HomeMy WebLinkAbout20073719.tiff RESOLUTION
RE: APPROVE CONTRACT FOR COLORADO WASTE TIRE GRANT PROGRAM AND
AUTHORIZE CHAIR TO SIGN
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 the Colorado Waste Tire
Grant Program from the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Weld County Department of Public Health and
Environment, and the Colorado Department of Local Affairs, commencing upon full execution, and
ending September 30, 2008,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 the Colorado Waste Tire Grant Program from the County
of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County,
on behalf of the Weld County Department of Public Health and Environment, and the Colorado
Department of Local Affairs, 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 12th day of December, A.D., 2007.
BOARD OF COUNTY COMMISSIONERS
�/� , W COUNTY, COLORA O
___
ATTEST: a ,/ 4' .,('• i, cc~
r
lissr Da�id E. Long, Chair
Weld County Clerk to the B c. .,. Z
j (iL
t cm — , William J r ro-Tem
De ty Cle to the Bo r
Wil ' m F. Ga is
APP A AS ORM:
&
l .,- - Robert D. Masden
-Attorney
Douglas ademach r
Date of signature: t I ll (tg
2007-3719
HL0034
Memorandum
TO: David E. Long, Chair
Board of County Commissioners
FROM: Mark E. Wallace, MD, MPH, Director
III DC Department of Public h and
�j�
Environment � cut�
COLORADO DATE: December 6, 2007
SUBJECT: Colorado Waste Tire Program Contract
Enclosed for Board review and approval is a contract from the State of Colorado,Department of Local
Affairs. The contract provides up to $50,000 for the proper disposal of illegally stored tires in Weld
County. The grant application for this program was submitted in May, 2007, and the project time of
performance will be from the date of execution of the contract through September 30, 2008.
The County will be providing approximately$6,200 in personnel and printing as an in-kind match.
Another$10,400 in transportation and labor will be provided by the participants,also as an in-kind match.
I recommend approval of this contract.
Enclosure
J
2007-3719
STATE OF COLORADO
DEPARTMENT OF LOCAL AFFAIRS oe cow
1313 Sherman Street,Suite 521 " N,
Denver,Colorado 80203
Phone: (303)866-2771
FAX: (303)866-4819 +r tB7g r r
TDD: (303)866-5300
Bill Ritter,Jr.
Governor
Susan E.Kirkpatrick
Executive Director
November 20, 2007
The Honorable David Long, Chair
Weld County Board of Commissioners
915 10th Street
Greeley, CO 80632
RE: Waste Tire Clean up Contract -#08-219
Dear Chairman Long:
I am pleased to inform you that I am offering to provide funding in an amount not to exceed
$50,000.00 from state fiscal year 2008 Waste Tire Program revenues for the Weld County Tire
Clean up project. The grant award is contingent upon the availability of program revenues at
the time a contract is negotiated between the state and the county.
Please contact Don Sandoval at 970-679-4501 for information on how to proceed. No state
funds may be obligated before a grant contract is fully executed. Expenditures made prior to
the contract being fully executed cannot be reimbursed by the state.
Good luck with this project.
Sincerely,
Bill Timmermeyer
Interim Director
Cc: Trevor Jiricek, Director, Environmental Health Services
Don Sandoval, DOLA Regional Manager
-AL tILALTl1
EP?'
STATE OF COLORADO
DEPARTMENT OF LOCAL AFFAIRS op_co
b
1313 Sherman Street,Suite 521 /�����
Denver,Colorado 80203
Phone: (303)866-2771
FAX: (303)866-4819 1876
TDD: (303)866-5300
Bill Ritter,Jr.
