Loading...
HomeMy WebLinkAbout20020524.tiff RESOLUTION RE: APPROVE GRANT CONTRACT FOR HIGHWAY SAFETY 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 Grant Contract for the Highway Safety Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Sheriff's Office, and the Colorado Department of Transportation, commencing upon full execution of said contract, and ending September 30, 2002, 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 Grant Contract for the Highway Safety Program between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Weld County Sheriff's Office, 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 contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 4th day of March, A.D., 2002. BOARD OF COUNTY COMMISSIONERS WE0 C�OU COLORADO ATTEST: �'LI/ � Ld- � �►� ' � GI Vaad, Chair any I h Weld County Clerk to t` ' - i.�0 giC? 4$ David E. L , Pro- er1S BY: �u v i • �.� O Deputy Clerk to the Bo��. J. eile 4PPRQ/ED 1;7 '�Yv-42 ' L/ William H. Jerke Aourr i AFtforrley �� EXCUSED Robert D. Masden Date of signature: �t 7 2002-0524 �,� , ,so SO0023 STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Lexi Wilson , Colorado Department of Transportation a 0l T Headquarters Traffic/Safety Engineering 4201 E.Arkansas Avenue =aeon���Denver,Colorado Avenue (303)757-9446 February 26, 2002 Deputy John Tucker Weld County Sheriffs Office 910 10th Avenue Greeley, CO 80631 Dear Deputy Tucker: For signature and attestation, please find four agreements between the Colorado Department of Transportation and the Weld County Sheriffs Office. Please have the four agreements signed and attested where marked and return three agreements to me at the above address for further routing. One original can be kept for your records. Please return the completed blue signature page with the contracts for our file. A fully executed contract will be sent to you upon completion of all signatures. Should you have questions or need anything further, please do not hesitate to contact me at 303-757-9446. S erely, I • Ca Lexi Wilson Program Assistant CC: file S. Olson H. Leweling 2002-0524 SIGNATURE PAGE PROJECT NAME: PROJECT NUMBER: CONTRACTS: NAME: TITLE: SIGNATURE: REPORTS AND CLAIMS: NAME: TITLE: SIGNATURE: DEPARTMENT OR AGENCY NUMBER: HAA CONTRACT ROUTING NUMBER: 02 FITS 00072 GRANT CONTRACT rd- THIS GRANT CONTRACT, made this 3 day of Apr , I , 2042.by and between the State of Colorado,for the use and benefit of the Department of Transportation, Office of Transportation Safety,4201 East Arkansas Avenue, Denver, Colorado 80222,hereinafter referred to as the State, and WELD COUNTY SHERIFF'S OFFICE, 910 10th Avenue, Greeley, Colorado, 80631,a Governmental Agency, hereinafter referred to as "the Grantee" or"the Contractor". WHEREAS, 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 400,Appropriation Code 303 ,Org. Unit 9836 , Function 9705 , GBL Number 211A , FEIN Number 846000813D ; and WHEREAS, required approval, clearance and coordination has been accomplished from and with appropriate agencies; and WHEREAS, the State is authorized under Sections 43-5-401 and 24-42-103,C.R.S., as amended,to coordinate with the federal government and other entities to develop and implement plans and programs involving all aspects and components of traffic safety in Colorado;and WHEREAS,pursuant to Title 23 United States Code, Sections 402,408, and 410, and to 23 Code of Federal Regulations,Parts 924, 1204 and 1205,the State has received approval and grant funding for implementation of its Fiscal Year 2002-2004 Highway Safety Plan (HSP),from the U.S.Department of Transportation,National Highway Traffic Safety Administration and Federal Highway Administration; and WHEREAS,the HSP contains programs and activities which the State has determined, in accordance with applicable criteria, are designed to reduce the frequency and severity of traffic crashes or improve the operational efficiency of existing traffic safety programs in Colorado; and WHEREAS, the State solicits and reviews grant Applications in accordance with applicable grant program criteria and determines which agencies or entities would be most appropriate in completing the objectives,conducting the activities and providing the services required by the HSP; and WHEREAS,the Grantee has submitted a grant Application to conduct certain activities approved in the HSP, which Application has been approved by the State; and WHEREAS, the Grantee,a political subdivision of the State,has the technical ability to properly complete the objectives and activities of the Application,as described in Attachment A of this contract;and 1 • WHEREAS, it has been determined no State agency can reasonably conduct the activities and provide the services required of the Contractor; and WHEREAS,this contract is executed by the State under authority of Sections 43-5-401 and 2442-101, C.R.S., as amended, and is executed by the Contractor under authority of (Corporation: Section 7-22-101, C.R.S., as amended, together with a copy of the bylaws or articles of incorporation verifying the undersigned has authority to bind the Contractor,and an attestation of the Contractor's signature by the Corporate Secretary; Partnership: the signature of the general partner, attested to by another partner; Individual: the notarized signature of the Contractor); and WHEREAS,the Contractor warrants it has taken all necessary steps to ensure the individual signatory below has the authority to sign this Contract on its behalf. NOW THEREFORE, it is hereby agreed as follows: 1. The following Attachments and other documents are incorporated as terms and conditions of this Contract.. A. State "Special Provisions" B. Attachment A-Contract Objective and Tasks -Scope of Work("the Work") C. Office of Transportation Safety Contract Management Manual D. The Project Application The Contractor shall comply with all such terms and conditions in the performance of the Work. 2. If a conflict occurs between the terms and conditions of this Contract proper and the attachments hereto,the priority to be used to resolve such conflict shall be as follows: A. State "Special Provisions" B. This Contract proper C. Attachment A D. Office of Transportation Safety Contract Management Manual E. The Project Application 3. The Contractor shall perform the Work(carry out the program,conduct all the activities, and provide the services)described in the Scope of Work attached hereto as Attachment A. 4. In the performance of the Work, the Contractor shall comply with all applicable administrative procedures and contract requirements contained in the October 1, 1994 Colorado Highway Safety Contract Management Manual. 