of an accurate survey or drawing
of the parcel to be acquired.
2. Notice to Owner
Upon direction of the County Project Manager a Notice package will be prepared and forwarded
to the County for review and approval. The notice to the property owner will be sent certified
mail or hand delivered and shall include, although not be limited to the following:
• A letter stating the County's interest in acquiring the parcels needed for the project.
• A description and location of the real property and the nature of interest to be acquired.
• Preliminary Right of way plan sheets, drawings or surveys and /or legal descriptions of
the parcel or easement.
• A Right of Way Property Acquisition Booklet
3. Property Valuation
The Contractor shall prepare a Waiver Valuation /Fair Market Value determination (Value
Finding) in the limits and as described in the Uniform Relocation Assistance and Real Property
S T
Acquisition Act of 1970, as amended 49 CFR part 24, when directed to do so by the County
Project Manager. The completed fair market value determination will forwarded to the County
Project Manager for review and approval. The fair market value determination approved by the
County will serve as the basis for the written offer of just compensation to the property owner.
In those instances when a parcel has an estimated value of more than $5,000, the owner will be
advised (by letter) of their right to obtain an appraisal under the provisions of CRS 38 -1 -121,
which reasonable cost will be paid for by the County. A copy of the right of way plans, legal
descriptions, notice of interest to acquire letter addressed to the property owners, and a
checklist for the owner, to give his or her appraiser, shall be furnished to the property owner. All
owner appraisals received, (2 copies required), along with the billing, will be forwarded to the
Appraisal Reviewer and County Project Manager.
4. Offer to Owner /Negotiations
Upon receipt of the reviewed and approved fair market value determination, a written offer
package will be prepared and forwarded to the County for review and approval.
The written offer to the property owner will be sent certified mail or hand delivered and shall
include, although not be limited to the following:
• A written explanation of the basis for the offer and the amount of the offer, including the
amount of damages /benefits to the remainder (if applicable).
• A description and location of the real property and the nature of interest to be acquired.
• An identification of buildings, structures or improvements being acquired or omitted from
the offer if they are being acquired from the tenant.
• Right of way plan sheets, drawings or surveys of the parcel or easement.
• A Demographic information form
Typically the offer package will contain the offer letter, A Summary Statement, Memorandum of
Agreement, legal description and drawing of the proposed acquisition, Federal form W -9, and a
self addressed stamped envelope. Prior to contacting the owner to make the offer, the
Contractor will thoroughly review all project related information furnished by the County and
others, including but not limited to, survey information, right of way plans, legal descriptions,
preliminary design plans (as available), memorandum of ownership or title commitments.
The Contractor will fully explain the acquisition process; the project's affect on the landowner's
property and address any other concerns the owner may have regarding the acquisition process
and the Project.
If during the negotiation process the owner provides a counteroffer, the information will be
reviewed by the Contractor and forwarded along with his or her analysis and recommendation to
the County Project Manager and the County Attorney. In addition, if the Contractor observes
any activities on the parcel which may indicate the presence of hazardous or toxic materials,
which may not have been previously observed, the Contractor shall immediately notify the
County Project Manager. If the owner volunteer's information that may dictate a need for a
revision to the offer, or any item appears to be missing from the fair market value determination,
survey or descriptions, the Contractor shall notify the County Project Manager.
In the negotiation process where the initial offer to the property owner is not successful, a final
written offer letter shall be sent to the property owner by Certified Mail, in accordance with the
schedule provided by the County Project Manager.
- esauace...,
Upon the owner's acceptance of the offer, the Memorandum of Agreement and W -9 shall be
executed by the owner(s), and forwarded to the County Project Manager and County Attorney
for review and approval. The Contractor shall prepare and /or obtain the necessary documents
for a settlement package in accordance with the County's guidelines. The settlement package
shall be submitted to the County Project Manager and County Attorney for review and approval.
Upon approval of the settlement package, the Contractor will assist, coordinate or perform the
closing. Both parties understand Contractor is not an escrow or title company and cannot
escrow or disburse any funds whatsoever.
5. Title Reports, Title Insurance and Closings
As stated above, upon approval of the settlement package the County Attorney will prepare and
deliver the conveyance document(s), and releases, as required, to the Contractor or title
company as appropriate, to coordinate, facilitate or perform the closing. All necessary taxes
and liens shall be released /satisfied and recorded as appropriate prior to the disbursement of
the funds by County to the landowner unless otherwise directed the County Project Manager or
County Attorney.
On all parcels requested Contractor shall prepare Memorandum of Ownership(s) and provide
copies of such and related documents to the County and surveyor as appropriate. Said
Memorandums shall be charged separately as shown in fee schedule below and shall be
prepared in accordance with CDOT procedures as stated the CDOT Right -of -Way Manual,
chapter 2, section 2.9. Any updates to said Memorandums will be charged at the normal hourly
rate. Please Note: Contractor is not providing title insurance.
Closing Services, if requested the Contractor shall calculate final settlement amounts, prepare
closing statements and perform other closing functions in accordance with the County's
procedures. This includes, but is not limited to, gathering pro -rated tax and /or assessment
amounts from the County Assessor prior to the closing; assuring all documents are executed
properly, and all liens and taxes are released and satisfied prior to the disbursement of the
funds by the County to the landowner; and assuring all necessary documents are recorded
promptly after closing. Said closing services shall be charged separately as shown in the fee
schedule below.
The County may desire and the Contractor may recommend the services of a Title Company for
title insurance and /or closing purposes. When the services of a Title Company are used, the
Contractor shall facilitate these services as specified but not limited to the following:
• Securing title insurance commitments /policies naming the County as the insured.
• Obtaining updates to title commitments as determined necessary by the project;
• Preparing and executing written closing instructions to the Title Company on all closings
performed;
• Coordinating and reviewing all closing documents for quality assurance purposes; and;
• Attending closings with the assigned title company when necessary, to assure all
documents are executed properly, liens are satisfied /released, taxes and assessments
are paid prior to the disbursement of the funds; and that all necessary documents are
recorded promptly after closing.
3
6. Deliverables
Upon completion of closing, the original parcel file will be provided to the County Project
Manager. The files shall include, at a minimum, the following items:
• All appraisals, waiver valuations or fair market value determinations.
• All negotiation records for each parcel
• All letters, memos, and other documents relating to the acquisition.
• All memorandums of ownership or title commitments and /or title policies as appropriate.
• Executed closing instructions, closing statements, recorded deeds,
releases /satisfactions, and other related documents.
Throughout the entire negotiation /closing process, the Contractor will remain in contact with the
property owner or their representative in order to be responsive to questions and /or concerns
they may have regarding the project and proposed acquisition. All questions or concerns will be
promptly reviewed with County Project Manager and the property owner shall be promptly
notified.
7. Quality Assurance and Records Management
The Contractor shall keep and maintain a chronological conversation log of all contacts, events
and negotiations throughout the length of the project. The Contractor shall provide the County
with a quality assurance review of all work on the project prior to submitting final parcel files to
determine that all documentation is proper and to demonstrate compliance with the County's
requirements.
As previously explained, an original file will be maintained for each parcel to be acquired. At a
minimum, the file shall contain: the appraisal or waiver valuation; appraisal review; notice and
offer letter(s); closing documents; typed logs of all contacts with owners; and all related
correspondence regarding the parcel and the acquisition /relocation.
All files and records shall be maintained in a secure location, available for inspection by
representatives of the County. If deficiencies are found or there is a need for additional
information, the Contractor shall provide such information, promptly.
8. Project Management
The Contractor may be requested to coordinate and facilitate any and all title or title insurance,
acquisition, relocation and appraisal needs of the project. It is understood the Contractor may
hire sub - contractors to assist in project activities.
The Contractor may be requested by the County Project Manager to address and give priority to
certain parcels, as deemed necessary by the County Project Manager.
The Contractor may be required to attend meetings as specified and requested by the County
Project Manager, on an as needed basis.
The Contractor may be requested to provide a written or verbal status report on any and all
functions of the project and all parcels as requested by the County Project Manager or County
Attorney.
4
esauacE
The services, activities, tasks and functions herein will be performed or coordinated by a
principal of the company or their designee who will be responsible for the coordination with the
County Project Manager and County Attorney, attendance at project review meetings and
oversight of project field activities.
TIMELINE
Contractor will work closely with project personnel to devise a timeline that meets project goals
and needs and complies with all due processes that is required by Federal, State and local
laws. Project activities will be initiated by the County Project Manager and only upon notice to
proceed from said Manager. All acquisition will be completed on a timely basis and with the
direction from and coordination with the County Project Manger. It is anticipated that all
acquisition can be accomplished within 1 year from the date legal descriptions and drawings of
the proposed parcels are provided (by others). However, Contractor will make every effort to
gain possession of the parcels within 6 months after the start of negotiations.
ADDITIONAL ACQUISITION FUNCTIONS: (not included in this proposal)
The Contractor shall be prepared to assist the County in providing the following extended right -
of -way services or activities at the same hourly rate:
• Securing of properties after being vacated to prevent vandalism and hazardous
conditions.
• Preparation of information for the disposal of improvements and clearance of sites in
accordance with County policies.
• Relocation. There are no known relocations on this project. If it is determined that
relocation assistance is necessary, or that property or structures including but not limited
to; pumps, sheds, ditches, sprinkler systems, fences, decorative ornaments, etc. are
found to be located in the acquisition area, the Contractor will be prepared to take
appropriate action as directed by the County. If the Contractor observes any personal
property located in the acquisition area, the Contractor shall immediately report any such
items to the County Project Manager.
• Condemnation. In accordance with the schedule provided by the County Project
Manager, if the owner refuses to accept the final offer, and negotiations have been
deemed futile. At the request of the County Project Manager or County Attorney, a
condemnation package (including the Contractor's log, updated title information and
other related negotiation information) will be prepared and submitted promptly. If County
chooses to commence a condemnation action, consultant personnel shall be available to
assist in any aspect of the condemnation proceeding, including the review of the
negotiations throughout litigation.
FEE SCHEDULE
A. SERVICES
The rate is $85 per hour for all services (Memorandums of Ownerships and Closing services
charged separately).
B. MEMORANDUMS OF OWNERSHIP /CLOSINGS
As stated previously these will be a separate charge of $600 each for the title reports and
5
$1,000 each for the closing services.
C. EXPENSES
I do not charge for mileage, copies, phone, parking, mailings, etc. However, any unusual out
of ocket expenses will reimbursed to Contractor by County. expenses will be r mbu ed t Any ex nses re orted b
p p Y Y Y p p by
Contractor must be approved by the County prior to the expense. These expenses may
include, but not limited to, processing fees for obtaining partial release of liens, closing
costs, excessive postage and delivery charges, etc. Due to the complexity of the project, it is
estimated $1,000 per ownership should be adequate to cover these costs.
PROPOSAL:
NORTH SIDE OF HWY 82
5,950 Services, 70 hours @ $85 per hr.
$ 600 Memorandums of Ownership 1 @ $600 ea.
$ 1,000 Closing Services — 1 @ $1,000 ea.
1,000 Misc. isc. Expenses
$ 8,550 Price not to exceed*
SOUTH SIDE OF HWY 82
$ 9,775 Services, 115 hours © $85 per hr.
$ 1,200 Memorandums of Ownership 2 @ $600 ea.
$ 2,000 Closing Services — 2 @ $1,000 ea.
$ 2,000 Misc. Expenses
$14,975 Price not to exceed*
*This proposal is based on number of ownerships and parcels to be acquired, if that amount
changes significantly, County and Contractor agree to adjust contract amount accordingly.
Prepared and dated this 30th day of May, 2012
By:
1 ✓ ..',;
Matt Sheader, R/W -NAC
Managing Member
A Project Resource, LLC
6
LA N WEST
PLANNING 1 LANDSCAPE ARCHITECTURE j DEVELOPMENT SERVICES
June 4 2012
Dan Cokley, PE
SGM, Inc.
118 West 6 Street, Suite 200
Glenwood Springs, CO 81601
Via email: danc @sgm- inc.com
RE: LANDSCAPE ARCHITECTURE SERVICES FOR VALLEY ROAD /EL JEBEL ROAD INTERSECTION
IMPROVEMENTS
Dear Dan,
We are pleased to present the following proposal for professional landscape architecture services. The
proposed scope of work, detailed below, encompasses the design of streetscape improvements,
producing graphics of key features for public meetings, and design of a community park at Sopris Village.
As requested, the proposal has been divided to reflect distinct improvements to the north and south
sides of the intersection.
PROPOSED SCOPE OF WORK
Task la — Streetscape Design for El Jebel Road, North Side of Highway 82
Task la encompasses the design of streetscape improvements to El Jebel Road, north of
Highway 82. The following services are included:
Initial Design of Streetscape Elements for inclusion in Project 60% DD package
o Conceptual design
o Location of Trees /shrubs /planting /groundcover areas
o Rendered Plan for public meeting (in addition to graphics in Task 2a)
o Opinion of Probable Cost
o Participation in public meeting
o Coordination with SGM, Eagle County and CDOT
G Design of Streetscape Elements for inclusion in Project 90% DD Package
o Planting /Layout Plan including quantities and species of trees, shrubs and groundcovers
o Irrigation Plan and Notes (NIC source development)
o Rendered Plan for public meeting (in addition to graphics in 2a)
x „a✓+f wNni .'a'✓i*r; ',.VarS+..5,% l YTy6, 4., P3fiAv , E"&rffii'r&5".;Xs'ZY'T 'P E°L-'�,'lia%3!i°vgMER402 X5n.,aY✓Ga Y.,,i"N.k tG., 0041 r'i w"atkc/9
345 COLORADO AVE. SUITE 106 I CARBONDALE, COLORADO 81623 1 970.963.1521
Page 1 of 4
o Specifications for soil, planting method
o Opinion of Probable Cost
o Participation in public meeting
o Coordination with SGM, Eagle County and CDOT
Task 1b — Streetscape Design for El Jebel Road /Valley Road, South Side of Highway 82
Task 1b encompasses the design of Streetscape improvements to El Jebel Road and Valley Road,
south of Highway 82. The following services are included:
ri Initial Design of Streetscape Elements for inclusion in Project 60% DD package
o Overall design theme /concept
o Sidewalk /Pathway locations (in conjunction with SGM)
o General location of Trees /shrubs /planting /groundcover areas
o Rendered Plan for public meeting (in addition to graphics in Task 2b)
o Opinion of Probable Cost
o Participation in public meeting
o Coordination with SGM, Eagle County and CDOT
E Design of Streetscape Elements for inclusion in Project 90% DD Package
o Sidewalk /Pathway Layout Plan (in conjunction with SGM)
o Planting /Layout Plan including quantities and species of trees, shrubs and groundcovers
o Irrigation Plan and Notes
o Rendered Plan for public meeting (in addition to graphics in Task 2b)
o Specifications for soil, planting method
o Opinion of Probable Cost
o Participation in public meeting
o Coordination with SGM, Eagle County and CDOT
Task 2a — Graphic Support for Public Meetings — North Side Elements
This task encompasses the development of graphics for use in public meetings.
❑ (1) Rendering /Photo Simulation from (2) key locations at 30% design
El (1) Rendering /Photo Simulation from (2) key locations at 60% design.
D (1) Rendering /Photo Simulation from (2) key locations at 90% design.
LI Renderings may be photo simulations, sketch -up models, or a combination thereof. A final
board will be developed and delivered for presentation. Images will also be delivered digitally
for inclusion in Powerpoint or similar.
LI Participation in public meeting for 30% design development (participation in 60% & 90% design
meetings is included in other tasks)
Task 2b — Graphic Support for Public Meetings — South Side Elements
345 COLORADO AVE. SUITE 106 I CARBONDALE, COLORADO 81623 ) 970.963.1521
Page 2 of 4
This task encompasses the development of graphics for use in public meetings.
__ (1) Rendering /Photo Simulation from (2) key locations at 30% design.
!l (1) Rendering /Photo Simulation from (2) key locations at 60% design.
• (1) Rendering /Photo Simulation from (2) key locations at 90% design.
Renderings may be photo simulations, sketch -up models, or a combination thereof. A final
board will be developed and delivered for presentation. Images will also be delivered digitally
for inclusion in Powerpoint or similar.
C! Participation in public meeting for 30% design development (participation in 60% & 90%
meetings is included in other tasks)
Task 3 — Design of Community Park Facility for Sopris Village
• Initial Design of Community Park for inclusion in Project 60% DD package
Y e Project p g
o Conceptual Design, including:
• General location of equipment /structures
• General location of pathways and connectivity
• General location of Trees /shrubs /planting /groundcover areas
o Rendered Plan for public meeting
o Opinion of Probable Cost
o Participation in public meeting
o Coordination with SGM and Eagle County
• Final Design of Park for inclusion in Project 90% DD package
o Layout Plan and specifications of play equipment /structures
o Layout and Materials Plan for pathways /hardscape /walls /features /signs, etc.
o Planting /Layout Plan for Trees /shrubs /planting & groundcover areas
o Irrigation Plan and Notes (NIC source development)
o Rendered Plan and up to (2) photo simulations /model images
o Opinion of Probable Cost
o Participation in public meeting
o Coordination with SGM and Eagle County
ESTIMATED PROFESSIONAL FEES
Task la $2550
Task lb $3400
Task 2a $1615
Task 2b $1615
Task 3 $5015
II I
345 COLORADO AVE. SUITE 106 1 CARBONDALE, COLORADO 81623 1 970.963.1521
Page of
Invoicing
Fees will be billed during the first week of each month on a time- and - materials basis, invoicing for actual
hours worked and expenses incurred per the attached rate sheet.
Additional Services
Additional Services may be provided on a time and materials basis upon request of the Client or Client's
representative. Additional services requested by the Client or Client's representative will be invoiced for
actual hours worked and billed hourly per the attached rate sheet.
We appreciate the opportunity to provide you with this proposal for professional landscape architecture
services. If you find this proposal acceptable, please sign and return the attached Professional Services
Agreement, initial all pages of this letter, and return both to our office. Please contact me at
970.963.1521 with any questions.
Thank you in advance for your time and consideration of this proposal.
Sincerely,
LANDWEST
Louis Wilsher, RLA
Principal /Landscape Architect
Att: 1) Professional Services Agreement
2) 2011 Rate Sheet
345 COLORADO AVE. SUITE 106 I CARBONDALE, COLORADO 81623 ( 970.963.1521
Page 4 of 4
LAND WEST
PLANNING I LANDSCAPE ARCHITECTURE I DEVELOPMENT SERVICES
PROFESSIONAL SERVICES AGREEMEN 1
LANDWEST Colorado, LLC
The services provided by this agreement shall be performed in accordance with the following provisions and the accompanying
LANDWEST Colorado, LLC (LANDWEST) proposal letter dated June 4 2012.
1. Time Schedule: LANDWEST will make every reasonable effort to complete all services which are specifically to be
furnished under this agreement in a timely manner.
2. Professional Standards: LANDWEST shall be responsible for the rendering of these services substantially in accordance
with the generally accepted practices and principles of their trade, and in accordance with their independent and professional
judgment. This agreement shall be subject to the rules and regulations of any and all organizations and associations to which
LANDWEST may belong, and to the laws and regulations governing the practice of LANDWEST'S trade in Colorado. LANDWEST
makes no other warranty, expressed or implied.
3. Disclosure of Information: LANDWEST recognizes and acknowledges that the Client may possess certain proprietary
information related to their project or business, access to and knowledge of which may be essential to the performance of
LANDWEST's duties hereunder. LANDWEST will not disclose such proprietary information to any person, firm, corporation,
association or other entity for any reason.
4. Payment: Monthly invoices will be issued by LANDWEST to Client for all work performed. Invoices are due and payable within
15 days of the invoice date. LANDWEST reserves the right to discontinue work when an account becomes past due. Finance
charges of 1.5% per month will be assessed on all amounts which are more than 30 days past due.
5. Termination:Either Client or LANDWEST may terminate this agreement by giving 15 days written notice to the other party. In
such event, Client shall forthwith pay LANDWEST in full for all work performed prior to an effective date of termination. If no
notice of termination is given, relationships and obligations created by this agreement shall be terminated upon completion of
all applicable requirements of this agreement.
6. Dispute Resolution: LANDWEST and Client agree to mediate claims or disputes arising out of or relating to this agreement
before initiating litigation. The mediation shall be conducted by a mediation service acceptable to the parties. A party shall
make a demand for mediation within a reasonable time after a claim or dispute arises, and the parties agree to mediate in good
faith. Mediation fees shall be shared equally.
7. Legal Expenses: In the event legal action is brought by either Client or LANDWEST against the other to enforce any of the
obligations hereunder or arising out of any dispute concerning the terms and conditions hereby created, the losing party shall
pay the prevailing party such reasonable amounts for fees, costs, and expenses as may be set by the court.
8. Limitation of Liability: LANDWEST's liability to the Client for any cause or combination of causes is, in the aggregate,
limited to an amount not to exceed the fee earned under this agreement, or $50,000, whichever is less.
9. Assignment of Agreement: This agreement shall be binding on the heirs, successors, and assigns of the parties hereto and is
not to be assigned by either party without first obtaining the written consent of the other.
Client: Approved for Client by:
Billing Address: Signature:
Title:
Date:
345 COLORADO AVE. SUITE 106 I CARBONDALE, COLORADO 81623 J 970.963.1521
LAND WEST
PLANNING I LANDSCAPE ARCHITECTURE I DEVELOPMENT SERVICES
2011 Rate Schedule
Total project charges are based on hourly rates plus
other direct project expenses as follows:
- 4 :
,,,a
Lard Planner $ 90.00 hour
Landscape Architect $ 85.00 hour
Associate Planner/ Landscape Architect $ 75.00 hour
rsable Expenses
8.5x11" prints and copies $ 0.10 each
24 "X36" black and white plot on bond paper $ 5.00 each
24 "X36" color plot on bond paper $ 7.00 each
24 "x36" color plot on photo paper $ 25.00 each
Misc. sized color plots on photo paper $ 5.00 s.f.
Sub - Consultants cost + 10%
Other outside expenses (print shop, scanning, etc.) cost + 10%
Postage & courier fees cost + 10%
Mileage $ 0.51 mile
Travel: hotel, airfare, vehicle rental, etc. at cost
Payment: Monthly invoices will be issued by LANDWEST to Client for all work performed. Invoices
are due and payable within 15 days of the invoice date. LANDWEST Colorado, LLC reserves the right
to discontinue work when an account becomes past due. Finance charges of 1.5% per month will be
assessed on all amounts which are more than 30 days past due.