Governor
Susan E.Kirkpatrick
Executive Director
November 29, 2007
Trevor Jiricek, Director
Weld County Environmental Health
1555 N. 17th Ave. lc 14
Greeley, CO 80631 ENVIR�<<�.cC‘y';'Es
RE: Waste Tire Clean up Contract - #08-219
Dear Mr. Jiricek:
Enclosed are three copies of the contract for the above-referenced Waste Tire project. If the
contract is satisfactory to Weld County as written, please have the designated County
Commissioner sign each copy on page 8 of 8 pages. An attesting signature by the Clerk and an
attesting seal are also required on each copy.
Please leave the contracts undated and return all three signed copies to me at:
Tamra Hooper
Department of Local Affairs
1313 Sherman Street, Room 521
Denver, CO 80203
If you have any questions, please call me at 303.866.6398.
Sincerely,
' /2
Tamra Hooper
Program Administrator
Waste Tire Cleanup-#08-219 Cr;'J:?i '; Ai. HEAL H
Rev. 6/13/2005
Contract Routing #:
Vendor#:846000813-M
CONTRACT
This Contract, made by and between the State of Colorado for the use and benefit of the Department of
Local Affairs, 1313 Sherman Street, Denver, Colorado 80203 hereinafter referred to as the State, and
Weld County, 915 10th Street, Greeley, Colorado 80632, hereinafter referred to as the Contractor.
FACTUAL RECITALS
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 in Fund Number 289,
Appropriate Code 372, Org. Unit LFBO, GBL , Contract Encumbrance Number L8WT219; and
Required approval, clearance and coordination has been accomplished from and with appropriate
agencies; and
C.R.S. 25-17-202 (3)(a) creates the"Waste Tire Cleanup Cash Fund" for the purpose of providing
financial assistance to counties and municipalities for the disposal, recycling or reuse of illegally dumped
or stored waste tires; and
The moneys from the waste tire cleanup fund shall be distributed at the authority of the executive director
of the Department of Local Affairs to eligible local governmental entities upon their application for grants
to finance the removal and recycling of illegally dumped or stored waste tires; and
The Contractor is an eligible county government and has been awarded a waste tire cleanup grant in
accordance with applicable statutes; and
C.R.S. 24-32-114(1)(f) states that waste tire cleanup funds, encumbered by June 30 of a fiscal year shall
roll forward for expenditure in the following fiscal year.
NOW THEREFORE, it is hereby agreed that:
1. Scope of Services. In consideration for the monies to be received from the State, the Contractor
shall do, perform, and carry out, in a satisfactory and proper manner, as determined by the State, all work
elements as indicated in the "Scope of Services," set forth in the attached Exhibit A, herein referred to as
the "Project." Costs incurred prior to the date of execution of this Contract by the State Controller or
designee shall not be reimbursed by the State.
2. Responsible Administrator. The performance of the services required hereunder shall be
under the direct supervision of Trevor Jiricek, an employee or agent of the Contractor, who is hereby
designated as the responsible administrator of the Project. At any time the Contractor wishes to change
the responsible administrator, the Contractor shall propose and seek the State's approval of such
replacement responsible administrator. The State's approval shall be evidenced through a Contract
Amendment to this contract initiated by the State as set forth in paragraph 8.b), or 8.c) of this Contract.
Until such time as the State concurs in the replacement responsible administrator, the State may direct
that Project work be suspended.
3. Time of Performance. This Contract shall become effective upon the date of proper execution
of this Contract by the State Controller or designee. The Project contemplated herein shall commence as
soon as practicable after the execution of this Contract and shall be undertaken and performed as set
forth in the "Time of Performance" section of Exhibit A. Expenses incurred by the Contractor in
association with the Project prior to execution of this Contract by the State Controller or designee shall
not be considered eligible expenditures for reimbursement by the State. The Contractor agrees that time
Page 1 of 8
is of the essence in the performance of its obligations under this Contract and that completion of the
Project shall occur no later than the completion date set forth in the "Time of Performance" section of
Exhibit A.
4. Authority to Enter into Contract and Proceed with Project. The Contractor assures and
warrants that it possesses the legal authority to enter into this Contract. The person signing and
executing this Contract on behalf of the Contractor does hereby warrant and guarantee that he/she has
full authorization to execute this Contract. In addition, the Contractor represents and warrants that it
currently has the legal authority to proceed with the Project.