5. The Contractor shall submit periodic and final reports to the State according to the requirements of the Contract Manual and the reporting criteria set forth in page 2 of Attachment A. 6. The Contractor shall comply with the budget for this contract as set forth in page 3 of Attachment A. The Contractor shall be solely responsible for all costs incurred in excess of this budget amount. 2 7. The total estimated program costs shall be$363,044.00. Subject to the conditions of this contract, the State and Contractor shall participate in providing this amount as follows: A. State share(federal funds) shall not exceed $181,522.00 B.Contractor share $181,522.00 (estimated in-kind services as detailed in application) C.Total estimated program costs $363,044.00 The State share shall be comprised entirely of federal grant funds made available to the State.The State share amount of this Contract shall not be exceeded without benefit of a fully executed written supplemental contract, or other appropriate contract modification tool,executed prior to the incurrence of costs in excess of that amount. If the actual total program costs are less than the estimated total program costs,including as a result of the contractor's failure to supply all of the estimated contractor share,the state's share shall be reduced proportionately. The term "proportionately" means the ratio of actual expenditures to total planned expenditures for both State and contractor shares. The contractor may increase the contractor share without further State approval, but this increase shall not increase the State share. The Grantee is prepared to provide its match share of the cost. 8. PAYMENT TERMS -COST REIMBURSEMENT. The State shall reimburse the Contractor for the satisfactory performance of this Contract exclusively from funds made available for this contract under the Highway Safety Act,Title 23, U.S.C.Section 402. Such reimbursement shall be only as provided in the Contract Manual. Such reimbursement shall be contingent upon the contribution by the Contractor of its participating share as provided herein, and shall be contingent upon the continuing availability of federal funds under the Highway Safety Act,Title 23, U.S.C.Section 402,for the purposes hereof. A. The State shall reimburse the Grantee's reasonable, allocable, allowable costs of performance, as defined herein,of the Work,not exceeding the maximum total amount described above. (1) To be eligible for reimbursement,costs incurred by the Grantee shall be: (a) in accordance with the provisions of Attachment A and with the terms and conditions of this Contract; (b) necessary for accomplishment of the Work; (c) reasonable in amount for the goods or services purchased; (d) actual net cost to the Grantee(i.e.,the price paid minus any refunds,rebates, or other items of value received by the Grantee that have the effect of reducing the cost actually incurred); (e) incurred for Work performed subsequent to the effective date of this Contract; and (f) satisfactorily documented. (2) The Grantee shall establish and maintain a proper accounting system in accordance with generally accepted accounting standards(a separate set of accounts, or as a separate and integral part of its current accounting scheme)to assure that project funds are expended and costs accounted for in a manner consistent with this Contract and project objectives. 3 (a) All allowable costs charged to the project, including any approved services contributed by the Grantee or others, shall be supported by properly executed payrolls, time records, invoices,contracts, or vouchers evidencing in detail the nature of the charges. (b) Any check or order drawn up by the Grantee for any item which is or will be chargeable against the project account shall be drawn up only in accordance with a properly signed voucher then on file in the office of the Grantee,which will detail the purpose for which said check or order is drawn. All checks, payrolls, invoices,contracts, vouchers, orders, or other accounting documents shall be clearly identified,readily accessible, and to the extent feasible, kept separate and apart from all other such document. B. Unless otherwise provided,and where appropriate: (I) The State shall establish billing procedures and reimburse the Grantee, based on the submission of monthly statements in the format prescribed by the State. To be considered for payment, billings for payment pursuant to this contract must be received within 60 days after the period for which payment is being requested and final billings on the contract must be received by the State within 60 days after the end of the contract term. (2) Payments pursuant to this contract shall be made as earned, in whole or in part, from available funds encumbered for the purchase of the described services.The liability of the State,at any time,for such payments shall be limited to the amount remaining of such encumbered