HomeMy WebLinkAbout20131903.tiffRESOLUTION
RE: APPROVE CONTRACT FOR INTERSECTION IMPROVEMENTS AT INTERSECTION
OF STATE HIGHWAY 52 AND COUNTY ROAD 59
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with a Contract for Intersection Improvements
at the Intersection of State Highway 52 and County Road 59 between the County of Weld, State of
Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the
Department of Public Works, and the Colorado Department of Transportation (CDOT),
commencing upon approval of the CDOT Chief Engineer or designee, and ending upon
completion and final acceptance of the Project, with further terms and conditions being as stated
in said contract, and
WHEREAS, after review, the Board deems it advisable to approve said contract, a copy of
which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado, that the Contract for Intersection Improvements at the Intersection of State
Highway 52 and County Road 59 between the County of Weld, State of Colorado, by and through
the Board of County Commissioners of Weld County, on behalf of the Department of Public
Works, and the Colorado Department of Transportation (CDOT), be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said contract.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 24th day of July, A.D., 2013.
BOARD OF COUNTY COMMISSIONERS
WELD CQU COLORADO
ATTEST: ` isua.. 5
Weld County Clerk to th
BY: _____A_
Deputy Clerk to the
APPR. .: D AS TO F
ounty torneyy/�,
Date of signature: Y�
o1:ij ectbrot
ademac
EXCUSED
Sean P. Conway
Mike Freeman ``
arbara Kirkmey
ec.'Aid ( zedem)
9-9- /3
r
2013-1903
EG0068
MEMORANDUM
TO: Board of County Commissioners
DATE: July 22, 2013
FROM: Elizabeth Relford, Transportation Planner
SUBJECT: CDOT IGA for SH 52 & CR 59
Intersection Improvements
The attached Intergovernmental Agreement is to contract the design and construction of
new intersection improvements at the intersection of SH 52 and Weld County Road 59
with the Colorado Department of Transportation (CDOT). The purpose of the project is
to alleviate safety concerns that exist because of the traffic generated at the secondary
school at the southwest corner of the intersection. CDOT and Weld County believe it will
be beneficial to perform this work.
This work will consist of the following features:
• SH 52 will have left turn acceleration and deceleration lanes constructed.
• An eastbound right turn lane will be constructed.
• Corner radii will be improved.
• The concrete lined irrigation ditch within CDOT ROW will be relocated outside of
the ROW. The relocation will occur in the northwest quadrant of the intersection.
The irrigation design and construction will be performed by the ditch company
under a utility agreement with CDOT. The irrigation construction is anticipated to
occur before the 2014 irrigation season.
• SH 52 and the immediate intersection will be overlaid with asphalt pavement.
CDOT will perform the project management, complete the roadway design and bid out
the construction to a General Contractor. Weld County will provide $662,000 for the
utility phase. Construction is anticipated to occur during the spring of 2014.
While Weld County is entering into the IGA with CDOT, this was also a collaborative
effort with Weld RE -3J School District. The School District will be entering into a
separate IGA with Weld County to help pay a proportional share of the $662,000
improvement cost.
Please do not hesitate to contact me if you have any questions about this project.
2013-1903
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
Center for Procurement and Contract Services
Randy Perkins, Contract Administrator
4201 E. Arkansas Avenue, Suite 200
Denver, Colorado 80222
(303) 757-9291
July 16, 2013
Elizabeth Relford
Weld County Public Works
1111 H Street
P.O. Box 758
Greeley, Colorado 80632-0758
RE: SH 52 and WCR 59
MFAMOINEIMPS101
DEPARTMENT Or TRANSPORTATION
Co V
Weld County
Public \igotk$ 3aPL
Enclosed please find three executory copies of the above referenced contract amendment between Weld
County and the Colorado Department of Transportation.
PLEASE MAKE SURE EACH DOCUMENT IS SIGNED BY THE APPROPRIATE
INDIVIDUAL HAVING THE AUTHORITY TO EXECUTE SUCH AGREEMENTS ON
BEHALF OF THE COUNTY.
Please do not date the first page.
Return all three original copies to my attention.
Please call me at (303) 757-9291 if you have any questions or if I can be of further assistance.