5. Compensation and Method of Payment. In consideration for the work and services to be
performed hereunder, the State agrees to provide to the Contractor a grant from the Waste Tire Cleanup
Cash Fund in an amount not to exceed FIFTY THOUSAND XX/100 Dollars ($ 50,000.00). The method
and time of payment of such grant funds shall be made in accordance with the"Payment Schedule" set
forth in Exhibit A.
6. Reversion of Excess Funds to the State.
a) Any State funds not required for completion of the Project will be deobligated by the
State.
b) It is expressly understood that if the Contractor receives funds from this Contract in
excess of its fiscal year spending limit, all such excess funds from this Contract shall revert to the
State. Under no circumstances shall excess funds from this Contract be refunded to other
parties.
7. Financial Management and Budget. At all times from the effective date of this Contract until
completion of the Project, the Contractor shall maintain properly segregated accounts of Waste Tire
Cleanup funds, matching funds, and other funds associated with the Project. All receipts and
expenditures associated with the Project shall be documented in a detailed and specific manner, and
shall be in accordance with the "Budget" section set forth in Exhibit A.
8. Modification and Amendment.
a) Modification by Operation of Law. This Contract is subject to such modifications as
may be necessitated by changes in federal or state law or requirements. Any such required
modifications shall be incorporated into and be part of this Contract as if fully set forth herein.
b) Unilateral Amendment. The State may unilaterally modify the following portions of
this Contract when such modifications are requested by the Contractor or determined by the
State to be necessary and appropriate. In such cases, the Amendment is binding upon proper
execution of the Amendment by the State Controller's designee and without the signature of the
Contractor.
i) Paragraph 2 of this Contract, "Responsible Administrator";
ii) Paragraph 3 of Exhibit A, Scope of Services"Time of Performance";
iii) Paragraph 4 of Exhibit A, Scope of Services"Remit Address";
iv) Paragraph 5 of Exhibit A, Scope of Services"Payment Schedule";
Contractor must submit a written request to the Department if modifications are required.
Amendments to this Contract for the provisions outlined in this Paragraph 8 b. i) through iv):
Responsible Administrator, Time of Performance, Remit Address, or Payment Schedule, can be
executed by the State (Exhibit B1).
c) Bilateral Amendment. In the following circumstances, modifications shall be made by
an Amendment signed by the Contractor, the Executive Director of the Department and
Page 2 of 8
the State Controller's designee. Such Amendments must be executed by the
Contractor then the State and are binding upon proper execution by the State
Controller's designee.
i) when any other material modifications, as determined by the State, are proposed
to Exhibit A or any other Exhibits;
H) when additional or less funding is needed and approved and modifications are
required to Paragraph 5 of this Contract, "Compensation and Method of Payment"
as well as to Exhibit A"Budget" and "Payment Schedule";
Hi) when there are additional federal or state statutory or regulatory compliance
changes in accordance with Paragraph 21 of this Contract.
Such Bilateral Amendment may also incorporate any modifications allowed to be made by
Unilateral Amendment as set forth in subparagraph 8.b) of this paragraph.
Upon proper execution and approval, such Amendment (Exhibit B2) shall become an amendment
to the Contract, effective on the date specified in the amendment. No such amendment shall be
valid until approved by the State Controller or such assistant as he may designate. All other
modifications to this Contract must be accomplished through amendment to the contract pursuant
to fiscal rules and in accordance with subparagraph 8 d).
d) Other Modifications. If either the State or the Contractor desired to modify the terms
of this Contract other than as set forth in subparagraphs b) and c) above, written notice of the
proposed modification shall be given to the other party. No such modification shall take effect
unless agreed to in writing by both parties in an amendment to this Contract properly executed
and approved in accordance with applicable law. Any amendment required per this
subparagraph will require the approval of other state agencies as appropriate, e.g. Attorney
General, State Controller, etc.
