HomeMy WebLinkAbout20252904.tiff Resolution
Approve Intergovernmental Contract for Traffic Signal Installation and Various
Improvements to Intersection of State Highway 392 and County Road 27, 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 an Intergovernmental Contract for Traffic
Signal Installation and Various Improvements to the Intersection of State Highway 392
and County Road 27 between the County of Weld, State of Colorado, by and through the
Board of County Commissioners of Weld County, on behalf of the Department of Public
Works, and the Colorado Department of Transportation, commencing upon full execution
of signatures, and ending May 22, 2035, 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 Intergovernmental Contract for Traffic Signal Installation and Various
Improvements to the Intersection of State Highway 392 and County Road 27 between the
County of Weld, State of Colorado, by and through the Board of County Commissioners
of Weld County, on behalf of the Department of Public Works, and the 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 Board of County Commissioners of Weld County, Colorado, approved the above
and foregoing Resolution, on motion duly made and seconded, by the following vote on
the 27th day of October, A.D., 2025:
Perry L. Buck, Chair: Aye 4.01111 ..r
Scott K. James, Pro-Tern: Aye !'1y11L/��r'�
Jason S. Maxey: Excused (01
Lynette Peppier: Excused
Kevin D. Ross: e A
y paIj
Approved as to Form: U I
Bruce Barker, County Attorney
Attest:
Esther E. Gesick, Clerk to the Board
cc;pr9(cH/Kw/oDfsS) 2025-2904
t t 4y/2S EG0083
Co 1 vac-FV t- I000 1
BOARD OF COUNTY COMMISSIONERS
PASS-AROUND REVIEW
PASS-AROUND TITLE: CDOT IGA for SH 392 and WCR 27 Intersection Upgrade and Traffic Signal
DEPARTMENT: Public Works DATE:10/13/25
PERSON REQUESTING: Don Dunker,Curtis Hall
Brief description of the problem/issue:
This CDOT IGA is for the most westerly intersection of SH 392 and WCR 27.At the 2025 CIP
meeting with the BOCC this intersection ranked#2 on the Weld/CDOT Intersection list.The BOCC
approved the County to give COOT money to design,acquire ROW,relocate utilities,and construct
the intersection geometry upgrades including a traffic signal.The cost estimate for this work is
$5,211,977.Once CDOT has constructed the intersection improvements they will Quit Claim the
ROW acquired along WCR 27 south of SH 392 ROW to Weld County for future maintenance.CDOT
will have all maintenance of the signal.This IGA with CDOT to accomplish these intersection
upgrades and traffic signal has been reviewed by the Attorneys Office and found to be acceptable.
What options exist for the Board?
• Approve the IGA and allow it to be placed on the next available BOCC agenda for signature.
• Deny the IGA.
Consequences: Delaying the approval and signing of the IGA will not allow this intersection
to receive the needed improvements to improve safety along SH 392 and WCR 27.
Impacts:With the increase in population and traffic and being ranked#2 on the Weld/CDOT
CIP Crash data,accidents will continue to increase if the needed improvements and traffic
signal are not installed.
Costs(Current Fiscal Year/Ongoing or Subsequent Fiscal Years):$5,211,977 was part
of the 2025 supplemental budget increase.
Recommendation:Approve the IGA and allow it to be placed on the next available BOCC agenda
for signature.
Support Recommendation §chedyle
Place on BOCC Agenda Work Session Other/Comments:
Perry L.Buck
Scott K.James
Jason S.Maxey
-Lynette Peppier
Kevin D.Ross
2025-2904
10/21 Ge-i 008s3
Docusign Envelope ID.75978649-054B-4AA8-8145-8E7FDDC857AB
OLA#:331003642
Routing#:25-HA4-XC-00067
(Local$CDOTWRK) REGION:4(TCH)
PROJECT:SFTY 3921-022(26935)
CONTRACT
11/7/2025
THIS CONTRACT,executed this day of , by and between the State of Colorado,for
the use and benefit of the Colorado Department of Transportation("State"or"CDOT")and COUNTY OF WELD,PO
BOX 758,Greeley,Colorado,80632,CDOT Vendor#:0002000135("Local Agency"),and the State and the Local
Agency together shall be referred to as the"Parties."