funds. (3) In the event this contract is terminated,final payment to the Grantee may be withheld at the discretion of the State until completion of final audit. (4) Incorrect payments to the Grantee due to omission,error,fraud,or defalcation shall be recovered from the Grantee by deduction from subsequent payment under this contract or other contracts between the State and the Grantee, or by the State as a debt due to the State. (5) The Grantee shall submit requests for reimbursement monthly, stating in the invoice a detailed description of the amounts of services performed, the dates of performance, and amounts and description of reimbursable expenses. (6) The Uniform Administrative Requirements for Grants and Cooperative Contracts to State and Local Governments(the "Common Rule"),and the applicable OMB Circulars cited therein, shall govern the allowability and allocability of costs under this contract. (7) Any costs incurred by Grantee that are not allowable under the Common Rule shall be reimbursed by the Grantee,or offset against current obligations due by the State to the Grantee, at the State's election. 9. The term of this Contract shall begin on the effective date and shall terminate on September 30, 2002. The effective date of this Contract shall be the date the required signature approval of the State Controller is obtained on this Contract,as evidenced by the date first appearing above. Contractor agrees that any contract work performed or costs incurred prior to the effective date shall not be compensated under the terms of this Contract. 10. The Contractor agrees that any subcontract entered into under this Contract shall meet all applicable state and federal requirements, including the requirements in Title 49, 4 C.F.R. Section 18.36 concerning competitive procurements, and must be approved by the Director,Office of Transportation Safety, prior to execution. Contractor shall not assign this Contract without prior written approval of the State: any assignment without such approval shall be void. 11. a) Termination Due to Loss of Funding. The parties hereto expressly recognize the Contractor is to be paid, reimbursed,or otherwise compensated solely with federal funds provided to the State for the purpose of contracting for the services provided for herein. Therefore,the Contractor expressly understands and agrees 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 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, for 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,Contracts 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 30 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. Any provision of this contract to the contrary notwithstanding, in the event termination of this contract becomes necessary, in the state's sole discretion,to comply with any court order concerning state personal services contracts generally or this contract,specifically, this contract may be terminated by the state immediately upon the giving of notice to contractor without further obligation of the state. c)Termination for Convenience. The State may terminate this Contract at any time the State determines the purposes of the distribution of monies 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 Contractor and specifying the effective date thereof,at least 20 days before the effective date of such termination. 12. INDEPENDENT CONTRACTOR. THE CONTRACTOR SHALL PERFORM ITS DUTIES HEREUNDER AS AN INDEPENDENT CONTRACTOR AND NOT AS AN EMPLOYEE. NEITHER THE CONTRACTOR NOR ANY AGENT OR EMPLOYEE OF THE CONTRACTOR SHALL BE,OR SHALL BE DEEMED TO BE,AN AGENT OR EMPLOYEE OF THE STATE,AND THEY SHALL HAVE NO AUTHORIZATION, EXPRESS OR IMPLIED,TO BIND THE STATE TO ANY CONTRACTS, SETTLEMENTS,LIABILITY, OR UNDERSTANDING EXCEPT AS EXPRESSLY SET FORTH HEREIN. THE CONTRACTOR SHALL BE RESPONSIBLE TO THE STATE FOR THE ULTIMATE RESULTS OF PERFORMANCE REQUIRED HEREUNDER BUT SHALL NOT BE SUBJECT TO THE DIRECTION AND CONTROL OF THE STATE AS TO THE MEANS AND METHODS OF ACCOMPLISHING THE RESULTS. THE SPECIFICATIONS IN THIS CONTRACT OF PARTICULAR PERFORMANCE STANDARDS THE STATE DEEMS ESSENTIAL TO PROPER PERFORMANCE AND CONTRACT VALUE SHALL IN NO EVENT BE DEEMED TO ALTER THIS RELATIONSHIP. CONTRACTOR SHALL PAY WHEN DUE ALL REQUIRED EMPLOYMENT TAXES AND INCOME TAX WITHHOLDING, INCLUDING ALL FEDERAL AND STATE INCOME TAX ON MONEYS PAID PURSUANT TO THIS 5 GRANT CONTRACT. THE CONTRACTOR SHALL PROVIDE AND KEEP IN FORCE WORKERS COMPENSATION(AND SHOW PROOF OF SUCH INSURANCE)AND UNEMPLOYMENT COMPENSATION INSURANCE IN THE AMOUNTS REQUIRED BY LAW,AND SHALL BE SOLELY RESPONSIBLE FOR THE ACTS OF THE CONTRACTOR, ITS EMPLOYEES AND AGENTS. THE CONTRACTOR ACKNOWLEDGES THAT CONTRACTOR AND ITS EMPLOYEES ARE NOT ENTITLED TO THE BENEFITS OF WORKER'S COMPENSATION INSURANCE OR UNEMPLOYMENT INSURANCE UNLESS THE CONTRACTOR OR A THIRD PARTY PROVIDES SUCH COVERAGE AND THAT THE STATE DOES NOT PAY FOR OR OTHERWISE PROVIDE SUCH COVERAGE. 13. Pursuant to CRS 24-30-202.4(as amended),the state controller may withhold debts owed to state agencies under the vendor offset intercept system for: (a)unpaid child support debt or child support arrearages; (b)unpaid balance of tax, accrued interest,or other charges specified in Article 22,Title 39,CRS; (c)unpaid loans due to the student loan division of the Department of Higher Education; (d)owed amounts required to be paid to the unemployment compensation fund;and(e) other unpaid debts owing to the state or any agency thereof, the amount of which is found to be owing as a result of final agency determination or reduced to judgement as certified by the controller. 