Such Amendment may also incorporate any modifications allowed to be made by Unilateral and
Bilateral Amendment as set forth in subparagraphs 8.b) or 8.c) of this paragraph.
9. Audit.
a) Discretionary Audit. The State, through the Executive Director of the Department, the
State Auditor, or any of their duly authorized representatives and the federal government or any
of its duly authorized representatives shall have the right to inspect, examine and audit the
Contractor's and any subcontractor's records, books, accounts and other relevant documents.
For the purposes of discretionary audit, the State specifically reserves the right to hire an
independent Certified Public Accountant of the State's choosing. A discretionary audit may be
requested at any time and for any reason from the effective date of this Contract until five (5)
years after the date of final payment for this Project is received by the Contractor, provided that
the audit is performed during normal business hours.
b) Mandatory Audit. Whether or not the State or the federal government calls for a
discretionary audit as provided above, the Contractor shall include the Project in its annual audit
report as required by the Colorado Local Government Audit Law, 29-1-601, et seq, C.R.S., and
State implementing rules and regulations. Such audit reports shall be simultaneously submitted
to the Department and the State Auditor. Thereafter, the Contractor shall supply the Department
with copies of all correspondence from the State Auditor related to the relevant audit report. If the
audit reveals evidence of non-compliance with applicable requirements, the Department reserves
the right to institute compliance or other appropriate proceedings notwithstanding any other
judicial or administrative actions filed pursuant to 29-1-607 or 29-1-608, C.R.S.
10. Conflict of Interest. The Contractor shall comply with the provisions of 18-8-308 and 24-18-101
through 24-18-109, C.R.S.
Page 3 of 8
11. Contract Suspension. If the Contractor fails to comply with any contractual provision, the State
may, after notice to the Contractor, suspend the Contract and withhold further payments or prohibit the
Contractor from incurring additional obligations of contractual funds, pending corrective action by the
Contractor or a decision to terminate in accordance with provisions herein. The State may determine to
allow such necessary and proper costs which the Contractor could not reasonably avoid during the period
of suspension provided such costs were necessary and reasonable for the conduct of the Project.
12. Contract Termination. This Contract may be terminated as follows:
a) Termination Due to Loss of Funding. The parties hereto expressly recognize that
the Contractor is to be paid, reimbursed, or otherwise compensated with funds provided to the
State for the purpose of contracting for the services provided for herein, and therefore, the
Contractor expressly understands and agrees that all its rights, demands and claims to
compensation arising under this Contract are contingent upon receipt of such funds by the State.
In the event that such funds or any part thereof are not received by the State, the State may
immediately terminate or amend this Contract.
b) Termination for Cause. If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner its obligations under this Contract, or if the Contractor 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 Contractor of such
termination and specifying the effective date thereof, at least twenty (20) days before the effective
date of such termination. In that event, all finished or unfinished documents, data, studies,
surveys, drawings, maps, models, photographs, and reports or other material prepared by the
Contractor under this Contract shall, at the option of the State, become its property, and the
Contractor shall be entitled to receive just and equitable compensation for any satisfactory work
completed on such documents and other materials.
Notwithstanding the above, the Contractor 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 Contractor, and
the State may withhold any payments to the Contractor for the purpose of offset until such time as
the exact amount of damages due the State from the Contractor is determined.
c) Termination for Convenience. The State may terminate this Contract at any time the
State desires. The State shall effect such termination by giving written notice of termination to the
Contractor and specifying the effective date thereof, at least twenty (20) days before the effective
date of such termination. All finished or unfinished documents and other materials as described
in subparagraph 12.b) above shall, at the option of the State, become its property. If the Contract
is terminated by the State as provided herein, the Contractor will be paid an amount which bears
the same ratio to the total compensation as the services actually performed bear to the total
services of the Contractor covered by this Contract, less payments of compensation previously
made; provided, however, that if less than sixty percent(60%) of the services covered by this
Contract have been performed upon the effective date of such termination, the Contractor shall
be reimbursed (in addition to the above payment) for that portion of the actual out-of-pocket
expenses (not otherwise reimbursed under this Contract) incurred by the Contractor during the
Contract period which are directly attributable to the uncompleted portion of the services covered
by this Contract.
