Loading...
HomeMy WebLinkAbout20120405.tiff RESOLUTION RE: APPROVE INTERGOVERNMENTAL AGREEMENT FOR CONTRIBUTION FOR ROADWAY IMPROVEMENTS FOR COUNTY ROAD 8 BETWEEN 2,900 FEET EAST OF COUNTY ROAD 27 AND 650 FEET WEST OF COUNTY ROAD 27 AND AUTHORIZE CHAIR TO SIGN -CITY OF FORT LUPTON 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 an Intergovernmental Agreement for Contribution for Roadway Improvements for County Road 8 between 2,900 Feet East of County Road 27 and 650 Feet West of County Road 27, 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 City of Fort Lupton, commencing February 6, 2012, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, 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 Intergovernmental Agreement for Contribution for Roadway Improvements for County Road 8 between 2,900 Feet East of County Road 27 and 650 Feet West of County Road 27, 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 City of Fort Lupton be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. \ 2012-0405 EG0066 INTERGOVERNMENTAL AGREEMENT FOR CONTRIBUTION FOR ROADWAY IMPROVEMENTS FOR CR 8 BETWEEN 2,900 FEET EAST OF CR 27 AND 650 FEET WEST OF CR 27 - CITY OF FORT LUPTON PAGE 2 The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 13th day of February, A.D., 2012, nunc pro tuns February 6, 2012. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: „ �.�'w �___ epCr Sean P. Cones air Weld County Clerk to the Board 400santo, 1 � Garcia,ri Pr - m seNEbel' BY: W e+. $ egam Deputy CI k to the Boar.` $61 ttitly442 `r' `a mire, .ira Kirkmeyer APP AST ``94 N1 j • J \ < David E. Long ger'f ttorney 6 iQR.tyrea�- Douglasl Radema er Date of signature: 3- I - I a, 2012-0405 EG0066 INTERGOVERNMENTAL AGREEMENT FOR CONTRIBUTION FOR ROADWAY IMPROVEMENTS FOR WELD COUNTY ROAD 8 BETWEEN 2,900 FEET EAST WELD COUNTY ROAD 27 AND 650 FEET WEST OF WELD COUNTY ROAD 27 THIS INTERGOVERNMENTAL AGREEMENT is made and entered into this 6th day of February, 2012,by and between the City of FORT LUPTON, Colorado, a municipal corporation of the State of Colorado, whose address is 130 S. McKinley Avenue, Ft. Lupton, CO 80621, hereinafter referred to as "FT. LUPTON"and the County of Weld, State of Colorado,by and through the Board of County Commissioners of the County of Weld, Colorado whose address is P.O. Box 758, 1150 "O" Street, Greeley, Colorado 80632, hereinafter referred to as "WELD COUNTY." WITNES SETH: WHEREAS, FT.LUPTON has operational and maintenance jurisdiction of WCR 8,beginning from approximately 'A west of WCR 29 heading west to the intersection of WCR 8 and U.S. Highway 85, hereinafter referred to as "WCR 8 FT. LUPTON," and WHEREAS, FT. LUPTON wishes to make certain road improvements to WCR 8 FT. LUPTON as described and detailed in the letter attached hereto as Exhibits"A"and"B,"hereinafter referred to as the "PROJECT," and WHEREAS,although Ft.Lupton has operational and maintenance jurisdiction of WCR 8 FT. LUPTON and intends to construct the PROJECT, Ft. Lupton desires to request contribution from WELD COUNTY to pay a portion of the costs of said construction,and WELD COUNTY agrees to said payment, because of the benefit of such PROJECT to the remainder of WCR 8 as it proceeds east from the end of FT. LUPTON'S annexed portion of said roadway, and WHEREAS, both parties to this Agreement are authorized to enter into said Agreement by C.R.S. Sec. 29-1-203 and the Colorado Constitution Article XIV, Sec. 18(2), for the purpose of achieving greater efficiencies for the provision of services to the public. NOW THEREFORE,in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. TERM: The term of this Agreement shall be from the date first written above to and until such time as the PROJECT described herein shall be completed. 