RECITALS
1. Authority exists in the law and funds have been budgeted,appropriated and otherwise made available and a sufficient
uncommitted balance thereof remains available for payment of project and Local Agency costs.Total Contract
Amount:$5,211,977.00.
2. Required approval,clearance and coordination have been accomplished from and with appropriate agencies.
3. Section 43-2-102 and 103,C.R.S require the State to maintain state highways(including where such highways
extend through a city or an incorporated town),and 43-2-135 describes certain specific responsibilities of the State
and affected local entities(respectively)with respect to state highways that are also part of a local street system.
4. The Local Agency has estimated the contribution and is prepared to provide the funding required for their
contribution toward the Project,as evidenced by an appropriate ordinance or resolution duly passed and adopted by
the authorized representatives of the Local Agency,which expressly authorizes the Local Agency to enter into this
agreement and to expend its funds for the Contribution.
5. The Local Agency has funds available and desires to provide 100%of the funding for the Work..
6. This contract is executed under the authority of§§29-1-203,43-1-110;43-1-116,43-2-101(4)(c)and 43-2-144,
C.R.S.
7. The parties hereto desire to agree upon the division of responsibilities with regard to the project.
THE PARTIES NOW AGREE THAT:
Section 1. Scope of Work
The work under this Contract shall consist of C0392 at WCR27 Intersection Improvements project,and the Local
Agency shall provide their Contribution toward the Project,in Weld County,Colorado,as more specifically described in
Exhibit A.
Section 2. Order of Precedence
In the event of conflicts or inconsistencies between this Contract and its exhibits,such conflicts or inconsistencies shall
be resolved by reference to the documents in the following order of priority:
A. This Contract
B. Exhibit A(Scope of Work)
C. Other Exhibits in descending order of their attachment.
Section 3. Term
This Contract shall be effective upon approval of the CDOT Chief Engineer or designee and shall terminate on May
22,2035,or sooner if any of the State's funding expires,or is sooner terminated or unless performance is extended in
accordance with this Contract.
Document Builder Generated Page l of
Rev.05/07/2020
70Z5-2Ci044
Docusign Envelope ID:75978649-05413-4AA8-8145-8E7FDDC857AB
OLA#:331003.2
Routing#:25-HA4-XC-00067
Section 4. Project Funding Provisions
A. The Local Agency has estimated the total cost of the Contribution and is prepared to provide its funding,as evidenced
by the signing of this Contract,which expressly authorizes the Local Agency the authority to expend its
Contribution toward the Project.
B. The contribution is estimated to be$5,211,977.00.
C. The maximum amount payable by the Local Agency under this contract shall not exceed$5,211,977.00
unless such amount is increased by an appropriate written modification to this contract executed by the Parties
hereto before any increased cost is incurred
D. The Parties hereto agree that this contract is contingent upon all funds designated for the project herein being
made available from state sources,as applicable.Should these sources fail to provide necessary funds as agreed
upon herein,the contract may be terminated by either party,provided that any party terminating its interest and
obligations herein shall not be relieved of any obligations which existed prior to the effective date of such
termination or which may occur as a result of such termination.Any unused funds shall be returned to the Local
Agency within 60 days after fmal acceptance occurs.
Section 5. Project Payment Provisions
A. The Local Agency will reimburse the State for costs relative to the project following the Local Agency's review
and approval of such charges,subject to the terms and conditions of this agreement.
B. The billing procedure shall be as follows:
1. Upon receipt of each bill from the State,the Local Agency will remit to the State the amount billed no later than
60 days after receipt of each bill.Should the Local Agency fail to pay moneys due the State within 60 days of
demand or within such other period as may be agreed between the parties hereto,the Local Agency agrees that,
at the request of the State,the State Treasurer may withhold an equal amount from future apportionment due
the Local Agency from the Highway Users Tax Fund and to pay such funds directly to the State.Interim funds,
until the State is reimbursed,shall be payable from the State Highway Supplementary Fund(400).
2. If the Local Agency fails to make timely payment to the State as required by this section(within 60 days after
the date of each bill),the Local Agency shall pay interest to the State at a rate of one percent per month on the
amount of the payment which was not made in a timely manner,until the billing is paid in full.The interest
shall accrue for the period from the required payment date to the date on which payment is made.