345 COLORADO AVE. SUITE 106 CARBONDALE, COLORADO 81623 ( 970.963.1521
I
;., .: ... :.. .:. ,..,::, ,:.. n;' i ,.. .,,,, .... ..- �rc..._vvn.. �'_.�.. _,.e,..., e..wAf s.d ,2.. ,... r'r rz _.l F..._rc + _vx.. iii., y. �, ..anr..✓ -
i
(FMLAWRK) Rev 718/09 i<
PROJECT #SHO 0821 - 100(19212) Routing # 13 HA3 47953
REGION #3 IP00) SAP PO #271001735
y . STATE OF COLORADO
Department of Transportation
Agreement e'
With
EAGLE COUNTY
k
TABLE OF CONTENTS
1. PARTIES 2
2. EFFECTIVE DATE AND NOTICE OF NONLIABILITY 2
3. RECITALS 2
4. DEFINITIONS 2
5. TERM and EARLY TERMINATION. 3
6. SCOPE OF WORK 4
7. OPTION LETTER MODIFICATION 7
8. PAYMENTS 8
9. ACCOUNTING 10
10. REPORTING - NOTIFICATION 10
11. LOCAL AGENCY RECORDS 11
12. CONFIDENTIAL INFORMATION -STATE RECORDS 12
13. CONFLICT OF INTEREST 12
14. REPRESENTATIONS AND WARRANTIES 12
15. INSURANCE 13
16. DEFAULT- BREACH 14
17. REMEDIES 15
18. NOTICES and REPRESENTATIVES 16
19. RIGHTS IN DATA, DOCUMENTS, AND COMPUTER SOFTWARE 17
20. GOVERNMENTAL IMMUNITY 17
21. STATEWIDE CONTRACT MANAGEMENT SYSTEM 17
22. FEDERAL REQUIREMENTS 18
23. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 18
24. DISPUTES 18
25. GENERAL PROVISIONS 18
26. COLORADO SPECIAL PROVISIONS AND UPRR SPECIAL PROVISIONS 21
27. SIGNATURE PAGE 23
28. EXHIBIT A - SCOPE OF WORK 1
29. EXHIBIT B - LOCAL AGENCY RESOLUTION 1
30. EXHIBIT C - FUNDING PROVISIONS 1
31. EXHIBIT D - OPTION LETTER 1
32. EXHIBIT E - LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST 1
33. EXHIBIT F - CERTIFICATION FOR FEDERAL -AID CONTRACTS 1
34. EXHIBIT G - DISADVANTAGED BUSINESS ENTERPRISE 1
35. EXHIBIT H - LOCAL AGENCY PROCEDURES FOR CONSULTANT SERVICES 1
36. EXHIBIT I - FEDERAL -AID CONTRACT PROVISIONS 1
37. EXHIBIT J - FEDERAL REQUIREMENTS 1
38. EXHIBIT K - SUPPLEMENTAL FEDERAL PROVISIONS 1
EXHIBIT
D
1. PARTIES
THIS AGREEMENT is entered into by and between, EAGLE COUNTY, (hereinafter called the "Local Agency "),
and the STATE OF COLORADO acting by and through the Department of Transportation (hereinafter called the
"State" or "CDOT ").
2. EFFECTIVE DATE AND NOTICE OF NONLIABILITY.
This Agreement shall not be effective or enforceable until it is approved and signed by the Colorado State
Controller or their designee (hereinafter called the "Effective Date "). The State shall not be liable to pay or
reimburse the Local Agency for any performance hereunder, including, but not limited to costs or expenses
incurred, or be bound by any provision hereof prior to the Effective Date.
3. RECITALS
A. Authority, Appropriation, And Approval
Authority exists in the law and funds have been budgeted, appropriated and otherwise made
available and a sufficient unencumbered balance thereof remains available for payment and the
required approval, clearance and coordination have been accomplished from and with
appropriate agencies.
Federal Authority
Pursuant to Title I, Subtitle A, Section 1108 of the `Transportation Equity Act for the 21
Century" of 1998 (TEA -21) and/or the "Safe, Accountable, Flexible, Efficient Transportation
Equity Act: A Legacy for Users" (SAFETEA -LU) of 2005 and to applicable provisions of Title
23 of the United States Code and implementing regulations at Title 23 of the Code of Federal
Regulations, as may be amended, (collectively referred to hereinafter as the "Federal
Provisions "), certain federal funds have been and are expected to continue to be allocated
for transportation projects requested by the Local Agency and eligible under the Surface
Transportation Improvement Program that has been proposed by the State and approved by
the Federal Highway Administration ( "FHWA ").
State Authority
Pursuant to CRS §43 -1 -223 and to applicable portions of the Federal Provisions, the State is
responsible for the general administration and supervision of performance of projects in the
Program, including the administration of federal funds for a Program project performed by a
Local Agency under a contract with the State. This Agreement is executed under the
authority of CRS § §29 -1 -203, 43 -1- 110; 43 -1 -116, 43- 2- 101(4)(c) and 43 2 - 104.5.
B. Consideration
The Parties acknowledge that the mutual promises and covenants contained herein and other
good and valuable consideration are sufficient and adequate to support this Agreement.
C. Purpose
1. The purpose of this Agreement is to disburse Federal funds to the Local Agency pursuant to
CDOT's Stewardship Agreement with the FHWA. CDOT will reimburse Eagle County for a
hazard elimination project in accordance with the HES (Hazard Elimination Safety) Program.
The project encompasses approximately 300 -600 LF of El Jebel Road located directly north of
the SH 82/El Jebel Road intersection to the Shadowrock Drive /El Jebel Road intersection,
where the county is soaping a turnaround or roundabout to provide the necessary movements
for the access restrictions,
D. References
All references in this Agreement to sections (whether spelled out or using the § symbol),
subsections, exhibits or other attachments; are references to sections, subsections, exhibits or
other attachments contained herein or incorporated as a part hereof, unless otherwise noted.
4. DEFINITIONS
The following terms as used herein shall be construed and interpreted as follows:
A. Agreement or Contract
Page 2 of 23
Almostar
"Agreement" or "Contract" means this Agreement, its terms and conditions, attached exhibits,
documents incorporated by reference under the terms of this Agreement, and any future
modifying agreements, exhibits, attachments or references that are incorporated pursuant to
Colorado State Fiscal Rules and Policies.
B. Agreement Funds
"Agreement Funds" means funds payable by the State to Local Agency pursuant to this
Agreement.
C. Budget
"Budget" means the budget for the Work described in Exhibit C.
D. Consultant and Contractor
"Consultant" means a professional engineer or designer hired by Local Agency to design the
Work and "Contractor" means the general construction contractor hired by Local Agency to
construct the Work.
E. Evaluation
"Evaluation " means the process of examining the Local Agency's Work and rating it based on
criteria established in §6 and Exhibits A and E.
F. Exhibits and Other Attachments
The following exhibit(s) are attached hereto and incorporated by reference herein: Exhibit A
(Scope of Work), Exhibit B (Resolution), Exhibit C (Funding Provisions), Exhibit D (Option
Letter), Exhibit E (Checklist), Exhibit F (Certification for Federal -Aid Funds), Exhibit G
(Disadvantaged Business Enterprise), Exhibit H (Local Agency Procedures), Exhibit I (Federal -
Aid Contract Provisions), Exhibit J (Federal Requirements) and Exhibit K (Supplemental
Federal Provisions).
G. Goods
'Goods" means tangible material acquired, produced, or delivered by the Local Agency either
separately or in conjunction with the Services the Local Agency renders hereunder.
H. Oversight
"Oversight' means the term as it is defined in the Stewardship Agreement between CDOT and
the Federal Highway Administration ( "FHWA ") and as it is defined in the Local Agency Manual.
I. Party or Parties
"Party" means the State or the Local Agency and "Parties" means both the State and the Local
Agency
J. Work Budget
Work Budget means the budget described in Exhibit C.
K. Services
"Services" means the required services to be performed by the Local Agency pursuant to this
Contract.
L. Work
"Work" means the tasks and activities the Local Agency is required to perform to fulfill its
obligations under this Contract and Exhibits A and E, including the performance of the
Services and delivery of the Goods.
M. Work Product
"Work Product" means the tangible or intangible results of the Local Agency's Work, including,
but not limited to, software, research, reports, studies, data, photographs, negatives or other
finished or unfinished documents, drawings, models, surveys, maps, materials, or work product
of any type, including drafts.
5. TERM and EARLY TERMINATION.
The Parties' respective performances under this Agreement shall commence on the Effective Date. This
Agreement shall terminate after five (5) years of state controllers signature in section 27, unless sooner
terminated or completed as demonstrated by final payment and final audit.
Page 3 of 23
6. SCOPE OF WORK
A. Completion
The Local Agency shall complete the Work and other obligations as described herein in Exhibit
A. Work performed prior to the Effective Date or after final acceptance shall not be considered
part of the Work.
B. Goods and Services
The Local Agency shall procure Goods and Services necessary to complete the Work. Such
procurement shall be accomplished using the Contract Funds and shall not increase the
maximum amount payable hereunder by the State.
C. Employees
All persons employed hereunder by the Local Agency, or any Consultants or Contractors shall
be considered the Local Agency's, Consultants' or Contractors' employee(s) for all purposes
and shall not be employees of the State for any purpose.
D. State and Local Agency Commitments
i. Design
If the Work includes preliminary design or final design or design work sheets, or special
provisions and estimates (collectively referred to as the "Plans "), the Local Agency shall
comply with and be responsible for satisfying the following requirements:
a) Perform or provide the Plans to the extent required by the nature of the Work.
b) Prepare final design in accordance with the requirements of the latest edition of the
American Association of State Highway Transportation Officials (AASHTO) manual or
other standard, such as the Uniform Building Code, as approved by the State.
c) Prepare provisions and estimates in accordance with the most current version of the
State's Roadway and Bridge Design Manuals and Standard Specifications for Road and
Bridge Construction or Local Agency specifications if approved by the State.
d) Include details of any required detours in the Plans in order to prevent any interference
of the construction Work and to protect the traveling public.
e) Stamp the Plans produced by a Colorado Registered Professional Engineer.
f) Provide final assembly of Plans and all other necessary documents.
g) Be responsible for the Plans' accuracy and completeness.
h) Make no further changes in the Plans following the award of the construction contract to
Contractor unless agreed to in writing by the Parties. The Plans shall be considered final
when approved in writing by CDOT and when final they shall be incorporated herein.
ii. Local Agency Work
a) Local Agency shall comply with the requirements of the Americans With Disabilities Act
(ADA), and applicable federal regulations and standards as contained in the document
"ADA Accessibility Requirements in CDOT Transportation Projects ".
b) Local Agency shall afford the State ample opportunity to review the Plans and make any
changes in the Plans that are directed by the State to comply with FHWA requirements.
c) Local Agency may enter into a contract with a Consultant to perform all or any portion of
the Plans and /or of construction administration. Provided, however, if federal -aid funds are
involved in the cost of such Work to be done by such Consultant, such Consultant contract
(and the performance /provision of the Plans under the contract) must comply with all
applicable requirements of 23 C.F.R. Part 172 and with any procedures implementing
those requirements as provided by the State, including those in Exhibit H. If the Local
Agency enters into a contract with a Consultant for the Work:
(1) Local Agency shall submit a certification that procurement of any Consultant
contract complies with the requirements of 23 C.F.R. 172.5(1) prior to entering into
such Consultant contract, subject to the State's approval. if not approved by the
State, the Local Agency shall not enter into such Consultant contract.
(2) Local Agency shall ensure that all changes in the Consultant contract have
prior approval by the State and FHWA and that they are in writing. Immediately
Page 4 of 23
after the Consultant contract has been awarded, one copy of the executed
Consultant contract and any amendments shall be submitted to the State.
(3) Local Agency shah require that all billings under the Co nsultant contract comply
p Y
with the State's standardized billing format. Examples of the billing formats are
available from the CDOT Agreements Office.
(4) Local Agency (and any Consultant) shall comply with 23 C.F.R. 172,5(b) and
(d) and use the CDOT procedures described in Exhibit H to administer the
Consultant contract.
(5) Local Agency may expedite any CDOT approval of its procurement process
and /or Consultant contract by submitting a letter to CDOT from the Local Agency's
attorney /authorized representative certifying compliance with Exhibit H and 23
C.F.R. 172.5(b)and (d).
(6) Local Agency shall ensure that the Consultant contract complies with the
requirements of 49 CFR 18.36(1) and contains the following language verbatim:
(a) The design work under this Agreement shall be compatible with the
requirements of the contract between the Local Agency and the State (which is
incorporated herein by this reference) for the design /construction of the project.
The State is an intended third -party beneficiary of this agreement for that
purpose.
(b) Upon advertisement of the project work for construction, the consultant
shall make available services as requested by the State to assist the State in
the evaluation of construction and the resolution of construction problems that
may arise during the construction of the project.
(c) The consultant shall review the Construction Contractor's shop drawings for
conformance with the contract documents and compliance with the provisions
of the State's publication, Standard Specifications for Road and Bridge
Construction, in connection with this work.
d) The State, in its sole discretion, may review construction plans, special provisions and
estimates and may require the Local Agency to make such changes therein as the State
determines necessary to comply with State and FHWA requirements.
Construction
a) If the Work includes construction, the Local Agency shall perform the construction in
accordance with the approved design plans and /or administer the construction in
accordance with Exhibit E. Such administration shall include Work inspection and testing;
approving sources of materials; performing required plant and shop inspections;
documentation of contract payments, testing and inspection activities; preparing and
approving pay estimates; preparing, approving and securing the funding for contract
modification orders and minor contract revisions; processing Construction Contractor
claims; construction supervision; and meeting the Quality Control requirements of the
FHWA/CDOT Stewardship Agreement, as described in the Local Agency Contract
Administration Checklist.
b) If the Local Agency is performing the Work, the State may, after providing written notice
of the reason for the suspension to the Local Agency, suspend the Work, wholly or in part,
due to the failure of the Local Agency or its Contractor to correct conditions which are
unsafe for workers or for such periods as the State may deem necessary due to unsuitable
weather, or for conditions considered unsuitable for the prosecution of the Work, or for any
other condition or reason deemed by the State to be in the public interest.
c) The Local Agency shall be responsible for the following:
(1) Appointing a qualified professional engineer, licensed in the State of Colorado,
as the Local Agency Project Engineer (LAPE), to perform engineering
administration. The LAPE shall administer the Work in accordance with this
Agreement, the requirements of the construction contract and applicable State
procedures.
Page 5 of 23
i �
issrawasimmair 'maw
(2) For the construction of the Work, advertising the call for bids upon approval by
the State and awarding the construction contract(s) to the low responsible
bidder(s).
(a) All advertising and bid awards, pursuant to this agreement, by the Local
Agency shall comply with applicable requirements of 23 U.S.C. §112 and 23
C.F.R. Parts 633 and 635 and C.R.S. § 24 -92 -101 et seq. Those requirements
include, without limitation, that the Local Agency and its Contractor shall
incorporate Form 1273 (Exhibit 1) in its entirety verbatim into any
subcontract(s) for those services as terms and conditions therefor, as required
by 23 C.F.R. 633.102(e).
(b) The Local Agency may accept or reject the proposal of the apparent low
bidder for Work on which competitive bids have been received. The Local
Agency must accept or reject such bid within three (3) working days after they
are publicly opened.
(c) As part of accepting bid awards, the Local Agency shall provide additional
funds, subject to their availability and appropriation, necessary to complete the
Work if no additional federal -aid funds are available.
(3) The requirements of this §6(D)(iii)(c)(2) also apply to any advertising and
awards made by the State.
(4) If all or part of the Work is to be accomplished by the Local Agency's personnel
(i.e. by force account) rather than by a competitive bidding process, the Local
Agency shall perform such work in accordance with pertinent State specifications
and requirements of 23 C.F.R. 635, Subpart 8, Force Account Construction.
(a) Such Work will normally be based upon estimated quantities and firm unit
prices agreed to between the Local Agency, the State and FHWA in advance of
the Work, as provided for in 23 C.R.F. 635.204(c). Such agreed unit prices
shall constitute a commitment as to the value of the Work to be performed.
(b) An alternative to the preceeding subsection is that the Local Agency may
agree to participate in the Work based on actual costs of labor, equipment
rental, materials supplies and supervision necessary to complete the Work.
Where actual costs are used, eligibility of cost items shall be evaluated for
compliance with 48 C.F.R. Part 31.
(c) If the State provides matching funds under this Agreement, rental rates for
publicly owned equipment shall be determined in accordance with the State's
Standard Specifications for Road and Bridge Construction §109.04.
(d) All Work being paid under force account shall have prior approval of the
State and /or FHWA and shall not be initiated until the State has issued a
written notice to proceed.
State's Commitments
a) The State will perform a final project inspection of the Work as a quality
control /assurance activity. When all Work has been satisfactorily completed, the State will
sign the FHWA Form 1212.
b) Notwithstanding any consents or approvals given by the State for the Plans, the State
shall not be liable or responsible in any manner for the structural design, details or
construction of any major structures designed by, or that are the responsibility of, the Local
Agency as identified in the Local Agency Contract Administration Checklist, Exhibit E,
ROW and Acquistion/Relocation
a) If the Local Agency purchases a right of way for a State highway, including areas of
influence, the Local Agency shall immediately convey title to such right of way to CDOT
after the Local Agency obtains title.
b) Any acquisition /relocation activities shall comply with all applicable federal and state
statutes and regulations, including but not limited to the Uniform Relocation Assistance and
Real Property Acquisition Policies Act of 1970 as amended and the Uniform Relocation
Page6of23
Assistance and Real Property Acquisition Policies for Federal and Federally Assisted
Programs as amended (49 C.F.R. Part 24), CDOT's Right of Way Manual, and CDOT's
Policy and Procedural Directives.
p
c) The
Parties' respective compliance responsibilities depend on the level of federal
the State always i ation� provided however, that t s retains Oversight responsibilities. Y
p Gp ,p
d) The Parties' respective responsibilities under each level in CDOT's Right of Way Manual
(located at http:// w ww.dot.state.co.us /ROW_Manual/) and reimbursement for the levels will be
under the following categories:
(1) Right of way acquisition (3111) for federal participation and non - participation;
(2) Relocation activities, if applicable (3109);
(3) Right of way incidentals, if applicable (expenses incidental to
acquisition /relocation of right of way — 3114).
Utilities
If necessary, the Local Agency shall be responsible for obtaining the proper clearance or
approval from any utility company which may become involved in the Work. Prior to the Work
being advertised for bids, the Local Agency shall certify in writing to the State that all such
clearances have been obtained.
Railroads
If the Work involves modification of a railroad company's facilities and such modification will
be accomplished by the railroad company, the Local Agency 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. The
Local Agency shall also establish contact with the railroad company involved for the purpose
of complying with applicable provisions of 23 C.F.R. 646, subpart 6, concerning federal -aid
projects involving railroad facilities and:
a) Execute an agreement setting out what work is to be accomplished and the location(s)
thereof, and which costs shall be eligible for federal participation.
b) Obtain the railroad's detailed estimate of the cost of the Work.
c) Establish future maintenance responsibilities for the proposed installation.
d) Proscribe future use or dispositions of the proposed improvements in the event of
abandonment or elimination of a grade crossing.
e) Establish future repair and /or replacement responsibilities in the event of accidental
destruction or damage to the installation.
Environmental Obligations
The Local Agency shall perform all Work in accordance with the requirements of the current
federal and state environmental regulations including the National Environmental Policy Act
of 1969 (NEPA) as applicable.
Maintenance Obligations
The Local Agency shall maintain and operate the Work constructed under this Agreement at
its own cost and expense during their useful life, in a manner satisfactory to the State and
FHWA, and the Local Agency shall provide for such maintenance and operations obligations
each year. Such maintenance and operations shall be conducted in accordance with all
applicable statutes, ordinances and regulations pertaining to maintaining such
improvements. The State and FHWA may make periodic inspections to verify that such
improvements are being adequately maintained.
7. OPTION LETTER MODIFICATION
Option Letters may be used to extend Agreement tears, change the level of service within 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 limited to the specific scenarios listed below. The Option Letter shall not be
deemed valid until signed by the State Controller or an authorized delegate. Following are the applications for
the individual options under the Option Letter form:
A. Option 1- Level of service change within current term due to unexpected overmatch in
an overbid situation only.
Page 7 of 23
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 Overmatch dollars to be provided
by the Local Agency to be added to the contract. This option is only applicable tor 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 by the
executed Option Letter (Exhibit D), which will bring the maximum amount payable under this
contract to the amount indicated in Exhibit C -1 attached to the executed Option Letter (future
changes to Exhibit C shall be labeled as C -2, C -3, etc, as applicable). Performance of the
services shall continue under the same terms as established in the contract. The State will use
the Financial Statement submitted by the Local Agency for "Concurrence to Advertise" as
evidence of the Local Agency's intent to award and it will also provide the additional amount
required to exercise this option. If the State exercises this option, the contract will be considered
to include this option provision.
B. Option 2 — Option to add overlapping phase without increasing contract dollars.
The State may require the Local Agency to begin a phase that may include Design,
Construction, Environmental, Utilities, ROW Incidentals or Miscellaneous (this does not apply to
Acquisition /Relocation or Railroads) as detailed in Exhibit A and at the same terms and
conditions stated in the original contract with the contract dollars remaining the same. The State
may exercise this option by providing a fully executed option to the Local Agency within thirty
(30) days before the initial targeted start date of the phase, in a form substantially equivalent to
Exhibit D. If the State exercises this option, the contract will be considered to include this option
provision.
C. Option 3 - To update funding (increases and /or decreases) with a new Exhibit C.
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 exhibit (Exhibit
C) in the Original Contract with an updated Exhibit C -1 (subsequent exhibits to Exhibit C -1
shall be labeled C -2, C -3, etc). The State may have a need to update changes to state, federal,
local match and local agency overmatch funds as outlined in Exhibit C -1, which will be attached
to the option form. The State may exercise this option by providing a fully executed option to the
Local Agency within thirty (30) days after the State has received notice of funding changes, in a
form substantially equivalent to Exhibit D. if the State exercises this option, the contract will be
considered to include this option provision.
8. PAYMENTS
The State shall, in accordance with the provisions of this §8, pay the Local Agency in the amounts and using the
methods set forth below:
A. Maximum Amount
The maximum amount payable is set forth in Exhibit C as determined by the State from
available funds. Payments to the Local Agency are limited to the unpaid encumbered balance of
the Contract set forth in Exhibit C. The Local Agency shall provide its match share of the costs
as evidenced by an appropriate ordinance /resolution or other authority letter which expressly
authorizes the Local Agency the authority to enter into this Agreement and to expend its match
share of the Work. A copy of such ordinance /resolution or authority letter is attached hereto as
Exhibit B.
B. Payment
i. Advance, Interim and Final Payments
Any advance payment allowed under this Contract or in Exhibit C shall comply with State
Fiscal Rules and be made in accordance with the provisions of this Contract or such Exhibit.
