Loading...
HomeMy WebLinkAbout952100.tiffRESOLUTION RE: APPROVE CONTRACT FOR ALCOHOL PREVENTION INCENTIVE GRANT #96-410-0L BETWEEN WELD COUNTY SHERIFF'S OFFICE AND COLORADO DEPARTMENT OF TRANSPORTATION, OFFICE OF TRANSPORTATION SAFETY, AND AUTHORIZE CHAIRMAN 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 County of Weld, on behalf of the Weld County Sheriffs Office, has submitted an application to the Colorado Department of Transportation, Office of Transportation Safety, for funding a project for the prevention of drunken driving pursuant to Title 23 United States Code, Section 410, and WHEREAS, the Board of County Commissioners of Weld County, Colorado, has the authority and responsibility to fund the Weld County Sheriff's Office and to sign contracts on behalf of the Weld County Sheriffs Office, and WHEREAS, the Board has been presented with a Contract for Alcohol Prevention Incentive Grant #96-410-0L 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 Sheriffs Office, and the Colorado Department of Transportation, Office of Transportation Safety, for federal fiscal year 1996, commencing October 1, 1995, with further terms and conditions being as stated in said contract, and WHEREAS, a Resolution by the County of Weld formally approving the contract and authorizing the proper signature to be affixed to the contract indicating such approval is required by the State of Colorado, 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 Alcohol Prevention Incentive Grant #96-410-0L 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 Sheriffs Office, and the Colorado Department of Transportation, Office of Transportation Safety, be, and hereby is, approved. BE IT FURTHER RESOLVED that the term, conditions, and obligations of Alcohol Incentive Grant Contract #96-410-0L be, and hereby are, approved. 952100 SO0013 �CSCS (Kim F) .'T4Ti CONTRACT #96-410-0L - ALCOHOL PREVENTION INCENTIVE GRANT PAGE 2 BE IT FURTHER RESOVLED that the the Chairman be, and hereby is, authorized to sign said contract on behalf of the County of Weld. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 9th day of October, A.D., 1995. Deputy Cleo the Board ty Clerk to the Board OAAL`Yvua APP AS TO FORM. /7t Attor y BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO FxrLJCFn Dale K. Hall, Chairman arb a J. Kirkmeyerr Pio-Tern 1� "Georg& Baxter Constance L. Harbert r W. H. Webster 952100 SO0013 96-410-0L DEPARTMENT OR AGENCY NUMBER CONTRACT ROUTING NUMBER CONTRACT THIS CONTRACT, made this day of 1'\40ViM bC ✓ , 1995, 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 the County of Weld for the use and benefit of the Weld County Sheriffs Office, 910 10th Avenue, Greeley, CO. 80631 hereinafter referred to as 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 312, Object Number 5120, Org Unit 9830, Contract Encumbrance Number 9797, GBL 130L, 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 federal grant funding for implementation of its Fiscal Year 1995 Highway Safety Plan (HSP) from the U.S. Department of Transportation, National Highway Traffic Safety 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 alcohol and other drug related traffic crashes or improve the operational efficiency of existing traffic safety programs regarding the alcohol and drug impaired driver in Colorado; and WHEREAS, the State solicits and reviews Applications 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 Contractor has submitted an Application to conduct certain activities approved in the HSP which Application has been approved by the State; and WHEREAS, the Contractor has the technical ability to properly complete the objectives and activities of the Application, as described on page 1 of Attachment A of this Contract; and Page 1 of 5 pages 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 24-42- 101, C.R.S., as amended, and is executed by the Contractor under authority of Section 29-1-203, C.R.S., as amended, and as authorized by the formal resolution attached hereto; and WHEREAS, the Contractor warrants it has taken all necessary steps to ensure the individual Contractor signatory below has the authority to sign this Contract. NOW THEREFORE, it is hereby agreed as follows: 1. The following Attachments and other documents are incorporated as terms and conditions of this Contract, to the extent consistent with this Contract. A. State "Special Provisions" B. Attachment A - Contract Objective and Tasks 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 herto, the priority to be used to resolve such conflict shall be as follows: A. State "Special Provisions" B. This Contract proper C. Attachment A - Contract Objective and Tasks D. Office of Transportation Safety Contract Management Manual E. The Project Applications 3. The Contractor shall carry out the program, conduct all the activities and provide the services described and detailed on page 1 of 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 on page 2 of Attachment A. 6. The Contractor shall comply with the budget for this contract as set forth on page 3 of Attachment A. The Contractor shall be solely responsible for all costs incurred in excess of this budget amount. Page 2 of 5 pages 7. The total estimated program costs shall be $5,600. 