14. Federal Funding. This contract is subject to and contingent upon the continuing availability of Federal funds for the purposes hereof. The parties hereto expressly recognize that the contractor is to be paid, reimbursed,or otherwise compensated with funds provided to the State by the Federal Government 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 this contract without liability, including liability for termination costs. 15. The Grantee shall maintain a complete file of all records, documents, communications, and other written materials which pertain to the operation of programs or the delivery of services under this contract, and 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 may be necessary to resolve any matters which may be pending. All such records,documents,communications and other materials shall be the property of the State, and shall be maintained by the Grantee in a central location and the Grantee shall be custodian on behalf of the State. 16. The Grantee, and its subcontractors and subgrantees, shall permit the State, Federal Government, or any other duly authorized agent of a governmental agency to audit, inspect,examine,excerpt,copy and/or transcribe Grantee's records during the term of this contract and for a period of three(3)years following termination of this contract or final payment hereunder,whichever is later, to assure compliance with the terms hereof, or to evaluate the Grantee's performance hereunder. The Grantee shall also permit these same described entities to monitor all activities conducted by the Grantee pursuant to the terms of this contract. As the monitoring agency may in its sole discretion deem necessary or appropriate,such monitoring may consist of internal evaluation procedures,examination of program data, special analyses, on-site check, or any other reasonable procedure. 17. All state and local government and non-profit organization Grantees receiving more than$300,000 from all funding sources, that are defined as federal financial assistance for Single Audit Act Amendment purposes,shall comply with the audit requirements of OMB 6 Circular A-128 (Audits of State and Local Governments)or A-133 (Audits of Institutions of Higher Education and Other Non-profit Organizations), whichever applies. The Single Audit Act Amendment requirements that apply to Grantees receiving federal funds are as follows: • If the subgrantee expends less than $300,000 in Federal funds(all sources, not just Highway funds) in its fiscal year then this requirement does not apply. • If the subgrantee expends more than $300,000 in Federal funds,but only received Highway funds(Catalog of Federal Domestic Assistance, CFDA 20.205)then a program specific audits may be performed. This audit will in only examine the"financial"procedures and processes for this program area. • If the subgrantee expends more than$300,000 in Federal funds, and the Federal funds are from multiple sources(FTA, HUD,NPS,etc.,)then the Single Audit Act applies, which is an audit on the entire organization/entity. • Single Audit can only be conducted by an independent auditor,not by an auditor on staff. • Audit requirements are laid out in Subpart E-Auditors • Audit is an allowable direct or indirect cost. 18. Rights in Data, Documents,and Computer Software A. State Ownership. If State funds are used under this contract,any software, research, reports,studies, data,photographs, negatives or other documents,drawings or materials prepared by contractor in the performance of its obligations under this contract shall be the exclusive property of the State and all such materials shall be delivered to the State by the contractor upon completion,termination, or cancellation of this contract. Contractor may, at its own expense,keep copies of all its writings for its personal files. Contractor shall not use, willingly allow, or cause to have such materials used for any purpose other than the performance of contractor's obligations under this contract without the prior written consent of the State; provided,however,that contractor shall be allowed to use non-confidential materials for writing samples in pursuit of the work. The ownership rights described herein shall include, but not be limited to, the right to copy,publish,display,transfer,prepare derivative works, or otherwise use written works. B. Federal Reserved Rights. If Federal funds are used under this contract,except for its own internal use,the contractor/grantee shall not publish or reproduce any data/information,in whole or part, that is recorded in any form or medium whatsoever and that is delivered or specified to be delivered under this contract, nor may it authorize or permit others to do so, without the written consent of the federal government, through the State,until such time as the state/federal government may have released such data/information to the public. As authorized by 49 C.F.R. 18.34,the federal government, through the State, reserves a royalty free nonexclusive,and irrevocable license to reproduce, publish or otherwise use, and to authorize the State and others to use: a)any work developed under this contract or a result in third party contract irrespective of whether it is copyrighted; and b)any rights of copyright to which a contractor/grantee,subrecipient,or third party contractor purchases ownership with federal assistance. The State also reserves an identical license for its use. C. Patent Rights. If any invention, improvement, or discovery of the contractor/grantee or any of its subcontractors or subgrantees is conceived or first actually reduced to practice in the course of or under this contract work, and if such is patentable, the contractor/grantee shall notify the State immediately and provide a detailed written report. The rights and responsibilities of the contractor/grantee,third party contractors,and the State with respect to such invention, improvement, or discovery will be determined in accordance with applicable state(and/or, if federal funds are used under this contract,federal) laws and regulations in existence on the date of execution of this contract which define contractor title,right to elect title,state/federal government"march in"rights,and the scope of the state/federal government's right to a nonexclusive, irrevocable, paid-up license to use the subject invention for its own. The contractor/grantee shall include the requirements of this paragraph in its third party contracts for the performance of the work under this contract. 