The Local Agency shall initiate any payment requests by submitting invoices to the State in
the form and manner, approved by the State.
Interest
The State shall fully pay each invoice within 45 days of receipt thereof if the amount invoiced
represents performance by the Local Agency previously accepted by the State. Uncontested
Page 8 of 23
i
amounts not paid by the State within 45 days shall bear interest on the unpaid balance
beginning on the 46th day at a rate not to exceed one percent per month until paid in full;
provided, however, that interest shall not accrue on unpaid amounts that are subject to a
good faith dispute. The Local Agency shall invoice the State separately for accrued interest
on delinquent amounts. The billing shall reference the delinquent payment, the number of
days interest to be paid and the interest rate.
Available Funds- Contingency - Termination
The State is prohibited by law from making commitments beyond the term of the State's
current fiscal year. Therefore, the Local Agency's compensation beyond the State's current
Fiscal Year is contingent upon the continuing availability of State appropriations as provided
in the Colorado Special Provisions. The State's performance hereunder is also contingent
upon the continuing availability of federal funds. Payments pursuant to this Contract shall be
made only from available funds encumbered for this Contract and the State's liability for such
payments shall be limited to the amount remaining of such encumbered funds. If State or
federal funds are not appropriated, or otherwise become unavailable to fund this Contract,
the State may terminate this Contract immediately, in whole or in part, without further liability
in accordance with the provisions hereof.
Erroneous Payments
At the State's sole discretion, payments made to the Local Agency in error for any reason,
including, but not limited to overpayments or improper payments, and unexpended or excess
funds received by the Local Agency, may be recovered from the Local Agency by deduction
from subsequent payments under this Contract or other contracts, Agreements or
agreements between the State and the Local Agency or by other appropriate methods and
collected as a debt due to the State. Such funds shall not be paid to any party other than the
State.
C. Use of Funds
Contract Funds shall be used only for eligible costs identified herein.
D. Matching Funds
The Local Agency shall provide matching funds as provided in §8.A. and Exhibit C. The Local
Agency shall have raised the full amount of matching funds prior to the Effective Date and shall
report to the State regarding the status of such funds upon request. The Local Agency's
obligation to pay all or any part of any matching funds, whether direct or contingent, only extend
to funds duly and lawfully appropriated for the purposes of this Agreement by the authorized
representatives of the Local Agency and paid into the Local Agency's treasury. The Local
Agency represents to the State that the amount designated "Local Agency Matching Funds" in
Exhibit C has been legally appropriated for the purpose of this Agreement by its authorized
representatives and paid into its treasury. The Local Agency does not by this Agreement
irrevocably pledge present cash reserves for payments in future fiscal years, and this
Agreement is not intended to create a multiple - fiscal year debt of the Local Agency. The Local
Agency shall not pay or be liable for any claimed interest, late charges, fees, taxes or penalties
of any nature, except as required by the Local Agency's laws or policies.
E. Reimbursement of Local Agency Costs
The State shall reimburse the Local Agency's allowable costs, not exceeding the maximum total
amount described in Exhibit C and §8. The applicable principles described in 49 C.F.R. 18
Subpart C and 49 C.F.R. 18.22 shall govern the State's obligation to reimburse all costs
incurred by the Local Agency and submitted to the State for reimubursement hereunder, and the
Local Agency shall comply with all such principles. The State shall reimburse the Local Agency
for the federal -aid share of properly documented costs related to the Work after review and
approval thereof, subject to the provisions of this Agreement and Exhibit C. However, any costs
incurred by the Local Agency prior to the date of FHWA authorization for the Work and prior to
the Effective Date shall not be reimbursed absent specific FHWA and State Controller approval
thereof. Costs shall be:
1 Reasonable and Necessary
Page 9 of 23
0
limogionsiausummik
Resonable and necessary to accomplish the Work and for the Goods and Services provided.
ii. Net Cost
Actual net cost to the Local Agency (i.e. the price paid minus any items of value received by
the Local Agency that reduce the cost actually incurred);
9. ACCOUNTING
The Local Agency shall establish and maintain accounting systems in accordance with generally accepted
accounting standards (a separate set of accounts, or as a separate and integral part of its current accounting
scheme). Such accounting systems shall, at a minimum, provide as follows:
A. Local Agency Performing the Work
If Local Agency is performing the Work, all allowable costs, including any approved services
contributed by the Local Agency or others, shall be documented using payrolls, time records,
invoices, contracts, vouchers, and other applicable records.
B. Local Agency - Checks or Draws
Checks issued or draws made by the Local Agency shall be made or drawn against properly
signed vouchers detailing the purpose thereof. All checks, payrolls, invoices, contracts,
vouchers, orders, and other accounting documents shall be on file in the office of the Local
Agency ,clearly identified, readily accessible, and to the extent feasible, kept separate and apart
from all other Work documents.
C. State - Administrative Services
The State may perform any necessary administrative support services required hereunder. The
Local Agency shall reimburse the State for the costs of any such services from the Budget as
provided for in Exhibit C. If FHWA funding is not available or is withdrawn, or if the Local Agency
•
terminates this Agreement prior to the Work being approved or completed, then all actual •
incurred costs of such services and assistance provided by the State shall be the Local
Agency's sole expense.
D. Local Agency - Invoices
The Local Agency's invoices shall describe in detail the reimbursable costs incurred by the
Local Agency for which it seeks reimbursement, the dates such costs were incurred and the
amounts thereof, and shall not be submitted more often than monthly.
E. Invoicing Within 60 Days
The State shall not be liable to reimburse the Local Agency for any costs unless CDOT receives
such invoices within 60 days after the date for which payment is requested, including final
invoicing. Final payment to the Local Agency may be withheld at the discretion of the State until
completion of final audit. Any costs incurred by the Local Agency that are not allowable under
49 C.F.R. 18 shall be reimbursed by the Local Agency, or the State may offset them against any
payments due from the State to the Local Agency.
F. Reimbursement of State Costs
CDOT shall perform Oversight and the Local Agency shall reimburse CDOT for its related costs.
The Local Agency shall pay invoices within 60 days after receipt thereof. If the Local Agency
fails to remit payment within 60 days, at CDOT's request, the State is authorized to withhold an
equal amount from future apportionment due the Local Agency from the Highway Users Tax
Fund and to pay such funds directly to CDOT. Interim funds shall be payable from the State
Highway Supplementary Fund (400) until CDOT is reimbursed. If the Local Agency fails to make
payment within 60 days, it shall pay interest to the State at a rate of one percent per month on
the delinquent amounts until the billing is paid in full. CDOT's invoices shall describe in detail
the reimbursable costs incurred, the dates incurred and the amounts thereof, and shall not be
submitted more often than monthly.
10. REPORTING - NOTIFICATION
Reports, Evaluations, and Reviews required under this §14 shall be in accordance with the procedures of and in
such form as prescribed by the State and in accordance with §18, if applicable.
A. Performance, Progress, Personnel, and Funds
Page 10 of 23
The Local Agency shall submit a report to the State upon expiration or sooner termination of this
Agreement, containing an Evaluation and Review of the Local Agency's performance and the
final status of the Local Agency's obligations hereunder.
B. Litigation Reporting
Within 10 days after being served with any pleading related to this Agreement, in a legal action
filed with a court or administrative agency, the Local Agency shall notify the State of such action
and deliver copies of such pleadings to the State's principal representative as identified herein.
If the State or its principal representative is not then serving, such notice and copies shall be
delivered to the Executive Director of CDOT.
C. Noncompliance
The Local Agency's failure to provide reports and notify the State in a timely manner in
accordance with this §10 may result in the delay of payment of funds and /or termination as
provided under this Agreement.
D. Documents
Upon request by the State, the Local Agency shall provide the State, or its authorized
representative, copies of all documents, including contracts and subcontracts, in its possession
related to the Work.
11. LOCAL AGENCY RECORDS
A. Maintenance
The Local Agency shall make, keep, maintain, and allow inspection and monitoring by the State
of a complete file of all records, documents, communications, notes and other written materials,
electronic media files, and communications, pertaining in any manner to the Work or the
delivery of Services (including, but not limited to the operation of programs) or Goods
hereunder. The Local Agency shall maintain such records until the last to occur of the following:
(1) a period of three years after the date this Agreement is completed or terminated, or (ii) three
years after final payment is made hereunder, whichever is later, or (iii) for such further period as
may be necessary to resolve any pending matters, or (iv) if an audit is occurring, or the Local
Agency has received notice that an audit is pending, then until such audit has been completed
and its findings have been resolved (collectively, the "Record Retention Period ").
B. inspection
The Local Agency shall permit the State, the federal government and any other duly authorized
agent of a governmental agency to audit, inspect, examine, excerpt, copy and/or transcribe the
Local Agency's records related to this Agreement during the Record Retention Period to assure
compliance with the terms hereof or to evaluate the Local Agency's performance hereunder.
The State reserves the right to inspect the Work at all reasonable times and places during the
term of this Agreement, including any extension. If the Work fails to conform to the requirements
of this Agreement, the State may require the Local Agency promptly to bring the Work into
conformity with Agreement requirements, at the Local Agency's sole expense. If the Work
cannot be brought into conformance by re- performance or other corrective measures, the State
may require the Local Agency to take necessary action to ensure that future performance
conforms to Agreement requirements and may exercise the remedies available under this
Agreement at law or in equity in lieu of or in conjunction with such corrective measures.
C. Monitoring
The Local Agency also shall permit the State, the federal government or any other duty
authorized agent of a governmental agency, in their sole discretion, to monitor all activities
conducted by the Local Agency pursuant to the terms of this Agreement using any reasonable
procedure, including, but not limited to: internal evaluation procedures, examination of program
data, special analyses, on -site checking, formal audit examinations, or any other procedures. All
such monitoring shall be performed in a manner that shall not unduly interfere with the Local
Agency's performance hereunder.
D. Final Audit Report
Page 11 of 23
If an audit is performed on the Local Agency's records for any fiscal year covering a portion of
the term of this Agreement, the Local Agency shall submit a copy of the final audit report to the •
State or its principal representative at the address specified herein.
12. CONFIDENTIAL INFORMATION -STATE RECORDS
The Local Agency shall comply with the provisions of this §12 if it becomes privy to confidential information in
connection with its performance hereunder. Confidential information, includes, but is not necessarily limited to,
state records, personnel records, and information concerning individuals. Nothing in this §12 shall be construed
to require the Local Agency to violate the Colorado Open Records Act, C.R.S. §§ 24 -72 -1001 et seq.
A. Confidentiality
The Local Agency shall keep all State records and information confidential at all times and to
comply with all laws and regulations concerning confidentiality of information. Any request or
demand by a third party for State records and information in the possession of the Local Agency
shall be immediately forwarded to the State's principal representative.
B. Notification
The Local Agency shall notify its agents, employees and assigns who may come into contact
with State records and confidential information that each is subject to the confidentiality
requirements set forth herein, and shall provide each with a written explanation of such
requirements before they are permitted to access such records and information.
C. Use, Security, and Retention
Confidential information of any kind shall not be distributed or sold to any third party or used by
the Local Agency or its agents in any way, except as authorized by the Agreement and as
approved by the State. The Local Agency shall provide and maintain a secure environment that
ensures confidentiality of all State records and other confidential information wherever located.
Confidential information shall not be retained in any files or otherwise by the Local Agency or its
agents, except as set forth in this Agreement and approved by the State.
D. Disclosure- Liability
Disclosure of State records or other confidential information by the Local Agency for any reason
may be cause for legal action by third parties against the Local Agency, the State or their
respective agents. The Local Agency is prohibited from providing indemnification to the State
pursuant to the Constitution of the State of Colorado, Article XI, Section 1, however, the Local
Agency shall be responsible for any and all claims, damages, liability and court awards including
costs, expenses, and attorney fees and related costs, incurred as a result of any act or omission
by the Local Agency, or its employees, agents, or assignees pursuant to this §12.
13. CONFLICT OF INTEREST
The Local Agency shall not engage in any business or personal activities or practices or maintain any
relationships which conflict in any way with the full performance of the Local Agency's obligations hereunder.
The Local Agency acknowledges that with respect to this Agreement even the appearance of a conflict of
interest is harmful to the State's interests. Absent the State's prior written approval, the Local Agency shall
refrain from any practices, activities or relationships that reasonably appear to be in conflict with the full
performance of the Local Agency's obligations to the State hereunder. If a conflict or appearance exists, or if the
Local Agency is uncertain whether a conflict or the appearance of a conflict of interest exists, the Local Agency
shall submit to the State a disclosure statement setting forth the relevant details for the State's consideration.
Failure to promptly submit a disclosure statement or to follow the State's direction in regard to the apparent
conflict constitutes a breach of this Agreement.
14. REPRESENTATIONS AND WARRANTIES
The Local Agency makes the following specific representations and warranties, each of which was relied on by
the State in entering into this Agreement.
A. Standard and Manner of Performance
The Local Agency shall perform its obligations hereunder, including in accordance with the
highest professional standard of care, skill and diligence and in the sequence and manner set
forth in this Agreement.
B. Legal Authority -- The Local Agency and the Local Agency's Signatory
Page 12 of 23
The Local Agency warrants that it possesses the legal authority to enter into this Agreement and
that it has taken all actions required by its procedures, by -laws, and/or applicable laws to
exercise that authority, and to lawfully authorize its undersigned signatory to execute this
Agreement, or any part thereof, and to bind the Local Agency to its terms. If requested by the
State, the Local Agency shall provide the State with proof of the Local Agency's authority to
enter into this Agreement within 15 days of receiving such request.
C. Licenses, Permits, Etc.
The Local Agency represents and warrants that as of the Effective Date it has, and that at all
times during the term hereof it shall have, at its sole expense, all licenses, certifications,
approvals, insurance, permits, and other authorization required by law to perform its obligations
hereunder. The Local Agency warrants that it shall maintain all necessary licenses,
required properly
approvals, insurance, permits, and othe r authorizations uired to erl izations q p p Y
perform this Agreement, without reimbursement by the State or other adjustment in Agreement
Funds. Additionally, all employees and agents of the Local Agency performing Services under
this Agreement shall hold all required licenses or certifications, if any, to perform their
responsibilities. The Local Agency, if a foreign corporation or other foreign entity transacting
business in the State of Colorado, further warrants that it currently has obtained and shall
maintain any applicable certificate of authority to transact business in the State of Colorado and
has designated a registered agent in Colorado to accept service of process. Any revocation,
withdrawal or non - renewal of licenses, certifications, approvals, insurance, permits or any such
similar requirements necessary for the Local Agency to properly perform the terms of this
Agreement shall be deemed to be a material breach by the Local Agency and constitute
grounds for termination of this Agreement.
15. INSURANCE
The Local Agency and its contractors shall obtain and maintain insurance as specified in this section at all times
during the term of this Agreement: All policies evidencing the insurance coverage required hereunder shall be
issued by insurance companies satisfactory to the Local Agency and the State.
A. The Local Agency
i. Public Entities
If the Local Agency is a "public entity" within the meaning of the Colorado Governmental
Immunity Act, CRS §24-10 -101, et seq., as amended (the "GIA "), then the Local Agency
shall maintain at all times during the term of this Agreement such liability insurance, by
commercial policy or self - insurance, as is necessary to meet its liabilities under the GIA. The
Local Agency shall show proof of such insurance satisfactory to the State, if requested by the
State. The Local Agency shall require each Agreement with their Consultant and Contractor,
that are providing Goods or Services hereunder, to include the insurance requirements
necessary to meet Consultant or Contractor liabilities under the GIA.
ii. Non - Public Entities
If the Local Agency is not a "public entity" within the meaning of the Governmental Immunity
Act, the Local Agency shall obtain and maintain during the term of this Agreement insurance
coverage and policies meeting the same requirements set forth in §15(B) with respect to
sub - contractors that are not "public entities ".
B. Contractors
The Local Agency shall require each contract with Contractors, Subcontractors, or Consultants,
other than those that are public entities, providing Goods or Services in connection with this
Agreement, to include insurance requirements substantially similar to the following:
1 Worker's Compensation
Worker's Compensation Insurance as required by State statute, and Employer's Liability
Insurance covering all of the Local Agency's Contractors, Subcontractors, or Consultant's
employees acting within the course and scope of their employment.
ii. General Liability
Page 13 of 23
Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or
equivalent, covering premises operations, fire damage, independent contractors, products
and completed operations, blanket liability, personal injury, and advertising liability with
minimum limits as follows: (a) $1,000,000 each occurrence; (b) $1,000,000 general
aggregate; (c) $1,000,000 products and completed operations aggregate; and (d) $50,000
any one fire. if any aggregate limit is reduced below $1,000,000 because of claims made or
paid, contractors, subcontractors, and consultants shall immediately obtain additional
insurance to restore the full aggregate limit and furnish to the Local Agency a certificate or
other document satisfactory to the Local Agency showing compliance with this provision.
iii. Automobile Liability
Automobile Liability insurance covering any auto (including owned, hired and non -owned
autos) with a minimum limit of $1,000,000 each accident combined single limit.
iv. Additional Insured
The Local Agency and the State shall be named as additional insured on the Commercial
General Liability policies (leases and construction contracts require additional insured
coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or
equivalent).
v. Primacy of Coverage
Coverage required of the Consultants or Contractors shall be primary over any insurance or
self - insurance program carried by the Local Agency or the State.
vi. Cancellation
The above insurance policies shall include provisions preventing cancellation or non - renewal
without at least 45 days prior notice to the Local Agency and the State by certified mail.
vii. Subrogation Waiver
All insurance policies in any way related to this Agreement and secured and maintained by
the Local Agency's Consultants or Contractors as required herein shall include clauses
stating that each carrier shall waive all rights of recovery, under subrogation or otherwise,
against the Local Agency or the State, its agencies, institutions, organizations, officers,
agents, employees, and volunteers.
C. Certificates
The Local Agency and all Contractors, subcontractors, or Consultants shall provide certificates
showing insurance coverage required hereunder to the State within seven business days of the
Effective Date of this Agreement. No later than 15 days prior to the expiration date of any such
coverage, the Local Agency and each contractor, subcontractor, or consultant shall deliver to
the State or the Local Agency certificates of insurance evidencing renewals thereof. In addition,
upon request by the State at any other time during the term of this Agreement or any sub-
contract, the Local Agency and each contractor, subcontractor, or consultant shall, within 10
days of such request, supply to the State evidence satisfactory to the State of compliance with
the provisions of this §15.
16. DEFAULT - BREACH
A. Defined
In addition to any breaches specified in other sections of this Agreement, the failure of either
Party to perform any of its material obligations hereunder in whole or in part or in a timely or
satisfactory manner constitutes a breach.
B. Notice and Cure Period
In the event of a breach, notice of such shall be given in writing by the aggrieved Party to the
other Party in the manner provided in §18. If such breach is not cured within 30 days of receipt
of written notice, or if a cure cannot be completed within 30 days, or if cure of the breach has
not begun within 30 days and pursued with due diligence, the State may exercise any of the
remedies set forth in §17. Notwithstanding anything to the contrary herein, the State, in its sole
discretion, need not provide advance notice or a cure period and may immediately terminate
Page 14 of 23
this Agreement in whole or in part if reasonably necessary to preserve public safety or to
prevent immediate public crisis.
17. REMEDIES
If the Local Agency is in breach under any provision of this Agreement, the State shall have all of the remedies
listed in this §17 in addition to all other remedies set forth in other sections of this Agreement following the
notice and cure period set forth in §16(B). The State may exercise any or all of the remedies available to it, in its
sole discretion, concurrently or consecutively.
A. Termination for Cause and /or Breach
If the Local Agency fails to perform any of its obligations hereunder with such diligence as is
required to ensure its completion in accordance with the provisions of this Agreement and in a
timely manner, the State may notify the Local Agency of such non - performance in accordance
with the provisions herein. If the Local Agency thereafter fails to promptly cure such non-
performance within the cure period, the State, at its option, may terminate this entire Agreement
or such part of this Agreement as to which there has been delay or a failure to properly perform.
Exercise by the State of this right shall not be deemed a breach of its obligations hereunder.
The Local Agency shall continue performance of this Agreement to the extent not terminated, if
any.
1. Obligations and Rights
To the extent specified in any termination notice, the Local Agency shall not incur further
obligations or render further performance hereunder past the effective date of such notice,
and shall terminate outstanding orders and sub - Agreements with third parties. However, the
Local Agency shall complete and deliver to the State all Work, Services and Goods not
cancelled by the termination notice and may incur obligations as are necessary to do so
within this Agreement's terms. At the sole discretion of the State, the Local Agency shall
assign to the State all of the Local Agency's right, title, and interest under such terminated
orders or sub - Agreements. Upon termination, the Local Agency shall take timely, reasonable
and necessary action to protect and preserve property in the possession of the Local Agency
in which the State has an interest. All materials owned by the State in the possession of the
Local Agency shall be immediately returned to the State. All Work Product, at the option of
the State, shall be delivered by the Local Agency to the State and shall become the State's
property.
2. Payments
The State shall reimburse the Local Agency only for accepted performance received up to
the date of termination. If, after termination by the State, it is determined that the Local
Agency was not in default or that the Local Agency's action or inaction was excusable, such
termination shall be treated as a termination in the public interest and the rights and
obligations of the Parties shall be the same as if this Agreement had been terminated in the
public interest, as described herein.
3. Damages and Witholding
Notwithstanding any other remedial action by the State, the Local Agency also shall remain
liable to the State for any damages sustained by the State by virtue of any breach under this
Agreement by the Local Agency and the State may withhold any payment to the Local
Agency for the purpose of mitigating the State's damages, until such time as the exact
amount of damages due to the State from the Local Agency is determined. The State may
withhold any amount that may be due to the Local Agency as the State deems necessary to
protect the State, including Toss as a result of outstanding liens or claims of former lien
holders, or to reimburse the State for the excess costs incurred in procuring similar goods or
services. The Local Agency shall be liable for excess costs incurred by the State in procuring
from third parties replacement Work, Services or substitute Goods as cover.
B. Early Termination in the Public Interest
The State is entering into this Agreement for the purpose of carrying out the public policy of the
State of Colorado, as determined by its Governor, General Assembly, and/or Courts. If this
Agreement ceases to further the public policy of the State, the State, in its sole discretion, may
Page 15 of 23
terminate this Agreement in whole or in part. Exercise by the State of this right shall not
constitute a breach of the State's obligations hereunder. This subsection shall not apply to a
termination of this Agreement by the State for cause or breach by the Local Agency, which shall
be governed by §17(A) or as otherwise specifically provided for herein.
i. Method and Content
The State shall notify the Local Agency of the termination in accordance with §18, specifying
the effective date of the termination and whether it affects all or a portion of this Agreement.