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: B. Contractor share (estimated in -kind services as detailed in application): C. Total estimated program costs: $5,040 560 $5,600 The State share shall be comprised entirely of federal funds made available to the State. The State share amount of this Contract shall not be exceeded. If the actual total program costs are less than the estimated total program costs 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 have no impact on the state share. 8. 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 410. 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 410, for the purposes hereof. 9. The term of this Contract shall begin on the effective date and shall terminate on September 30, 1996. 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, C.F.R. Section 18.36 concerning competitive procurement, 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. Page 3 of 5 pages 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, 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 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. Not withstanding the above, the Contractor shall not be relieved of liability to the State for any damages sustained by the State by virtue of a breach of the Contract by the Contractor, and the State may withhold any payments to the Contractor for the purpose of setoff 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 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 agreements, 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 any moneys paid pursuant to this Grant Contract. The Contractor shall provide and keep in force worker's 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. The Special Provisions attached hereto are hereby made a part hereof. Page 4 of 5 pages IN WITNESS WHEREOF, the parties hereto have caused the foregoing Contract to be -executed by their duly authorized officers the day and year first above written. County of Weld Contractor Position: omvnissianer 10//9/95 Chairman, Weld bufi£ Board of Commissioners Contractor: — �r�/'- a� Position: Chief/Sheriff AP''o'EDASTOFO By: 74/CLX_(%(„, deputy Coun _ f d Clerk to the Board ATTESTING TO BOARD OF COUNTY COMMISSIONER SIGNATURES ONLY CLIFFORD W. HALL State Controller By _ GEORGE'f1ACCULLAR, Controlle Department of Transportation STATE OF COLORADO ROY ROMER, GOVERNOR JO ` CO ER, Direc D Ice of Transportation 7ST ty WA/ha/Mt Chief Clerk Department of Transportation APPROVALS GALE NORTON - Attorney G ral By BARRY B. RYAN Assistant Attorney General Natural Resources Section J%✓ Page 5 of 5 Pages CONTROLLER'S APPROVAL SPECIAL PROVISIONS I. Thu contract shall not be deemed valid until it shall have been approved by the Controller of the State of Colorado or such assistant as he may designate. This -provision is applicable m any contract involving the payment of money by the State. FUND AVAILABILITY 2 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. BOND REQUIREMENT 3. If Wu contract involves the payment of more than fifty thousand dollars for the constriction, erection. repair, maintenance, or improvement of any building, road, bride. viaduct tunnel, excavation or other public work for this State, the contractor shall, before entering upon the performance of any such work included in this contract duly execute and deliver to the State official who will sign die contract, a good and sufficient bond or other acceptable surety to be approved by -said official in a penal sum not less dun one-half of the total amount payable by the tams of this contract. Such hood shall be duly executed by a qualified corporate sarety conditioned upon the faithful performance of the contract and in addition, shall provide that if the contractor or his subcontractors fail to duly pay for any labor, materials, team hire, sustenance, provisions, provender or other supplies used or consumed by such contractor or his subcontractor in performance of the work contracted to be done or fails to pay any person who supplies rental machinery, took, or equipment in the prosecution of the work the surety will pay the same in an amount not acceding the sum specified in Sc bond. together with interest at the rate of eight per cwt per annum. Unless such bond is exccrued, dawned and filed, no claim in favor of the contractor arising under such contact shall be audited, allowed or paid. A certified or arbier's cheek or a bank money order payable to the Treasurer of the State of Colorado may be accepted in Into of a bond. This provision is in compliance with CRS 3t-26.106. LNDEF(NIFICAlION 4. To the extent authorized by law, the 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, capcases, 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 DISCRIMINATION AND AFFIRMATIVE ACTION J. The contractor agrees to comply with the letter and sport of the Colorado Antidiscrimination Act of 1957, as amended, and other applicable law respecting discrimination and unfair employment practices (CRS 2n.