7 19. APPLICABLE LAW. The GRANTEE/Contractor shall at all times during the execution of this contract strictly adhere to, and comply with,all applicable federal and state laws, and their implementing regulations, as they currently exist and may hereafter be amended, which are incorporated herein by this reference as terms and conditions of this contract. The contractor shall also require compliance with these statutes and reeulations in subgrant Contracts permitted under this contract. A listing of federal laws that may be applicable, depending on the GRANTEE/Contractor work responsibilities under this contract, are described in ADDENDUM A. 20. Changes (Grants/Subgrants) The State may prospectively increase or decrease the amount payable under this contract through a "Change Order Letter," approved by the State Controller or his designee, in the form attached hereto as Exhibit 1, subject to the following conditions: A. The Change Order Letter("Letter")shall include the following: (i) Identification of contract by contract number and affected paragraph number(s); Types of services or programs increased or decreased and the new (iii) level of each service or program; (iv) Amount of the increase or decrease in the level of funding for each service or program and the total; (v) Intended effective date of the funding change; (vi) A provision stating that the Change shall not be valid until approved by the State Controller or such assistant as he may designate; B. Upon proper execution and approval, such letter shall become an amendment to this contract and,except for the general terms and conditions and Special Provisions of the contract,the letter shall supersede the contract in the event of a conflict between the two. It is understood and agreed that the letter may be used only for increased or decreased funding and corresponding adjustments to service levels and any budget line items. C. If the contractor agrees to and accepts the change,the contractor shall execute and return the letter to the State by the date indicated in the letter. In the event the contractor does not accept the change,or fails to timely return the executed letter, the State may,upon notice to contractor,terminate this contract effective at any time after twenty(20)days following the return deadline specified in the letter. Such notice shall specify the effective date of termination. In the event of termination,the parties shall not be relieved of their obligations up to the effective date of termination. D. Increases or decreases in the level of contractual funding made through the letter process during the term of this contract may be made under the following circumstances: (i) If necessary to fully utilize Colorado State appropriations and/or non- appropriated federal grant awards. (ii) Adjustments to reflect current year expenditures. 8 (iii) Supplemental appropriations or non-appropriated federal funding changes resulting in an increase or decrease in the amounts originally budgeted and available for the purposes of this program. (iv) Closure of programs and/or termination of related contracts. (v) Delay or difficulty in implementing new programs or services. (vi) Other special circumstances as deemed appropriate by the State. 21. Options: Additional Services/Performance Extension A. The State may increase the quantity of services called for in [paragraph_] [the schedule] [Exhibit_] at the unit price specified therein. 1) The State may exercise the option by written notice to the contractor deposited in the mail not later than 30 days prior to the expiration of the contract,using a form substantially equivalent to Exhibit 2. 2) Performance of the added services shall continue at the same rate and under the same terms as the like items called for under the contract. 3) Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. B. The State may also require continued performance for a period of[one year] of any services within the limits and at the rates specified in the contract. 1) The State may exercise the option by written notice to the contractor deposited in the mail before the end of the performance period of the contract using a form substantially equivalent to Exhibit 2. 2) If the State exercises this option,the extended contract shall be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed five(5)years. 3) Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted, and otherwise made available. 9 (For Use Only with Inter-Governmental Contracts) 1. CONTROLLER'S APPROVAL. CRS 24-30-202(1) This contract shall not be deemed valid until it has been approved by the Controller of the State of Colorado or such assistant as he may designate. 2. FUND AVAILABILITY. CRS 24-30-202(5.5) Financial obligations of the State of Colorado payable after the current fiscal year are contingent upon funds for that purpose being appropriated,budgeted, and otherwise made available. 3. INDEMNIFICATION. Indemnity: The contractor shall indemnify, save, and hold harmless the State against any and all claims,damages, liability and court awards including costs,expenses, and attorney fees incurred as a result of any act or omission by the Contractor, or its employees, agents, subcontractors, or assignees pursuant to the terms of this contract. 