13. Integration. This Contract, as written, with attachments and references, is intended as the
complete integration of all understandings between the parties at this time and no prior or
contemporaneous addition, deletion or modification hereto shall have any force or effect whatsoever,
unless embodied in a written authorization or contract amendment incorporating such changes, executed
and approved pursuant to paragraph 8 of this Contract and applicable law.
14. Severability. To the extent that this Contract may be executed and performance of the
obligations of the parties may be accomplished within the intent of the Contract, the terms of this Contract
are severable, and should any 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. The
Page 4 of 8
waiver of any breach of a term hereof shall not be construed as waiver of any other term nor as waiver of
a subsequent breach of the same term.
15. Insurance.
A) The contractor shall obtain, and maintain at all times during the term of this contract,
insurance in the following kinds and amounts.
1. Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of contractor's employees acting within the course and scope of their
employment.
2. Commercial General Liability Insurance written on ISO occurrence form CG 0001 10/93
or equivalent, covering premises operations, fire damage, independent contractors, products
and completed operations, blanket contractual 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, the
contractor shall immediately obtain additional insurance to restore the full aggregate limit and
furnish to the State a certificate or other document satisfactory to the State showing
compliance with this provision.
3. Automobile Liability Insurance covering any auto (including owned, hired and non-owned
autos) with a minimum limit as follows: $1,000,000 each accident combined single limit.
B) The State of Colorado shall be named as additional insured on the Commercial General
Liability and Automobile Liability Insurance policies (leases and construction contracts will
require the additional insured coverage for completed operations on endorsements CG 2010
11/85, CG 2037, or equivalent). Coverage required of the contract will be primary over any
insurance or self-insurance program carried by the State of Colorado.
C) The Insurance shall include provisions preventing cancellation or non-renewal without at least
45 days prior notice to the State by certified mail.
D) The contractor will require all insurance policies in any way related to the contract and
secured and maintained by the contractor to include clauses stating that each carrier will
waive all rights of recovery, under subrogation or otherwise, against the State of Colorado, its
agencies, institutions, organizations, officers, agents, employees and volunteers.
E) All policies evidencing the insurance coverages required hereunder shall be issued by
insurance companies satisfactory to the State.
F) The contractor shall provide certificates showing insurance coverage required by this contract
to the State within 7 business days of the effective date of the contract, but in no event later
than the commencement of the services or delivery of the goods under the contract. No later
than 15 days prior to the expiration date of any such coverage, the contractor shall deliver the
State certificates of insurance evidencing renewals thereof. At any time during the term of
this contract, the State may request in writing, and the contractor shall thereupon within 10
days supply to the State, evidence satisfactory to the State of compliance with the provisions
of this section.
G) Notwithstanding subsection A of this section, if the contractor is a "public entity' within the
meaning of the Colorado Governmental Immunity Act CRS 14-10-101, et seq., as amended
Page 5 of 8
("ACT"), the contractor shall at all times during the term of this contract maintain only such
liability insurance, by commercial policy or self-insurance, as is necessary to meet its
liabilities under the Act. Upon request by the State, the contractor shall show proof of such
insurance satisfactory to the State.
16. Binding on Successors. Except as herein otherwise provided, this agreement shall inure to the
benefit of and be binding upon the parties, or any subcontractors hereto, and their respective successors
and assigns.
17. Assignment. Neither party, nor any subcontractors hereto, may assign its rights or duties under
this Contract without the prior written consent of the other party. No subcontract or transfer of Contract
shall in any case release the Contractor of responsibilities under this Contract.