-33-3021. and as required by Executive Order, Equal Opportunity and Affirmative Action. dated April 16, 1975. Pwn aer thereto, the following provfsiear shalt be commuted hi all State contracts orsrtbcontracts. During the performance of this contact, the contractor agrees as follows (a) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color. national origin. sex. marital status. religion, ancestry. mensal or physical haaCap. or ago. The mstrmomw)B coke affinnative action mint= that applicants are employed, and that -aspiolees ale reared doting employment, without reegard m the above mentioned dtcaaastics. Such salon shall lnt ark. but not be invtited m the lowing: uppading,demotion. or transfix.statement ar aectulhernt advermi hm-offs ores a sate of pay erothforms ofcomptmatioo: and takes selection fa yy� The contactor agnate post in oatmeal= plan, available m employees and applicants for anploymem, oo 'a�oer swing forth p rovisiom if this nondsaimmmion clause. (b) The coauacior wit in all solicitations or advertisements for employees placed by oral behalf tithe oomatoeo . state that all qualified appinuts all oceeivc considerationconsiderationfor employment without regard to race. aced,cnio . ean`mdosi�lo,sec.ma ital status.reigion, aooeay'. mauler gyp. stage, (cl The contactor Will send to each labor union or nepeeromrmve of workers with which he has a collective bargaining agreement or other contract or aidastnd ng.notice to be provided by the contracting officer. advising the labor anion orwerkea' representative aftheeoatraeaor's eommitmem under the Executive Order. Equal Opportunity and Affirmative Action. dated April It 1975. and of the rules, regulations, and Meant Orders of the Governor. (d) The contractor and labor unions will furnish all information mid reports required by Executive Order. Equal Opponooity and Atfumadve Action of Apra Id. (975. ad by the mks, regulations and Orders of the Governor: et peasant thereto, and will permit acmes to his books. scrods, and IMMO by the oonuactingagncy and the office of the Governor or his designee for p purposes of iwaapdo,n to anon With such tiles, regulations amdordas. (el A labor organization will not exclude any indvimalothetwisequhifl dfromfoil membership tights March labor organization, or expel anysucs individual from membership in suds labororgaumdon ordsaimmate against any of is members in the full enjoyment of vatic opporamity because of tace.t eed, color, sex, national origin. oramsny - (f) A labor organization. or the employees or members thereof all not aid, abetincite, compel or coerce the doing of any act defined in this contract to be -discriminatory or obstruct or prevent any person from complying with the provisions of this contract or any order issued thereunder, or attempt. either directly -or indirectly, to commit any act defined in this contract to be discriminatory. Form 6 -ACT -02B Revised 1193 395-53-011022 page 1 of 2 pares (g) In the event of the contractor's noncompliance -with the non-discrimination clauses of this contractor with any -of such rules. regWuions.vr-orders. this concoct may be canceled. terminated or suspended in whole or in -part and the contractor may be declared ineligible for further State contracts it aooerdanoe with procedures. authorized in Executive Older.F.qual Opportunity and Affirmative Action of April 16. 1975 and the rules, regulations. or orders promulgated in accordance therewith. and such other sanctions as may be imposed and remedies as may be invoked as provided in Executive larder. Equal Opportunity sad Affirmative Action of April 16. 1975. or by rules, regulations. or orders promulgated in accordance therewith, Gras otherwise provided by law. (b) The contractor will include the provisions of paragraphs (a) through (h) In evay sub -contract and subcontractor padnse or unless exempt by rules. regulations, or orders issued pursuant to -Executive Order. Egad Opportunity and Affirmative Action of April 16. 1975. so that such provisions will be binding upon each subcontractor orvendor. The contractor will take such action with respect to any sub -contracting or purchase order as the contracting agency may direct. as a means of enforcing such provisions. including sanction for noncompliance provided. however, that in the event the contractor becomes involved in. or is threatened with. Ingatioa. with the subcontractor or vendor as a result of such direction by the contracting agency. the contractor may request the State of Colorado to enter into such litigation to protect the interest of the State of Colorado. COLORADO LABOR PREFERENCE ga. Provision of CRS t-17-101 a 102 for preference of Colorado labor are applicable to this contract if public works within the State are undertaken hereunder and arettaanced in whole or in pan by Stare funds. #. When a connection contract (*republic project Is in be awarded so a bidder. a residue bidder shall be allowed a preference against a non-resident bidder from a site or foreign country equal to the reference gives or required by the sane or foreign country in which the nonresident bidder is a resident. If it is determined by the officer responsible for awarding the bid that coaplianoe with this subsection .06 may cause denial of federal funds which would otherwise be available or would otherwise be inconsistent with requirements of Federal law, this subsection shall be suspended. bat only to the extent neoesa y to prevent denial of the moneys or to eliminate the inconsistency with Federal requirements (CAS 8-19-101 and 102) -GENERAL 7. The laws. of the State of Colorado and mks and regulations issued p rsuant-hc ono shall be applied in the interpretation. executiou and enforcement of this contract. My 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 orany other special provision in whole gin part shall be valid or enforceable or available in any action at law whether byway of complaint. -defence. or otherwise. My 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. 