C. The State will prepare and submit to the Local Agency no later than 60 days after execution of this Agreement an
invoice prepared in accordance with the State's standard policies,procedures and standardized billing format.
Section 6. State and Local Agency Commitments
The Scope of Work(Exhibit A)describes the work to be performed.
A. Design[if applicable]
1. If the work includes preliminary design or final design(the"Construction Plans"),or design work sheets,or
special provisions and estimates(collectively referred to as the"Plans"),the State shall comply with the
following requirements,as applicable:
a. perform or provide the Plans,to the extent required by the nature of the work.
b. prepare final design(Construction Plans)in accord with the requirements of the latest edition of the
American Association of State Highway Transportation Officials(AASHTO)manual or other
standard,such as the Uniform Building Code,as approved by CDOT.
c. prepare special provisions and estimates in accord with the State's Roadway and Bridge Design
Manuals and Standard Specifications for Road and Bridge Construction.
d. include details of any required detours in the Plans,in order to prevent any interference of the
construction work and to protect the traveling public.
e. stamp the Plans produced by a Colorado Registered Professional Engineer.
f. provide final assembly of Plans and contract documents.
g. be responsible for the Plans being accurate and complete.
h. make no further changes in the Plans following the award of the construction contract except by
agreement in writing between the parties.The Plans shall be considered final when approved and
accepted by the parties hereto,and when final they shall be deemed incorporated herein.
Document Builder Generated Page 2 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-0546-4AA8-8145-8E7FDDC857AB
OLA#:331003642
Routing#:25-HA4-XC-00067
B. Construction[if applicable]
1. If the work includes construction,the State shall perform the construction in accordance with the approved
design plans and/or administer the construction all in accord with the Scope of Work(Exhibit A).Such
administration shall include project inspection and testing;approving sources of materials;performing required
plant and shop inspections;documentation of contract payments,testing and inspection activities;preparing and
approving pay estimates;preparing,approving and securing the funding for contract modification orders and
minor contract revisions;processing contractor claims;construction supervision;and meeting the Quality
Control requirements of the FHWA/CDOT Stewardship Agreement.
2. Subject to Section 5,if the State is the responsible party:
a. it shall appoint a qualified professional engineer,licensed in the State of Colorado,as the State Agency
Project Engineer(SAPE),to perform that administration.The SAPE shall administer the project in
accordance with this agreement,the requirements of the construction contract and applicable State
procedures.
b. if bids are to be let for the construction of the project,the State shall,in conjunction with the Local
Agency,advertise the call for bids and upon concurrence by the Local Agency will award the
construction contract(s)to the low responsive,responsible bidder(s).
(1)in advertising and awarding the bid for the construction of a federal-aid project,the State shall
comply with applicable requirements of 23 USC§112 and 23 CFR Parts 633 and 635 and
C.R.S. § 24-92-101 et seq. Those requirements include,without limitation,that the
State/contractor shall incorporate Form 1273 in its entirety verbatim into any subcontract(s)
for those services as terms and conditions therefore,as required by 23 CFR 633.102(e).
(2)the Local Agency has the option to concur or not concur in the proposal of the apparent low
bidder for work on which competitive bids have been received.The Local Agency must declare
its concurrence or non-concurrence within 3 working days after said bids are publicly opened.
c. If all or part of the construction work is to be accomplished by State personnel(i.e.by force account),
rather than by a competitive bidding process,the State will ensure that all such force account work is
accomplished in accordance with the pertinent State specifications and requirements with 23 CFR 635,
Subpart B,Force Account Construction.
Section 7. ROW Acquisition and Relocation
If the Project includes right of way,prior to this project being advertised for bids,the State will certify in writing that
all right of way has been acquired in accordance with the applicable state and federal regulations,or that no additional
right of way is required.
Any acquisition/relocation activities must comply with:all applicable federal and state statutes and regulations,
including but not limited to the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as
amended(P.L.91-646)and the Uniform Relocation Assistance and Real Property Acquisition Policies for Federal
and Federally Assisted Programs as amended(49 CFR Part 24);CDOT's Right of Way Manual;and CDOT's Policy
and Procedural Directives.
