Loading...
HomeMy WebLinkAbout20081758.tiff RESOLUTION RE: APPROVE CONTRACT AMENDMENT #1 FOR REPLACEMENT OF BRIDGE NO. 13/54A AND AUTHORIZE CHAIR TO SIGN - COLORADO DEPARTMENT OF TRANSPORTATION 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 Contract Amendment #1 for the Replacement of Bridge No. 13/54A 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, commencing upon full execution, with further terms and conditions being as stated in said amendment, and WHEREAS,after review,the Board deems it advisable to approve said amendment,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 Contract Amendment #1 for the Replacement of Bridge No. 13/54A 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 be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said amendment. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 23rd day of June, A.D., 2008. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: LI/ il �. ®�` ---1_,--/- k li _� William H. Jerke, Chair Weld County Clerk to th �:o: r -J:( ii',-v EXCUSED `.' s`1 Robert D./Mn, ro-Tem BY: �I// .1 ice.. r� .i / G/� J� Deputy Clerk o the Boar• Willi F. Garcia AP OV AS cam, EC' David E. Long ��2 aunty torney Date of signature: /' &a/de uglas ademache 2008-1758 EG0058 oe f0C 4) 0 -max a MEMORANDUM TO: Clerk to the Board DATE: June 17, 2008 COLORADO FROM: Wayne Howard, Chief Senior Engineer, Public Works SUBJECT: Agenda Item Contract Amendment #1 with CDOT (Project BRO CO30-031, (14989), Region 4) for improvements to WCR 13 at the Big Thompson River. Attached are THREE original Contract Amendments #1. PLEASE RETURN ALL THREE ORIGNALS TO PUBLIC WORKS to obtain the Governor's signature. M:AFrancie'Agenda Wayne Howard.doc 2008-1758 BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: CDOT Contract Amendment#1 for Bridge 13/54A Replacement over the Big Thompson River DEPARTMENT: PUBLIC WORKS DATE: 6/06/08 PERSON REQUESTING: Wayne Howard,Engineering Division Brief description of the problem/issue: Weld County received federal funds (80% cost share) for the replacement of Bridge 13/54A in 2006. Larimer County has also agreed to participate with the costs (10% cost share). Public Works has requested the total budgeted funds for this project be increased to better match the anticipated construction costs. Public Works identified the budget shortfall during the ongoing design phase of the project. The total budgeted funds will become $2,021,000.00, which is an increase of$398,670.00 to the original amount. These additional funds are coming from a requested budget decrease for the replacement of Bridge 27/66A over the Greeley Canal #2. In the near future, the BOCC will receive a Contract Amendment for that project, related to reducing its budget by a similar amount. What options exist for the Board: The Board can choose to not accept this Contract Amendment, in which case the original budget will remain in place. That choice will result in a budget overrun upon completion of the project or a need to change the design. The Board can choose to accept this Contract Amendment. That choice will result in a project budget which closely matches the current Engineer's Estimate for the construction costs. Recommendation to the Board: I recommend approval of the Contract Amendment #1. This will allow the project to proceed in a timely manner without changing the current design. Approve Schedule Recommendation Work Session Comments William H. Jerke, Chair Robert D. Madsen, Pro-Tern William F. Garcia r' David E. Long Douglas Rademacher Attachments: Contract Amendment and CDOT Cover Letter M:\--Active Projects\Bridge 13-54A\Design\Contracts\CDOT\Work Session Request CDOT.doc STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Contracts and Market Analysis Branch rig D OT 4201 East Arkansas Avenue,4th Floor Denver,Colorado 80222 Telephone:(303)757-9736 Facsimile: (303)757-9868 -- June 4, 2008 I ; IJ L JUN - 5 2008 Mike Bedell Weld County Public Works Dept. P.O. Box 758 Greeley, CO 80632 RE: BRO C030-031 Amendment #1 — Bridge replacement of weld County Road 13 at the Big Thompson River. Enclosed please find three executory copies of the above referenced contract between Weld County and the Colorado Department of Transportation. All three(3)copies must be signed with two appropriate sigpatures,one the designated authority binding the contractor to the contract,and the other attesting to the authority of the first. If you have a seal,please affix it to the si nature page of each copy. In addition, please attach a copy of the ordinance or resolution passed by s governing board approving the contract. Please do not date the first page of the contract. Please return all three (3) copies to my attention. Upon receiving approval for the agreements, a verified copy will be returned to you. This Contract Amendment is not valid until the State Controller, or such assistant as he may delegate, has signed it. Should you have any questions or require further information, please do not hesitate to contact me. Your assistance in expediting this agreement is appreciated. 