Obligations and Rights
Upon receipt of a termination notice, the Local Agency shall be subject to and comply with
the same obligations and rights set forth in §17(A)(i).
Payments
If this Agreement is terminated by the State pursuant to this §17(B), the Local Agency shall
be paid an amount which bears the same ratio to the total reimbursement under this
Agreement as the Services satisfactorily performed bear to the total Services covered by this
Agreement, less payments previously made. Additionally, if this Agreement is less than 60%
completed, the State may reimburse the Local Agency for a portion of actual out -of- pocket
expenses (not otherwise reimbursed under this Agreement) incurred by the Local Agency
which are directly attributable to the uncompleted portion of the Local Agency's obligations
hereunder; provided that the sum of any and all reimbursement shall not exceed the
maximum amount payable to the Local Agency hereunder.
C. Remedies Not Involving Termination
The State, its sole discretion may exercise one or more of the following remedies in addition to
other remedies available to it:
i. Suspend Performance
Suspend the Local Agency's performance with respect to all or any portion of this Agreement
pending necessary corrective action as specified by the State without entitling the Local
Agency to an adjustment in price /cost or performance schedule. The Local Agency shall
promptly cease performance and incurring costs in accordance with the State's directive and
the State shall not be liable for costs incurred by the Local Agency after the suspension of
performance under this provision.
Withold Payment
Withhold payment to the Local Agency until corrections in the Local Agency's performance
are satisfactorily made and completed.
Deny Payment
Deny payment for those obligations not performed that due to the Local Agency's actions or
inactions cannot be performed or, if performed, would be of no value to the State; provided
that any denial of payment shall be reasonably related to the value to the State of the
obligations not performed.
Removal
Demand removal of any of the Local Agency's employees, agents, or contractors whom the
State deems incompetent, careless, insubordinate, unsuitable, or otherwise unacceptable, or
whose continued relation to this Agreement is deemed to be contrary to the public interest or
not in the State's best interest.
Intellectual Property
If the Local Agency infringes on a patent, copyright, trademark, trade secret or other
intellectual property right while performing its obligations under this Agreement, the Local
Agency shall, at the State's option (a) obtain for the State or the Local Agency the right to
use such products and services: (b) replace any Goods, Services, or other product involved
with non - infringing products or modify them so that they become non - infringing; or, (c) if
neither of the forgegoing alternatives are reasonably available, remove any infringing Goods,
Services, or products and refund the price paid therefore to the State.
18. NOTICES and REPRESENTATIVES
Page 16 of 23
•
Each individual identified below is the principal representative of the. designating Party. All notices required to be
given hereunder shall be hand delivered with receipt required or sent by certified or registered mail to such
Party's principal representative at the address set forth below. In addition to but not in lieu of a hard -copy notice,
notice also may be sent by e -mail to the e -mail addresses, if any, set forth below. Either Party may from time to
time designate by written notice substitute addresses or persons to whom such notices shall be sent. Unless
otherwise provided herein, all notices shall be effective upon receipt.
A. State:
Sean Yates
Resident Engineer •
CDOT — Region 3
222 South 6 Str eet, Room 100
Grand Junction, CO 81501
(970)683 -6276
B. Local Agency:
Eva Wilson
County Engineer
Eagle County
PO Box 850
Eagle, CO 81631
(970)328-3560
19. RIGHTS IN DATA, DOCUMENTS, AND COMPUTER SOFTWARE
Any software, research, reports, studies, data, photographs, negatives or other documents, drawings, models,
materials, or work product of any type, including drafts, prepared by the Local Agency in the performance of its
obligations under this Agreement shall be the exclusive property of the State and all Work Product shall be
delivered to the State by the Local Agency upon completion or termination hereof. The State's exclusive rights in
such Work Product shall include, but not be limited to, the right to copy, publish, display, transfer, and prepare
derivative works. The Local Agency shall not use, willingly allow, cause or permit such Work Product to be used
for any purpose other than the performance of the Local Agencys's obligations hereunder without the prior
written consent of the State.
20. GOVERNMENTAL IMMUNITY
Notwithstanding any other provision to the contrary, nothing herein shall constitute a waiver, express or implied,
of any of the immunities, rights, benefits, protection, or other provisions of the Colorado Governmental Immunity
Act, CRS §24 -10 -101, et seq., as amended. Liability for claims for injuries to persons or property arising from
the negligence of the State of Colorado, its departments, institutions, agencies, boards, officials, and employees
and of the Local Agency is controlled and limited by the provisions of the Governmental Immunity Act and the
risk management statutes, CRS §24 -30 -1501, et seq., as amended.
21. STATEWIDE CONTRACT MANAGEMENT SYSTEM
If the maximum amount payable to the Local Agency under this Agreement is $100,000 or greater, either on the
Effective Date or at anytime thereafter, this §21 applies.
The Local Agency agrees to be governed, and to abide, by the provisions of CRS §24- 102 -205, §24- 102 -206,
§24 -103 -601, §24 -103.5 -101 and §24 -105 -102 concerning the monitoring of vendor performance on state
agreements /contracts and inclusion of agreement/contract performance information in a statewide contract
management system.
The Local Agency's performance shall be subject to Evaluation and Review in accordance with the terms and
conditions of this Agreement, State law, including CRS §24 -103.5 -101, and State Fiscal Rules, Policies and
Guidance. Evaluation and Review of the Local Agency's performance shall be part of the normal Agreement
administration process and the Local Agency's performance will be systematically recorded in the statewide
Agreement Management System. Areas of Evaluation and Review shall include, but shall not be limited to
quality, cost and timeliness. Collection of information relevant to the performance of the Local Agency's
obligations under this Agreement shall be determined by the specific requirements of such obligations and shall
include factors tailored to match the requirements of the Local Agency's obligations. Such performance
information shall be entered into the statewide Contract Management System at intervals established herein and
Page 17 of 23
a final Evaluation, Review and Rating shall be rendered within 30 days of the end of the Agreement term. The
Local Agency shall be notified following each performance Evaluation and Review, and shall address or correct
any identified problem in a timely manner and maintain work progress.
Should the final performance Evaluation and Review determine that the Local Agency demonstrated a gross
failure to meet the performance measures established hereunder, the Executive Director of the Colorado
Department of Personnel and Administration (Executive Director), upon request by CDOT, and showing of good
cause, may debar the Local Agency and prohibit the Local Agency from bidding on future Agreements. The
Local Agency may contest the final Evaluation, Review and Rating by: (a) filing rebuttal statements, which may
result in either removal or correction of the evaluation (CRS §24 -105- 102(6)), or (b) under CRS §24- 105 - 102(6),
exercising the debarment protest and appeal rights provided in CRS § §24- 109 -106, 107, 201 or 202, which may
result in the reversal of the debarment and reinstatement of the Local Agency, by the Executive Director, upon
showing of good cause.
22. FEDERAL REQUIREMENTS
The Local Agency and/or their contractors, subcontractors, and consultants shall at all times during the
execution of this Agreement strictly adhere to, and comply with, all applicable federal and state laws, and their
implementing regulations, as they currently exist and may hereafter be amended. A listing of certain federal and
state laws that may be applicable are described in Exhibit J and Exhibit K.
23. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
The Local Agency will comply with all requirements of Exhibit G and the Local Agency Contract Administration
Checklist regarding DBE requirements for the Work, except that if the Local Agency desires to use its own DBE
program to implement and administer the DBE provisions of 49 C.E.R. Part 26 under this Agreement, it must
submit a copy of its program's requirements to the State for review and approval before the execution of this
Agreement. If the Local Agency uses any State- approved DBE program for this Agreement, the Local Agency
shall be solely responsible to defend that DBE program and its use of that program against all legal and other
challenges or complaints, at its sole cost and expense. Such responsibility includes, without limitation,
determinations concerning DBE eligibility requirements and certification, adequate legal and factual bases for
DBE goals and good faith efforts. State approval (if provided) of the Local Agency's DBE program does not
waive or modify the sole responsibility of the Local Agency for use of its program.
24. DISPUTES
Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under this
Agreement which is not disposed of by agreement shall be decided by the Chief Engineer of the Department of
Transportation. The decision of the Chief Engineer will be final and conclusive unless, within 30 calendar days
after the date of receipt of a copy of such written decision, the Local Agency mails or otherwise furnishes to the
State a written appeal addressed to the Executive Director of CDOT. In connection with any appeal proceeding
under this clause, the Local Agency shall be afforded an opportunity to be heard and to offer evidence in
support of its appeal. Pending final decision of a dispute hereunder, the Local Agency shall proceed diligently
with the performance of this Agreement in accordance with the Chief Engineer's decision. The decision of the
Executive Director or his duly authorized representative for the determination of such appeals shall be final and
conclusive and serve as final agency action. This dispute clause does not preclude consideration of questions of
law in connection with decisions provided for herein. Nothing in this Agreement, however, shall be construed as
making final the decision of any administrative official, representative, or board on a question of law.
25. GENERAL PROVISIONS
A. Assignment
The Local Agency's rights and obligations hereunder are personal and may not be transferred,
assigned or subcontracted without the prior written consent of the State. Any attempt at
assignment, transfer, or subcontracting without such consent shall be void. All assignments and
subcontracts approved by the Local Agency or the State are subject to all of the provisions
hereof. The Local Agency shall be solely responsible for all aspects of subcontracting
arrangements and performance.
13. Binding Effect
Except as otherwise provided in §25(A), all provisions herein contained, including the benefits
and burdens, shall extend to and be binding upon the Parties' respective heirs, legal
representatives, successors, and assigns.
C. Captions
Page 18 of 23
The captions and headings in this Agreement are for convenience of reference only, and shall
not be used to interpret, define, or limit its provisions.
D. Counterparts
This Agreement may be executed in multiple identical original counterparts, ail of which shall
constitute one agreement.
E. Entire Understanding
This Agreement represents the complete integration of all understandings between the Parties
and all prior representations and understandings, oral or written, are merged herein. Prior or
contemporaneous addition, deletion, or other amendment hereto shall not have any force or
affect whatsoever, unless embodied herein.
F. indemnification - General
If Local Agency is not a "public entity" within the meaning of the Colorado Governmental
Immunity Act, CRS §24-10 -101, et seq., the Local Agency shall indemnify, save, and hold
harmless the State, its employees and agents, against any and all claims, damages, liability and
court awards including costs, expenses, and attorney fees and related costs, incurred as a
result of any act or omission by the Local
agents, subcontractors or
its employees, lee ,
ocal Agency, or p y g
assignees i pursuant to the terms of this Agreement. This clause is not applicable to a Local
p
9
Agency that is a "public entity" within the meaning of the Colorado Governmental Immunity Act,
CRS §24 -10 -101, et seq.
G. Jurisdction and Venue
All suits, actions, or proceedings related to this Agreement shall be held in the State of Colorado
and exclusive venue shall be in the City and County of Denver.
H. Limitations of Liability
Any and all limitations of liability and /or damages in favor of the Local Agency contained in any
document attached to and /or incorporated by reference into this Agreement, whether referred to
as an exhibit, attachment, schedule, or any other name, are void and of no effect. This includes,
but is not necessarily limited to, limitations on (1) the types of liabilities, (11) the types of
damages, (in) the amount of damages, and (iv) the source of payment for damages.
I. Modification
L By the Parties
Except as specifically provided in this Agreement, modifications of this Agreement shall not
be effective unless agreed to in writing by both parties in an amendment to this Agreement,
properly executed and approved in accordance with applicable Colorado State law, State
Fiscal Rules, and Office of the State Controller Policies, including, but not limited to, the
policy entitled MODIFICATIONS OF AGREEMENTS - TOOLS AND FORMS.
By Operation of Law
This Agreement is subject to such modifications as may be required by changes in Federal
or Colorado State law, or their implementing regulations. Any such required modification
automatically shall be incorporated into and be part of this Agreement on the effective date of
such change, as if fully set forth herein.
J. Order of Precedence
The provisions of this Agreement shall govern the relationship of the State and the Local
Agency. In the event of conflicts or inconsistencies between this Agreement and its exhibits and
attachments, such conflicts or inconsistencies shall be resolved by reference to the documents
in the following order of priority:
i. Colorado Special Provisions,
The provisions of the main body of this Agreement,
Exhibit A (Scope of Work),
Exhibit B (Local Agency Resolution),
Exhibit C (Funding Provisions),
Exhibit D (Option Letter),
Exhibit E (Local Agency Contract Administration Checklist),
Page 19 of 23
Other exhibits in descending order of their attachment.
K. Severability
Provided this Agreement can be executed and performance of the obligations of the Parties
accomplished within its intent, the provisions hereof are severable and any provision that is
declared invalid or becomes inoperable for any reason shall not affect the validity of any other
provision hereof.
L. Survival of Certain Agreement Terms
Notwithstanding anything herein to the contrary, provisions of this Agreement requiring
continued performance, compliance, or effect after termination hereof, shall survive such
termination and shall be enforceable by the State if the Local Agency fails to perform or comply
as required.
M. Taxes
The State is exempt from all federal excise taxes under IRC Chapter 32 (No. 84- 730123K) and
from all State and local government sales and use taxes under CRS § §39 -26 -101 and 201 et
seq. Such exemptions apply when materials are purchased or services rendered to benefit the
State; provided however, that certain political subdivisions (e.g., City of Denver) may require
payment of sales or use taxes even though the product or service is provided to the State. The
Local Agency shall be solely liable for paying such taxes as the State is prohibited from paying
for or reimbursing the Local Agency for them.
N. Third Party Beneficiaries
Enforcement of this Agreement and all rights and obligations hereunder are reserved solely to
the Parties, and not to any third party. Any services or benefits which third parties receive as a
result of this Agreement are incidental to the Agreement, and do not create any rights for such
third parties.
O. Waiver
Waiver of any breach of a term, provision, or requirement of this Agreement, or any right or
remedy hereunder, whether explicitly or by lack of enforcement, shall not be construed or
deemed as a waiver of any subsequent breach of such term, provision or requirement, or of any
other term, provision, or requirement.
THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK
Page 20 of 23
26. COLORADO SPECIAL PROVISIONS
The Special Provisions apply to all Agreements except wliete tnuled iii italics.
1. CONTROLLER'S APPROVAL. CRS §24 -30 -202 (1).
This Agreement shall not be deemed valid until it has been approved by the Colorado State Controller or
designee.
2. FUND AVAILABILITY. CRS §24 -30- 202(5.5).
Financial obligations of the State payable after the current fiscal year are contingent upon funds for that
purpose being appropriated, budgeted, and otherwise made available.
3. GOVERNMENTAL IMMUNITY.
No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied,
of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental
Immunity Act, CRS §24 -10 -101 et seq., or the Federal Tort Claims Act, 28 U.S.C. § §1346(b) and 2671 et
seq., as applicable now or hereafter amended.
4. INDEPENDENT CONTRACTOR
The Local Agency shall perform its duties hereunder as an independent contractor and not as an
employee. Neither The Local Agency nor any agent or employee of The Local Agency shall be deemed to
be an agent or employee of the State. The Local Agency and its employees and agents are not entitled to
unemployment insurance or workers compensation benefits through the State and the State shall not pay
for or otherwise provide such coverage for The Local Agency or any of its agents or employees.
Unemployment insurance benefits shall be available to The Local Agency and its employees and agents
only if such coverage is made available by The Local Agency or a third party. The Local Agency shall pay
when due all applicable employment taxes and income taxes and local head taxes incurred pursuant to
this Agreement. The Local Agency shall not have authorization, express or implied, to bind the State to
any Agreement, liability or understanding, except as expressly set forth herein. The Local Agency shall
(a) provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, (b) provide proof thereof when requested by the State, and (c) be solely
responsible for its acts and those of its employees and agents.
5. COMPLIANCE WITH LAW.
The Local Agency shall strictly comply with all applicable federal and State laws, rules, and regulations in
effect or hereafter established, including, without limitation, laws applicable to discrimination and unfair
employment practices.
6. CHOICE OF LAW.
Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation,
execution, and enforcement of this Agreement. Any provision included or incorporated herein by
reference which conflicts with said laws, rules, and regulations shall be null and void. Any provision
incorporated herein by reference which purports to negate this or any other Special Provision in whole or
in part shall not be valid or enforceable or available in any action at law, whether by way of complaint,
defense, or otherwise. Any provision rendered null and void by the operation of this provision shall not
invalidate the remainder of this Agreement, to the extent capable of execution.
7. BINDING ARBITRATION PROHIBITED.
The State of Colorado does not agree to binding arbitration by any extra - judicial body or person. Any
provision to the contrary in this contact or incorporated herein by reference shall be null and void.
8. SOFTWARE PIRACY PROHIBITION. Governor's Executive Order D 002 00.
State or other public funds payable under this Agreement shall not be used for the acquisition, operation,
or maintenance of computer software in violation of federal copyright laws or applicable licensing
restrictions. The Local Agency hereby certifies and warrants that, during the term of this Agreement and
any extensions, The Local Agency has and shall maintain in place appropriate systems and controls to
prevent such improper use of public funds. If the State determines that The Local Agency is in violation of
this provision, the State may exercise any remedy available at law or in equity or under this Agreement,
including, without limitation, immediate termination of this Agreement and any remedy consistent with
federal copyright laws or applicable licensing restrictions.
9. EMPLOYEE FINANCIAL INTEREST. CRS § §24 -18 -201 and 24 -50 -507.
The signatories aver that to their knowledge, no employee of the State has any personal or beneficial
interest whatsoever in the service or property described in this Agreement. The Local Agency has no
interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree
Page 21 of 23
with the performance of The Local Agency's services and The Local Agency shall not employ any person
having such known interests.
10. VENDOR OFFSET. CRS § §24 -30 -202 (1) and 24 -30- 202.4.
[Not Applicable to intergovernmental agreements] Subject to CRS §24 -30 -202.4 (3.5), the State
Controller may withhold payment under the State's vendor offset intercept system for debts owed to State
agencies for: (a) unpaid child support debts or child support arrearages; (b) unpaid balances of tax,
accrued interest, or other charges specified in CRS §39 -21 -101, et seq.; (c) unpaid loans due to the
Student Loan Division of the Department of Higher Education; (d) amounts required to be paid to the
Unemployment Compensation Fund; and (e) other unpaid debts owing to the State as a result of final
agency determination or judicial action.
11. PUBLIC CONTRACTS FOR SERVICES. CRS §8 -17.5 -101.
[Not Applicable to Agreements relating to the offer, issuance, or sale of securities, investment advisory
services or fund management services, sponsored projects, intergovernmental Agreements, or
information technology services or products and services] The Local Agency certifies, warrants, and
agrees that it does not knowingly employ or contract with an illegal alien who shall perform work under
this Agreement and shall confirm the employment eligibility of all employees who are newly hired for
employment in the United States to perform work under this Agreement, through participation in the E-
Verify Program or the State program established pursuant to CRS §8- 17.5- 102(5)(c), The Local Agency
shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter
into a contract with a subcontractor that fails to certify to The Local Agency that the subcontractor shall
not knowingly employ or contract with an illegal alien to perform work under this Agreement The Local
Agency (a) shall not use E- Verify Program or State program procedures to undertake pre - employment
screening of job applicants while this Agreement is being performed, (b) shall notify the subcontractor and
the contracting State agency within three days if The Local Agency has actual knowledge that a
subcontractor is employing or contracting with an illegal alien for work under this Agreement, (c) shall
terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien
within three days of receiving the notice, and (d) shall comply with reasonable requests made in the
course of an investigation, undertaken pursuant to CRS §8 -17.5- 102(5), by the Colorado Department of
Labor and Employment. If The Local Agency participates in the State program, The Local Agency shall
deliver to the contracting State agency, Institution of Higher Education or political subdivision, a written,
notarized affirmation, affirming that The Local Agency has examined the legal work status of such
employee, and shall comply with all of the other requirements of the State program. If The Local Agency
fails to comply with any requirement of this provision or CRS §8- 17.5 -101 et seq., the contracting State
agency, institution of higher education or political subdivision may terminate this Agreement for breach
and, if so terminated, The Local Agency shall be liable for damages.
12. PUBLIC CONTRACTS WITH NATURAL PERSONS. CRS §24- 76.5 -101.
The Local Agency, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (a) is a citizen or otherwise lawfully present in the United States
pursuant to federal law, (b) shall comply with the provisions of CRS §24 -76.5 -101 et seq., and (c) has
produced one form of identification required by CRS §24 -76.5 -103 prior to the effective date of this
Agreement.
SPs Effective 1/1/09
THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK
•
Page 22 of 23
27. SIGNATURE PAGE
Agreement Routing Number 13 HA3 47953
THE PARTIES HERETO HAVE EXECUTED THIS AGREEMENT
* Persons signing for The Local Agency hereby swear and affirm that they are authorized to act on The Local
Agency's behalf and acknowledge that the State is relying on their representations to that effect.
THE LOCAL AGENCY STATE OF COLORADO
EAGLE COUNTY John W. Hickenlooper, GOVERNOR
By: Colorado Department of Transportation
Name of Authorized Individual Donald E. Hunt, Executive Director
Title:
Official Title of Authorized Individual
By: Timothy J. Harris, P.E., CDOT Chief Engineer
Date:
*Signature
Date:
2nd The Local Agency Signature if Needed LEGAL REVIEW
John W. Suthers, Attorney General
By:
Name of Authorized individual
Title: By.
Signature - Assistant Attorney General
Official Title of Authorized Individual
Date:
*Signature
Date:
ALL AGREEMENTS REQUIRE APPROVAL BY THE STATE CONTROLLER
CRS §24-30 -202 requires the State Controller to approve all State Agreements. This Agreement is not valid until
signed and dated below by the State Controller or delegate. The Local Agency is not authorized to begin
performance until such time. If The Local Agency begins performing prior thereto, the State of Colorado is not
obligated to pay The Local Agency for such performance or for any goods and /or services provided hereunder.