2. DESCRIPTION OF IMPROVEMENTS: In general, the PROJECT'S improvements shall consist of the making surface improvements to the existing roadway,which improvements are described and detailed in Exhibits A and B. The estimated total cost of said PROJECT is $1,327,864.50 as shown in Exhibit B. 2012-0405 Page 1 of 3 3. CONTRIBUTION BY WELD COUNTY: WELD COUNTY agrees to pay to FT. LUPTON the sum of S250,000 as a contribution to PROJECT. FT. LUPTON will work with Halliburton on truck routes to minimize damage to roadways not being improved by FT. LUPTON. 4. ENTIRE AGREEMENT: This writing,together with the exhibits attached hereto,constitutes the entire Agreement between the parties hereto with respect to the subject matter herein,and shall be binding upon said parties,their officers,employees,agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors ands assigns of said parties. 5. NO THIRD PARTY BENEFICIARY ENFORCEMENT: It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in the Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be incidental beneficiary only. 6. NO WARRANTY BY WELD COUNTY: By virtue of its entering into this Agreement and upon its promises to perform the work described herein, WELD COUNTY makes no warranties,either express or implied,that the PROJECT design agreed to herein meet or will meet standards other than those generally required for counties and cities of the size and type similar to the parties herein. 7. SEVERABILITY: If any term or condition of this Intergovernmental Agreement shall be held to be invalid, illegal, or unenforceable, this Intergovernmental Agreement shall be construed and enforced without such provision to the extent that this Intergovernmental Agreement is then capable of execution within the original intent of the parties hereto. 8. MODIFICATION AND BREACH: This Intergovernmental Agreement contains the entire Intergovernmental Agreement and understanding between the parties to this Intergovernmental Agreement and supersedes any other Intergovernmental Agreements concerning the subject matter of this transaction, whether oral or written. No modification, amendment,notation,renewal,or other alteration of or to this Intergovernmental Agreement shall be deemed valid or of any force or effect whatsoever, unless mutually agreed upon in writing by the undersigned parties. No breach of any term, provision, or clause of this Intergovernmental Agreement shall be deemed waived or excused, unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any consent by any party hereto, or waiver of, a breach by any other party, whether express or implied, shall not constitute a consent to, waiver of, or excuse for any other different or subsequent breach. 9. NOTICES: All notices required herein shall be mailed via First Class Mail to the parties' representatives at the addresses set forth below: Page 2 of 3 FT. LUPTON: WELD COUNTY: Claud Hanes, City Administrator Pat Persichino,Director,Public Works 130 S. McKinley Avenue P.O. Box 758, 1111 "H" Street Fort Lupton, CO 80621 Greeley, CO 80632 Phone: 303-857-6694 Phone: 970-304-6496 10. NO WAIVER OF 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 §§24-10-101 et seq., as applicable now or hereafter amended. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in duplicate of the day and year first hereinabove written. ATTEST: CITY OF FT. LUPTON, COLORADO By: %g Gt-(Ct.. 4:0L, By: Barbara Rogers, City Clerk Tommy Hol n, Mayor ATTEST ��Gwe� BOARD OF COUNTY COMMISSIONERS WELD COUNTY Clerk to the oard WELD COUNTY, COLORADO E La By: �•y: <� � (Deputy t lerk to the : �h 'yam; Sean P. Conway, Chair ® FEB 132012 Page 3 of 3 City Of Fort Lupton 130 S. McKinley Avenue, Fort Lupton, Colorado 80621 303-857-6694 303-857-0351 Fax Exhibit A Description of County Road 8 Reconstruction Project Plans have been prepared to re-construct County Road 8 in the City of Fort Lupton east and west of the intersection with County Road 27 (Denver Avenue). The proposed work includes re-constructing the entire surface of the roadway from County Road 27 (Denver Avenue) east approximately 3,000 lineal feet as well as re-aligning the intersection of County Road 8 and County Road 27 along with a traffic signal. The traffic signal and roadway improvements are needed based on traffic safety and pavement rehabilitation. The work to be performed for the County Road 8 Reconstruction Project generally consists of constructing approximately 3,000 lineal feet of two-lane paved roadway (concrete pavement), a traffic signal at the intersection of County Road 8 and County Road 27, one 29"x45" horizontal elliptical reinforced concrete pipe culvert to replace an existing damaged corrugated metal pipe crossing County Road 8, one 18" reinforced concrete pipe culvert to replace an existing damaged corrugated metal pipe crossing County Road 8, one 38"x60" horizontal elliptical reinforced concrete pipe culvert to replace an existing damaged corrugated metal pipe crossing County Road 8, and 24" corrugated metal pipe culverts needed to pipe existing ditches parallel to County Road 8, and extension of water and sewer lines between the Union Pacific Railroad and the west side of County Road 27. 2 J&T Consulting, Inc. Exhibit B City of Fort Lupton -CR8 Reconstruction ©2012 AT consents'.tts'.the. Item Number Description Quantity Untt Unit Price Total Price 1 Project Mobilization/Denobilizallon 1 LS $ 50,000.00 $50,000.0C 2 Traffic Control 1 LS $ 35,000.00 $35,000.00 3 Erosion Control 1 LS $ 21,000.00 $21,000.DC 4 Dewate ing Required to Complete the Project 1 LS S 600.00 $600.00 5 Construction Staking 1 LS $ 17,000.00 $17,000.00 6 Vacuum Tnick/Probe Potholing 1 LS $ 1,800.00 ' $1,800.0C SHe Work 7 Clearing,Grubbing,Stnping/Stockpiling/Replacing Topsoil 1 LS $ 8,500.00 $8,500.0C 8 Existing Roadway Asphalt Mat Removal and Disposal 9575 SY $ 3.10 $29,682.5C 9 Subgrade Grading-Cut 2310 CYD $ 4.00 $9,240.0C 10 Subgrade Grading-Fin 165 CYD $ . 11.00 $1,815.00 11 Subgrade Preparation,including scarification and recompaction of 1 LS $ 25,000.00 $25,000.0C top 12 in 12 Roadway Grading-Fill 995 + CYD $ 9.00 $8,955.0C 13 CR8 Ditch Grading-Cut 140 CYD $ 14.00 $1,960.DC 14 COOT Class 6 Roadbase Placement 1855 CYD $ 27.00 $50,085.0C 15 Seed/Landscape Restoration,Including Grading,Soil Prep, 1 LS $ 4,200,00 $4,200.0C Complete in Place (roadway Infrastructure 16 Concrete Roadway Pavement-10 in thick 8575 SY $ 42.00 $360,150.00 17 Concrete Roadway Pavement-11 in thick 2480 SY 5 49.50 $121,770.0C 18 2 in Asphalt Mill and Overlay at Roadway Tie-ins 215 SY $ 25.00 $5,375.0C 19 Asphalt Driveway Apron Pavement-7 in thick 40 SY $ 60.00 $2,400.00 20 Asphalt Driveway Apron Removal and Replacement 10 SY $ 80.00 $800.DC 7 in thick 21 Concrete Driveway Apron Removal and Replacement 45 SY $ 75.00 $3,375.0C 8 in thick 22 Concrete Curb and Gutter 410 LF $ 12.00 $4,920.00 23 Concrete Paved Median 65 SY $ 55.00 $3,575.0C 24 Signage and Striping 1 LS $ 25,500.00 $25,500.DC Other DTI 25 Cleaning of Existing 18in and 30in CMP Culverts on CR8 West 1 LS 5 2,000.00 $2,000.00 26 Removal and Replacement of 341n x 53in CMP Culvert on CR8 1 LS $ 22,000 00 $22,000.00 West with 38in x 60in HERCP Class IV,including Bashfill back ill, flashlll cutoff collars,and concrete headwalls with wingwalls 1 of 3 Er; MT Consulting, Inc. Exhibit B City of Fort Lupton -CR8 Reconstruction ©2012 AT Consulting.Ina. Item Number Description Quantity Unit Unit