1Sincerely,CA-rian H ck ' 42....... Contract pecialist Colorado Department of Transportation 4201 E. Arkansas Avenue Denver, CO 80222 Phone: (303) 757-9351 e-mail: Brian Hancocka dot state cous (FMLAWRK) 09 HA4 00005 PROJECT BRO C030-031,(14989) SAP ID 271000482 Region 4,(bh) CONTRACT AMENDMENT #1 - D THIS AMENDMENT,is made this /3 day of C , 20 08,by and between the State of Colorado for the use and benefit of the Colorado Department oftransp ation,hereinafter referred to as the"State", and WELD COUNTY,P.O.Box 758,Greeley,Colorado, 80632,CDOT Vendor#: 5000210,hereinafter referred to as the "Contractor" or the"Local Agency". FACTUAL RECITALS 1. Authority exists in the law and funds have been budgeted,appropriated and otherwise made available and a sufficient unencumbered balance thereof remains available for this Project as set forth below; and, 2. Required approval,clearance,and coordination has been accomplished from and with appropriate agencies; and, 3. The Parties entered into the contract dated May 25,2007,routing number 07 HA4 00075,known hereafter as "the Basic Contract"; and, 4. The Basic Contract is an intergovernmental agreement between the State and the Contractor consisting of design, right of way and construction of a bridge replacement on Weld Country Road 13 at the Big Thompson River in Weld County, Colorado; and, 5. The Basic Contract is still in effect and provides for changes to its terms and conditions by written supplement or contract amendment; and, 6. The Parties also now desire to amend the Basic Contract by adding design and utility construction funding by revising Recital 1 and Exhibit C; and, 7. The Parties enter into this Amendment pursuant to the provisions of Colorado Revised Statutes,Sections 24- 30-1401 et seq., Section 43-1-106, and Section 43-1-110, as amended. NOW THEREFORE, it is hereby agreed that: Consideration for this Amendment consists of the payments that shall be made pursuant to this Amendment and the promises and agreements herein set forth. 1. This Amendment is supplemental to the Basic Contract,which is,by this reference,incorporated herein and made a part hereof,and all terms,conditions,and provisions thereof,unless specifically modified herein,are to apply to this Amendment as though they were expressly rewritten, incorporated, and included herein. 2. The Basic Contract is and shall be modified, altered, and changed in the following respects only: Page 1 of 4 a. Recital Number 1 shall be amended to read as follows: 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 3020, GL Acct.4231200011, WBS Element 14989.10.40, 14989.10.60, (Original Contract Encumbrance Amount: $100,000.00, Amended Encumbrance Amount: $225,000.00 for a Total Contract Encumbrance Amount of$325,000.00, ). b. Exhibit C to the Basic Contract shall be removed and replaced in its entirety by Exhibit C-1,which is attached hereto and incorporated herein by this reference. All references in the Basic Contract to Exhibit C shall be removed and replaced by Exhibit C-1, as appropriate. SPECIAL PROVISIONS The Special Provisions apply to all contracts except where noted in italics. 1. CONTROLLER'S APPROVAL. CRS 24-30-202(1). This contract 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. INDEMNIFICATION. Contractor 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 Contractor,or its employees, agents, subcontractors, or assignees pursuant to the terms of this contract. [Applicable Only to Intergovernmental Contracts) 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,CRS 24-10-101 et seq.,or the Federal Tort Claims Act, 28 U.S.C. 2671 et seq., as applicable, as now or hereafter amended. 4. INDEPENDENT CONTRACTOR. 4 CCR 801-2. Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Neither contractor nor any agent or employee of contractor shall be or shall be deemed to be an agent or employee of the state. Contractor shall pay when due all required employment taxes and income taxes and local head taxes on any monies paid by the state pursuant to this contract. Contractor acknowledges that contractor and its employees are not entitled to unemployment insurance benefits unless contractor or a third party provides such coverage and that the state does not pay for or otherwise provide such coverage. Contractor shall have no authorization,express or implied,to bind the state to any agreement, liability or understanding,except as expressly set forth herein. Contractor shall provide and keep in force workers' compensation (and provide proof of such insurance when requested by the state) and unemployment compensation insurance in the amounts required by law and shall be solely responsible for its acts and those of its employees and agents. 