18. Survival of Certain 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 or compliance 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 Contractor or its subcontractors.
19. Successor in Interest. In the event the Contractor is an entity formed under intergovernmental
agreement and the project is for the acquisition, construction or reconstruction of real or personal property
to be used as a public facility or to provide a public service, the Contractor warrants that it has established
protections that ensure that, in the event the Contractor entity ceases to exist, ownership of the property
acquired or improved shall pass to a constituent local government or other eligible governmental
successor in interest, or other successor if specifically authorized in Exhibit A, so that the property can
continue to be used as a public facility or to provide a public service.
20. Non-Discrimination. The Contractor agrees to comply with the letter and the spirit of all
applicable state and federal laws and requirements with respect to discrimination and unfair employment
practices.
21. Compliance with Applicable Laws. At all times during the performance of this Contract, the
Contractor shall strictly adhere to all applicable Federal and State laws that have been or may hereafter
be established.
22. Governmental Immunity. Notwithstanding anything herein 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", Section 24-
10-101, et seq., CRS, as now or hereafter amended. The parties understand and agree that the liability of
the State 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 Section 24-10-101, et seq., CRS, as now or hereafter amended and the risk management
statutes, Section 24-30-1501, et seq., CRS, as now or hereafter amended. Any liability of the State
created under any other provision of this contract, whether or not incorporated herein by reference, shall
be controlled by, limited to, and otherwise modified so as to conform to, the above cited laws.
23. Order of Precedence. In the event of conflicts or inconsistencies between this contract and its
exhibits or attachments, such conflicts or inconsistencies shall be resolved by reference to the documents
in the following order of priority:
A. Colorado Special Provisions
B. Contract
C. The Scope of Services, Exhibit A
Page 6 of 8
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. CR5 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 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 CRS 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 CRS 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 (iii) shall produce one form of identification required by CRS 24-76.5-103 prior to the effective date
of this contract.
Page 7 of 8 Revised October 25,2005
- .. CONTRACT SIGNATURE PAGE
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
CONTRACTOR: STATE OF COLORADO:
BILL 4/4-44-4-74A
RRITTERJR., GOVERNOR
Weld County, Colorado By Legal Name of Contracting Entity Susan E. Kirkpatrick, irect rDepartment of L ca
84-6000-813 Date 1i l
Social Security Number or FEIN
Z-- J4
Signature of Authorized OfiF4r PRE-APPROVED CONTRACT FORM REVIEWER:
Cj/ /dye'
David E. Long, Chair C�.�_,.., lam✓
(Print) Name&Title of Authorized Officer
Date DEC 12 2007
CORPORATIONS: icy-`:; �" 4
(A corporate attestation is required.) /t
i p
e t
�a�z�' n '/(,,,1?
Attest(Seal) By ` '."s " •
K.
(Corp to Seer.a or Equivalent,or own/City/County Clerk) (Place op 'ir att ,if available)
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, the State of Colorado may not be obligated to pay for the goods and/or services
provided.
STATE CONTROLLER:
Leslie M. Shenefelt WELD COUNTY DEPARTMENT OF
P LiC HEALTH AND ENVIRONME
klei ., 8 5 tCt
e.' Mark E. Wallace, MD, MPH-Director
/_i Rose,Mane uten,Controller
y'p'( DSpirtmen f Local Affairs
Date i 7-12-q/b7
7
Page 8 of 8 Revised January 9,2007
A?DD7- 37/5
EXHIBIT B1
Contract Routing#
Encumbrance#
Vendor#
(for Remit Address) _
APPR GBL
Unilateral
Amendment#_of(Insert Proiect Title)
Between Colorado Department of Local Affairs and (Grantee Name and Address)
State Executed Contract Modifications (use state signature page only)
A. Modifications to Contract Boilerplate
Responsible Administrator: Delete old Administrator's name and insert in lieu thereof new
"Responsible Administrator".