Since
Randy Pe kin
Contr ing Administrator
(Local $CDOTWRK)
PROJECT: FSA 052A-036 (18108)
REGION: 4 (rp)
Rev 10/03
CONTRACT
THIS CONTRACT, executed thiday of
SAP if 331000695
FOR CDOT TRACKING PURPOSES (subject to
change).
i, ST- 20/3,byand between the State of
Colorado, for the use and benefit of the Colorado Department of Transportation (the "State" or
"CDOT"), and WELD COUNTY, P.O. Box 758, Greeley, Colorado, 80632, CDOT Vendor #:
2000135 (the "County", "Local Agency" or "Contractor", the State and the Local Agency together shall
be referred to as the "Parties."
RECITALS
1. Authority exists in the law and funds have been budgeted, appropriated and otherwise made
available and a sufficient uncommitted balance thereof remains available for payment of project and
Local Agency costs in Fund Number 400, Function <o>, GL Acct. <o>, WBS Element or Cost
Center <o>, (Contract Encumbrance Amount: $0.00).
2. Required approval, clearance and coordination have been accomplished from and with appropriate
agencies.
3. Section 43-2-102 and 103, C.R.S require the State to maintain state highways (including
where such highways extend through a city or an incorporated town), and 43-2-135 describes
certain specific responsibilities of the State and affected local entities (respectively) with respect
to state highways that are also part of a local street system;
4. The Local Agency has made funds available for project FSA052A-036 (18108), which shall
consist of design and construction of the intersection improvements at State Highway (SH) 52
and Weld County Road (WCR) 59, referred to as the "Project" or the "Work". Such Work will
be performed in Weld County, Colorado, specifically described in Exhibit A.
5. The Local Agency has funds available and desires to provide 100% of the funding for the
Work.
6. The Local Agency has estimated the total cost of the Work and is prepared to provide the funding
required for the work, as evidenced by an appropriate ordinance or resolution duly passed and
adopted by the authorized representatives of the Local Agency, which expressly authorizes the Local
Agency to enter into this contract and to expend its funds for the work under the project. A copy of
this ordinance or resolution is attached hereto and incorporated herein as Exhibit B.
Page 1 of 11
alv/3 -/?o3
7. This contract is executed under the authority of §§ 29-1-203, 43-1-110; 43-1-116, 43-2-101(4)(c)
and 43-2-144, C.R.S. and Exhibit B.
8. The parties hereto desire to agree upon the division of responsibilities with regard to the project.
THE PARTIES NOW AGREE THAT:
Section 1. Scope of Work
The Project or the Work under this contract shall consist of design and construction of the intersection
improvements at SH 52 and WCR 59, in Weld County, Colorado, as more specifically described in
Exhibit A.
Section 2. Order of Precedence
In the event of conflicts or inconsistencies between this contract and its exhibits, such conflicts or
inconsistencies shall be resolved by reference to the documents in the following order of priority:
1. This contract
2. Exhibit A (Scope of Work)
3. Other Exhibits in descending order of their attachment.
Section 3. Term
This contract shall be effective upon approval of the CDOT Chief Engineer or designee. The term of
this contract shall continue through the completion and final acceptance of the Project by the State,
FHWA and the Local Agency.
Section 4. Project Funding Provisions
A. The Local Agency has estimated the total cost of the Work and is prepared to provide the funding
for the Work, as evidenced by an appropriate ordinance or resolution duly passed and adopted by the
authorized representatives of the Local Agency, which expressly authorizes the Local Agency to
enter into this contract and to expend its funds for the project. A copy of this ordinance or resolution
is attached hereto and incorporated herein as Exhibit B.
B. The Local Agency has estimated the total cost of the Work to be $662,000.00, which is to be
funded as follows:
Local Agency Funds $662,000.00
Page 2 of 11
C. The maximum amount payable by the Local Agency under this contract shall be
$662,000.00, unless such amount is increased by an appropriate written modification to this contract
executed before any increased cost is incurred. It is understood and agreed by the parties hereto that
the total cost of the Work stated hereinbefore is the best estimate available, based on the design data
as approved at the time of execution of this contract, and that such cost is subject to revisions (in
accord with the procedure in the previous sentence) agreeable to the parties prior to bid and award.