STATE CONTROLLER
David J. McDernnott, CPA
By
Colorado Department of Transportation
Date:
Page 23 of 23
a '' r,t'.': .. -4 ^m..'F• -'- :rq.'' ;.:; v. 4:.:''_-....:a ' ow- '''5; X.1,1 >.0, -.1 "e.A.4. s..,sm. <.. -'# ,,?::Z- 4 .1: FA$s ri.. -, N46. -4,.:: L'^vafa'kn n"A4:.......sfbe,faS"` �i:af ...Y..:u,..<..4"b`"'k.1K.:4:
3'
J: x
28. EXHIBIT` A -- SCOPE OF WORK i.
S'
1
Y
G
a
Y3
3
yy
3,
,
'4
f
4 i
i
fi .
g ice:
1
I
F
4
M=M�?a; �3 ':e�?Xe �',zas3 k.+5: -'..: ,_ .W.w.cr..'.'}ksa "...;a^?fs:r 4?:VO�a.,.rAr A : . ': :r, -..ix. RA:*z*..&e o 4, Rres 2�ss�szss *,; ;k assd - ':' 's; .: s
•
COLORADO DEPARTMENT OF TRANSPORTATION Orig.Date: 07/02/2012 Project Code # (SA #): 1 9212 1 ST1P #: SR36693
DESIGN DATA Rev.Date: Project #: SHO 0821
Revision #: d PE Project Code:
I •
Region #. 03
Page 1 to 3 Project Description: SH 82 & EI Jebel Road Intersection
Status: ® Preliminary ❑ Final ❑ Revised
Impr
----- County: 037 037
Submitted By PM: HARBERTK Approved by Program Engineer:
M unicipality: EI Jebel
Date: System Code: N -NHS Non - Interstate
Revised by: Oversight By Delegated /Locally Administered
Planned Length: 1.000
Date:
Geographic Location: SH 82, MM 18.1, EL JEBEL ROAD INTERSECTION, EAGLE Type of Terrain: Mountainous
Description of Proposed Construction /Improvement(Attach map showing site location)
INTERSECTION IMPROVEMENTS
® Project Characteristics (Proposed) Median (Type): ❑ Depressed ❑ Painted Ci Raised ❑ None
❑ Lighting ❑ Handicap Ramps Ei Traffic Control Signals ❑ Striping
❑ Curb and Gutter ❑ Curb Only ❑ Left Slots ❑ Continuous Width=
[I Sidwalk Width= Bikeway Width= ❑ Right -Tum Slots ❑ Continuous Width=
❑ Parking Lane Width= ❑
Detours Signing ❑ Construction ❑ Permanent
❑ Landscaping requirements (description): ❑ Other (description):
© Right of Way Yes /No Est. # © Utilities (list names of known utility companies)
ROW &!or Perm. Easement Required No
Relocation Required No
Temporary Easement Required: No .
Changes in Access: No
Changes to Connecting Roads: No
Railroad Crossings # of Crossings:
Recommendations :
®Environmental l Type: I Approved On: I Project Code # Cleared Under: Projc : Cleared Under:
(None
Comments:
6 Coordination
❑ Withdrawn Lands (Power Sites, Reservoirs, Etc.) Cleared through BLM or Forest Service Office Irrigation Ditch Name:
❑ New Traffic Ordinance Required ❑ Modify Schedule of Existing Ordinance Muncipality: El Jebel
Other.
ri Construction Method Advertised By: NoAd Reason: Entity / Agency Contact Name: Phone #:
Local
Safety Considerations 1 Project Under. Guardrail meets current standards: No
❑ Variance in Minimum Design Standards Required ❑ Safety project not all standards Comments:
❑ Justification Attached ❑ Request to be Submittec addressed
❑ Bridge(see item 12) D See Remarks
❑ Stage Construction (explain in remarks) -
3R projects
Safety Evaluation Complete (date): — — °— °° `
!
i A
00 1 NOME
1 MINIM
wu L I WEE
i
IA 1111 "III III 1""
ED
11 0 EM
0
0 0 0 0 1111111111
1 i 0 MEM
E0
IIII[ Ill U IEEE 1,
75 111111111111
-Elc °I I 'Li' MOEN I
38
om
mp
1 II III L 11111111MIU
11
1111111111U
'1 El ! ! 01110111111
iii h LIONEr
_____„
i El E I 111011111111 Ell
gi 1 1111011111
7 _0
0111111MM 1
Li lirt:EN.,
I ;
0 1 i WI c b li4F„
EF? !
:i i! 011111-fligIMP
0.
v 2 N fjCitigt(13.a
° > '-
,1.g_GI=_,?,4,A 0 .0 2 2 - 02 c21Lf,2120 rlac_Immm.c1)—Itoo a_
N 0 )— C 2
0. ') 0c C) 3 2 F -
Page 3 of 3 Project Code #(SA #): Project #: Revise Date:
19212 SHO 0821 -100
12 Major Structures Ss to stay, R= to be removed, P= proposed new structure
Length
Reference Feature In Standard Structure Structural Horizontal Vertical Year
Structure ID# * Len
g intersected Width Roadway Capacity Clearance Clearance Built
Proposed Treament of Bridges to Remain in Place(address bridge rail, capacity, and allowable surfacing Thickness):
Remarks
#Project Description
Safety Enhancements to approximately 300 -500LF of El Jebel Road located directly north of the SHB2/EI Jebel Road intersection in
unincorporated Eagle County, in the El Jebel area. The project will involve traffic signal dilemma zone detection and optimization,
auxiliary lane improvements and additions on El Jebel Road for increased intersection capacity, and access restrictions for the
accesses that are within the queue lengths for the southbound right and left tuming movements.
•
ROW Category
Right of way may be necessary from 2 parcels for this project. These parcels are located to the northwest and northeast of the
SH82/El Jebel Road Intersection. Both are privately owned parcels. Additionally, two of the access roads located to the northwest
of the Intersection (Farve Lane and Gillespie Drive) are privately owned roads (owned by one of the parcel owners) and may need ROW
acquisition.
Engineering Category
The engineering category is estimated based upon hourly rates broken down by relevant phases during the design process. It includes
project management, public outreach, development, design documents and specifications, geotechnical, environmental, utility
. locates, and right of way processing.
Construction Category
Construction is assumed to consist of the road improvements, access improvements, excavation and embankment, curb and gutter
installation, road base and paving, median construction, retaining wall construction, and traffic signal improvements. Clearing and
grubbing, signage and striping, drainage, traffic control, construction surveying and monumentation, contractor mobilization and
environmental mitigation are also included within the construction category.
This project will be designed and constructed in accordance with CDOT and FHWA rules and regulations. The county has elected to use
federal funding for the ROW, Design and Construction phases of this project.#
0
^ ^' Yds6. -:s,. ?:A a_�s+',... i.14 .:.kN.F ^ 1%64; g. .xu3N° i 's:4:.c :.-4,tti;.4Rxb»..z, 4. : M
..s -_, .;,: ;Vacz ra ..1,-4, -:;F :-u,. -:_ , .,s.4 ; ".er; w r ;= ..--4";-.0",,-.1.' ...,` > ,-4"-..., -4ea
•
C :
29. EXHIBIT B — LOCAL AGENCY RESOLUTION
n
4
LOCAL AGENCY
ORDINANCE
or
RESOLUTION ON
,
x
Y
•
yy
I
4
i'
i4
y }
It
n
f.
k
)i.
1
3
Li
3
'
ow.rc.' ?";'.... YZP,I, -"fr41: .'.._. '.: '...ik$x." -A-4 , '...m.ttW-.:.'.�/P4aS , ' . . iT - .... ,
30. EXHIBIT C - FUNDING PROVISIONS
A. Cost of Work Estimate
The Local Agency has estimated the total cost the Work to be $559,901.00 which is to be funded
as follows:
1 BUDGETED FUNDS
a. Federal Funds $559,901.00
(100% of Participating Costs)
,TOTAL BUDGETED FUNDS $559,901.00
2 ESTIMATED CDOT - INCURRED COSTS
$0.00
a. Federal Share
of Participating Costs)
b. Local Agency
Local Agency Share of Participating Costs $0.00
Non - Participating Costs (Including Non - Participating Indirects) $0.00 $0 00
Estimated to be Billed to Local Agency
TOTAL ESTIMATED CDOT - INCURRED COSTS
$0.00
3 ESTIMATED PAYMENT TO LOCAL AGENCY
a. Federal Funds Budgeted (1 a) $559,901.00
90 $ 11 .00
b. Less Estimated Federal Share of CDOT - Incurred Costs (2a)
TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY $559,901.00
4. FOR CDOT ENCUMBRANCE PURPOSES
Total Encumbrance Amount ($559,901.00 divided by %)
$559,901.00
Less ROW Acquisition 3111 and /or ROW Relocation 3109 $$45,0000.00
Net to be Encumbered • --
Net to be encumbered as follows: ** Note - Only $113,648.00 will
be encumbered at this time;remaining funds will be encumbered
in the future by Option Letter or Amendment
WBS Element 19212. . $104,243.00
WBS Element 19212. ._ .ROW 3114 $9,405.00
B. Matching Funds
The matching ratio for the federal participating funds for this Work is 100 % federal -aid funds
(CFDA #20.205) to 0% Local Agency funds, it being understood that such ratio applies only to
the $544,901.00 that is eligible for federal participation, it being further understood that all
non - participating costs are borne by the Local Agency at 100 %. if the total participating cost of
performance of the Work exceeds $544,901.00, and additional federal funds are made available
for the Work, the Local Agency shall pay 0% of all such costs eligible for federal participation
and 100% of all non- participating costs; if additional federal funds are not made available, the
Local Agency shall pay all such excess costs. If the total participating cost of performance of the
Work is Tess than $544,901.00, then the amounts of Local Agency and federal -aid funds will be
decreased in accordance with the funding ratio described herein. The performance of the Work
shall be at no cost to the State.
C. Maximum Amount Payable
The maximum amount payable to the Local Agency under this Agreement shall be $544,901.00
the Local Agency
(For CDOT accounting purposes, the federal funds of $544,901.00 and th 9 Y ^
( F of 544 901.00
matching funds of $0 will be encumbered for a total encumbrance $ , Note )
Only $113,648.00 will be encumbered at this time;remaining funds will be encumbered in the
future by Option Letter or Amendment ; unless such amount is increased by an appropriate
written modification to this Agreement 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 Agreement, 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.
D. Single Audit Act Amendment
All state and local government and non - profit organizations receiving more than $500,000 from
all funding sources defined as federal financial assistance for Single Audit Act Amendment
purposes shall comply with the audit requirements of OMB Circular A -133 (Audits of States,
Local Governments and Non - Profit Organizations) see also, 49 C.F.R. 18.20 through 18.26. The
Single Audit Act Amendment requirements applicable to the Local Agency receiving federal
funds are as follows:
1. Expenditure less than $500,000
The Local Agency expends less than $500,000 in Federal funds (all federal sources, not just
Highway funds) in its fiscal year then this requirement does not apply.
ii. Expenditure exceeding than $500,000- Highway Funds Only
The Local Agency expends more than $500,000 in Federal funds, but only received federal
Highway funds (Catalog of Federal Domestic Assistance, CFDA 20.205) then a program
specific audit shall be performed. This audit will examine the "financial" procedures and
processes for this program area.
iii. Expenditure exceeding than $500,000-Multiple Funding Sources
The Local Agency expends more than $500,000 in Federal funds, and the Federal funds are
from multiple sources (FTA, HUD, NPS, etc.) then the Single Audit Act applies, which is an
audit on the entire organization /entity.
iv. Independent CPA
Single Audit shall only be conducted by an independent CPA, not by an auditor on staff. An
audit is an allowable direct or indirect cost.
Page 1 of 4
Alw
31. EXHIBIT D — OPTION LETTER
SAMPLE IGA OPTION LETTER
(This option has been created by the Office of the State Controller for COOT use only)
NOTE: This option is limited to the specific contract scenarios listed below
AND may be used in place of exercising a format amendment.
Date: State Fiscal Year: Option Letter No. CLIN Routing #
Original Contract CMS # Option Letter CMS #
Original Contract SAP # Option Letter SAP #
Vendor name:
A. SUBJECT: (Choose applicable options listed below AND in section B and delete the rest)
1. Lev& of service change within current term due to an unexpected Local overmatch on an overbid
situation ONLY;
2. Option to add phasing to include Design, Construction, Environmental, Utilities, ROW incidentals or
Miscellaneous ONLY (does not apply to Acquisition /Relocation or Railroads);
3. Option to update funding (a new Exhibit C must be attached with the option letter and shall be
labeled 0-1 (future changes for this option shall be labeled as follows: C -2, C -3, C -4, etc.)
B. REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth
below:
(Insert the following language for use with Option #1):
In accordance with the terms of the original Agreement (insert FY, Agency code & CLIN routing # of
Basic Contract) between the State of Colorado, Department of Transportation and (insert the Local
Agency's name here), the State hereby exercises the option to record a level of service change due to
unexpected overmatch dollars due to an overbid situation. The Agreement is now increased by
(indicate additional dollars here) specified in Paragraph /Section /Provision of the
original Agreement.
(Insert the following Ian_ uage for use with Option #2):
In accordance with the terms of the original Agreement (insert FY, Agency code & CLIN routing #
Basic Contract) between the State of Colorado, Department of Transportation and (insert the Local
Agency's name here), the State hereby exercises the option to add an overlapping phase in (indicate
Fiscal Year here) that will include (describe which phase will be added and include all that apply —
Design, Construction, Environmental, Utilities, ROW incidentals or Miscellaneous). Total funds for
this Agreement remain the same (indicate total dollars here) as referenced in
Paragraph /Section /Provision /Exhibit of the original Agreement.
(Insert the following language for use with Option #3):
In accordance with the terms of the original Agreement (insert FY, Agency code & CLIN routing # of
Basic Contract) between the State of Colorado, Department of Transportation and (insert the Local
Agency'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 Agreement is now (select
one: increased and /or decreased) by (insert dollars here) specified in Paragraph/- Section /-
Provision /Exhibit of the original Agreement. A new Exhibit C -1 is made part of the
original Agreement and replaces Exhibit C. (The following is a NOTE only so please delete when
Page 1 of 2
-`...., �w�' �" .bvx�.'L.;Y.r!"..,l..Yu'%r�`:' -cam. �, JSh'T....:.•::.ti�iM rR+.- :aSSK.4 FY ... -._,.Y >... L. K.. o..;- �' . n:: Frq?fS:_: ?i9 S%i.!4n 'L +32,:. is K' RI'✓..'$,::.. K_..>-. rA-*.. sFi?:.. X.....,...:.. 4" bazvE.:.. :...Xx- ri2c_9:,_,__- �i.�., , =:::. II
using this option: future changes for this option for Exhibit C shall be labeled as follows: C -2, C -3, C -4,
etc.)
(The following language must be included on ALL options):
The amount of the current Fiscal Year contract value is (increased /decreased) by ($ amount of
change) to a new Agreement value of ($ ) to satisfy services /goods ordered under the
Agreement for the current fiscal year (indicate Fiscal Year). The first sentence in
Paragraph /Section /Provision is hereby modified accordingly.
The total Agreement value to include all previous amendments, option letters, etc. is
($ )•
The effective date of this Option Letter is upon approval of the State Controller or delegate.
APPROVALS:
For the The Local Agency:
Legal Name of the Local Agency
By:
Print Name of Authorized Individual
Signature:
Date:
Title: Official Title of Authorized Individual
State of Colorado:
John W. Hickenlooper, Governor
B 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 Agreement 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 the Local Agency begins performing prior thereto, the State of Colorado
is not obligated to pay the Local Agency for such performance or for any goods and/or services
provided hereunder.
State Controller
David J. McDermott, CPA
By:
Date:
Form Updated: June 12, 2008
Page 2 of 2
s _ter..
n
32. EXHIBIT E -- LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
t :
i. f.
3
E
V.
fl
i ,
F
n
t
f
ti
rt e� :
if
5
1
, A
y '
'•': '',".
, . l
X.
k"
k
Y
p .
S f
w
Y
is
f
f i
Page 1 of 4
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
The following checklist has been developed to ensure that all required aspects of a
project approved for Federal funding have been addressed and a responsible party
assigned for each task.
After a project has been approved for Federal funding in the Statewide Transportation
Improvement Program, the Colorado Department of Transportation (CDOT) Project
Manager, Local Agency project manager, and CDOT Resident Engineer prepare the
checklist. It becomes a part of the contractual agreement between the Local Agency
and CDOT. The CDOT Agreements Unit will not process a Local Agency agreement
without this completed checklist. It will be reviewed at the Final Office Review meeting
to ensure that all parties remain in agreement as to who is responsible for performing
individual tasks.
xvi
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
The following checklist has been developed to ensure that all required aspects of a
project approved for Federal funding have been addressed and a responsible party
assigned for each task.
After a project has been approved for Federal funding in the Statewide Transportation
Improvement Program, the Colorado Department of Transportation (CDOT) Project
Manager, Local Agency project manager, and CDOT Resident Engineer prepare the
checklist. R becomes a part of the contractual agreement between the Local Agency
and CDOT. The CDOT Agreements Unit will not process a Local Agency agreement
without this completed checklist. It will be reviewed at the Final Office Review meeting
to ensure that all parties remain in agreement as to who is responsible for performing
individual tasks.
COLORADO DEPARTMENT OF TRANSPORTATION •
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
Project No. STIP No. Project Code Region
SHE 0821 -096
TBD 18264 3
Project Location Date
JW drive in El Jebel 6/16112
Project Description
construction of auxiliary lanes and safety improvements
•
Local Agency - Local Agency Project Manager
Eagle County Greg Schroeder
CDOT Resident Engineer CDOT Project Manager
Sean Yeates Sean Yeates
INSTRUCTIONS:
This checklist shall be utilized to establish the contract administration responsibilities of the individual parties to this agreement.
The checklist becomes an attachment to the Local Agency agreement. Section numbers correspond to the applicable chapters
of the CDOT Local Agency Manual.
The checklist shall be prepared by placing an "X" under the responsible party, opposite each of the tasks. The "X" denotes the
party responsible for initiating and executing the task. Only one responsible party should be selected. When neither CDOT nor
the Local Agency is responsible for a task, not applicable (NA) shall be noted. In addition, a "#" will denote that CDOT must
concur or approve.
Tasks that will be performed by Headquarters staff will be indicated. The Regions, in accordance with established policies and
procedures, will determine who will perform all other tasks that are the responsibility of CDOT.
The checklist shall be prepared by the CDOT Resident Engineer or the CDOT Project Manager, in cooperation with the Local
Agency Project Manager, and submitted to the Region Program Engineer. If contract administration responsibilities change, the
CDOT Resident Engineer, in cooperation with the Local Agency Project Manager, will prepare and distribute a revised checklist.
RESPONSIBLE
NO. DESCRIPTION OF TASK PARTY
LA CDOT
TIP / STIP AND LONG -RANGE PLANS
2.1 Review Project to ensure it is consist with STIP and amendments thereto 1 I X i
FEDERAL FUNDING OBLIGATION AND AUTHORIZATION
4.1 Authorize funding by phases (CDOT Form 418 - Federal -aid Program Data. Requires FHWA X
concurrence /involvement)
PROJECT DEVELOPMENT
5.1 Prepare Design Data - CDOT Form 463 X
5.2 Prepare Local Agency /CDOT Inter-Governmental Agreement (see also Chapter 3) X
5,3 Conduct Consultant Selection /Execute Consultant Agreement • X _
5.4 Conduct Design Scoping Review Meeting X
5.5 Conduct Public Involvement ' X
5,6 Conduct Field Inspection Review (FIR) X
5.7 Conduct Environmental Processes (may require FHWA concurrence/involvement) X
5.8 Acquire Right - - Way (may require FHWA concurrence/involvement) X
5.9 Obtain Utility and Railroad Agreements X
5.10 Conduct Final Office Review (FOR) X
5.11 , Justify Force Account Work by the Local Agency _ • X
5.12 I Justify Proprietary, Sole Source, or Local Agency Fumished Items X —
5.13 Document Design Exceptions - CDOT Form 464 X .
5.14 Prepare Plans, Specifications and Construction Cost Estimates _ X i
5.15 Ensure Authorization of Funds for Construction X
CDOT Form 1243 09/06 Pagel of 4
Previous editions are obsolete and may not be used
RESPONSIBLE
NO. DESCRIPTION OF TASK PARTY
LA CDOT
PROJECT DEVELOPMENT CIVIL RIGHTS AND LABOR COMPLIANCE
6.1 Set Underutilized Disadvantaged Business Enterprise (UBDE) Goals for Consultant and X
Construction Contracts (CDOT Region EEO/Civil Rights Specialist) X
6.2 Determine Applicability of Davis -Bacon Act
This project ❑ is IS is not exempt from Davis -Bacon requirements as determined by the
functional classification of the project location (Projects located on local roads and rural
minor collectors may be exempt.)
Sean Yeates 6/16/11
CDOT Resident Engineer (Signature on File) Date
6.3 Set On- the -Job Training Goals. Goal is zero if total construction is less than $1 million (CDOT X
Region EEO /Civil Rights Specialist) X
6.4 Title VI Assurances
wain ;w i Ensure the correct Federal Wage Decision, all required Disadvantaged Business
„
�i�k Enterprise/On-the-Job Training special provisions and FHWA Form 1273 are included in the X
ii Contract (CDOT Resident Engineer)
ADVERTISE, BID AND AWARD X
7.1 Obtain Approval for Advertisement Period of Less Than Three Weeks X
7.2 Advertise for Bids X
7.3 Distribute "Advertisement Set" of Plans and Specifications X
7.4 Review Worksite and Plan Details with Prospective Bidders While Project Is Under
Advertisement X
7.5 Open Bids :,w -- •. d
7.6 Process Bids-for Compliance ° =:,.. r`��,=
Waif.?-4 Check CDOT Form 715 - Certificate of Proposed Underutilized DBE Participation when the fI
W low bidder meets UDBE goals
`•i`•,�s` Evaluate CDOT Form 718 - Underutilized DBE Good Faith Effort Documentation and X
rr5 � f ;: determine if the Contractor has made a good faith effort when the low bidder does riot meet
74 # '4' : DBE goals
"' '' Submit required documentation for CDOT award concurrence X
7.7 Concurrence from CDOT to Award X X
7.8 Approve Rejection of Low Bidder X
7.9 Award Contract ' X
7.10 j Provide "Award" and 'Record" Sets of Plans and Specifications
CONSTRUCTION MANAGEMENT X
8.1 i Issue Notice to Proceed to the Contractor X
8.2 Project Safety
8.3 Conduct Conferences: X
- Pre - Construction Conference (Appendix B)
i; Pre -survey X
°` • Construction staking X
• Monumentation X
' Partnering (Optional) X
' Structural Concrete Pre -Pour (Agenda is in CDOT Construction Manual)
�;< Concrete Pavement Pre - Paving (Agenda is in CDOT Construction Manual) X
'7"'4 HMA Pre-Paving (Agenda is in CDOT Construction Manual) X
8.4 Develop and distribute Public Notice of Planned Construction to media and local residents x
8 Supervise Construction
- -,20 A Professional Engineer (PE) registered in Colorado, who will be in responsible charge of
�� •
� � . �. � � construction supervision."
u 4: Greg Schroeder 970- 328 -3567
, ,,, 1 Phone number X
� � �� Local Agency Professional Engineer or
;x : t CDOT Resident Engineer
CDOT Form 1243 09/06 Paget of 4
Previous editions are obsolete and may not be used
I RESPONSIBLE
3 NO. DESCRIPTION OF TASK PARTY
LA CDOT
,kg�:i� Provide competent, experienced staff w will ensure the Contract work is constructed in
, ;.`gip; accordance with the plans and specifications X
,, ; . Construction inspection and documentation X
8.6 Approve Shop Drawings
•
8.7 Perform Traffic Control Inspections X
8.8 Perform Construction Surveying X
8.9 Monument Right -of -Way X
8.10 Prepare and Approve Interim and Final Contractor Pay Estimates X
Provide the name and phone number of the person authorized for this task.
