HomeMy WebLinkAbout20170544.tiffRESOLUTION
RE: APPROVE CONTRACT FOR IMPROVEMENTS TO NORTH INTERSTATE -25 (PHASE -
I) 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 Agreement for Improvements to North
Interstate -25 (Phase I) Project 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 Colorado Department of Transportation, commencing upon full execution of
signatures and ending with further terms and conditions being as stated in said agreement, and
WHEREAS, after review, the Board deems it advisable to approve said agreement, 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 Agreement for Improvements to North Interstate -25 (Phase I) Project
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 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 agreement.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 22nd day of February, A.D., 2017.
BOARD OF COUNTY COMMISSIONERS
WELD COLJ.NTY, COLODO
ATTEST: datAtio
Weld County Clerk to the
Deputy C ` r t
APPAS T
ounty Attorney
Date of signature:
02 0202,/ /
II cc: PW C 2,R), F= = Cam),
aCTCeC)
31aO/ 17
Steve Moreno, Pr -Tem
p
Sean P. Conway
SI.A-,--_____- C-----2)
Mike Fpeman plum,
afbara Kirkmey
2017-0544
EG0074
Chloe Rempel
From:
Sent:
To:
Subject:
Attachments:
Cheryl Hoffman
Monday, March 20, 2017 8:58 AM
Chloe Rempel
FW: CDOT Voicemail from cell phone
voicemail-453.m4a; ATT00001.txt
I guess just say per voicemail in Tyler Notes, per State.
Original Message
From: Elizabeth Relford
Sent: Monday, March 20, 2017 8:47 AM
To: Cheryl Hoffman <choffman@CO.WELD.CO.US>
Subject: FW: CDOT Voicemail from cell phone
Cheryl,
I found it! The voicemail I received from Dale Zachary was on my cell phone, which is why I couldn't find it
when I did an email search. I think you could put notes into Tyler referencing the voicemail message. Hope
this helps!
Thanks,
Elizabeth
Elizabeth Relford
Transportation Manager
Weld County Public Works
1111 H Street
PO Box 758
Greeley, CO 80632-0758
Email: erelford@co.weld.co.us
Office: (970) 400- 3748
Mobile: (970) 673-5836
Web: http://www.co.weld.co.us
Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended
only for the person or entity to which it is addressed and may contain information that is privileged, confidential
or otherwise protected from disclosure. If you have received this communication in error, please immediately
notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the
taking of any action concerning the contents of this communication or any attachments by anyone other than
the named recipient is strictly prohibited.
Original Message
From: MATTHEW RELFORD [mailto:bmrelford@msn.com]
Sent: Monday, March 20, 2017 8:45 AM
To: Elizabeth Relford <erelford@co.weld.co.us>
Subject: CDOT Voicemail from cell phone
1
Contract ID#1059
OFFICE OF FINANCE & ADMINISTRATION
PHONE (970) 356-400-4218
FAX: (970) 352-0242
1150 O STREET
PO BOX 758
GREELEY, COLORADO 80632
June 13, 2016
To Whom It May Concern:
This is to certify that the Board of Weld County Commissioners has committed $2,000,000 in
Weld County General Funds for the county's share of the local match for the TIGER Grant
through CDOT for the Interstate 25 expansion from Colorado 14 to Colorado 402. The funds will
budgeted and appropriated in the 2017 Weld County Budget.
If you have questions please do not hesitate to contact me at 970-400-4218.
Sincerely.
LaSatin
Donald D. Warden
Director of Finance and Administration
2017-0544
Efro1y
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
Center for Procurement and Contract Services
4201 E. Arkansas Avenue, Room 200
Denver, Colorado 80222
(303) 757-9236
March 7, 2017
Elizabeth Relford
Weld County
1111 H Street
Greeley, Colorado 80632
Re: Original Routing No.: 17-HA4-XC-00078
CDOT No.: 331001583
Subaccount No.: 21506
RE: Contract
Dear Elizabeth:
Enclosed for your records on this project please find an original, fully executed and effective copy of
the contract referenced above.
Should you have any questions or require additional assistance regarding this contract document,
please do not hesitate to contact me at (303) 757-9131 or dale.zachary@state.co.us. Should you have
any questions regarding the Scope of Work or Notice to Proceed, if applicable, please contact the
contract Project Manager. Thank you.
Sincerely,
Tara Richardson
on behalf of Dale Zachary
Enclosure
(Local $CDOTWRK)
PROJECT: I-25 North: SH 402 - SH 14 (21506)
REGION 4 (dz)
Routing # 17-HA4-XC-00078
SAP # 331001583
FOR CDOT TRACKING PURPOSES
(subject to change).