8. At all times during the performance of this contract. the Contractor shall strialy adhere to all applicable federal and state laws, rules. and regulations that have been or may hereafter be established. p. The signatories aver that they me familiar with CRS 18-$-301. et. seq.. (Bribery end -Gamin Influences) sod CRS 111-11-401. et. seq., (Abuse of Public Office), and that no violation of such provision is present. 10. The algea.. a evathat an their t eowkdgth so sere employee has any personal orbeneficial lain whatsoever in the service or ropntydesmbed herein or at- -p Page 2 of 2 -COLORADODEPARTMENT OF TRANSPORTATION CONTRACT OBJECTIVE PLAN State Program: Public Ways Contracting Agency: Weld County B.O. State Sub -Program: Transportation Safety Project Coordinator: Ken Poncelow Problem -Solution -Plan: Innovative Prevention Programs Contract Period: Effective date to 9/30/96 Project # 96-410-0L HSP # 96-01 Mask # 13-01 Objective: The Weld County SD. will conduct a -substance abuse prevention program which will target the high risk population on the legal requirements foriiriving and the consequences caused by impairedsiriving. Task Activity # Activity Description 13-01.1 13-01.2 13-01.3 13-01.4 Start the project within 30 days of the effective date of the contract -and conduct the substance abuse prevention program within the -County of Weld by conducting the required activities. The goal of this will be the reduction of traffic fatalities and injuries caused by impaired drivers within the targeted population. Schedule officers to conduct and carry out the planning, production and management of the project as stated in the approved application. Submit quarterly claims for reimbursement inaccordance to the Contract Management Manual and within the budget summary which is found on Attachment A, page 3 of3. Submit quarterly reports to the Office of Transportation Safety by October 20, 1995, January 20, April 20, and July 20, 1996, and submit the final report by November 15, 1996. Previous editionsare obsoleteand may not be used CDOTForm #1106 7/92 Attachment A ,page 1 of 3 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACT EVALUATION DATA Project # 96-410-0L HSP # 96-01 Task # 13-01 Task Activity # Evaluation Description Type of evaluation Report timeframe 13-01.1 13-01.2 134)1.3 13-01.4 When was the project started? On time? Whattlate? What are (if any) the problems encountered? What -groups are in the partnership. How are they involved? What types of events were conducted or planned? What agencies rec-eived a benefit from the project? Number of people affected? -How is the material distributed? Is theiwdget limitation which is found -on Attachment A, page 3 being followed? If not, what problems have been encountered? Are the quarterly/final reports being submitted according to the Contract Management Manual₹ Performance Performance financial Administrative Quarterly Quarterly Quarterly Quarterly/Final o.e....... e.61.-L.e ero ,me,aae end mew not he used CDOT Form #1107 7/92 Attachment A , page 2 of 3 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACT FINANCIAL BUDGET PROJECT # 96-410-0L BUDGET ALLOCATION FOR HSP# 96-01 TASK# 13-01 Cost category OTS($) Agency($) Total($) Personal Services -0- -0- -0- Operating expenses 5,040 560 5,600 Travel expenses -0- -0- -0- Capital equipment —0- -0- -0- Other —0- -0- -0- Totals 5,040 560 5,600 DISTRIBUTION OF OTS FUNDS (BENEFIT OF): STATE $ LOCAL $ 5,040 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 Personal Services OTS($) Agency($) Total($) Operating expenses Travel expenses Capital equipment Other Totals DISTRIBUTION OF OTS FUNDS (BENEFIT OF): STATE $ LOCAL$ TOTAL BUDGET OTS($) Agency($) Total($) $5,040 _ $560 $5,600 Previous editions are obsolete and may not be used Attachment A , page 3 of 3 COOT Form #1108 5/92 STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Office of Transportation Safety 4201 East Arkansas Avenue Denver. Colorado 80222 (303) 757-9381 Deputy Kenneth -E. Poncelow Weld County S.O. 910 4th Avenue reeley, CO 80631 September 11, 1995 Re: Project #96-410-0L Dear Deputy Poncelow : I have enclosed three copies of the Weld County S.O. 410 contract for signature. The Colorado Department of Transportation (CDOT) Office of -Transportation -Safety (OTS) is planning to -execute this contract provided that: 1. the Highway Safety Plan (HSP) for federal fiscal year 1996, beginning October 1, 1995 is approved by the National Highway Traffic Safety Administration (NHTSA) and, 2. the federal money to cover the cost of the contract is made available through the Federal Aid Agreement (FAA) to CDOT, OTS and, 3. all authorized signatures from both the contractor and statetfficials are provided and all parties are in agreement. I also need, for our files, a letter which lists the person(s) authorized tosign contractual -documents along with a sample signature (form enclosed). Please also include the following with your contract: 1. an ordinance or resolution from your City Council stating the contract terms have been approved (form included with your contract), 2. which also states the City or County has encumbered local funds necessary to provide the match or in -kind services (if applicable), and 3. authorizes a particular individual or officer to execute the contract. Should you have further questions, please do not hesitate to contact me at 757-9452. Sincerely,��^�' /��. CT c{A'�r-t U 2 Sandra. Sultz, Administrativsistant Office of Transportation Safety enclosures BUCKLE UP S52190 Hello