Allocation of Responsibilities are as follows:
• Federal participation in right of way acquisition(3111 charges),relocation(3109 charges)activities,if
any,and right of way incidentals(expenses incidental to acquisition/relocation of right of way—3114
charges);
• Federal participation in right of way acquisition(3111 charges),relocation(3109 charges)but no
participation in incidental expenses(3114 charges);or
• No federal participation in right of way acquisition(3111 charges)and relocation activities(3109
expenses).
Regardless of the option selected above,the State retains oversight responsibilities.The Local Agency's and the
State's responsibilities for each option is specifically set forth in CDOT's Right of Way Manual.The manual is
located at http://www.coloradodoLinfo/business/manuals/right-of-way.
If right of way is purchased for a state highway,including areas of influence of the state highway,the local agency
shall immediately convey title to such right of way to CDOT after the Local Agency obtains title.
If right of way is purchased by the State on behalf of the Local Agency using funds from Local Agency's prior payment
Document Builder Generated Page 3 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-0546-4AA8-8145-8E7FDDC857AB
OLA#:331003642
Routing#:25-HA4-XC-00067
to State,including areas of influence of the Local Agency,the State shall immediately convey title to such right of
way to Local Agency after the State obtains title.
Section 8. Utilities
If necessary,the State will be responsible for obtaining the proper clearance or approval from any utility company,
which may become involved in this Project.Prior to this Project being advertised for bids,the responsible party will
certify in writing that all such clearances have been obtained.
Section 9. Railroads(not applicable)
In the event the Project involves modification of a railroad company's facilities whereby the work is to be
accomplished by railroad company forces,the State shall make timely application to the Public Utilities Commission
requesting its order providing for the installation of the proposed improvements and not proceed with that part of the
work without compliance.The State shall also establish contact with the railroad company involved for the purpose
of complying with applicable provisions of 23 CFR 646,subpart B,concerning federal-aid projects involving railroad
facilities,including:
1. Executing an agreement setting out what work is to be accomplished and the location(s)thereof,and that the
costs of the improvement shall be eligible for federal participation.
2. Obtaining the railroad's detailed estimate of the cost of the work.
3. Establishing future maintenance responsibilities for the proposed installation.
4. Prescribing future use or dispositions of the proposed improvements in the event of abandonment or elimination
of a grade crossing.
5. Establishing future repair and/or replacement responsibilities in the event of accidental destruction or damage
to the installation.
Section 10. Environmental Obligations
The State shall perform all work in accordance with the requirements of the current federal and state environmental
regulations including the National Environmental Policy Act of 1969(NEPA)as applicable.
Section 11. Maintenance Obligations
The Local Agency will maintain and operate the improvements within the Local Agency's right of way constructed
under this Agreement at its own cost and expense during their useful life,in a manner satisfactory to the State and
FHWA.The Local Agency will make proper provisions for such maintenance obligations each year. Such
maintenance and operations shall be conducted in accordance with all applicable statutes,ordinances and regulations.
The State will maintain and operate the improvements within the State's right of way constructed under this Agreement
at its own cost and expense during their useful life.The State and FHWA will make periodic inspections of the project
to verify that such improvements are being adequately maintained.
Section 12. Record Keeping
The State shall maintain a complete file of all records,documents,communications,and other written materials,which
pertain to the costs incurred under this agreement.The State shall maintain such records fora period of three(3)years
after the date of termination of this agreement or final payment hereunder,whichever is later,or for such further period
as may be necessary to resolve any matters which may be pending.The State shall make such materials available for
inspection at all reasonable times and shall permit duly authorized agents and employees of the Local Agency and
FHWA to inspect the project and to inspect,review and audit the project records.
Section 13. Termination Provisions
This agreement may be terminated as follows:
A. Termination for Convenience.The State may terminate this agreement at any time the State determines that the
purposes of the distribution of moneys under the agreement would no longer be served by completion of the
project.The State shall effect such termination by giving written notice of termination to the Local Agency and
specifying the effective date thereof,at least twenty(20)days before the effective date of such termination.