CONTRACT
THIS CONTRACT made this y of %k -41-A - 20 17 (the "Contract") by and between
the State of Colorado for the use and benefit of the Colorado Department of Transportation (the
"State") and Weld County (the "Local Agency"), the State and the Local Agency together shall be
referred to as the "Parties" and individually as "Party"
RECITALS
1. The Local Agency has made funds available for Project SH 402 - SH 14 (21506), which shall
consist of improvements to North Interstate -25 (the "Project" or "Work") and desires to contribute
funds for 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 Contract and to expend its funds for the Project. A copy of this ordinance or resolutions
is attached hereto and incorporated herein as Exhibit B.
2. Required approval, clearance, and coordination have been accomplished from and with appropriate
agencies.
3. This Contract is executed under the authority of CRS §§ 29-1-203, 43-1-110, 43-1-116, 43-2-
101(4)(c), 43-2-144, and Exhibit B.
4. The Local Agency has funds available and desires to provide the funding for the improvements, as
described in Section 4.
5. Pursuant to CRS § 43-2-104.5, as amended, the State may contract with Local Agencies to
provide maintenance and construction of highways that are part of the State or Local Agency
highway system.
6. The Local Agency anticipates design and construction improvements to North Interstate -25. The
State has completed and submitted a preliminary Scope of Work describing the general nature of the
Work. The Local Agency understands that before the Work begins, the Scope of Work may be revised
as a result of design changes made by the State, in coordination with the Local Agency, in its internal
review process.
7. The Parties hereto desire to agree upon the division of responsibilities with regard to the Project.
Page 1 of 10
moo/7Oig 6
THE PARTIES NOW AGREE THAT:
Section 1. Scope of Work
The Work under this Contract shall consist of improvements to North Interstate -25, for which the Local
Agency shall provide funding and the State shall be responsible for the design and construction of the
improvements. The Project will take place from approximately just north of State Highway 402 to just
south of State Highway 14, between Johnstown/Loveland and Fort Collins, Colorado. The Work
includes improvements, constructions and replacements, as 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:
1. This Contract
2. Exhibit A (Scope of Work)
3. Other Exhibits in descending order of their attachment.
Section 3. Term
This Contract shall be effective upon approval of the State Controller or designee. The term of this
Contract shall continue through the completion and final acceptance of the Project by the State, the
Federal Highway Administration ("FHWA"), and the Local Agency.
Section 4. Project Funding Provisions
A. The Local Agency is prepared to provide their portion of the funding for the Work, as provided in
§4.B and 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 Contract and to expend its funds for the Project. A copy of this ordinance or
resolution is attached hereto and incorporated herein as Exhibit B.
B. The maximum amount payable by the Local Agency under this Contract shall be
2,000,000.00, unless such amount is increased by an appropriate written modification to this
Contract executed before any increased cost is incurred. It is understood and agreed by the Parties
that the total cost of the Work stated herein is the best estimate available, based on the design data as
approved at the time of execution of this Contract, and that such cost is subject to revisions (in
accord with the procedure in the previous sentence) agreeable to the Parties prior to bid and award.
C. The Parties 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
Page 2 of 10
which existed prior to the effective date of such termination or which may occur as a result of such
termination.
Section 5. Project Payment Provisions
A. The Local Agency shall reimburse the State for incurred costs relative to the Project following
the Local Agency's review and approval of such charges, subject to the terms and conditions of this
Contract.
B. If the Local Agency is to be billed for CDOT incurred costs, the billing procedure shall be as
follows:
1. Upon receipt of each bill from the State, the Local Agency shall 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 shall prepare and submit to the Local Agency, no more than monthly, charges for costs
incurred relative to the Project. The State's invoices shall include a description of the amounts of
services performed, the dates of performance and the amounts and description of reimbursable
expenses. The invoices shall be prepared in accordance with the State's standard policies,
procedures and standardized billing format.
Section 6. State and Local Agency Commitments
A. Design [if applicable]
I. Ifthe 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"), CDOT 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
Page 3 of 10
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.
B. Construction [if applicable]
1. If the Work includes construction, CDOT shall perform the construction in
accordance with the approved design plans. 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. 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 Contract, 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).
(I)
in advertising and awarding the bid for the construction of a federal -
aid project, the State shall comply with applicable requirements of23
USC § 112, 23 CFR 633 and 635, and CRS § 24-92-101 et seq.
Those requirements include, without limitation, that the State and
Local Agency 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).
Page 4 of 10
(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.
(3) by indicating its concurrence in such award, the Local Agency, acting
by or through its duly authorized representatives, agrees to provide
additional funds, subject to their availability and appropriation for
that purpose, if required to complete the Work under this Project if no
additional federal -aid funds will be made available for the Project.