5. NON-DISCRIMINATION. Contractor agrees to comply with the letter and the spirit of all applicable State and federal laws respecting discrimination and unfair employment practices. 6. CHOICE OF LAW. The laws of the State of Colorado, and rules and regulations issued pursuant thereto, shall be applied in the interpretation,execution, and enforcement of this contract. Any provision of this contract, whether or not incorporated herein by reference, which provides for arbitration by any extra-judicial body or person or which is otherwise in conflict with said laws,rules,and regulations shall be considered null and void. Nothing contained in any provision incorporated herein by reference which purports to negate this or any other special provision in whole or in part shall 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 will not invalidate the remainder of this contract,to the extent that this contract is capable of execution. At all times during the performance of this contract, Contractor shall strictly adhere to all applicable federal and State laws, rules, and regulations that have been or may hereafter be established. 7. [Not Applicable to Intergovernmental Contracts] VENDOR OFFSET. CRS 24-30-202(1)and 24-30-202.4. The State Controller may withhold payment of certain debts owed to State agencies under the vendor offset intercept system for: (a) unpaid child support debt or child support arrearages; (b) unpaid balances of tax,accrued interest,or other charges specified in Article 21,Title 39,CRS; (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 or its agencies, as a result of final agency determination or reduced to judgment, as certified by the State Controller. 8. SOFTWARE PIRACY PROHIBITION. Governor's Executive Order D 002 00. No State or other public funds payable under this contract shall be used for the acquisition,operation,or maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions. Contractor hereby certifies that,for the term of this contract and any extensions, Contractor has in place appropriate systems and controls to prevent such improper use of public funds. If the State determines that Contractor is in violation of this paragraph,the State may exercise any remedy available at law or equity or under this contract, including, without limitation, immediate termination of this contract 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 Page 2 of 4 State has any personal or beneficial interest whatsoever in the service or property described in this contract. 10. [Not Applicable to Intergovernmental Contracts]. ILLEGAL ALIENS - PUBLIC CONTRACTS FOR SERVICES AND RESTRICTIONS ON PUBLIC BENEFITS. CRS 8-17.5-101 and 24-76.5-101. Contractor certifies that it shall comply with the provisions of CRS 8-17.5-101 et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract. Contractor represents,warrants,and agrees that it(i)has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (ii) otherwise shall comply with the requirements of CR5 8-17.5- 102(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under CRS 8-17.5-102 by the Colorado Department of Labor and Employment. Failure to comply with any requirement of this provision or CR5 8-17.5-101 et seq.,shall be cause for termination for breach and Contractor shall be liable for actual and consequential damages. Contractor, if a natural person eighteen (18) years of age or older, hereby swears or affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) shall comply with the provisions of CRS 24- 76.5-101 et seq., and (Hi) shall produce one form of identification required by CRS 24-76.5-103 prior to the effective date of this contract. Revised October 25, 2006 Effective Date of Special Provisions: August 7, 2006 Page 3 of 4 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT CONTRACTOR: STATE OF COLORADO: BILL R TER,JR.,GOVERNOR BY BY OAP A10--�u.l(�r�_ Weld County Board of Commissioners For Executive Director Legal Name of Contracting Entity Department of Transportation 5000210 CDOT Vendor Number LEGAL REVIEW: iti .t G�L-e JOHN W.SUTHERS,ATTORNEY GENERAL Signature of Authorized Officer JUN 2 3 2008 / William H. Jerke, Chair By //6 .! . P*(A/11/ Weld County Board of Commissioners Print Name&Title of Authorized Officer CORPORATIONS: P `f"j 1k11,7,„a` (A c at sta quired.) . a ezAthrAttest(Seal) B U i Fe Hf I t 151(Edi&VAhT{li4lltrtalli itaWIiiOXIVOI N) O � ; f available.) De ty Clerk to theJBoard 6ll ram ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30-202 requires that the State Controller approve all state contracts. This contract is not valid until the State Controller,or such assistant as he may delegate,has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below - e ate of Colorado may not be obligated to pay for the goods and/or services provided. ONTROLLER• . CDERMOTT PA Date 7 15"—OS Page 4 of 4 ;boo 8-17.S? EXHIBIT C-1 FUNDING PROVISIONS A. The Local Agency has estimated the total cost of the Project to be $2,021,000.00, which is to be funded as follows: BUDGETED FUNDS a. Federal Funds $1,578,000.00 (80% of Participating Costs $1,972,500) b. Local Agency Matching Funds $394,500.00 (20% of Participating Costs $1,972,500) c. Local Agency Overmatch $48,500.00 TOTAL BUDGETED FUNDS $2,021,000.00 2 ESTIMATED CDOT-INCURRED COSTS a. Federal Share $0.00 (0% Participating Costs) b. Local Share Local Agency Share of Participating Costs $0.00 Non-Participating Costs (Including Non-Participating Indirects) $0.00 Estimated to be Billed to Local Agency $0.00 TOTAL ESTIMATED CDOT-INCURRED COSTS $0.00 3 ESTIMATED PAYMENT TO LOCAL AGENCY a. Federal Funds Budgeted (1a) $1,578,000.00 b. Less Estimated Federal Share of CDOT-Incurred Costs (2a) $0.00 TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY $1,578,000.00 4 FOR CDOT ENCUMBRANCE PURPOSES *Note- Only$275,000.00 in Design Funding is currently available. Remaining funds and/or Local Agency Overmatch will be added in the future either by Option Letter or Amendment. Total Encumbrance Amount ($1,578,000.00 divided by 80%) $1,972,500.00 Local Overmatch Contribution $48,500.00 Net to be encumbered as follows: $2,021,000.00 WBS Element 14989.10.40 Design 3020 $275,000.00 WBS Element 14989.10.35 Const 3301 $1,661,000.00 WBS Element 14989.10.55 ROW 3114 $35,000.00 Exhibit C-1 —Page 1 of 2 P. WBS Element 14989.10.60 Utility 3988 $50,000.00 B. The matching ratio for the federal participating funds for this project is 80% federal-aid funds(CFDA#20 2050)to 20% Local Agency funds, it being understood that such ratio applies only to the $1,972,500.00 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 $1,972,500.00, and additional federal funds are made available for the project, the Local Agency shall pay 20% 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 less than $1,972,500.00, 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. The maximum amount payable to the Local Agency under this contract shall be $1,578,000.00. For CDOT accounting purposes, the federal funds of$1,578,000.00 and local matching funds of $394,500.00 and Local Overmatch of $48,500.00 will be encumbered for a total encumbrance of $2,021,000.00 unless such amount is increased by an appropriate written modification to this contract executed before any increased cost is incurred. *Note- Only $275,000.00 in Design Funding is currently available Remaining funds and/or the Local Agency Overmatch will be added in the future either by Option Letter or amendment. 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 federal and/or state and/or Local Agency sources, as applicable. Should these sources, either federal or Local Agency, fail to provide necessary funds as agreed upon herein, the contract may be terminated 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. E. The Local Agency understands and accepts that future reimbursement of the Federal funding for the Project is contingent upon the FHWA making such funds available to the State in future fiscal years, and to the budgeting of such funds by the Transportation Commission for reimbursement to the Local Agency. The Local Agency understands that the FHWA has not currently obligated all Federal funds for the project. The Local Agency does not by this Agreement irrevocably pledge present case reserves for payments in future fiscal years, and this Agreement is not intended to create a multiple-fiscal year debt of the Local Agency. Exhibit C-1 —Page 2 of 2 0 MEMORANDUM WI I D TO: Clerk to the Board DATE: July 22, 2008 C. FROM: Francie Collins, Public Works COLORADO SUBJECT: Original Signature Item for CTB Records and For Recording; Doc # 2008-1758 Attached is the original signed Contract Amendment#1 with the State of Colorado for the Clerk to the Board's records. Enclosures M:AFrancieAItemForRecording.doc M: \Francie\ItemForRecording. doc Hello