•
Greg Schroeder 970 - 328 - 3567 •
Local Agency Representative Phone number
8.11 Prepare and Approve Interim and Final Utility and Railroad Billings X '
8.12 Prepare Local Agency Reimbursement Requests X
8.13 Prepare and Authorize Change Orders X
8.14 Approve All Change Orders X
8.15 Monitor Project Financial Status X
8.16 Prepare and Submit Monthly Progress Reports X
8.17 Resolve Contractor Claims and Disputes X
8.18 Conduct Routine and Random Project Reviews
I
Provide the name and phone number of the person responsible for this task. X
i
I
Sean Yeates 970 - 683 -6276 •
CDOT Resident Engineer Phone number
•
•
•
MATERIALS
9.1 Conduct Materials Pre - Construction Meeting X
9.2 Complete CDOT Form 250 - Materials Documentation Record
• Generate form, which includes determining the minimum number of required tests and X
applicable material submittals for all materials placed on the project
• Update the form as work progresses X
• Complete and distribute form after work is completed X
9.3 Perform Project Acceptance Samples and Tests X
9.4 Perform Laboratory Verification Tests X
9.5 Accept Manufactured Products X
Inspection of structural components:.
• Fabrication of structural steel and pre - stressed concrete structural components X
• Bridge modular expansion devices (0° to 6" or greater) : X
• Fabrication of bearing devices X
9.6 Approve Sources of Materials X
9.7 Independent Assurance Testing (IAT), Local Agency Procedures ❑ CDOT Procedures .0
• Generate IAT schedule X
• Schedule and provide notification X
• Conduct IAT X
9.8 Approve mix designs
• Concrete X
• Hot mix asphalt X
9.9 Check Final Materials Documentation X
9.10 Complete and Distribute Final Materials Documentation r X
CDOT Form 1243 09106 Page3 of 4
Previous editions are obsolete and may not be used
CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE X
10.1 P e- Construction Packet Requirements Fulfill Project Bulletin Board and r .
•
10.2 Process CDOT Form 205 - Sublet Peniiit Application X Review and sign completed CDOT Form 205 for each subcontractor, and submit to
EEO /Civil Rights Specialist
10.3 Conduct Equal Employment Opportunity and Labor Compliance Verification Employee
i Interviews. Complete CDOT Form 280
10.4 Monitor Disadvantaged Business Enterprise Participation to Ensure Compliance with the X i
"Commercially Useful Function" Requirements •
10.5 Conduct Interviews When Project Utilizes On- the -Job Trainees. Complete CDOT Form 200 - X
OJT Training Questionnaire
10.6 Check Certified Payrolls (Contact the Region EEO /Civil Rights Specialists for training requirements.) X
10.7 Submit FHWA Form 1391 - Highway Construction Contractor's Annual EEO Report
FINALS X
11.1 Conduct Final Project Inspection. Complete and submit CDOT Form 1212 - Final
Acceptance Report (Resident Engineer with mandatory Local Agency participation.) X
11.2 Write Final Project Acceptance Letter X
11.3 Advertise for Final Settlement X
11.4 Prepare and Distribute Final As- Constructed Plans X
11.5 Prepare EEO Certification
11.6 Check Final Quantities, Plans, and Pay Estimate; Check Project Documentation; and submit X
Final Certifications X
11.7 Check Material Documentation and Accept Final Material Certification (See Chapter 9) X
11.8 Obtain CDOT Form 17 from the Contractor and Submit to the Resident Engineer
11.9 Obtain FHWA Form 47 - Statement of Materials and Labor Used ... from the Contractor N/A X
11.10 Complete and Submit CDOT Form 1212 — Final Acceptance Report (by CDOT) X
_ 11.11 Process Final Payment X
11.12 _ Complete and Submit CDOT Form 950 - Project Closure X
11.13 _ Retain Project Records for Six Years from Date of Project Closure X
11.14 , Retain Final Version of Local Agency Contract Administration Checklist
cc: CDOT Resident Engineer /Project Manager
CDOT Region Program Engineer
CDOT Region EEO /Civil Rights Specialist
CDOT Region Materials Engineer
CDOT Contracts and Market Analysis Branch
Local Agency Project Manager •
CDOT Form 1243 09/06 Page4 of 4
Previous editions are obsolete and may not be used
33. EXHIBIT F — CERTIFICATION FOR FEDERAL -AID CONTRACTS
The Local Agency certifies, by signing this Agreement, to the best of its knowledge and belief, that:
No Federal appropriated funds have been paid or will be paid, by or on behalf or the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or modification of any Federal contract,
Agreement, loan, or cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or of Congress, or an employee of a Member of
Congress in connection with this Federal contract, Agreement, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of riot less than $10,000 and not more
than $100,000 for each such failure.
The prospective participant also agree by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such sub - recipients shall certify and disclose accordingly.
Required by 23 CFR 635.112 •
Page 1 of 1
' �'1$!rt':/N ✓.v 3, >. a. -t %, "YI,. .. s ,.. "3e.._ti�::s!A:' ...,..JaG. �.,.. " g?'r4F r" ( ^ <. ?.
r: :tirxN*.s- •d'u°.�fHw`.., +. C.'�sWi,:e"i'"h"�'��:?Y#'S S' ? ..:- C�.FL'.1x.d."`i..,.'1G.'.e. �^. KS!r4R(,4..iL"":K+6`u
34. EXHIBIT G — DISADVANTAGED BUSINESS ENTERPRISE
SECTION 1 Policy.
It is the policy of the Colorado Department of Transportation (CDOT) that disadvantaged business
maximum opportunity enterprises rises sh
all have the max pp Y to participate in the performance of contracts financed
p CFR 23.
agreement, pursuant to 49 CFR Part
under this a p
or in part with Federal d
funds an g
in whole p p
ortation DBE
Consequently, the 49 CFR Part IE DBE requirements the C olorado Department of Tr ans
Program (or a Local Agency DBE Program approved in advance by the State) apply to this agreement.
SECTION 2. DBE Obligation.
'n ss
enterprises ises as
sr e
business f�
Local Agency agrees to ensure that disadvantaged
or its the Y g
The recipient g of Regulatory Agencies have the
determined by the Office of Certification at the C olorado Department 9
p artment ry A o ufato
maximum opportunity to participate in the performance of contracts and subcontracts financed in whole
or in part with Federal funds provided under this agreement. In this regard, all participants or
contractors shall take all necessary and reasonable steps in accordance with the CDOT DBE program
(or a Local Agency DBE Program approved in advance by the State) to ensure that disadvantaged
business enterprises have the maximum opportunity to compete for and perform contracts. Recipients
and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the
award and performance of CDOT assisted contracts.
SECTION 3 DBE Program.
The Local Agency (sub - recipient) shall be responsible for obtaining the Disadvantaged Business
Enterprise Program of the Colorado Department of Transportation, 1988, as amended, and shall
comply with the applicable provisions of the program. Of applicable).
A copy of the DBE Program is available from and will be mailed to the Local Agency upon request:
Business Programs Office
Colorado Department of Transportation
4201 East Arkansas Avenue, Room 287
Denver, Colorado 80222 -3400
Phone: (303) 757 -9234
revised 1/22198 Required by 49 CFR Part 23.41
Page 1 of 1
visEszm
- -
` |
35. EXHE3IT H LOCAL AGENCY PROCEDURES FOR CONSULTANT SERVICES
D�e�e����/�f�d����/fihe�ta��/ac6�/n�#�ev�or�/
^� doing
THE LOCAL AGENCY SHALL USE THESE PROCEDURES TO IMPLEMENT FEDERAL-ALO
PROJECT AGREEMENTS WITH PROFESSIONAL CONSULTANT SERVICES
Title 23 Gode of Federal Regulations (CFR) 172 applies 0n@ federally funded local agency project |
agreement administered by CDOT that involves professional consultant services. 23 CFR 172.1
states "The policies and procedures involve federally funded contracts for engineering and design
related services for projects subject to the provisions of 23 U.G.C. 112(o) and are issued to ensure
that a qualified consultant is obtained through an equitable seection process, that prescribed work
is properly accomplished in atinle|y manner, and at fair arid reasonable cost" and according to 23
CFR 172.5 "Price shall not be used as a factor in the analysis and selection phase." Therefore, local
agencies must comply with these CFR requirements when obtaining professional consultant
services under a federally funded consultant contract administered by CDOT.
CDOT has formulated its procedures in Procedural Directive (P.D.) 400.1 and the related
operations guidebook titled "Obtaining Professional Consultant 8orvioen" This directive and
guidebook incorporate requirements from both Federal and State regulations, i.e., 28 CFR 172 and
CRS §24'30'1401 et seq. Copies of the directive and the guidebook may be obtained upon request
from CDOT's Agreements and Consultant Management Unit. [Local agencies should have their own
written procedures on file for each method of procurement that addresses the items in 23 CFR 1721
Because the procedures and laws described in the Procedural Directive and the guLdebook are
quite |eDgthy, the subsequent steps serve as a short-hand guide to CDOT procedures that a local
agency must follow in obtaining professional consultant services. This guidance follows the format
of 23 {}FR 172. The steps are:
1. The contracting local agency shall document the need for obtaining professional services.
2. Prior to solicitation for consultant sen/ines, the contracting local agency shall develop a
detailed scope of work and a list of evaluation factors and their relative importance. The
evaluation factors are those identified in C.R.S. 24'30-1403. /\|eo, a detailed cost estimate
shoufd be prepared for use during negotiations.
3. The contracting agency must advertise for contracts in conformity with the requirements of
C.R.Q. 24-30-1405. The public notice period, when such notice is required, iaaminimum of
15 days prior to the selection of the three most qualified firms and the advertising should be
done in one or more daily newspapers of general circulation.
4. The request for consultant services should include the scope of work, the evaluation factors
and their relative importance, the method of payment, and the goal of 10% for Disadvantaged
Business Enterprise (DBE) participation as a minimum for the pr ject.
5. The analysis and selection of the consultants shall be done in accordance with CRS 824-3U-
14O3. This section of the regulation identifies the criteria to be used in the evaluation of CDOT
pre-qualified prime consultants and their team. It also shows which criteria are used to short-
list and to make a final selection
The short-Iist is based on the foNowing evaluation factors:
a. Qualifications,
b. Approach to the Work,
c. Abitity to furnish professional services.
d. Ariticipated design concepts, arid
Page 1 of 2
~ �� ���
e Alternative methods of approach for furnishing the professional services.
Evaluation factors for final selection are the consultant's:
a. Abilities of their personnel,
b. Past performance,
c. Willingness to meet the time and budget requirement,
d. Location,
e. Current and projected work load,
f. Volume of previously awarded contracts, and
g. Involvement of minority consultants.
6. Once a consultant is selected, the local agency enters into negotiations with the consultant to
obtain a fair and reasonable price for the anticipated work. Pre - negotiation audits are
prepared for contracts expected to be greater than $50,000. Federal reimbursements for
costs are limited to those costs allowable under the cost principles of 48 CFR 31. Fixed fees
(profit) are determined with consideration given to size, complexity, duration, and degree of
risk involved in the work. Profit is in the range of six to 15 percent of the total direct and
indirect costs.
7. A qualified local agency employee shall be responsible and in charge of the Work to ensure
that the work being pursued is complete, accurate, and consistent with the terms, conditions,
and specifications of the contract. At the end of Work, the local agency prepares a
performance evaluation (a CDOT form is available) on the consultant.
8. Each of the steps listed above is to be documented in accordance with the provisions of 49
CFR 18.42, which provide for records to be kept at least three years from the date that the
local agency submits its final expenditure report. Records of projects under litigation shall be
kept at least three years after the case has been settled.
CRS § §24 -30 -1401 through 24 -30 -1408, 23 CFR Part 172, and P.D. 400.1, provide additional
details for complying with the preceeding eight (8) steps.
Page 2 of 2
x3seec
oggemaiNgEmsi
36. EXHIBIT 1— FEDERAL — AID CONTRACT PROVISIONS
•
fi �s
[
fi
j;.
£ Gr
av
FHWA -1273 -- Revised May 1, 2012
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
1. General 3. A breach of any of the stipulations contained in these
11. Nondiscrimination Required Contract Provisions may be sufficient grounds for
III. Nonsegregated Facilities withholding of progress payments, withholding of final
IV. Davis -Bacon and Related Act Provisions payment, termination of the contract, suspension / debarment
V, Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the
Provisions contracting agency and FHWA.
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention 4. Selection of Labor: During the performance of this contract,
VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose
IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal -aid
Pollution Control Act highway unless it is labor performed by convicts who are on
X. Compliance with Govemmentwide Suspension and parole, supervised release, or probation. The term Federal -aid
Debarment Requirements highway does not include roadways functionally classified as
Xl. Certification Regarding Use of Contract Funds for local roads or rural minor collectors.
Lobbying
ATTACHMENTS 11. NONDISCRIMINATION
A. Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are
Development Highway System or Appalachian Local Access applicable to all Federal -aid construction contracts and to all
Road Contracts (included in Appalachian contracts only) related construction subcontracts. of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material
supply, engineering, or architectural service contracts.
I. GENERAL
In addition, the contractor and all subcontractors must comply
1. Form FHWA -1273 must be physically incorporated in each with the following policies: Executive Order 11246, 41 CFR 60,
construction contract funded under Title 23 (excluding 29 CFR 1625 -1627, Title 23 USC Section 140, the
emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973, as amended (29 USC 794), Title VI
• contractor (or subcontractor) must insert this form in each of the Civil Rights Act of 1964, as amended, and related
subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR
subcontracts (excluding purchase orders, rental agreements Parts 200, 230, and 633.
and other agreements for supplies or services).
The contractor and all subcontractors must comply with: the
The applicable requirements of Form FHWA -1273 are requirements of the Equal Opportunity Clause in 41 CFR 60-
incorporated by reference for work done under any purchase 1.4(b) and, for all construction contracts exceeding $10,000,
order, rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity
prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60 -4.3.
subcontractor, lower -tier subcontractor or service provider.
Note: The U.S. Department of Labor has exclusive authority to
Form FHWA -1273 must be included in all Federal -aid design- determine compliance with Executive Order 11246 and the'
build contracts, in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60, and 29
subcontracts (excluding subcontracts for design services, CFR 1625 -1627. The contracting agency and the FHWA have
purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with
supplies or services). The design - builder shall be responsible Title 23 USC Section 140, the Rehabilitation Act of 1973, as
for compliance by any subcontractor, lower -tier subcontractor amended (29 USC 794), and Title VI of the Civil Rights Act of
or service provider. 1964, as amended, and related regulations including 49 CFR
Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
Contracting agencies may reference Form FHWA -1273 in bid
proposal or request for proposal documents, however, the The following provision is adopted from 23 CFR 230, Appendix
Form FHWA -1273 must be physically incorporated (not A, with appropriate revisions to conform to the U.S.
referenced) In all contracts, subcontracts and lower -tier Department of Labor (US DOL) and FHWA requirements.
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services related to a 1. Equal Employment Opportunity: Equal employment
construction contract). opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth
2. Subject to the applicability criteria noted in the following under laws, executive orders, rules, regulations (28 CFR 35,
sections, these contract provisions shall apply to all work .. 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60 and 49 CFR 27)
performed on the contract by the contractor's own organization and orders of the Secretary of Labor as modified by the
and with the assistance of workers under the contractor's provisions prescribed herein, and imposed pursuant to 23
immediate superintendence and to all work performed on the U.S.C. 140 shall constitute the EEO and specific affirmative
contract by piecework, station work, or by subcontract. action standards for the contractor's project activities under
1
this contract . The provisions of the Americans with Disabilities 4. Recruitment When advertising for employees, the
Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR contractor will include in all advertisements for employees the
35 and 29 CFR 1630 are incorporated by reference in this notation: An Equal Opportunity Employer." All such
contract. In the execution of this contract, the contractor advertisements will be placed in publications having a large
agrees to comply with the following minimum specific circulation among minorities and women in the area from •
requirement activities of EEO: which the project work force would normally be derived.
a. The contractor will work with the contracting agency and a. The contractor will, unless precluded by a valid
the Federal Government to ensure that it has made every bargaining agreement, conduct systematic and direct
good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral
of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To
of activities under the contract. • meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such
b. The contractor will accept as its operating policy the identified sources procedures whereby minority and women
following statement: applicants may be referred to the contractor for employment
consideration. •
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during b. In the event the contractor has a valid bargaining
employment, without regard to their race, religion, sex, color, agreement providing for exclusive hiring hall referrals, the
national origin, age or disability. Such action shall include: contractor is expected to observe the provisions of that
employment. upgrading, demotion, or transfer; recruitment or agreement to the extent that the system meets the contractor's
recruitment advertising; layoff or termination; rates of pay or compliance with EEO contract provisions. Where
other forms of compensation; and selection for training, implementation of such an agreement has the effect of
Including apprenticeship, pre - apprenticeship, and/or on -the- discriminating against minoritles or women, or obligates the .
job training." contractor to do the same, such implementation violates
Federal nondiscrimination provisions.
2. EEO Officer: The contractor will designate and make
known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to
the responsibility for and must be capable of effectively refer minorities and women as applicants for employment_
administering and promoting an active EEO program and who Information and procedures with regard to referring such
must be assigned adequate authority and responsibility to do applicants will be discussed with employees. .
so.
5. Personnel Actions: Wages, working conditions, and
3. Dissemination of Policy: All members of the contractor's employee benefits shall be established and administered, and
staff who are authorized to hire, supervise, promote, and personnel actions of every type, including hiring, upgrading,
discharge employees, or who recommend such action, or who promotion, transfer, demotion, layoff, and termination, shall be
are substantially involved in such action, will be made fully taken without regard to race, color, religion, sex, national
cognizant of, and will implement, the contractor's EEO policy origin, age or disability. The following procedures shall be
and contractual responsibilities to provide EEO in each grade followed:
and classification of employment. To ensure that the above
agreement will be met, the following actions will be taken as a a. The contractor will conduct periodic inspections of project
minimum: sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
a. Periodic meetings of supervisory and personnel office personnel.
employees will be conducted before the start of work and then
not less often than once every six months, at which time the b. The contractor will periodically evaluate the spread of
contractor's EEO policy and its implementation will be wages paid within each classification to determine any
reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices.
the EEO Officer.
c. The contractor will periodically review selected personnel
b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of
given a thorough indoctrination by the EEO Officer, covering discrimination_ Where evidence is found, the contractor will
all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review indicates that the
thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEC Officer in the d. The contractor will promptly investigate all complaints of
contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection
women. with Its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
d. Notices and posters setting forth the contractor's EEO within a reasonable time. lithe investigation indicates that the
policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant,
applicants for employment and potential employees. such corrective action shall include such other persons. Upon •
completion of each investigation, the contractor will inform
e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal.
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks, or 6. Training and Promotion:
other appropriate means.
a. The contractor will assist in locating, qualifying, and
increasing the skills of minorities and women who are
•
2
. applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with
should be aimed at developing full journey level status Disabilities Act and all Hiles and regulations established there
employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in
all employment activities unless to do so would cause an
b: Consistent with the contractor's work force requirements undue hardship.
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials
apprenticeship, and on-the-job training programs for the and Leasing of Equipment: The contractor shall not
geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex,
special provision for training is provided under this contract, national origin, age or disability in the selection and retention
this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and
special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary
training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the
in accordance with 23 U.S.C. 140(a). administration of this contract.
c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and
employment of available training programs and entrance suppliers and lessors of their EEO obligations under this
requirements for each. contract.
d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure
promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations.
women and will encourage eligible employees to apply for
such training and promotion.
10. Assurance Required by 49 CFR 26.13(b):
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State
faith efforts to obtain the cooperation of such unions to DOT's U.S. DOT- approved DBE program are incorporated by
increase opportunities for minorities and women. Actions by reference.
the contractor, either directly or through a contractor's
association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on
forth below: the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out
a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and
cooperation with the unions, joint training programs aimed administration of DOT - assisted contracts. Failure by the
toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach
in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this
so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency
deems appropriate.
b. The contractor will use good faith efforts to incorporate an
EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such
union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO
regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of
disability. three years following the date of the final payment to the
contractor for all contract work and shall be available at
c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized
practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA.
extent such information is within the exclusive possession of
the tabor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the
information to the contractor, the contractor shall so certify to following:
the contracting agency and shall set forth what efforts have
been made to obtain such information. (1) The number and work hours of minority and non -
minority group members and women employed in each work
d. In the event the union is unable to provide the contractor • classification on the project;
with a reasonable flow of referrals within the time limit set forth
in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation
through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment
vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and
origin, age or disability; making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring,
to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women;
provide exclusive referrals under the terms of a collective
bargaining agreement) does not relieve the contractor from the b. The contractors and subcontractors will submit an annual .
requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of
practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women, and
pursuant to Executive Order 11246, as amended, and these non - minority group employees currently engaged in each work
special provisions, such contractor shall Immediately notify the classification required by the contract work. This information is
contracting agency. to be reported on form FHWA -1391. The staffing data should
represent the project work force on board in all or any part of
8. Reasonable Accommodation for Applicants 1 the last payroll period preceding the end of July. if on- the-job
Employees with Disabilities: The contractor must be familiar training is being required by special provision, the contractor
3
will be required to collect and report training data. The of paragraph 1.d. of this section; also, regular contributions
•
employment data should reflect the work force on board during made or costs incurred for more than a weekly period (but not
all or any part of the last payroll period preceding the end of less often than quarterly) under plans, funds, or programs
July which cover the particular weekly period, are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate ; 1
111. NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for
the classification of work actually performed, without regard to
This provision is applicable to all Federal -aid construction skill, except as provided in 29 CFR 5.5(a)(4). Laborers or
contracts and to all related construction subcontracts of mechanics performing work In more than one classification
$10,000 or more. may be compensated at the rate specified for each
. classification for the time actually worked therein: Provided,
The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the
employees are provided in such a manner that segregation on time spent in each classification in which work is performed.
the basis of race, color, religion, sex, or national origin cannot The wage determination (including any additional classification
result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b. of this
use by written or oral policies nor tolerate such use by section) and the Davis -Bacon poster (WH -1321) shall be
employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at
to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where.
services at any location, under the contractor's control, where it can be easily seen by the workers.
the facilities are segregated. The term "facilities" includes
waiting rooms, work areas, restaurants and other eating areas, b.(1) The contracting officer shall require that any class of
time clocks, restrooms, washrooms, locker rooms, and other laborers or mechanics, including helpers, which is not listed in
storage or dressing areas, parking lots, drinking fountains, the wage determination and which is to be employed under the
recreation or entertainment areas, transportation, and housing contract shall be classified in conformance with the wage
provided for employees. The contractor shall provide separate determination. The contracting officer shall approve an
or single -user restrooms and necessary dressing or sleeping additional classification and wage rate and fringe benefits
areas to assure privacy between sexes. therefore only when the following criteria have been met:
IV. DAVIS -BACON AND RELATED ACT PROVISIONS (I) The work to be performed by the classification
requested is not performed by a classification in the wage
This section is applicable to all Federal -aid construction
determination; and
projects exceeding $2.000 and to all related subcontracts and
lower -tier subcontracts (regardless of subcontract size). The (ii) The classification is utilized in the area by the
requirements apply to all projects located within the right -of- construction industry; and
way of a roadway that is functionally classified as Federal -aid
highway. This excludes roadways functionally classified as (iii) The proposed wage rate, including any bona fide
local roads or rural minor collectors, which are exempt. fringe benefits, bears a reasonable relationship to the
Contracting agencies may elect to apply these requirements to wage rates contained in the wage determination.
other projects. .