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 for the parties, of the Colorado Governmental Immunity Act,Section 24-10- 101 et seq. C.R.S. 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 THE CONTRACTOR SHALL PERFORM ITS DUTIES HEREUNDER AS AN INDEPENDENT .� CONTRACTOR AND NOT AS AN EMPLOYEE. NEITHER THE CONTRACTOR NOR ANY AGENT OR EMPLOYEE OF THE CONTRACTOR SHALL BE OR SHALL BE DEEMED TO BEAN AGENT OR EMPLOYEE OF THE STATE. CONTRACTOR SHALL PAY WHEN DUE ALL REQUIRED EMPLOYMENT TAXES AND INCOME TAX AND LOCAL HEAD TAX ON ANY MONIES PAID BY THE STATE PURSUANT TO THIS CONTRACT. CONTRACTOR ACKNOWLEDGES THAT THE CONTRACTOR AND ITS EMPLOYEES ARE NOT ENTITLED TO UNEMPLOYMENT INSURANCE BENEFITS UNLESS THE CONTRACTOR OR THIRD PARTY PROVIDES SUCH COVERAGE AND THAT THE STATE DOES NOT PAY FOR OR OTHERWISE PROVIDE SUCH COVERAGE. CONTRAC wit SHALL HAVE NO AUTHORIZATION,EXPRESS OR IMPLIED,TO BIND THE STATE TO ANY AGREEMENTS, 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 THE ACTS OF THE CONTRACTOR,ITS EMPLOYEES AND AGENTS. 5. NON-DISCRIMINATION. The 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 10 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 the contract is capable of execution. At all times during the performance of this contract, the Contractor shall strictly adhere to all applicable federal and state laws,rules, and regulations that have been or may hereafter be established. 7. EMPLOYEE FINANCIAL INTEREST. CRS 24-18-201 & CRS 24-50-507 The signatories aver that to their knowledge,no employee of the State of Colorado has any personal or beneficial interest whatsoever in the service or property described herein. 11 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT CONTRACTOR: STATE OF COLORADO: BILL OWENS,GOVERNOR WELD COUNTY SHERIFF'S OFFICE By Legal Name of Contracting Entity F�j E ecutive-Director Colorado Department of Transportation 846000813D Department of Transportation Social Security Number or FEIN e,'',y////// LEGAL REVIEW: gfiat�orized Officer KEN SALAZAR,ATTORNEY GENERAL Glenn Vaad, Chair, Weld County �. Board of Commissioners By Print Name&Title of Authorized Officer ES MARTIN / sistant Attorney General Civil litigation Section CORPORATIONS: (A corporate seal or attestation is required.) r•-• 5s a 11141#11/2/1110851 O/iv Attest(Seal)By -4'2'. _ _ •.!'% 1. �� Deputy Clerk to the�:y�.� 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: ARTHUR BARNHHAARART�� By ,/7,r,.Gl/�ir G RGE CCULLAR,CDOT CONTROLLER Date Alp f- I 3 c)004 - 12 ADDENDUM A: FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include: A. The "Uniform Administrative Requirements for Grants and Cooperative Contracts to State and Local Governments (Common Rule),at 49 Code of Federal Regulations,Part 1.8, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635 -see below) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation: 1) the Local Agency/Contractor shall follow applicable procurement procedures,as required by section 18.36(d)t 2) the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner,and to the extent required by,applicable provisions of section 18.30; 3) the Local Agency/Contractor shall comply with section 18.37 concerning any subgrants;, 4) to expedite any CDOT approval,the Local Agency/Contractor's attorney,or other authorized representative,shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures,and with 18.36(d) procurement procedures,and with 18.37 subgrant procedures,as applicable: 5) the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 1.1.246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41. CFR Chapter 60) (These provisions apply to all construction contracts awarded in excess of$10.000 by grantees and their contractors or subgrantees). C. The Copeland "Anti-Kickback" Act(18 U.S.C.874) as supplemented in Department of Labor regulations (29 CFR Part 3) (These provisions apply to all contracts and subgrants for construction or repair). D. The Davis-Bacon Act(40 U.S.C.276a to a-7)as supplemented by Department of Labor regulations (29 CFR Part 5)(These provisions apply to construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub-contractors to work on construction projects financed by federal assistance must he paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 327-330) as supplemented by Department of Labor regulations(29 CFR Part 5). (These provisions apply to construction contracts awarded by grantees and subgrantees in excess of$2,000,and in excess of$2,500 for other contracts which involve the employment of mechanics or laborers). 13 F. Standards, orders,or requirements issued under section 306 of the Clear Air Act j42 U.S.C. 1857(h),section 508 of the Clean Water Act(33 U.S.C. 1368). Executive Order 11738,and Environmental Protection Agency regulations(40 CFR Part 15)(contracts, subcontracts,and subgrants of amounts in excess of$100,000). G.Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub.L.94-163). H. Office of Management and Budget Circulars A-87,A-21 or A-122,and A-102 or A-110, whichever is applicable. I. The Hatch Act(5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally-assisted programs. J. 42 USC 6101 et sea.42 USC 2000d,29 USC 794,and implementing regulation,45 C.F.R. Part 80 et.SCQ.. These acts require that no person shall,on the grounds of race, color, national origin,age,or handicap,be excluded from participation in or be subjected to discrimination in any program or activity funded,in whole or part,by federal funds; K. The Americans with Disabilities Act(Public Law 101-336; 42 USC 12101,12102, 1211.1- 12117, 12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act,as amended (Public Law 91-646, as amended and Public Law 100-17, 101 Stat.246-256). (This statute applies if the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug-Free Workplace Act(Public Law 100-690 Title V,subtitle D,41 USC 701 et seq.). N. The Age Discrimination Act of 1975,42 U.S.C.Sections 6101 et.sea.and its implementing regulation,45 C.F.R.Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C.794,as amended,and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R.Part 172.concerning"Administration of Engineering and Design Related Contracts". If Engineering and Design work is to be performed under this contract, GRANTEE shall obtain from CDOT and comply with CDOT's "PROCEDURES TO IMPLEMENT FEDERAL-AID PROJECT CONTRACTS WITH PROFESSIONAL CONSULTANT SERVICES" P. 23 C.F.R Part 633,concerning"Required Contract Provisions for Federal-Aid Construction Contracts".If Construction work is to be performed under this contract, GRANTEE shall obtain from CDOT and comply with FHWA Form-1273. O. 23 C.F.R.Part 635,concerning "Construction and Maintenance Provisions". 14 SAMPLE CHANGE ORDER LETTER IN GRANT/SUBGRANT CONTRACT Exhibit 1 Date: State Fiscal Year 2000-200_ Change Order Letter No. In accordance with Paragraph of contract routing number , between the State of Colorado Department of ( Division)and [Contractor] covering the period of July 1, 1999 through June 30, 2000 the undersigned agree that the maximum amount payable by the State for eligible services in Paragraph is (increased/decreased) by ($amount of change)to a new total of($ ). The first sentence in Paragraph_is hereby modified accordingly. The services affected by this(increased/decreased)are modified as follows: The Budget is revised accordingly, as set forth in the Revised Budget,Attachment_, attached and incorporated herein by reference. This amendment to the contract is intended to be effective as of ,but in no event shall it be deemed valid until it shall have been approved by the State Controller or such assistant as he may designate. Please sign,date, and return all copies of this letter on or before 19_ Contractor Name: State of Colorado: Bill Owens, Governor By: By: Name For the Executive Director Title Colorado Department of Transportation APPROVALS: FOR THE STATE CONTROLLER Arthur L. Barnhart By: By: For Division State Controller or Designee 15 SAMPLE OPTION EXERCISE LETTER Exhibit 2 Date: TO: [Contractor] [Address] SUBJ: Option Exercise Letter In accordance with Paragraph of contract routing number ,between the State of Colorado Department of ( division) and [Contractor] covering the period of July 1, 1999 through June 30, 2000 the State hereby exercises the option for (additional services, as specifically described in Attachment) and/or [an additional one year's performance period at the(cost) (price) specified in paragraph—] The maximum amount payable by the State in Paragraph_is (increased/decreased)by ($amount of change)to a new total of($ ). The first sentence in Paragraph_is hereby modified accordingly. State of Colorado: Bill Owens,Governor For the Executive Director Colorado Department of Title APPROVALS: FOR THE STATE CONTROLLER Arthur L. Barnhart By: By: For Division State Controller or Designee 16 Colorado Department of Transportation Contract Objective Plan State Program: Public Ways Contracting Agency: Weld County Sheriff's Office State Sub-Program: Transportation Safety Project Coordinator: Kenneth Poncelow Problem Solution Plan: Police Traffic Services Contract Period: Project#: HSP# 01-02 Task# 02-02 Objective: To continue the development of a six person traffic unit with the Weld County sheriff's office.To reduce the number and severity of traffic crashes on county roads through September 30, 2002 Task Activity# Activity Description 21.02-01 To continue the collection of traffic incident data in cooperation and coordination with the Colorado State Patrol and the county traffic engineer.Continue the development of in-house database of crash,violation,traffic volume, and related traffic safety data by September 30,2002. 21-02-02 Utilizing the data collected in the first year of this project(2001),select a minimum of five high hazard or high risk areas on county roads, by March 31,2002,for selective enforcement.The selection data and analysis should include the use of the following: • Number and causes of traffic crashes • Traffic volumes • The number and type of hazardous violations • Recommendations and/or analysis for the effective deployment of a traffic unit for crash reduction • Comments or suggestions by the citizens of Weld County 21.02-03 By March 31,2002 select two additional deputies to provide traffic enforcement and education through Weld County. Provide necessary and appropriate training for the new deputies in traffic enforcement and education. Including, but not limited to: • Managing traffic services • Traffic calming • Accident investigation(levels I-III) • Radar certification by July 1,2002 • Strategic Planning • Community Policing and Community Building 21-02-04 Purchase two fully equipped police vehicles including two mobile radios,two radio modems,two MDT laptops,two radar devices,two camera kits,three portable radios, and other necessary equipment such as video cameras or Lidar laser systems to support traffic unit activities. Submit a capital equipment accountability form for all equipment costing in access of$3000 within 30 days of purchase and receipt. 21-02-05 Deploy a five-person traffic unit for up to 2500 hours of traffic enforcement, including seatbelts and DUI, at the targeted high hazard or high-risk locations. 21-02-06 Continue the development and implementation of the traffic safety community outreach program for citizens,the schools,community groups, and others by September 30,2002.Administer pre and post tests,surveys, and other means to determine the effectiveness of the educational programs in raising the awareness of the public about traffic safety issues. 