B. Modifications to Exhibit A, Scope of Service.
Time of Performance: "2. Time of Performance" is modified by deleting "Date" and inserting in
lieu thereof" Date ".
Remit Address: Delete current"4. Remit Address" and insert in lieu thereof new"Remit
Address".
Payment Schedule: Delete current"5. Payment Schedule" and insert in lieu thereof new
"Payment Schedule".
All of the terms and conditions of the Original Contract remain unchanged except for those terms and
conditions modified by this Amendment# and all previous amendments.
Both parties also expressly understand that this Amendment# is incorporated into the Original
Contract.
Reviewed by: Department of Local Affairs
Pre-approved Form Contract Reviewer Susan E. Kirkpatrick, Executive Director
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, the State of Colorado may not be obligated to pay for
the goods and/or services provided.
STATE CONTROLLER:
Leslie M. Shenefelt
By
Rose Marie Auten, Controller
Department of Local Affairs
Date:
EXHIBIT B2
Contract Routing#
Encumbrance#
Vendor#
(for Remit Address)
APPR GBL
Bilateral
Amendment# of(Insert Project Title)
Between Colorado Department of Local Affairs and (Grantee Name and Address)
State and Contractor Executed Modifications (use state and contractor signature page)
A. Modifications to Contract Boilerplate
Compensation and Method of Payment:
"Compensation and Method of Payment" in the Original Contract is modified by deleting "
Amount " and inserting in lieu there of" Amount ".
Responsible Administrator: Delete old Administrator's name and insert in lieu thereof new
"Responsible Administrator".
Compliance with Applicable Laws: Paragraph #21, "Compliance with Applicable Laws" in the
Original Contract is modified as follows: Include existing language"is revised to read" and the
revised language.
B. Modifications to Exhibit A, Scope of Services.
Project Description, Objectives and Requirements: "1. Project Description, Objectives, and
Requirements, Subsection A." is modified as follows: Include existing language "is revised to
read" and the revised language.
Time of Performance: "2. Time of Performance" is modified by deleting current Date and
inserting new Date.
Budget: "3. Budget" is modified by deleting the current Budget and inserting new Budget.
Remit Address: "4. Remit Address" is modified by deleting the current Remit Address and
inserting new Remit Address.
Payment Schedule: "5. Payment Schedule" is modified by deleting current Payment Schedule
and inserting new Payment Schedule.
Contract Monitoring: "6. Contract Monitoring" is modified by deleting current Contract
Monitoring and inserting new Contract Monitoring.
Reporting Schedule: "7. Reporting Schedule" is modified by deleting current Reporting
Schedule and inserting new Reporting Schedule.
All of the terms and conditions of the Original Contract remain unchanged except for those terms and
conditions modified by this Amendment# and all previous amendments.
Both parties also expressly understand that this Amendment# is incorporated into the Original
Contract.
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
CONTRACTOR: STATE OF COLORADO:
BILL RITTER, JR., GOVERNOR
By
Legal Name of Contracting Entity Susan E. Kirkpatrick, Executive Director
Department of Local Affairs
Social Security Number or FEIN
PRE-APPROVED FORM CONTRACT REVIEWER:
Signature of Authorized Officer
By
Print Name&Title of Authorized Officer
CORPORATIONS:
(A corporate seal or attestation is required.)
Attest(Seal) By
(Corporate Secretary or Equivalent, or Town/City/County Clerk)
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS 2440-202 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, the State of Colorado may not be obligated to pay for
the goods and/or services provided.
STATE CONTROLLER:
Leslie M. Shenefelt
By
Rose Marie Auten, Controller
Department of Local Affairs
Date
EXHIBIT A
SCOPE OF SERVICES
Page 1 of 3
08-219 Weld County
EXHIBIT A
SCOPE OF SERVICES
1. PROJECT DESCRIPTION, OBJECTIVES, & REQUIREMENTS
The Project consists of the clean up of illegally disposed tires in Weld County. The county plans
to set up a collection site for county residents to deliver their waste tires for recycling and reuse.