B. Termination for Cause.If,through any cause,the Local Agency shall fail to fulfill,in a timely and proper manner,
Document Builder Generated Page 4 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB
OLA#:331003642
Routing#:25-HA4-XC-00067
its obligations under this agreement,or if the Local Agency shall violate any of the covenants,agreements,or
stipulations of this agreement,the State shall thereupon have the right to terminate this agreement for cause by
giving written notice to the Local Agency of its intent to terminate and at least ten(10)days opportunity to cure
the default or show cause why termination is otherwise not appropriate.In the event of termination,all finished
or unfinished documents,data,studies,surveys,drawings,maps,models,photographs and reports or other
material prepared by the Local Agency under this agreement shall,at the option of the State,become its property,
and the Local Agency shall be entitled to receive just and equitable compensation for any services and supplies
delivered and accepted.
Notwithstanding the above,the Local Agency shall not be relieved of liability to the State for any damages sustained
by the State by virtue of any breach of the agreement by the Local Agency,and the State may withhold payment to
the Local Agency for the purposes of mitigating its damages until such time as the exact amount of damages due to
the State from the Local Agency is determined.
If after such termination it is determined,for any reason,that the Local Agency was not in default or that the Local
Agency's action/inaction was excusable,such termination shall be treated as a termination for convenience,and the
rights and obligations of the parties shall be the same as if the agreement had been terminated for convenience,as
described herein.
In the event of termination,from the lump sum payment made by the Local Agency to the State,the Local Agency
shall be entitled to receive any monies that have not yet been expended for services and supplies as of the date of
termination.
Section 14. Legal Authority
The Local Agency warrants that it possesses the legal authority to enter into this agreement and that it has taken all
actions required by its procedures,by-laws,and/or applicable law to exercise that authority,and to lawfully authorize
its undersigned signatory to execute this agreement and to bind the Local Agency to its terms.The person(s)executing
this agreement on behalf of the Local Agency warrants that such person(s)has full authorization to execute this
agreement.
Section 15. Representatives and Notice
The State will provide liaison with the Local Agency through the State's Region Director,Region 4,10601 10th Street,
Greeley,CO 80634.Said Region Director will also be responsible for coordinating the State's activities under this
agreement and will also issue a"Notice to Proceed"to the Local Agency for commencement of the work.All
communications relating to the day-to-day activities for the work shall be exchanged between representatives of the
State's Transportation Region 4 and the Local Agency.All communication,notices,and correspondence shall be
addressed to the individuals identified below.Either party may from time to time designate in writing new or substitute
representatives.
If to the State: If to the Local Agency:
Bin Zhang Don Dunker
CDOT Region 4 County of Weld
10601 10th Street PO BOX 758
Greeley,Colorado 80634 Greeley,Colorado 80632
970-888-4486 970-304-6496 X3749
binbin.zhangystate.co.us ddunker@weld.gov
Section 16. Successors
Except as herein otherwise provided,this agreement shall inure to the benefit of and be binding upon the parties hereto
and their respective successors and assigns.
Section 17. Third Party Beneficiaries
It is expressly understood and agreed that the enforcement of the terms and conditions of this agreement and all rights
of action relating to such enforcement,shall be strictly reserved to the State and the Local Agency.Nothing contained
in this agreement shall give or allow any claim or right of action whatsoever by any other third person.It is the express
intention of the State and the Local Agency that any such person or entity,other than the State or the Local Agency
receiving services or benefits under this agreement shall be deemed an incidental beneficiary only.
Document Builder Generated Page 5 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB
OLA#:331003642
Routing#:25-HA4-XC-00067
Section 18. Governmental Immunity
Notwithstanding any other provision of this agreement to the contrary,no term or condition of this agreement shall be
construed or interpreted as a waiver,express or implied,of any of the immunities,rights,benefits,protection,or other
provisions of the Colorado Governmental Immunity Act,§24-10-101,et seq.,C.R.S.,as now or hereafter amended.
The parties understand and agree that liability 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§24-10-101,et seq.,C.R.S.,as now or hereafter amended and the risk management
statutes,§§24-30-1501,et seq.,C.R.S.,as now or hereafter amended.
Section 19. Severability
To the extent that this agreement may be executed and performance of the obligations of the parties may be
accomplished within the intent of the agreement,the terms of this agreement 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.