D. The parties hereto agree that this contract is contingent upon all funds designated for the project
herein being made available from local sources, as applicable. Should these sources fail to provide
necessary funds as agreed upon herein, the contract may be teinninated by either party, provided that
any party terminating its interest and obligations herein shall not be relieved of any obligations which
existed prior to the effective date of such termination or which may occur as a result of such
termination.
Section 5. Project Payment Provisions
A. The Local Agency will reimburse the State for incurred costs relative to the project following the
Local Agency's review and approval of such charges, subject to the terms and conditions of this
contract.
B. If the Local Agency is to be billed for CDOT incurred costs, the billing procedure shall be as
follows:
1. Upon receipt of each bill from the State, the Local Agency will remit to the State the
amount billed no later than 60 days after receipt of each bill. Should the Local
Agency fail to pay moneys due the State within 60 days of demand or within such
other period as may be agreed between the parties hereto, the Local Agency agrees
that, at the request of the State, the State Treasurer may withhold an equal amount
from future apportionment due the Local Agency from the Highway Users Tax Fund
and to pay such funds directly to the State. Interim funds, until the State is
reimbursed, shall be payable from the State Highway Supplementary Fund (400).
2. If the Local Agency fails to make timely payment to the State as required by this
section (within 60 days after the date of each bill), the Local Agency shall pay
interest to the State at a rate of one percent per month on the amount of the payment
which was not made in a timely manner, until the billing is paid in full. The interest
shall accrue for the period from the required payment date to the date on which
payment is made.
C. The State will prepare and submit to the Local Agency, no more than monthly, charges for costs
incurred relative to the project. The State's invoices shall include a description of the amounts of
services performed, the dates of performance and the amounts and description of reimbursable
expenses. The invoices will be prepared in accordance with the State's standard policies, procedures
and standardized billing format.
Page 3 of 11
Section 6. State and Local Agency Commitments
The Scope of Work (Exhibit A) describes the Work to be performed and assigns
responsibility of that Work to either the Local Agency or the State.
A. Design [if applicable]
1. If the Work includes preliminary design or final design (the "Construction Plans"), or
design work sheets, or special provisions and estimates (collectively referred to as the "Plans"), the
responsible party shall comply with the following requirements, as applicable:
a. perform or provide the Plans, to the extent required by the nature of the
Work.
b. prepare final design (Construction Plans) in accord 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 CDOT.
c. prepare special provisions and estimates in accord with the State's Roadway
and Bridge Design Manuals and Standard Specifications for Road and Bridge
Construction.
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 contract documents.
g. be responsible for the Plans being accurate and complete.
h. make no further changes in the Plans following the award of the construction
contract except by agreement in writing between the parties. The Plans shall
be considered final when approved and accepted by the parties hereto, and
when final they shall be deemed incorporated herein.
B. Construction [if applicable]
1. If the Work includes construction, the responsible party shall perform the
construction in accordance with the approved design plans and/or administer the
construction all in accord with the Local Agency Contract Administration Checklist.
Such administration shall include project inspection and testing; approving sources of
materials; perfouning 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 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.
2. If the State is the responsible party:
Page 4 of 11
a. it shall appoint a qualified professional engineer, licensed in the State of
Colorado, as the State Agency Project Engineer (SAPE), to perform that
administration. The SAPE shall administer the project in accordance with
this contract, the requirements of the construction contract and applicable
State procedures.
b. if bids are to be let for the construction of the project, the State shall, in
conjunction with the Local Agency, advertise the call for bids and upon
concurrence by the Local Agency will award the construction contract(s) to
the low responsive, responsible bidder(s).
(1) in advertising and awarding the bid for the construction of a federal -
aid project, the State shall comply with applicable requirements of23
USC § 112 and 23 CFR Parts 633 and 635 and C.R.S. § 24-92-101 et
seq. Those requirements include, without limitation, that the
State/contractor shall incorporate Form 1273 in its entirety verbatim
into any subcontract(s) for those services as terms and conditions
therefore, as required by 23 CFR 633.102(e).
(2) the Local Agency has the option to concur or not concur in the
proposal of the apparent low bidder for work on which competitive
bids have been received. The Local Agency must declare its
concurrence or non -concurrence within 3 working days after said bids
are publicly opened.