The following provisions are from the U.S. Department of (2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
Labor regulations in 29 CFR 5.5 "Contract provisions and representatives, and the contracting officer agree on the
related matters" with minor revisions to conform to the FHWA classification and wage rate (including the amount
1273 format and FHWA program requirements. designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the
1. Minimum wages Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor,
a. All laborers and mechanics employed or working upon Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every
the site of the work, will be paid unconditionally and not less additional classification action within 30 days of receipt and
often than once a week, and without subsequent deduction or so advise the contracting officer or will notify the contracting
rebate on any account (except such payroll deductions as are officer within the 30-day period that additional time is
permitted by regulations issued by the Secretary of Labor necessary.
under the Copeland Act (29 CFR part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not Less (3) In the event the contractor, the laborers or mechanics
than those contained in the wage determination of the to be employed in the classification or their representatives,
Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed
hereof, regardless of any contractual relationship which may classification and wage rate (including the amount
be alleged to exist between the contractor and such laborers designated for fringe benefits, where appropriate), the
and mechanics. contracting officer shall refer the questions, including the
views of all interested parties and the recommendation of the
contracting officer, to the Wage and Hour Administrator for
Contributions made or costs reasonably anticipated for bona determination. The Wage and Hour Administrator, or an
fide fringe benefits under section 1(b)(2) of The Davis -Bacon authorized representative, will issue a determination within
Act on behalf of laborers or mechanics are considered wages 30 days of receipt and so advise the contracting officer or
paid to such laborers or mechanics, subject to the provisions
•
4
will notify the contracting officer within the 30-day period that Bacon Act, the contractor shall maintain records which show
additional time is necessary. that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the
• (4) The wage rate (including fringe benefits where _laborers or mechanics affected, and records which show the
appropriate) determined pursuant to paragraphs 1.b.(2) or costs anticipated or the actual cost incurred in providing such
1.b.(3) of this section, shall be paid to all workers performing benefits. Contractors employing apprentices or trainees under
work in the classification under this contract from the first approved programs shall maintain written evidence of the
day on which work is performed In the classification. registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and
c. Whenever the minimum wage rate prescribed in the trainees, and tthe and wage rates prescribed in the .
contract for a class of laborers or mechanics includes a fringe applicable
benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination b.(1) The contractor shall submit weekly for each week in
or shall pay another bona fide fringe benefit or an hourly cash which any contract work Is performed a copy of all payrolls to
equivalent thereof. the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i), except that full social
other third person, the contractor may consider as part of the security numbers and home addresses shall not be included
wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to
reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee
under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security
Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be
that the applicable standards of the Davis -Bacon Act have submitted in any form desired. Optional Form WH -347 is
been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division
to set aside in a separate account assets for the meeting of Web site at successor fi prime contractor d/form te
responsible for
obligations under the plan or program. or Its
the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
2. Withholding security number and current address of each covered worker,
and shalt provide them upon request to the contracting agency
The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and
written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an
Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage
the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime
I contract with the same prime contractor, or any other federally- contractor to require a subcontractor to provide addresses and
assisted contract subject to Davis Bacon prevailing wage
social security numbers to the prime contractor for its own
requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency..
advances as may be
d a Y
much of the accrued payments or adva
considered necessary to pay laborers and mechanics, (2) Each payroll submitted shall be accompanied by a
including apprentices, trainees, and helpers, employed by the "Statement of Compliance, signed by the contractor or
contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the
required by the contract. In the event of failure to pay any • payment of the persons employed under the contract and shall
laborer or mechanic, including any apprentice, trainee, or certify the following:
helper, employed or working on the site of the work, ail or part
of the wages required by the contract, the contracting agency r That the payroll for the payroll roll rlod contains the
may, after written notice to the contractor, take such action as (7 P
may be necessary to cause the suspension of any further information required to be provided under §5.5 (a)(3)(ii) of
payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is
have ceased. being maintained under §5.5 (a)(3)(i) of Regulations, 29
CFR part 5, and that such information is correct and
complete;
3. Payrolls and basic records
(ii) That each laborer or mechanic (including each
a. Payrolls and basic records relating thereto shall be helper, apprentice, and trainee) employed on the contract
maintained by the contractor during the course of the work and during the payroll period has been paid the full weekly
preserved for a period of three years thereafter for all laborers wages earned, without rebate, either directly or indirectly,
and mechanics working at the site of the work. Such records and that no deductions have been made either directly or
shall contain the name, address, and social security number of indirectly from the full wages earned, other than
each such worker, his or her correct classification, hourly rates permissible deductions as set forth in Regulations, 29 CFR
of wages paid (including rates of contributions or costs part 3;
anticipated for bona fide fringe benefits or cash equivalents
thereof of the types described in section 1(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked, (111) That each laborer or mechanic has been paid not
deductions made and actual wages paid. Whenever the less than the applicable wage rates and fringe benefits or
Secretary of Labor has found under 29 CFR 5.5(a)(1)(1v) that cash equivalents for the classification of work performed,
the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination
any costs reasonably anticipated in providing benefits under a incorporated into the contract.
plan or program described in section 1(b)(2)(B) of the Davis -
5
(3) The weekly submission of a properly executed rate specified in the applicable wage determination.
certification set forth on the reverse side of Optional Fomi Apprentices shall be paid fringe benefits in accordance with
WH -347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program. If the
"Statement of Compliance" required by paragraph 3.b.(2) of apprenticeship program does not specify fringe benefits,
this section. apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
(4) The falsification of any of the above certifications may classification. If the Administrator determines that a different
subject the contractor or subcontractor to civil or criminal practice prevails for the applicable apprentice classification,
prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in accordance with that determination.
title 31 of the United States Code.
In the event the Office of Apprenticeship Training, Employer
c. The contractor or subcontractor shall make the records and Labor Services, or a State Apprenticeship Agency
required under paragraph 3.a. of this section available for recognized by the Office, withdraws approval of an
inspection, copying, or transcription by authorized apprenticeship program, the contractor will no longer be
representatives of the contracting agency, the State DOT, the permitted to utilize apprentices at less than the applicable •
FHWA, or the Department of Labor, and shall permit such predetermined rate for the work performed until an acceptable
representatives to interview employees during working hours program is approved.
on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the FHWA may, b. Trainees (programs of the USDOL).
after written notice to the contractor, the contracting agency or
the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5.16, trainees will not be
cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the
guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and
records upon request or to make such records available may individually registered in a program which has received prior
be grounds for debarment action pursuant to 29 CFR 5.12. approval, evidenced by formal certification by the U.S.
• Department of Labor, Employment and Training
4. Apprentices and trainees Administration. •
a. Apprentices (programs of the USDOL). The ratio of trainees to joumeymen on the job site shall not be
greater than permitted under the plan approved by the
Apprentices will be permitted to work at less than the Employment and Training Administration.
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified
apprenticeship program registered with the U.S. Department of in the approved program for the trainee's level of progress,
Labor, Employment and Training Administration, Office of expressed as a percentage of the joumeyman hourly rate
Apprenticeship Training, Employer and Labor Services, or with specified in the applicable wage determination. Trainees shall
a State Apprenticeship Agency recognized by the Office, or if a be paid fringe benefits in accordance with the provisions of the
person is employed in his or her first 90 days of probationary trainee program. If the trainee program does not mention
employment as an apprentice in such an apprenticeship fringe benefits, trainees shall be paid the full amount of fringe
program, who is not individually registered in the program, but benefits listed on the wage determination unless the
who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that
Training, Employer and Labor Services or a State there is an apprenticeship program associated with the
Apprenticeship Agency (where appropriate) to be eligible for corresponding journeyman wage rate on the wage
probationary employment as an apprentice. determination which provides for less than full fringe benefits
• for apprentices. Any employee listed on the payroll at a trainee
The allowable ratio atio of apprentices to journeymen on the job rate who is not registered and participating in a training plan
classification shall not journeymen
greater than the ratio approved by the Employment and Training Administration shall
site in any craft of
be paid to the contractor as to the entire work force under rmi nat , on any y for the trainee less than the applicable rato g of o work the wage
rate actually registered program. Any worker listed on a payroll at an In addition, a classification
performing ifi i w ork on the the j ob site performed.
apprentice wage rate, who is not registered or otherwise excess t the ratio l o permitted fitted under work
the registered program
nram
a
employed as stated above, shall be paid not less than the share
applicable wage rate on the wage determination for the shalll l be of t be paid not less than the work actually applicable pperformed. w wage rate on the
classification of work actually performed. In addition, any wage determination for the work ac
apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not to the event the Employment and Training Administration
less than the applicable wage rate on the wage determination withdraws approval of a training program, the contractor will no
for the work actually performed. Where a contractor is longer be permitted to utilize trainees at less than the
performing construction on a project in a locality other than applicable predetermined rate for the work performed until an •
•
that in which its program is registered, the ratios and wage acceptable program is approved.
rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's registered
program shall be observed. c. Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under this part shall be
• in conformity with the equal employment opportunity
Every apprentice must be paid at not less than the rate requirements of Executive Order 11246, as amended, and 29
specified in the registered program for the apprentice's level of CFR part 30.
progress, expressed as a percentage of the joumeymen hourly
•
6
•
d. Apprentices and Trainees (programs of the U.S. DOT).
V. CONTRACT WORK HOURS AND SAFETY
Apprentices and trainees working under apprenticeship and STANDARDS ACT
•
skill training programs which have been certified by the
Secretary of Transportation as promoting EEO in connection
with Federal -aid highway construction programs are not The following clauses apply to any Federal -aid construction
subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of $100,000 and subject to the
The straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety
trainees under such programs will be established by the Standards Act. These clauses shalt be inserted in addition to •
particular programs. The ratio of apprentices and trainees to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As
journeymen shall not be greater than permitted by the terms of used in this paragraph, the terms laborers and mechanics
the particular program. include watchmen and guards.
5. Compliance with Copeland Act requirements. The 1. Overtime requirement No contractor or subcontractor
contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require
3, which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to
6. Subcontracts. The contractor or subcontractor shall insert work in excess of forty hours in such workweek unless such
Form FHWA -1273 in any subcontracts and also require the laborer or mechanic receives compensation at a rate not less
subcontractors to include Form FHWA -1273 in any lower tier than one and one -half times the basic rate of pay for all hours
subcontracts. The prime contractor shall be responsible for the worked in excess of forty hours in such workweek.
compliance by any subcontractor or lower tier subcontractor
with at the contract clauses in 29 CFR 5.5.
2. Violation; liability for unpaid wages; liquidated
7. Contract termination: debarment. A breach of the damages. In the event of any violation of the clause set forth
in paragraph (1.) of this section, the contractor and any
contract clauses in 29 CFR 5.5 may be grounds for termination subcontractor responsible therefor shalt be liable for the
of the contract, and for debarment as a contractor and a unpaid wages. In addition, such contractor and subcontractor
. subcontractor as provided in 29 CFR 5.12. shall be liable to the United States (In the case of work done
under contract for the District of Columbia or a territory, to such
8. Compliance with Davis -Bacon and Related Act District or to such territory), for liquidated damages. Such
requirements. All rulings and Interpretations of the Davis- liquidated damages`shail be computed with respect to each
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 individual laborer or mechanic, including watchmen and
are herein incorporated by reference In this contract. guards, employed in violation of the clause set forth in
paragraph (1.) of this section. in the sum of $10 for each
calendar day on which such individual was required or
9. Disputes concerning labor standards. Disputes arising permitted to work in excess of the standard workweek of forty
out of the labor standards provisions of this contract shall not hours without payment of the overtime wages required by the
be subject to the general disputes clause of this contract. Such clause set forth in paragraph (1.) of this section.
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR parts 5, 6, and
7. Disputes within the meaning of this clause include disputes 3. Withholding for unpaid wages and liquidated damages.
between the contractor (or any of its. subcontractors) and the The FHWA or the contacting agency shall upon its own action
contracting agency, the U.S. Department of Labor, or the or upon written request of an authorized representative of the
employees or their representatives. Department of Labor withhold or cause to be withheld, from
any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any
10. Certification of eligibility. other Federal contract with the same prime contractor, or any
other federally - assisted contract subject to the Contract Work
a. By entering into this contract, the contractor certifies that Hours and Safety Standards Act, which is held by the same
neither it (nor he or she) nor any person or firm who has an prime contractor, such sums as may be determined to be
interest in the contractor's firm is a person or firm ineligible to necessary to satisfy any liabilities of such contactor or
be awarded Govemment contracts by virtue of section 3(a) of subcontractor for unpaid wages and liquidated damages as
the Davis -Bacon Act or 29 CFR 5.12(a)(1). provided in the clause set forth in paragraph (2.) of this
section.
b. No part of this contract shall be subcontracted to any person
or firm ineligible for award of a Govemment contract by virtue 4. Subcontracts. The contractor or subcontractor shall insert
of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). In any subcontracts the clauses set forth in paragraph (1.)
through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier
c. The penalty for making false statements is prescribed in the subcontracts. The prime contractor shall be responsible for •
U.S. Criminal Code, 18 U.S.C. 1001. compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs (1.) through (4.) of this
section.
7
evidenced in writing and that it contains all pertinent provisions
VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract.
This provision is applicable to all Federal -aid construction 5. The 30% self- performance requirement of paragraph (1) is
contracts on the National Highway System. not applicable to design -build contracts; however, contracting
agencies may establish their own self - performance
1. The contractor shall perform with its own organization requirements.
contract work amounting to not less than 30 percent (or a
greater percentage if specified elsewhere In the contract) of
the total original contract price, excluding any specialty items VII. SAFETY: ACCIDENT PREVENTION
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such T h i s p r o v i s i o n i s applicable to all Federal -aid
specialty items performed may be deducted from the total construction contracts and to all related subcontracts.
original contract price before computing the amount of work
required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall
(23 CFR 635.116). comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR 635). The
a. The term "perform work with its own organization" refers contractor shalt provide all safeguards, safety devices and
to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it
equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be
. without operators. Such term does not Include employees or reasonably necessary to protect the life and health of
equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to
agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the
term may include payments for the costs of hiring leased work covered by the contract
employees from an employee leasing firm meeting all relevant
Federal and State regulatory requirements. Leased 2. It is a condition of this contract, and shall be made a
employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into
contractor meets all of the following conditions: pursuant to this contract, that the contractor and any
subcontractor shall not permit any employee, in performance
(1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions
supervision of the day - to-day activities of the leased which are unsanitary, hazardous or dangerous to his/her
employees; health or safety, as determined under construction safety and
(2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary
of the work of the leased employees; of Labor, in accordance with Section 107 of the Contract Work
(3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U.S.C. 3704),
exclude individual employees from work on the project and
(4) the prime contractor remains ultimately responsible for 3. Pursuant to•29 CFR 1926.3, it is a condition of this contract
the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative
submission of payrolls, statements of compliance and all thereof, shall have right of entry to any site of contract
other Federal regulatory requirements. performance to inspect or investigate the matter of compliance
with the construction safety and health standards and to carry
b. "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the
that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40
equipment not ordinarily available in the type of contracting U.S.C.3704).
organizations qualified and expected to bid or propose on the
contract as a whole and in general are to be limited to minor
components of the overall contract. VIII. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
2. The contract amount upon which the requirements set forth
in paragraph (1) of Section VI is computed includes the cost of T h i s p r o v i s i o n i s applicable to ail Federal -aid
material and manufactured products which are to be construction contracts and to all related subcontracts.
• purchased or produced by the contractor under the contract
provisions. In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
3. The contractor shall fumish (a) a competent superintendent degree of reliability on statements and representations made
or supervisor who is employed by the Finn, has full authority to by engineers, contractors, suppliers, and workers on Federal -
direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned
requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly,
(regardless of who performs the work) and (b) such other of its and honestly as possible. Willful falsification, distortion, or
own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the
engineering services) as the contracting officer determines is project is a violation of Federal law. To prevent any
necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and
similar acts, Form FHWA -1022 shall be posted on each
4. No portion of the contract shall be sublet, assigned or Federal -aid highway project (23 CFR 635) in one or more
otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned
contracting officer, or authorized representative, and such with the project:
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after the 18 U.S.C. 1020 reads as follows:
contracting agency has assured that each subcontract is
8
•
•
'Whoever, being an officer, agent, or employee of the United covered transaction. The prospective first tier participant shall
States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification
person, association, firm, or corporation, knowingly makes any set out below. The certification or explanation will be
false statement, false representation, or false report as to the considered in connection with the department or agency's
character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However,
be used, or the quantity or quality of the work performed or to failure of the prospective first tier participant to fumish a
be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person ,
submission of plans, maps, specificafions, contracts, or costs from participation in this transaction.
of construction on any highway or related project submitted for
approval to the Secretary of Transportation; or c. The certification in this clause is a material representation
of fact upon which reliance was placed when the contracting
Whoever knowingly makes any false statement, false agency determined to enter into this transaction. If it is later
representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered
character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies
be performed, or materials furnished or to be fumished, in available to the Federal Government, the contracting agency
connection with the construction of any highway or related may terminate this transaction for cause of default.
project approved by the Secretary of Transportation; or d. The prospective first tier participant shall provide
Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom
representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier
or report submitted pursuant to provisions of the Federal -aid participant learns that its certification was erroneous when
Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed
and supplemented; circumstances.
Shall be fined under this title or imprisoned not more than 5 e. The terms "covered transaction," "debarred,"
years or both." "suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used In this clause, are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
1X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions" refers to any covered transaction between a
WATER POLLUTION CONTROL ACT - grantee or subgrantee of Federal funds and a participant (such
as the prime or general contract). "Lower Tier Covered
This provision is applicable to all Federal -aid construction Transactions" refers to any covered transaction under a First
contracts and to all related subcontracts. Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a
By submission of this bid /proposal or the execution of this covered transaction with a grantee or subgrantee of Federal
contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor). "Lower Tier
Federal -aid construction contractor, or subcontractor, as Participant" refers any participant who has entered into a
appropriate, will be deemed to have stipulated as follows: Tier Participants (such as subcontractors an Lower
and suppliers).
1. That any person who is or will be utilized in the
performance of this contract is not prohibited from receiving an f. The prospective first tier participant agrees by submitting
award due to a violation of Section 508 of the Clean Water Act this proposal that, should the proposed covered transaction be
or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier
2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred,
included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from
every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by
the contracting agency may direct as a means of enforcing the department or agency entering into this transaction.
such requirements.
g. The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility
SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion -Lower Tier Covered Transactions,"
EXCLUSION provided by the department or contracting agency, entering
into this covered transaction, without modification, In all lower
This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier
contracts, design -build contracts, subcontracts, lower -tier covered transactions exceeding the $25,000 threshold.
subcontracts, purchase orders, lease agreements, consultant
contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a
approval or that is estimated to cost $25,000 or more — as certification of a prospective participant in a lower tier covered
defined in 2 CFR Parts 180 and 1200. transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
1. Instructions for Certification — First Tier Participants: debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each
first tier participant is providing the certification set out below. Parties Liiist may, tem is
websit ((httoes'l to, check the /)Cwhich is
b. The inability of a person to provide the certification set out compiled by the General Services Administration.
below will not necessarily result in denial of participation in this .
•
9
•
i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies,
require the establishment of a system of records in order to including suspension and/or debarment.
render in good faith the certification required by this clause.
The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide
is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is
a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
j. Except for transactions authorized under paragraph (f) of changed circumstances.
•
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred,"
person who is suspended, debarred, ineligible, or voluntarily "suspended,' "ineligible," "participant," "person," "principal,"
excluded from participation In this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined
other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200. You may contact the person to
department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a
or default. copy of those regulations. "First Tier Covered Transactions'
refers to any covered transaction between a grantee or
. • < * = subgrantee of Federal funds and a participant (such as the
prime or general contract). "Lower Tier Covered Transactions"
2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered
Ineligibility and Voluntary Exclusion — First Tier Transaction (such as subcontracts). "First Tier Participant"
Participants: refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds
a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier
its knowledge and belief, that it and its principals: Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
(1) Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers).
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal e. The prospective lower tier participant agrees by
department or agency; submitting this proposal that, should the proposed covered
transaction be entered into it shall not knowingly enter into
(2) Have not within a three -year period preceding this any lower tier covered transaction with a person who is
proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily
against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless
connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this
. a public (Federal, State or local) transaction or contract under transaction originated.
• a public transaction; violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery, 1. The prospective lower tier participant further agrees by
bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled
statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction;'
(3) Are not presently indicted for or otherwise criminally or .without modification, in all lower tier covered transactions and
civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding
local) with commission of any of the offenses enumerated in the $25,000 threshold.
paragraph (a)(2) of this certification; and
g. A participant in a covered transaction may rely upon a
(4) Have not within a three -year period preceding this certification of a prospective participant in a lower tier covered
application/proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or
(Federal, State or local) terminated for cause or default, voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended,
any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered
participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded
Parties List System website (httos: / /www.eols.clOV/), which is
(Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration.