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 (B), Force Account Construction.
Section 7. ROW Acquisition and Relocation [if applicable]
If the Project includes a 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. The Work to be designed and
constructed by CDOT under the Project shall be on CDOT right of way ("ROW").
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 P24); 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 (31 1 1 charges), relocation (3109
charges) activities, if any, and ROW incidentals (expenses incidental to
acquisition/relocation of right of way — 3114 charges);
• Federal participation in ROW acquisition (3111 charges), relocation (3109
charges) but no participation in incidental expenses (31 14 charges); or
• No federal participation in ROW 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.dot.state.co.us/ROW Manual/.
If ROW is purchased for a State highway, including areas of influence of the State highway, the
Page 5 of 10
Local Agency shall immediately convey title to such right of way to CDOT after the Local
Agency obtains title.
Section 8. Utilities
if necessary, the responsible Party shall 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 shall certify in writing that all such clearances have been
obtained.
Section 9. Railroads
Reserved.
Section 10. Environmental Obligations
The State shall perform all Work in accordance with the requirements ofthe current federal and state
environmental regulations including the National Environmental Policy Act of 1969 ("NEPA") as
applicable.
Section 11. Maintenance Obligations
The State shall maintain and operate the improvements constructed under this Contract at its own
cost and expense during their useful life, in a manner satisfactory to the State and FHWA. The State
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 and FHWA shall 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 Contract. The State shall maintain
such records for a period of 6 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. 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 Contract may be terminated as follows:
A. Termination for Convenience. The State may terminate this Contract at any time the State
determines that the purposes of the distribution of moneys under the Contract would no longer be
Page 6 of 10
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 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, its obligations under this Contract, or if the Local Agency 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 Local Agency of its intent to
terminate and at least 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 Contract 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. The Local Agency shall be obligated to return any payments advanced under
the provisions of this Contract.
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 Contract 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
Contract had been terminated for convenience, as described herein.
Section 14. Legal Authority
The Local Agency warrants that it possesses the legal authority to enter into this Contract and that it
has taken all actions required by its procedures, by-laws, and applicable law to exercise that
authority, and to lawfully authorize its undersigned signatory to execute this Contract and to bind the
Local Agency to its terms. The person(s) executing this Contract on behalf of the Local Agency
warrants that such person(s) has full authorization to execute this Contract.
Section 15. Representatives and Notice
All communications relating to 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:
Katrina Kloberdanz
CDOT Region 4
10601 W. 10`h St.
Page 7 of 10
If to the Local Agency:
Elizabeth Relford
Weld County
1111 H St.
Greeley, Colorado 80634
970.350.2211
Katrina.Kloberdanz@state.co.us
Section 16. Successors
Greeley, Colorado 80632
970.356.4000
erelford@co.weld.co.us
Except as herein otherwise provided, this Contract 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
Contract and all rights of action relating to such enforcement, shall be strictly reserved to the State
and the Local Agency. Nothing contained in this Contract 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 Contract shall be deemed an incidental beneficiary only.
Section 18. Governmental Immunity
Notwithstanding any other provision of this Contract to the contrary, no term or condition of this
Contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities,
rights, benefits, protection, or other provisions ofthe Colorado Governmental Immunity Act, CRS §
24-10-101, et seq., 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 CRS § 24-10-101, et seq., as now or hereafter amended and the risk management
statutes, CRS § 24-30-1501, et seq., as now or hereafter amended.
Section 19. Severability
To the extent that this Contract may be executed and performance of the obligations of the Parties
may be accomplished within the intent of the Contract, the terms of this Contract are severable, and
should any term or provision hereof be declared invalid or become inoperative for any reason, such
invalidity or failure shall not affect the validity of any other term or provision hereof.
Section 20. Waiver
The waiver of any breach of a term, provision, or requirement of this Contract 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.
Page 8 of 10
Section 21. Entire Understanding
This Contract 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 Contract Terms
Notwithstanding anything herein to the contrary, the Parties understand and agree that all terms and
conditions of this Contract and the exhibits and attachments hereto which may require continued
performance, compliance or effect beyond the termination date of the Contract shall survive such
termination date and shall be enforceable by the State as provided herein in the event of such failure
to perform or comply by the Local Agency.
Section 23. Modification and Amendment
This Contract 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 Contract on the effective date of such change as if fully set forth
herein. Except as provided above, no modification of this Contract shall be effective unless agreed to
in writing by both Parties in an amendment to this Contract that is properly executed and approved in
accordance with applicable law.