(3) by indicating its concurrence in such award, the Local Agency, acting
by or through its duly authorized representatives, agrees to provide
additional funds, subject to their availability and appropriation for
that purpose, if required to complete the Work under this project if no
additional federal -aid funds will be made available for the project.
c. If all or part of the construction work is to be accomplished by State
personnel (i.e. by force account), rather than by a competitive bidding
process, the State will ensure that all such force account work is
accomplished in accordance with the pertinent State specifications and
requirements with 23 CFR 635, Subpart B, Force Account Construction.
Section 7. ROW Acquisition and Relocation
If the Project includes right of way, prior to this project being advertised for bids, the Responsible
Party will certify in writing to the State that all right of way has been acquired in accordance with the
applicable state and federal regulations, or that no additional right of way is required.
Any acquisition/relocation activities must 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 (P.L. 91-646) and the Uniform Relocation Assistance
and Real Property Acquisition Policies for Federal and Federally Assisted Programs as amended (49
CFR Part 24); CDOT's Right of Way Manual; and CDOT's Policy and Procedural Directives.
Page 5 of 11
Allocation of Responsibilities are as follows:
• Federal participation in right of way acquisition (3111 charges), relocation (3109
charges) activities, if any, and right of way incidentals (expenses incidental to
acquisition/relocation of right of way — 3114 charges);
• Federal participation in right of way acquisition (3111 charges), relocation (3109
charges) but no participation in incidental expenses (3114 charges); or
• No federal participation in right of way acquisition (3111 charges) and relocation
activities (3109 expenses).
Regardless of the option selected above, the State retains oversight responsibilities. The Local
Agency's and the State's responsibilities for each option is specifically set forth in CDOT's Right
of Way Manual.The manual is located at http://www.dot.state.co.us/ROW Manual/.
If right of way is purchased for a state highway, including areas of influence of the state highway,
the local agency shall immediately convey title to such right of way to CDOT after the local
agency obtains title.
Section 8. Utilities
If necessary, the Responsible Party will be responsible for obtaining the proper clearance or approval
from any utility company, which may become involved in this Project. Prior to this Project being
advertised for bids, the Responsible Party will certify in writing that all such clearances have been
obtained.
Section 9. Railroads
In the event the Project involves modification of a railroad company's facilities whereby the Work is
to be accomplished by railroad company forces, the Responsible Party shall make timely application
to the Public Utilities Commission requesting its order providing for the installation of the proposed
improvements and not proceed with that part of the Work without compliance. The Responsible
Party shall also establish contact with the railroad company involved for the purpose of complying
with applicable provisions of 23 CFR 646, subpart B, concerning federal -aid projects involving
railroad facilities, including:
1. Executing an agreement setting out what work is to be accomplished and the
location(s) thereof, and that the costs of the improvement shall be eligible for federal
participation.
2. Obtaining the railroad's detailed estimate of the cost of the Work.
3. Establishing future maintenance responsibilities for the proposed installation.
4. Proscribing future use or dispositions of the proposed improvements in the event of
abandonment or elimination of a grade crossing.
5. Establishing future repair and/or replacement responsibilities in the event of
accidental destruction or damage to the installation.
Page 6 of 11
Section 10. Environmental Obligations
The State shall perform all Work in accordance with the requirements of the current federal and state
environmental regulations including the National Environmental Policy Act of 1969 (NEPA) as
applicable.
Section 11. Maintenance Obligations
The Local Agency will maintain and operate the improvements constructed under this contract at its
own cost and expense during their useful life, in a manner satisfactory to the State and FHWA. The
Local Agency will make proper provisions for such maintenance obligations each year. Such
maintenance and operations shall be conducted in accordance with all applicable statutes, ordinances
and regulations which define the Local Agency's obligations to maintain such improvements. The
State and FHWA will make periodic inspections of the project to verify that such improvements are
being adequately maintained.
Section 12. Record Keeping
The State shall maintain a complete file of all records, documents, communications, and other
written materials, which pertain to the costs incurred under this contract. The State shall maintain
such records for a period of three (3) years after the date of termination of this contract or final
payment hereunder, whichever is later, or for such further period as maybe necessary to resolve any
matters which may be pending. The State shall make such materials available for inspection at all
reasonable times and shall permit duly authorized agents and employees of the Local Agency and
FHWA to inspect the project and to inspect, review and audit the project records.