Section 20. Waiver
The waiver of any breach of a term,provision,or requirement of this agreement shall not be construed or deemed as
a waiver of any subsequent breach of such term,provision,or requirement,or of any other term,provision or
requirement.
Section 21. Entire Understanding
This agreement is intended as the complete integration of all understandings between the parties.No prior or
contemporaneous addition,deletion,or other amendment hereto shall have any force or effect whatsoever,unless
embodied herein by writing.No subsequent novation,renewal,addition,deletion,or other amendment hereto shall
have any force or effect unless embodied in a writing executed and approved pursuant to the State Fiscal Rules.
Section 22. Survival of Agreement Terms
Notwithstanding anything herein to the contrary,the parties understand and agree that all terms and conditions of this
agreement and the exhibits and attachments hereto which may require continued performance,compliance or effect
beyond the termination date of the agreement 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 Local Agency.
Section 23. Modification and Amendment
This agreement is subject to such modifications as may be required by changes in federal or State law,or their
implementing regulations.Any such required modification shall automatically be incorporated into and be part of this
agreement on the effective date of such change as if fully set forth herein.Except as provided above,no modification
of this agreement shall be effective unless agreed to in writing by both parties in an amendment to this agreement that
is properly executed and approved in accordance with applicable law.
Section 24. Disputes
Except as otherwise provided in this agreement,any dispute concerning a question of fact arising under this agreement,
which is not disposed of by agreement,will be decided by the Chief Engineer of the Department of Transportation.
The decision of the Chief Engineer will be fmal and conclusive unless,within 30 calendar days after the date of receipt
of a copy of such written decision,the Local Agency mails or otherwise furnishes to the State a written appeal
addressed to the Executive Director of the Department of Transportation.In connection with any appeal proceeding
under this clause,the Local Agency shall be afforded an opportunity to be heard and to offer evidence in support of
its appeal. Pending final decision of a dispute hereunder,the Local Agency shall proceed diligently with the
performance of the agreement in accordance with the Chief Engineer's decision.The decision of the Executive
Director or his duly authorized representative for the determination of such appeals will be final and conclusive and
serve as final agency action.This dispute clause does not preclude consideration of questions of law in connection
with decisions provided for herein.Nothing in this agreement,however,shall be construed as making final the
decision of any administrative official,representative,or board on a question of law.
Document Builder Generated Page 6 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB
OLA#:331003.2
Routing#:25-HA4-XC-00067
Section 25.Colorado Special Provisions(Colorado Fiscal Rule 3-3)
These Special Provisions apply to all contracts.Contractor refers to Local Agency and Contract refers to
Agreement.
A. STATUTORY APPROVAL.§24-30-202(1),C.R.S.
This Contract shall not be valid until it has been approved by the Colorado State Controller or designee.If
this Contract is for a Major Information Technology Project,as defined in§24-37.5-102(19),then this
Contract shall not be valid until it has been approved by the State's Chief Information Officer or designee.
B. FUND AVAILABILITY.§24-30-202(5.5),C.R.S.,applicable Local Agency law,rule or regulation.
Financial obligations of the Parties payable after the current State Fiscal Year or fiscal year are contingent
upon funds for that purpose being appropriated,budgeted,and otherwise made available.
C. GOVERNMENTAL IMMUNITY.
Liability for claims for injuries to persons or property arising from the negligence of the Parties,its
departments,boards,commissions committees,bureaus,offices,employees and officials shall be controlled
and limited by the provisions of the Colorado Governmental Immunity Act,§24-10-101,et seq.,C.R.S.;the
Federal Tort Claims Act,28 U.S.C.Pt.VI,Ch.171 and 28 U.S.C.1346(b),and the State's risk management
statutes,§§24-30-1501,et seq.C.R.S.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,protections,or other provisions,
contained in these statutes.
D. INDEPENDENT CONTRACTOR
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 deemed to be an agent or employee of the State.
Contractor shall not have authorization,express or implied,to bind the State to any agreement,liability or
understanding,except as expressly set forth herein.Contractor and its employees and agents are not
entitled to unemployment insurance or workers compensation benefits through the State and the State
shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees.
Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes
incurred pursuant to this Contract.Contractor shall(i)provide and keep in force workers'
compensation and unemployment compensation insurance in the amounts required by law,(ii)provide
proof thereof when requested by the State,and(iii)be solely responsible for its acts and those of its
employees and agents.