21-02-07 Support the Planning and Zoning Department by providing technical expertise and advice on potential traffic issues in high growth areas as part of Planning and Zoning development review process. Develop and implement a regularly scheduled evaluation process by September 30,2002. Previous editions are obsolete and may not be used. CDOT Form#1106 7/92 Attachment A,page 1 of 3 Task Activity# Activity Description 21-02-08 Reduce frequency and severity of traffic accidents on unincorporated county roadways. 21-02-09 Submit quarterly reports by April 10,July 10,and October 10,2002. Quarterly reports shall include baseline comparisons with data collected in first year of this project, hours worked by the traffic unit,and an evaluation of the impact at each high hazard location, detail on the community outreach and an evaluation of the outreach. Final report shall be submitted by October 10,2002 and shall include an evaluation of each task and impact of each task on project goals 21-02-10 Submit monthly billings and requests for reimbursement by the 10th of the following month. Previous editions are obsolete and may not be used. CDOT Form#1106 7/92 Attachment A,page 1 of 3 Colorado Department of Transportation Contract Evaluation Data Project#: 02-02 I HSP# 01-02 I Task# 21--01 Task Type of Report Activity Evaluation Description Evaluation Time Frame 21.02-01 As part of the quarterly report, indicate the progress in developing Administrative Quarterly/final the database. Try to run comparative data with year 2001 data by July report. As part of the final report, include comparisons with 2001 using the database. 21-02-02 Submit list of selected high hazard locations by April 10 as part of Administrative Initial initial quarterly report with supporting data for location selection. Submit list of selected target roads by April 10 as part of initial quarterly report with supporting data for target road selection. 21-02.03 Confirm the selection of two additional deputies. As part of the Administrative Initial initial report outlining the types and dates of the necessary and appropriate training for the new deputies. 21-02-04 Confirm purchase of two fully equipped police vehicles including Administrative Quarterly/Final two mobile radios,two radio modems,two MDT laptops,two radar devices,two camera kits,three portable radios, and other necessary equipment such as video cameras or Lidar laser systems to support traffic unit activities in quarterly and final reports. Submit a capital equipment accountability form for all equipment costing in access of$3000 within 30 days of purchase and receipt. 21-02-05 Describe enforcement activities, including hours of deployment at Performance Quarterly/Final each location, number of citations and types of offenses and the number of and types of aggressive driving incidents observed and/or cited in quarterly and final reports. 21-02-06 Describe community outreach activities, including the schools or Performance Quarterly/Final community groups. Include the results of the pre and post tests in the quarterly and final reports. 21-02-07 In the final report, outline the "regularly scheduled evaluation Performance Final process"with the Planning and Zoning Department. Previous editions are obsolete and may not be used. CDOT Form#1107 8/93 Attachment ,page of S Colorado Department of Transportation Contract Evaluation Data Project#: 02-02 I HSP# 01.02 Task# 21--01 Task Type of Report Activity Evaluation Description Evaluation Time Frame 21-02-08 Provided quarterly reports by April 10,July 10 and October 10, Performance Quarterly/Final 2002. Provided a final by October 10,2002. Reports contained: -A Baseline(1-year average)Trend crash rate(on each selected location and/or road segment)with comparative data on'the before","during",and"after'. -A Baseline(1-year average)Trend in number and types of citations(on each selected location and/or road segment)with comparative data on"the before","during", and"after'. -Number and type of crashes(on each selected location and/or road segment)with comparative data on"the before", "during",and"after' -Number and type of citations(on each selected location and/or road segment)with comparative data on"the before","during",and"after'. -Provide initial and on-going trend analysis as part of the quarterly and final impact report analysis including the citation trend(identifying number citations by violation, DUI, Speed, Seat Belt,ect) 21-02-09 Were claims submitted on a monthly basis? Were quarterly reports Administrative Monthly/Quarterly/Fin and final reports submitted on a timely basis? Did they contain the al necessary information? ct) 21-02-10 Claims submitted by 10'h of each month Administrative Monthly/Quarterly/Fin al Previous editions are obsolete and may not be used. CDOT Form#1107 8/93 Attachment 9.\ ,page a_of^'� Colorado Department of Transportation Contract Financial Budget Project # 02-02 Budget Allocation For HSP # Task # 21.01 Cost Category OTS Agency Total Personal Services Operating Expenses Travel Expenses Capital Equipment Other Totals Distribution of OTS Funds (Benefit State 181,522 Local$181,522 363,044 of): Budget Allocation For HSP # Task# Cost Category OTS Agency Total Personal Services Operating Expenses Travel Expenses Capital Equipment Other Totals Distribution of OTS Funds (Benefit of): State$ Local $ Budget Allocation For HSP # Task# Cost Category OTS Agency Total Personal Services $ $ $ Operating Expenses $ $ $ Travel Expenses $ $ $ Capital Equipment $ $ $ Other $ $ $ Totals $ $ $ Distribution of OTS Funds (Benefit of): State $ Local$ Total Budget OTS Agency Total 181,522 181,522 363,044 Previous editions are obsolete and may not be used. CDOT Form#1108 5/92 Attachment ,pages of Hello