Price Total Price 27 Removal and Replacement of 36"CMP culvert on CR8 with 29in x 1 LS $ 15 000.00 $15,000.00 45in HERCP Class IV,including headwalls 28 Removal and Replacement of 18"CMP culvert on CR8 with 18 in 1 LS $ 6.500.00 $6,500.00 RCP Clan IV,including headwall 29 24in CMP Culverts In CR8 North Borrow Ditch,including 1 LS $ 5,000.00 $5,000.00 connections to existing CMP culverts 30 24in CMP Culvert in CR8 North Borrow Ditch,including headwalls 1 LS $ 8,100.00 $8,100.00 PROJECT ALLOWANCES 31 Allowance for additional cost to install CDOT Class E Pavement 1 SY-IN $ 5.75 $10,000.00 (Fast-Track)for portions of roadway 32 Additional CDOT Class 6 Roadbase 1 LS Same Unit Price $10,000.00 as Above 33 FlowfllBackflll 1 CYD S 85.00 $2,000.00 34 Railroad Traffic Contol?loggers provided by UPRR) 1 LS $8,000.00 35 Subgrade Stabilization Material-3"Recycled Concrete 1 TON $ 14.80 $25,000.0C 36 Utility Conflicts-Addbional requirements for modifying utilities not 1 LS X $50,000.00 identified in drawings.Contractor to provide schedule of values and breakdown of required materials and labor for installation for review and approval before this allowance will be used. Additional Items for Intersection Realignment 1 Project MobilizatioNDenobilization I LS $6,000.00 $6,000.00 2 Traffic Control 1 LS $4,500.00 $4,500.00 3 Erosion Control 1 LS $5,750.00 $5,750.00 4 Dewatering Required to Compete the Project 1 LS $3,000.00 $3,000.00 5 Construction Staking 1 LS $3,575.00 $3,575.00 6 Vacuum Truck/Probe Potholing 1 LS 53,250.00 $3,250.00 stte Work 7 Clearing,Grubbing,Striping/Stockpiling/Replacing Topsoil 1 LS $1,500.00 $1,500.00 8 Existing Roadway Asphalt Mat Removal and Disposal 1720 SY $3.10 $5,332.00 9 'Subgrade Grading-Cut 360 CYD $4.00 $1,440.00 10 Subgrade Grading-Fill 50 CYD $11.00 $550.00 11 Subgrade Preparation,including scarification and recompaclion of 1 LS $4,500.00 $4,500.00 top 12 in 12 Roadway Grading-Fill 150 CYD $9.00 $1,350.00 13 CDOT Class 6 Roadbase Placement 290 CYD $27.00 $7,830.00 14 Seed/Landscape Restoration.Including Grading,Sail Prep, 1 LS $3,200.00 $3,200.00 Complete in Place 2 of 3 lEn MT Consulting, Inc. Exhibit B City of Fort Lupton -CR8 Reconstruction ©2012 AT Consulting,Inc. kern Number Description Quantity Unit Unit Price Total Price Roadway Infrastructure 15 Concrete Roadway Pavement-10 in thick 1205 SY 642.00 $50,610.00 16 Concrete Roadway Pavement-11 in thick 520 SY $49.50 $25,740.00 17 Signage and Striping 1 LS $9,250.00 $9,250.0C Traffic Slant!Infrastructure 15 Span Poles 4 EA $8,800.00 $35,200.00 16 2 Inch Conduit(Trenched) 50 LF $8.00 $400.0C 17 Pull Box(17x30) 1 - EA $650.00 $650.00 18 Pull Box(2448) 1 EA $825.00 $825.00 19 Traffic Signal Face(12-12-12) 4 EA $650.00 $3,400.00 20 Span Wire 400 LF $15.00 $6,000.00 21 Traffic Signal Controller 8 Cabinet 1 EA $27,500.00 $27,500.00 22 Meter Power Pedestal 1 EA $19,850.00 $19,850.06 23 Traffic Control(Electrical Work Only) 1 LS $14,500.00 $14,500.00 24 Mobilization(Electrical Work Only) 1 LS $1,500.00 $1,500.00 25 Intersection Detection Cameras 4 EA $8,000.00 $32,000.00 Other Items 26 Inigahon Ditch Realignment along north side of CR8 1 LS $950.00 $950.00 27 'Remove end Replace existing 18'CMP culvert across CR8 1 - LS $4,500.00 $4,500.00 28 Remove and Replace existing 30'CMP culvert across CR8 1 LS 66,500.00 $6,500.00 29 12"SDR 35 PVC Sanitary Sewer with 1-4'Diameter Manhole, 560 LF $85.00 $36,400.00 Including connection to existing manhole 30 8"SDR 35 PVC Sanitary Sewer,including plug 70 IF 648.00 $3,360.00 31 12'0900 DR14 PVC Water Line Including Fittings,and Fire 490 LF $75.00 $36,750.00 Hydrant Assembly 32 8"C900 DR14 PVC Water Line Including Fittings 60 IF $65.00 $3,900.00 TOTAL $1,327,864.60 3 of 3 Hello