E. COMPLIANCE WITH LAW.
Contractor shall comply with all applicable federal and State laws,rules,and regulations in effect or hereafter
established,including,without limitation,laws applicable to discrimination and unfair employment practices.
F. CHOICE OF LAW,JURISDICTION,AND VENUE.
Colorado law,and rules and regulations issued pursuant thereto,shall be applied in the interpretation,
execution,and enforcement of this Contract.Any provision included or incorporated herein by reference
which conflicts with said laws,rules,and regulations shall be null and void.All suits or actions related to this
Contract shall be filed and proceedings held in the State of Colorado and exclusive venue shall be in the City
and County of Denver.
G. PROHIBITED TERMS.
Any term included in this Contract that requires the Parties to indemnify or hold Contractor harmless;requires
the Parties to agree to binding arbitration;limits Contractor's liability for damages resulting from death,
bodily injury,or damage to tangible property;or that conflicts with this provision in any way shall be void
ab initio.Nothing in this Contract shall be construed as a waiver of any provision of§24-106-109 C.R.S.
Any term included in this Contract that limits Contractor's liability that is not void under this section shall
apply only in excess of any insurance to be maintained under this Contract,and no insurance policy shall be
interpreted as being subject to any limitations of liability of this Contract.
H. SOFTWARE PIRACY PROHIBITION.
State or other public funds payable under this Contract shall not be used for the acquisition,operation,or
Document Builder Generated Page 7 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB
OLA#:331003642
Routing#:25-HA4-XC-00067
maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions.
Contractor hereby certifies and warrants that,during the term of this Contract and any extensions,Contractor
has and shall maintain 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 provision,the State may exercise any remedy
available at law or in 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.
I. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST.§§24-18-201 and 24-50-507,
C.R.S.
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.Contractor has no interest and shall not
acquire any interest,direct or indirect,that would conflict in any manner or degree with the performance of
Contractor's services and Contractor shall not employ any person having such known interests.
THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK
Document Builder Generated Page 8 of 9
Rev.05/07/2020
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB OLA#:331003642
Routing#:25-F1A4-XC-00067
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
*Persons signing for The Local Agency hereby swear and affirm that they are authorized to act on The Local Agency's behalf
and acknowledge that the State is relying on their representations to that effect.
THE LOCAL AGENCY STATE OF COLORADO
COUNTY OF WELD Jared S.Polis,GOVERNOR
signed by: Colorado Department of Transportation
C Ckt
cuuSigned �By' 4 DC3044, /�, ��(,�t*S1�WVu
By: s,FB
Name:_Perry L.Buck Keith Stefanik,l�..,��ite ngineer
(Print Name) (For)Shoshana M.Lew,Executive Director
Title:Chair 11/7/2025
(Print Title) Date:
11/6/2025
Date:
SECOND LOCAL AGENCY SIGNATURE,IF
NEEDED
DS
Signe by:
C VITY OF WELD FOCedtl.....C.
By: 35EAw3,Eu8*T aBi...
Signature
Name: Esther E.Gesick
(Print Name)
Title:_Denuty Clerk to the Bo
(Prnt Ttle)ard
11/7/2025
Date:
Exhibit A-Page 1 of 2
'ZOZ5"29o4
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB
Exhibit A
Scope of Work
Project Description:CO392 at WCR27 Intersection Improvements
CDOT Project Et Sub-account Number:SFTY 3921-022(26935)
1. Weld County is providing full funding for this intersection improvement project at the
intersection of CO392 and WCR27.
2. The main scope of project 26935 entails adding a traffic signal and auxiliary lanes at the
intersection of CO392 and WCR27.
Improvements along CO392 include widening the existing road to include a westbound left-
turn auxiliary lane and signalization at the intersection.Weld County will pay for the
improvement cost within CO392 ROW.
WCR27 is planned to be widened to accommodate a northbound left-turn auxiliary lane.
Weld county will pay for the improvement cost within WCR27 ROW.
Specifically,the improvements include the following:
• The CO392 improvements include the installation of a traffic signal,a 16ft
westbound left-turn deceleration lane.