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shalt be construed to
1200) require establishment of a system of records in order to render
in good faith the certification required by this clause. The
a. By signing and submitting this proposal, the prospective knowledge and Information of participant is not required to •
lower tier is providing the certification set out below. exceed that.which Is normally possessed by a prudent person
in the ordinary course of business dealings.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction i. Except for transactions authorized under paragraph e of
was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction
lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a
certification, in addition to other remedies available to the person who is suspended, debarred, ineligible. or voluntarily
Federal Government, the department, or agency with which excluded from participation in this transaction, in addition to
other remedies available to the Federal Govemment, the
. 10
•
department or agency with which this transaction originated
may pursue available remedies, including suspension and /or
debarment. •
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion —Lower Tier
Participants:
i. The prospective lower tier participant certifies, by
submission of this proposal, that neither 11 nor its principals is
presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements to this certification, such
prospective participant shall attach an explanation to this
proposal.
** *** •
XL CERTIF1CATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts which exceed
$100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that
a. No Federal appropriated funds have been paid or will be •
paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or •
cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress In
• connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and
submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," In accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not Less than
$10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its
bid or proposal that the participant shalt require that the
language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such
recipients shall certify and disclose accordingly.
11
•
•
ATTACHMENT A - EMPLOYMENT AND MATERIALS 6. The contractor shall include the provisions of Sections 1
PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is, or reasonably may be, done as on -site work.
ROAD CONTRACTS
This provision Is applicable to all Federal -aid projects funded
under the Appalachian Regional Development Act of 1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on -site work, shall give preference to qualified persons who
regularly reside In the labor area as designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specialty experienced personnel necessary to
assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1c) shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State •
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract work, (b) the number of employees required in
each classification, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work, the
information submitted by the contractor in the original job order •
is substantially modified, the participant shall promptly notify
the State Employment Service.
3. The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.
4. If, within one week following the placing of a job order by
the contractor with the State Employment Service, the State
Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate, the contractor may employ persons who do not
normally reside in the tabor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph (1 c)
above.
5. The provisions of 23 CFR 633.207(e) allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.
12
37. EXHIBIT J— FEDERAL REQUIREMENTS
Federa laws and reguations that may be appicabIe to the Work include'
A. Uniform Administrative Requirements for Agreements and Cooperative Agreements to
State and Local Governments ((�mrnmnmn Rule) The''Unifo[rn/\drninistradveF<equi
State and Local Governments ({�o[nmonRu|e). �t49{�odeof Federal RGgu|8U Part Regulations,
except to the extent that other `applicable federal requirements (including the provisions of 23
CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore � |
supersede such Part 18 provisions. The of 18inc|ude. without limitation:
eupa / � d by section
the Local Agency/Contractor shall foUovvapplicable procurement procedures, asrequi ns ��'
18.36(d); '.
lh'Lu'`Aoencv/ContrG(�urahaUnaqueotandobtainph orC[){}TopprOva!ofohangostoany
the Local ~i '� and subcontracts n\Uenl�nRer. �n by, . /
the Local AQ nov/ContnacturahaU oonnp|yvvithae� iun18.37cnnoerninganyaub
any ^^
to expedite r~y 'DCJT approval, the Local Aoency/C�n�r�cto�e attorney, orotherouthorized
rep
ras�ntat««�'»n�||�|�ooub[ni'" CD
OT ~ OTne�ifvingLnoa|Aoanoy��ont[act�rcornp|imD��vv�h
ti�n1B�nge�rderprned�nae.�nith1
sub'Aoreonnentprocedurea as applicable;
"" Agency/Contractor
the Local
� b c�(e\
kwhichare also deennedincorporated herein) into any su subcontract(s) forsuch services as terms and
` '
'conditions nf those subcontracts.
B. Executive Order 11246 ,
Executive Order 1124OofGeotenober24,19G5 ent|Uod"Equal Employment Oppodunity. as
amended
��ndodbyE���utivenj�— ' 1137Snf{}utVber 13 . 1 SO 7 andesaupp|eme ntediDOe p a � nnent
of Labor regulations ( (} 41 CFR ChapterOO\ (All constr contracts awarded in excess of
$10.000 b y the L ` Agencys and contractors Local moao�n�ya\
� �oa| . '�
CK�mpaYand"'��nti-��imkbaok
T e Copeland 'Y\nti-Kickbeck" Act 18 U.S.C. 874) as supplemented in DepadnnentVfLabor
regulations (29 3) (All contracts and
|atioD� (28 CFR Part 3) U\U �o` r�oto and au / gnc�m�nts for construction or repair).
D. [�avie'BaomnAct
-- �Davia-B000nAot(4UU.S.C.276aboa-7)ammupp|ennerdedbvOepa�nnent ofLabor
The (2�CFR��\(Cun�truCt(mDo rdraCtsinaX�aSmnf�2.00�ewv�rd��by the Local
regulations ` rm ' ` " legislation.
aQi s {ation
Agencys i that Klaborers andmechonivaenopioyedbyoVntrectoraoroub
This act m a
' requires -' ' financed d b federal assistance |
vvorKoDcon�boctionpn�ec�s�nmOce by must be paid wages not less than
those established for the locality of the p ject by the Secretary of Labor).
E. Contract Work Hours and �SafetvSt�ndardmAct
Sections ' [: 1U3 and 107Vf the Contract ^ Work Hours and Safety Standards Act (40U.8.C.327-
� tufL b regulations (29 (Construction
330\aSaupp\ennen�edbyDep� Department Labor ` �`
cVn'ra�baaxV�rdedbytheLoco( 4ognuys and sub-the Local AoencysiO excess ofS2.00O. and in
contracts for other ~ hi h involve he�0p|�v| employment ro �rcontracts � '/' laborers).
F Clear Air Act
Standards, orders, oFraquiPenn8Oto issued under section 3O8of the Clear Air Act (42U.G.(�.
1857(h), section 508 � 8uftha{�\e@nVVatarAct(33U�S.(�� 13�0). Executive Order 11738.and
Environmental Protection Agency regulations (4O CFR Pa� 15) (contracts, subcontracts, ond
sub-Agreements ~ .
G Energy Policy and Conservation Act
Mandatory standards and policies relating to energy efficiency which are contained in the state
energy conservation plan issued in compliance with the Energy Policy and Conservation Act
(Pub. L. 94-163).
B. OMB Circulars
Page 1o/3
Office of Management and Budget Circulars A -87, A -21 or A -122, and A -102 or A -110,
whichever is applicable.
I. Hatch Act
The Hatch Act (5 USC 1501 -1508) and Public Law 95 -454 Section 4728. These statutes state
that federal funds cannot be used for partisan political purposes of any kind by any person or
organization involved in the administration of federally- assisted programs.
J. Nondiscrimination
42 USC 6101 et seq. 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part
80 et. seq. These acts require that no person shall, on the grounds of race, color, national
origin, age, or handicap, be excluded from participation in or be subjected to discrimination in
any program or activity funded, in whole or part, by federal funds.
K. ADA
The Americans with Disabilities Act (Public Law 101 -336; 42 USC 12101, 12102, 12111- 12117,
12131 - 12134, 12141- 12150, 12161 - 12165, 12181 - 12189, 12201 -12213 47 USG 225 and 47
USC 611.
L. Uniform Relocation Assistance and Real Property Acquisition Policies Act
The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended
(Public Law 91 -646, as amended and Public Law 100 -17, 101 Stat. 246 -256). (If the contractor
is acquiring real property and displacing households or businesses in the performance of the
Agreement).
M. Drug -Free Workplace Act
The Drug -Free Workplace Act (Public Law 100 -690 Title V, subtitle D, 41 USC 701 et seq.).
N. Age Discrimination Act of 1975
The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. seq. and its implementing
regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as
amended, and implementing regulation 45 C.F.R. Part 84.
0. 23 C.F.R. Part 172
23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts ".
P. 23 C.F.R Part 633
23 C.F.R Part 633, concerning "Required Contract Provisions for Federal -Aid Construction
Contracts ".
Q. 23 C.F.R. Part 635
23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions ".
R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of
1973
Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The
requirements for which are shown in the Nondiscrimination Provisions, which are attached
hereto and made a part hereof.
S. Nondiscrimination Provisions:
S. Nondiscrimination Provisions:
In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal
Aid Highway Act of 1973, the Contractor, for itself, its assignees and successors in interest,
agree as follows:
i. Compliance with Regulations
The Contractor will comply with the Regulations of the Department of Transportation relative
to nondiscrimination in Federally assisted programs of the Department of Transportation
(Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations "),
which are herein incorporated by reference and made a part of this Agreement.
Nondiscrimination
The Contractor, with regard to the work performed by it after award and prior to completion of
the contract work, will not discriminate on the ground of race, color, sex, mental or physical
Page 2 of 3
handicap or national origin in the selection and retention of Subcontractors, including
procurement of materials and leases of equipment. The Contractor will not participate either
directly or indirectly in the discrimination prohibited by Section 2 1.5 of the Reyulaliui is,
including employment practices when the contract covers a program set forth in Appendix C
of the Regulations.
Solicitations for Subcontracts, Including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiation made by the Contractor for
work to be performed under a subcontract, including procurement of materials or equipment,
each potential Subcontractor or supplier shall be notified by the Contractor of the
Contractor's obligations under this Agreement and the Regulations relative to
nondiscrimination on the ground of race, color, sex, mental or physical handicap or national
origin.
Information and Reports
The Contractor will provide all information and reports required by the Regulations, or orders
and instructions issued pursuant thereto and will permit access to its books, records,
accounts, other sources of information and its facilities as may be determined by the State or
the FHWA to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of the Contractor is in the exclusive possession
of another who fails or refuses to furnish this information, the Contractor shall so certify to the
State, or the FHWA as appropriate and shall set forth what efforts have been made to obtain
the information:
Sanctions for Noncompliance.
In the event of the Contractor's noncompliance with the nondiscrimination provisions of this
Agreement, the State shall impose such contract sanctions as it or the FHWA may determine
to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor
under the contract until the Contractor complies, and/or b. Cancellation, termination or
suspension of the contract, in whole or in part.
T. Incorporation of Provisions §22
The Contractor will include the provisions of paragraphs A through F in every subcontract,
including procurement of materials and leases of equipment, unless exempt by the Regulations,
orders, or instructions issued pursuant thereto. The Contractor will take such action with respect
to any subcontract or procurement as the State or the FHWA may direct as a means of
enforcing such provisions including sanctions for noncompliance; provided, however, that, in the
event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor
or supplier as a result of such direction, the Contractor may request the State to enter into such
litigation to protect the interest of the State and in addition, the Contractor may request the
FHWA to enter into such litigation to protect the interests of the United States.
Page 3 of 3
s..ns.- <�.8€ES _ "'yk.M•= J".4ti.,i�s.Wi Gz;�'."...:; .r3� '.�.�... Y.:.:... ,,. x..i..:.... .,,,:ate_,,... :'�:.:�na.�'�'`°i.L .s4. .,'Z vr.t✓!. "... .rte. , ...... oc.,
38. EXHIBIT K — SUPPLEMENTAL FEDERAL PROVISIONS
State of Colorado
Supplemental Provisions for
Federally Funded Contracts, Grants, and Purchase Orders
Subject to
The Federal Funding Accountability and Transparency Act of 2006 (FFATA), As Amended
As of 10 -15 -10
The contract, grant, or purchase order to which these Supplemental Provisions are attached has been funded,
in whole or in part, with an Award of Federal funds. In the event of a conflict between the provisions of these
Supplemental Provisions, the Special Provisions, the contract or any attachments or exhibits incorporated into
and made a part of the contract, the provisions of these Supplemental Provisions shall control
1. Definitions. For the purposes of these Supplemental Provisions, the following terms shall have the
meanings ascribed to them below.
1.1. "Award" means an award of Federal financial assistance that a non - Federal Entity receives or
•
administers in the form of:
1.1.1. Grants;
1.1.2. Contracts;
1.1.3. Cooperative agreements, which do not include cooperative research and development
agreements (CRDA) pursuant to the Federal Technology Transfer Act of 1986, as
amended (15 U.S.C. 3710);
1.1.4. Loans;
1.1.5. Loan Guarantees;
1.1.6. Subsidies;
1.1,7. Insurance;
1.1.8. Food commodities;
1.1.9. Direct appropriations;
1.1.10. Assessed and voluntary contributions; and
1.1.11. Other financial assistance transactions that authorize the expenditure of Federal funds by
non - Federal Entities.
Award does not include:
1.1.12. Technical assistance, which provides services in lieu of money;
1.1.13. A transfer of title to Federally -owned property provided in lieu of money; even if the award
is called a grant;
1.1.14. Any award classified for security purposes; or
1.1.15. Any award funded in whole or in part with Recovery funds, as defined in section 1512 of
the American Recovery and Reinvestment Act (ARRA) of 2009 (Public Law 111 -5).
1.2. "Central Contractor Registration (CCR)" means the Federal repository into which an Entity must
enter the information required under the Transparency Act, which may be found at
http://www.bpn.00v/ccr.
1.3. "Contract" means the contract to which these Supplemental Provisions are attached and includes all
Award types in §1.1.1 through 1.1.11 above.
1.4. "Contractor" means the party or parties to a Contract funded, in whole or in part, with Federal
financial assistance, other than the Prime Recipient, and includes grantees, subgrantees,
Subrecipients, and borrowers. For purposes of Transparency Act reporting, Contractor does not
include Vendors.
1.5. "Data Universal Numbering System (DUNS) Number" means the nine -digit number established
and assigned by Dun and Bradstreet, Inc, to uniquely identify a business entity. Dun and Bradstreet's
website may be found at: http: / /fedgov.dnb.com /webform.
1.6. "Entity" means all of the following as defined at 2 CFR part 25, subpart C;
1.6.1. A governmental organization, which is a State, local government, or Indian Tribe;
1.6.2. A foreign public entity;
Page 1 of 4
1.6.3. A domestic or foreign non - profit organization;
1.6.4. A domestic or foreign for - profit organization; and
1.6.5. A Federal agency, but only a Oubrecipicnt under on Award or Subaward to a non Federal
s �
entity.
1.7. "Executive" means an officer, managing partner or any other employee in a management position.
1.8. "Federal Award Identification Number (FAIN)" means an Award number assigned by a Federal
agency to a Prime Recipient.
1.9. " FFATA" means the Federal Funding Accountability and Transparency Act of 2006 (Public Law 109 -
282), as amended by §6202 of Public Law 110 -252. FFATA, as amended, also is referred to as the
"Transparency Act."
1.10. "Prime Recipient" means a Colorado State agency or institution of higher education that receives an
Award.
1.11. "Subaward" means a legal instrument pursuant to which a Prime Recipient of Award funds awards
all or a portion of such funds to a Subrecipient, in exchange for the Subrecipient's support in the
performance of all or any portion of the substantive project or program for which the Award was
granted.
1.12. "Subrecipient" means a non- Federal Entity (or a Federal agency under an Award or Subaward to a
non - Federal Entity) receiving Federal funds through a Prime Recipient to support the performance of •
the Federal project or program for which the Federal funds were awarded_ A Subrecipient is subject to
the terms and conditions of the Federal Award to the Prime Recipient, including program compliance
requirements. The term "Subrecipient" includes and may be referred to as Subgrantee.
1.13. "Subrecipient Parent DUNS Number" means the subrecipient parent organization's 9- digit Data
Universal Numbering System (DUNS) number that appears in the subrecipient's Central Contractor
Registration (CCR) profile, if applicable.
1.14. "Supplemental Provisions" means these Supplemental Provisions for Federally Funded Contracts,
Grants, and Purchase Orders subject to the Federal Funding Accountability and Transparency Act of
2006, As Amended, as may be revised pursuant to ongoing guidance from the relevant Federal or
State of Colorado agency or institution of higher education.
1.15. "Total Compensation" means the cash and noncash dollar value earned by an Executive during the
Prime Recipient's or Subrecipient's preceding fiscal year and includes the following:
1.15.1. Salary and bonus;
1.15.2. Awards of stock, stock options, and stock appreciation rights, using the dollar amount
recognized for financial statement reporting purposes with respect to the fiscal year in
accordance with the Statement of Financial Accounting Standards No. 123 (Revised
2005) (FAS 123R), Shared Based Payments;
1.15.3. Earnings for services under non- equity incentive plans, not including group life, health,
hospitalization or medical reimbursement plans that do not discriminate in favor of
Executives and are available generally to all salaried employees;
1.15.4. Change in present value of defined benefit and actuarial pension plans;
1.15.5. Above- market earnings on deferred compensation which is not tax - qualified;
1.15.6. Other compensation, if the aggregate value of ali such other compensation (e.g.
severance, termination payments, value of life insurance paid on behalf of the employee,
perquisites or property) for the Executive exceeds $10,000.
1.16. "Transparency Act" means the Federal Funding Accountability and Transparency Act of 2006 (Public
Law 109 -282), as amended by §6202 of Public Law 110 -252. The Transparency Act also is referred
to as FFATA.
1.17 "Vendor" means a dealer, distributor, merchant or other seller providing property or services required
for a project or program funded by an Award. A Vendor is not a Prime Recipient or a Subrecipient and
is not subject to the terms and conditions of the Federal award. Program compliance requirements do
not pass through to a Vendor.
2. Compliance. Contractor shall comply with all applicable provisions of the Transparency Act and the
regulations issued pursuant thereto, including but not limited to these Supplemental Provisions. Any
Page 2 of 4
';.:_., ym:- Y:*irth ✓a;:tr..Y61a^sN::r ,n-z,. ,.,. <.::.fi.. , :;:"4'. ._.. r.. v _ z..... .x a_: .., r.re:..- :_s:l`�. ?�m'`z.:: �>1' .. -'. ,'.:?'t's.. t« - ^'x e. , .5- :acid. fi- .�.a.. c^,Y> .:
revisions to such provisions or regulations shall automatically become a part of these Supplemental
Provisions, without the necessity of either party executing any further instrument. The State of Colorado
may provide written notification to Contractor of such revisions, but such notice shall not be a condition
precedent to the effectiveness of such revisions.
3. Central Contractor Registration (GCR) and Data Universal Numbering System (DUNS) Requirements.
3.1. CCR. Contractor shall maintain the currency of its information in the CCR until the Contractor submits
the final financial report required under the Award or receives final payment, whichever is later.
Contractor shall review and update the CCR information at least annually after the initial registration,
and more frequently if required by changes in its information.
3.2. DUNS. Contractor shall provide its DUNS number to its Prime Recipient, and shall update
Contractor's information in Dun & Bradstreet, Inc. at least annually after the initial registration, and
more frequently if required by changes in Contractor's information.
4. Total Compensation. Contractor shall include Total Compensation in CCR for each of its five most highly
compensated Executives for the preceding fiscal year if:
4.1. The total Federal funding authorized to date under the Award is $25,000 or more; and
4.2. In the preceding fiscal year, Contractor received_
4.2.1. 80% or more of its annual gross revenues from Federal procurement contracts and
subcontracts and /or Federal financial assistance Awards or Subawards subject to the
Transparency Act; and
4.2.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts and
subcontracts and /or Federal financial assistance Awards or Subawards subject to the
Transparency Act; and
4.3. The public does not have access to information about the compensation of such Executives through
periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C.
78m(a), 78o(d) or § 6104 of the Internal Revenue Code of 1986.
5. Reporting. Contractor shall report data elements to CCR and to the Prime Recipient as required in §7
below if Contractor is a Subrecipient for the Award pursuant to the Transparency Act. No direct payment
shall be made to Contractor for providing any reports required under these Supplemental Provisions and the
cost of producing such reports shall be included in the Contract price. The reporting requirements in §7
below are based on guidance from the US Office of Management and Budget (OMB), and as such are
subject to change at any time by OMB. Any such changes shall be automatically incorporated into this
Contract and shall become part of Contractor's obligations under this Contract, as provided in §2 above.
The Colorado Office of the State Controller will provide summaries of revised OMB reporting requirements
at httpi /www.colorado.gov /dpa /dfp /sco /FFATA.htm.
6. Effective Date and Dollar Threshold for Reporting. The effective date of these supplemental provisions
apply to new Awards as of October 1, 2010. Reporting requirements in §7 below apply to new Awards as of
October 1, 2010, if the initial award is $25,000 or more. If the initial Award is below $25,000 but subsequent
Award modifications result in a total Award of $25,000 or more, the Award is subject to the reporting
requirements as of the date the Award exceeds $25,000. If the initial Award is $25,000 or more, but funding
is subsequently de- obligated such that the total award amount falls below $25,000, the Award shall continue
to be subject to the reporting requirements.
7. Subrecipient Reporting Requirements. If Contractor is a Subrecipient, Contractor shall report as set forth
below.
7.1 To CCR. A Subrecipient shall register in CCR and report the following data elements in CCR for
each Federal Award Identification Number no later than the end of the month following the month in
which the Subaward was made:
39. 7.1.1 Subrecipient DUNS Number;
40. 7.1.2 Subrecipient DUNS Number + 4 if more than one electronic funds transfer (EFT)
account;
41. 7.1.3 Subrecipient Parent DUNS Number;
Page3of4
42. 7.1.4 Subrecipient's address, including: Street Address, City, State, Country, Zip + 4, and
Congressional District;
43.7.1.5 Subrecipient's top 5 most highly compensated Executives if the criteria in §4 above are
met; and •
7.1.6 Subrecipient's Total Compensation of top 5 most highly compensated Executives if
criteria in §4 above met.
7.2 To Prime Recipient. A Subrecipient shall report to its Prime Recipient, upon the effective date of the
Contract, the following data elements:
44. 7.2.1 Subrecipient's DUNS Number as registered in CCR.
45.7.2.2 Primary Place of Performance Information including: Street Address, City, State,
Country, Zip code + 4, and Congressional District.
8. Exemptions.
46. 8.1. These Supplemental Provisions do not apply to an individual who receives an Award as a
natural person, unrelated to any business or non - profit organization he or she may own or operate in
his or her name.
47. 8.2 A Contractor with gross income from all sources of less than $300,000 in the previous tax year
is exempt from the requirements to report Subawards and the Total Compensation of its most highly
compensated Executives.
8.3 Effective October 1, 2010, "Award" currently means a grant, cooperative agreement, or other
arrangement as defined in Section 1.1 of these Special Provisions. On future dates "Award" may
include other items to be specified by OMB in policy memoranda available at the OMB Web site;
Award also will include other types of Awards subject to the Transparency Act.
8.4 There are no Transparency Act reporting requirements for Vendors.
9. Event of Default. Failure to comply with these Supplemental Provisions shall constitute an event of default
under the Contract and the State of Colorado may terminate the Contract upon 30 days prior written notice if
the default remains uncured five calendar days following the termination of the 30 day notice period. This
remedy will be in addition to any other remedy available to the State of Colorado under the Contract, at law
•
or in equity.
Page 4 of 4