Section 13. Termination Provisions
This contract may be terminated as follows:
A. Termination for Convenience. The State may terminate this contract at any time the State
determines that the purposes of the distribution of moneys under the contract would no longer be
served by completion of the project. The State shall effect such termination by giving written notice
of termination to the Local Agency and specifying the effective date thereof, at least twenty (20) days
before the effective date of such termination.
B. Termination for Cause. If, through any cause, the Local Agency shall fail to fulfill, in a timely
and proper manner, its obligations under this contract, or if the Local Agency shall violate any of the
covenants, agreements, or stipulations of this contract, the State shall thereupon have the right to
terminate this contract for cause by giving written notice to the Local Agency of its intent to
terminate and at least ten (10) days opportunity to cure the default or show cause why termination is
otherwise not appropriate. In the event of termination, all finished or unfinished documents, data,
studies, surveys, drawings, maps, models, photographs and reports or other material prepared by the
Local Agency under this contract shall, at the option of the State, become its property, and the Local
Page 7 of 11
Agency shall be entitled to receive just and equitable compensation for any services and supplies
delivered and accepted. The Local Agency shall be obligated to return any payments advanced under
the provisions of this contract.
Notwithstanding the above, the Local Agency shall not be relieved of liability to the State for any
damages sustained by the State by virtue of any breach of the contract by the Local Agency, and the
State may withhold payment to the Local Agency for the purposes of mitigating its damages until
such time as the exact amount of damages due to the State from the Local Agency is determined.
If after such termination it is determined, for any reason, that the Local Agency was not in default or
that the Local Agency's action/inaction was excusable, such termination shall be treated as a
termination for convenience, and the rights and obligations of the parties shall be the same as if the
contract had been terminated for convenience, as described herein.
Section 14. Legal Authority
The Local Agency warrants that it possesses the legal authority to enter into this contract and that it
has taken all actions required by its procedures, by-laws, and/or applicable law to exercise that
authority, and to lawfully authorize its undersigned signatory to execute this contract and to bind the
Local Agency to its terms. The person(s) executing this contract on behalf of the Local Agency
warrants that such person(s) has full authorization to execute this contract.
Section 15. Representatives and Notice
The State will provide liaison with the Local Agency through the State's Region Director, Region
4, 1420 2nd Street, Greeley, Colorado 80631. Said Region Director will also be responsible for
coordinating the State's activities under this contract and will also issue a "Notice to Proceed" to the
Local Agency for commencement of the Work. All communications relating to the day-to-day
activities for the work shall be exchanged between representatives of the State's Transportation
Region 4 and the Local Agency. All communication, notices, and correspondence shall be addressed
to the individuals identified below. Either party may from time to time designate in writing new or
substitute representatives.
If to the State:
Robin Stoneman
Resident Engineer
CDOT Region 4
3939 Riverside Parkway, Unit A
Evans, Colorado 80620
(970) 506-4952
Section 16. Successors
If to the Local Agency:
Elizabeth Relford
Transportation Planner
Weld County Public Works
1111 I -I Street
P.O. Box 758
Greeley, Colorado 80632-0758
(970) 304-6496, ext. 3748
Except as herein otherwise provided, this contract shall inure to the benefit of and be binding upon
Page 8 of 11
the parties hereto and their respective successors and assigns.
Section 17. Third Party Beneficiaries
It is expressly understood and agreed that the enforcement of the terms and conditions of this
contract and all rights of action relating to such enforcement, shall be strictly reserved to the State
and the Local Agency. Nothing contained in this contract shall give or allow any claim or right of
action whatsoever by any other third person. It is the express intention of the State and the Local
Agency that any such person or entity, other than the State or the Local Agency receiving services or
benefits under this contract shall be deemed an incidental beneficiary only.