• The WCR27 improvements south of CO392 include a 16ft northbound left-turn
deceleration lane and 6ft paved shoulders with an additional 2ft of gravel.
3. CDOT has committed to managing the project throughout both the design and construction
phases until it's completion.
4. Weld County has committed to pay for the entire cost associated with the design and
construction of project 26935.Weld County has agreed that the design and construction of
the project will be in accordance with CDOT requirements and specifications.
5. Weld County Contact
Don Dunker,P.E.
Email:ddunker@weld.gov
Phone:970-304-6496 EXT3749
6. Project Cost
The major costs for these intersection improvements are construction,utility relocations
and ROW acquisition.The estimated quantities and construction costs are shown in the
table below.Note that this a conceptual level estimate and the actual project cost may
vary.
Exhibit A-Page 1 of 2
Docusign Envelope ID:75978649-054B-4AA8-8145-8E7FDDC857AB
Item NO. Item Unit Quantity Unit Price Total Price
Biddable
Items
202-00220 Rem Asphalt Mat SY 1420 $25.00 $35,490
203-00066 Emb Matt(CIP)(R40) CY 7473 $48 $358,680
304-06007 ABC(CL 6) CY 1290 $95.00 $122,550
403-34851 HMA(Or SX)2(100)(PG 64- TON 2600 $160.00 $416,000
Minor Construction Items $1,187,811
Force Account $346,000
Construction Indirects $1,014,000
ROW $100,000
Design $497,309
SUE $100,000
Pre-Construction Indirects $94,137
Project Base Cost Estimate $4,271,977
Construction Cost
Escalation(10.3%) $440,000
Underground Power(1500LF
Utility Relocations $200/LF) $300,000
Utility Relocations NWCWD Water Line $200,000
Total Cost $5,211,977
Exhibit A-Page 2 of 2
Contract Form
Entity Information
Entity Name* Entity ID* Q New Entity?
STATE OF COLORADO @00003468
Contract Name* Contract ID Parent Contract ID
CDOT IGA FOR SH 392 AND WCR 27 INTERSECTION 10007
UPGRADE AND TRAFFIC SIGNAL Contract Lead* Requires Board Approval
Contract Status DDUNKER YES
CTB REVIEW Contract Lead Email Department Project#
ddunker@weld.gov
Contract Description"
WELD COUNTY WILL TRANSFER FUNDS IN THE AMOUNT OF$5,211,977 FOR CDOT TO DESIGN,ACQUIRE ROW,
RELOCATE UTILITIES AND CONSTRUCT INTERSECTION UPGRADES AND A TRAFFIC SIGNAL TO THE WESTERLY
MOST SH 392 AND WCR 27 INTERSECTION.
Contract Description 2
Contract Type* Department Requested BOCC Agenda Due Date
AGREEMENT PUBLIC WORKS Date* 10/18/2025
10/22/2025
Amount* Department Email
$5,211,977.00 CM- Will a work session with BOCC be required?*
PublicWorks@weld.gov NO
Renewable*
NO Department Head Email Does Contract require Purchasing Dept.to be
CM-PublicWorks- included?
Automatic Renewal DeptHead@weld.gov NO
NO
County Attorney
Grant GENERAL COUNTY
NO ATTORNEY EMAIL
IGA County Attorney Email
YES CM-
COUNTYATTORNEY@WEL
D.GOV
IGA Deadline Date
05/22/2035
If this is a renewal enter previous Contract ID
If this is part of a MSA enter MSA Contract ID
Note:the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts
are not in OnBase
Contract Dates
Effective Date Review Date* Renewal Date
10/22/2025 10/01/2028
Termination Notice Period Committed Delivery Date Expiration Date*
10/01/2028 12/31/2028 12/31/2028
Contact Information
Contact Info
Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing
Purchasing Approver Purchasing Approved Date
Approval Process
Department Head Finance Approver Legal Counsel
.CURTIS HALL RUSTY WILLIAMS BYRON HOWELL
DH Approved Date Finance Approved Date Legal Counsel Approved Date
10/22/2025 10/22/2025 10/22/2025
Final Approval
BOCC Approved Tyler Ref#
AG 102725
BOCC Signed Date Originator
DDUNKER
BOCC Agenda Date
10/27/2025
Hello