Section 24. Disputes
Except as otherwise provided in this Contract, any dispute concerning a question of fact arising
under this Contract 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 final 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 Contract 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
Contract, however, shall be construed as making final the decision of any administrative official,
representative, or board on a question of law.
THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
Page 9 of 10
THE PARTIES HERETO HAVE EXECUTED THIS AGREEMENT
* 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.
Print:
THE LOCAL AGENCY
Weld County
Julie A. Cozad
Title: Chair, Board of Weld County
Commissioners
FEB 2 2 2017
Date:
STATE OF COLORADO
John W. Hickenlooper, GOVERNOR
Colorado Department of Transportation
Shailen P. Bhatt, Executive Director
Date:-tj73/1'7
.�.� 'r JoSL rio(uA
By: Jo ua Laipply, P.E., Chi'Engineer
Print:
Title:
2nd Local Agency Signature if needed
Date:
* Signature
By:
LEGAL REVIEW
Cynthia H. Coffman, Attorney General
Signature - Assistant Attorney General
ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed
and dated below by the State Controller or delegate.
By:
STATE CONTROLLER
Robert Jaros, CPA, MBA, JD
Colorado Department of Transportation
Date:
Page 10 of 10
ao/ 7-p.5 WW(9)
Exhibit A -- Scope of Work
North Interstate 25 Phase 1 Project
Scope of Work
The Colorado Department of Transportation ("CDOT") will complete the North Interstate 25 Phase 1
Project (Hereinafter referred to as "this work"). The project is located on 1-25 approximately from just
north of State Highway 402 to just south of State Highway 14, covering 14 miles in length between
Johnstown/Loveland and Fort Collins, Colorado.
1-25 is the primary north -south route through Colorado, and is the only continuous north -south interstate
route in the state, providing access to, through, and from northern Colorado. This segment of 1-25
currently has two general purpose lanes in each direction. The project adds a third travel lane in both
directions to be operated as a tolled express lane which will accommodate high occupancy vehicles and
charge tolls.
Elements of Project Scope:
• Increase capacity by adding an express lane in both directions
• Provide a painted buffer to separate the express lane from general purpose travel
• Construct wider shoulders
• Replace or rehabilitate aging bridges, and widen additional structures
• Improve multi -modal access to regional transit to promote mode shift
• Improve bus service performance and reduce each total trip time by adding new bus slip ramps
to access a new Park -n -Ride
• Create new pedestrian and bicycle access under 1-25 at Kendall Parkway
• Connect the Cache la Poudre River Regional Trail under I-25, also to serve as a wildlife corridor
By way of a Design Build (DB) contract and using a best value evaluation method, CDOT will select a
contractor that will Design and Build this project, including innovations to save time and resources. This
approach leaves exact elements intentionally undefined.
Local Agencies have contributed funds for improvements to 1-25 included in this work.
.r
U
(3)
0
a
C)
ro
r
a
N
a,
4-4
mC
C
O
Z
_>-
C
0
V
a
v
0
w
a)
a
a)
r
4-0
C
a)
to
a
a)
co
I-
an
C
C
L
S
to
y
0
O
O
o
o
O
Efl
Summary of Contribution by Year
2016 2017 2018 2019 2020
Amount Date of Payment Amount Date of Payment Amount Date of Payment Amount Date of Payment Amount I Da,o of cay.nnn,
i
i
IR
2
S
ILO
O
O
Cfl
CO
CID
O
O
69
J
xt
O
O
CO
CO
c0
cdo
Co
Ef3
>o
>9
)rt.
c.
O
O
(O
CO
0
cD
0
1
Name of local Agency / Funding Partner
Weld County
(panuiluoa) >pa/NA 4o adoaS -- v ligiux�
Exhibit B
Exhibit B
LOCAL AGENCY
ORDINANCE
or
RESOLUTION
Exhibit B
RESOLUTION
RE: APPROVE CONTRACT FOR IMPROVEMENTS TO NORTH INTERSTATE -25 (PHASE -
I) 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 Agreement for Improvements to North
Interstate -25 (Phase I) Project 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 Colorado Department of Transportation, commencing upon full execution of
signatures and ending with further terms and conditions being as stated in said agreement, and
WHEREAS, after review, the Board deems it advisable to approve said agreement, 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 Agreement for Improvements to North Interstate -25 (Phase I) Project
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 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 agreement.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 22nd day of February, A.D., 2017.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLOF3ADO
ATTEST:
Weld County Clerk to the
BY:
APP O -V fl AS TQ F
ounty Attorney
i
Date of signature:
02/0201/4 7
Julie A. Cozad, Chair
Steve Moreno, Pr -Tern
1
Sean P. Conway
Mike F4eman
ara Kirkmeyc(?dentir
2017-0544
E00074
Hello