Section 18. Governmental Immunity
Notwithstanding any other provision of this contract to the contrary, no term or condition of this
contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities,
rights, benefits, protection, or other provisions of the Colorado Governmental Immunity Act, § 24-
10-101, et seq., C.R.S., as now or hereafter amended. The parties understand and agree that liability
for claims for injuries to persons or property arising out of negligence of the State of Colorado, its
departments, institutions, agencies, boards, officials and employees is controlled and limited by the
provisions of § 24-10-101, et seq., C.R.S., as now or hereafter amended and the risk management
statutes, §§ 24-30-1501, et seq., C.R.S., as now or hereafter amended.
Section 19. Severability
To the extent that this contract may be executed and performance of the obligations of the parties
maybe accomplished within the intent of the contract, the tetras of this contract are severable, and
should any term or provision hereof be declared invalid or become inoperative for any reason, such
invalidity or failure shall not affect the validity of any other term or provision hereof.
Section 20. Waiver
The waiver of any breach of a term, provision, or requirement of this contract shall not be construed
or deemed as a waiver of any subsequent breach of such terra, provision, or requirement, or of any
other term, provision or requirement.
Section 21. Entire Understanding
This contract is intended as the complete integration of all understandings between the parties. No
prior or contemporaneous addition, deletion, or other amendment hereto shall have any force or
effect whatsoever, unless embodied herein by writing. No subsequent novation, renewal, addition,
deletion, or other amendment hereto shall have any force or effect unless embodied in a writing
executed and approved pursuant to the State Fiscal Rules.
Page 9 of 11
Section 22. Survival of Contract Terms
Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and
conditions of this contract and the exhibits and attachments hereto which may require continued
performance, compliance or effect beyond the termination date of the contract shall survive such
termination date and shall be enforceable by the State as provided herein in the event of such failure
to perform or comply by the Local Agency.
Section 23. Modification and Amendment
This contract is subject to such modifications as may be required by changes in federal or State law,
or their implementing regulations. Any such required modification shall automatically be
incorporated into and be part of this contract on the effective date of such change as if fully set forth
herein. Except as provided above, no modification of this contract shall be effective unless agreed to
in writing by both parties in an amendment to this contract that is properly executed and approved in
accordance with applicable law.
Section 24. Disputes
Except as otherwise provided in this contract, any dispute concerning a question of fact arising under
this contract which is not disposed of by agreement will 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 the Department of Transportation. 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 the contract 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
will 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
contract, however, shall be construed as making final the decision of any administrative official,
representative, or board on a question of law.
Page 10 of 11
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
CONTRACTOR:
Weld County, Colorado
Legal Name of Contracting Entity
2000135
CDOT Vendor Number
Signa Ye of Authorized Officer JUL 2 4 2013
STATE OF COLORADO:
JOHN W.HICKENLOOPER
GOVERNOR
By
Timothy J.- anis, P.E., Chief Engineer
William F. Garcia, Chair, Board of Weld County Commissioners
Print Name & Title of Authorized Officer
CORPORATIONS:
(A corporate seal or attestation is required.)
Equivalent, or Town/C
Page 11 of 11
&&' - %943
Exhibit A
SCOPE OF WORK
FSA 052A-036
SH 52 at WCR 59 Intersection
18108
4/24/2013
This project consists of the design and construction of new intersection improvements at the
intersection of SH 52 and Weld County Road 59 (herein referred to as "this work"). The purpose
of the project is to alleviate the safety concerns that exist because of the traffic generated at the
secondary school in the southwest corner of the intersection. CDOT and Weld County believe
it will be beneficial to perform this work.
This work will consist of the following features:
• SH 52 will have left turn acceleration and deceleration lanes constructed.
• An eastbound right turn lane will be constructed.
• Corner radii will be improved.
• The concrete lined irrigation ditch within CDOT ROW will be relocated outside of the
ROW. The relocation will occur in the northwest quadrant of the intersection. The
irrigation design and construction will be performed by the ditch company under a utility
agreement with CDOT. The irrigation construction is anticipated to occur before the
2014 irrigation season.
• SH 52 and the immediate intersection will be overlaid with asphalt pavement.
CDOT will perform the project management, complete the roadway design and bid out the
construction to a General Contractor. Weld County will provide $662,000 for the utility phase.
Construction is anticipated to occur during the spring of 2014.
LOCAL AGENCY
ORDINANCE
or
RESOLUTION
Hello