Approximately 35,000 tires will be shredded, recycled, and/or moved to a licensed storage facility.
The Contractor, Weld County, will oversee and manage the Project.
The county and the property owners will execute an agreement prohibiting future storage tires
without proper licensing. The county to the best of its ability will obtain from the property owners a
match for the clean up of the waste tires from the property.
Eligible expenses include the costs for the shredding and recycling of the tires at the collection
site.
Waste Tire Program funds in the amount up to FIFTY THOUSAND XX/100 Dollars ($ 50.000.00)
are provided under this Contract to finance project costs. The contractor is expected to provide
SIXTEEN THOUSAND SIX HUNDRED XX/100 Dollars ($16,600.00)in Project financing, and, in
any event, is responsible for all Project costs in excess of FIFTY THOUSAND XX/100 Dollars ($
50,000.00).
A contract for the clean-up work shall be awarded to a qualified subcontractor through a formal,
competitive procurement process with the Contractor being obligated to award the contract to the
lowest responsible bidder meeting the Contractor's specifications.
Copies of any and all contracts entered into by the Contractor in order to accomplish this Project
shall be submitted to the Department of Local Affairs upon request, and any and all contracts
entered into by the Contractor or any of its subcontractors shall comply with all applicable federal
and Colorado state laws and shall be governed by the laws of the State of Colorado
notwithstanding provisions therein to the contrary.
Contractor agrees to acknowledge the state Department of Local Affairs in any and all materials
or events designed to promote or educate the public about the project, including but not limited to:
press releases, newspaper articles, op-ed pieces, press conferences, presentations and
brochures/pamphlets.
The Contractor assures that all of its subcontractors shall,for the term of this contract, carry an
amount of insurance in accordance with paragraph 15, contained within the main body of this
contract. The Contractor shall be responsible for the acts and omissions of its agents and
employees, suppliers, subcontractors performing work under this contract, and such
subcontractors' subcontractors, agents or employees. Nothing contained in this contract shall be
deemed to create any contractual relationship between any subcontractor and the State or shall
be deemed to create third party beneficiary or other rights inuring to the benefit of any
subcontractor or any other third person.
2. PROJECT TIME OF PERFORMANCE
The Project shall commence upon the full and proper execution of this Contract and shall be
completed on or before September 30, 2008. However, in accordance with paragraph 8.b. or 8.c.
contained within the main body of this Contract, the Project time of performance may be extended
by Contract Amendment. To initiate this process, a written request shall be submitted to the
Page 2 of 3
State by the Contractor at least thirty(30) days prior to September 30, 2006 and sball include a
full justification for the time extension.
3. BUDGET
EXPENDITURES
Tire Removal, Processing and $66,600.00
Transport
TOTAL:$66,600.00
4. REMIT ADDRESS: (Address to where payments are to be sent)
Weld County Commissioners
915 10'°Street Greeley, CO 8063
5. Payment Schedule
$ 50,000 Interim payments reimbursing the Contractor for actual
expenditures made in the performance of this Contract.
Reimbursement will be at$1.05 per tire without rims,
$2.10 per tire with rims, and $5.25 per truck/small tractor tire
without rims. Payments shall be based upon properly
documented financial and narrative status reports detailing
expenditures to date. The narrative report must include the
number of tires removed per each reimbursement request.
$ 5,000 Final payment consisting of 10% of the total grant to be
made upon the completion of the Project and submission of
final financial and narrative status reports documenting the
expenditure of all Waste Tire Program funds for which
payment has been requested.
$ 50,000 Total
6. CONTRACT MONITORING
The State shall monitor this Contract on an as needed basis.
7. REPORTING SCHEDULE
At the time Contractor initiates payment requests, the Contractor shall submit financial
and narrative status reports detailing Project progress and properly documenting all to-
date expenditures of Waste Tire Program funds.
Page 3 of 3
Hello