HomeMy WebLinkAbout20161759.tiffRESOLUTION
RE: APPROVE TASK ORDER AMENDMENT #1 FOR REPAIRS/REPLACEMENT OF
WELD COUNTY SEPTIC SYSTEMS DAMAGED BY THE SEPTEMBER 2013 FLOODS
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 Task Order Amendment #1 for
Repair/Replacement of Weld County Septic Systems Damaged by the September 2013 Floods
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 Department of Public Health and
Environment, and the Colorado Department of Public Health and Environment, commencing
October 1, 2014, and ending June 30, 2016, with further terms and conditions being as stated in
said task order amendment, and
WHEREAS, after review, the Board deems it advisable to approve said task order
amendment, 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 Task Order Amendment #1 for Repair/Replacement of Weld County
Septic Systems Damaged by the September 2013 Floods 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 Department of Public Health and Environment, and the Colorado Department Public
Health and Environment be and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign said task order amendment.
CC; NLCtNnw/ST)
—1/t3/aOICo
2016-1759
BC0045
HL0048
RE: TASK ORDER AMENDMENT #1 FOR THE REPAIRS/REPLACEMENT OF WELD
COUNTY SEPTIC SYSTEMS DAMAGED BY THE SEPTEMBER 2013 FLOODS
PAGE 2
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 6th day of June, A.D., 2016, nunc pro tunc October 1, 2014.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: date , �C ;e1
Weld County. Clerk d�to wthe Board
BY
AP
a9dAre
puty Clerk to the Boar
aunty Attorney
Date of signature: Z/ t t f 0l4 I t2
Mike Freeman, Chair
Sean P. Conway, Pro-Tem
rbaraKirkmeye<rr
Steve Moreno
GGtHt. Cmw/ST)
Iii379OICo
2016-1759
BC0045
HL0048
Memorandum
TO: Mike Freeman, Chair
Board of County Commissioners
FROM: Mark E. Wallace, MD, MPH
Executive Director
Department of Public Health & Environment
DATE: June 3, 2016
SUBJECT: Task Order Contract Amendment #1 with
CDPHE for the Repairs/Replacement of Weld
County Septic Systems Damaged by the
September 2013 Floods
Enclosed for the Board's approval is a Task Order Contract Amendment between the Colorado
Department of Public Health & Environment (CDPHE) and the Weld County Board of County
Commissioners on behalf of the Weld County Department of Public Health & Environment
(WCDPHE).
This Task Order Contract allows for the reimbursement of flood impacted properties that need
to repair or replace their septic system. This amendment reduces the funding by $300,000 from
the original amount of $405,000 to $105,000 due to a lack of use. Currently, WCDPHE is working
with two (2) homeowners and they are in the reimbursement process. The term of the contract
remains from October 1, 2014, through June 30, 2016, and since the term is nearly over WCDPHE
does not believe it will be able to fully utilize the original amount of contracted funds.
This contract was approved for placement on the Board's Agenda via pass -around dated May 25,
2016.
I recommend approval of this Task Order Amendment #1 with CDPHE for the
Repairs/Replacement of Weld County Septic Systems Damaged by the September 2013 Floods.
2016-1759
88OOy5
DEPARTMENT OR AGENCY NAME
COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT
WQCD-GLU
DEPARTMENT OR AGENCY NUMBER
FAAA
TASK ORDER AMENDMENT ROUTING NUMBER
16_90711
To Original Task Order Routing Number
15_73564
TASK ORDER AMENDMENT #1
This Task Order Amendment is made this 1G ..day of May, 2016, by and between the State of Colorado, acting by
and through the DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT whose address or principal
place of business is 4300 Cherry Creek Drive South, Denver, Colorado 80246 hereinafter referred to as the
"State"; and, Board of County Commissioners of Weld County whose address or principal place of business
is 915 10th Street Greeley, Colorado 80632 hereinafter referred to as the "Contractor".
FACTUAL RECITALS
The parties entered into a Master Contract dated January 17, 2012, with contract routing number 13 FAA 00051.
Pursuant to the terms and conditions of the Master Contract the parties entered into a Task Order Contract
dated September 23, 2014 with encumbrance number FEGA201500000000000057 and task order contract routing
number 15 FEGA 73564, hereafter referred to as the "Original Task Order Contract", whereby the Contractor
was to provide to the State the following:
The project consists of the repair or replacement of flood damaged private onsite wastewater treatment
systems.
The State promises to decrease the amount of funds to be paid to the Contractor by Three Hundred Thousand
Dollars ($300,000.00) during the current term of the Original Task Order Contract in exchange for the promise of
the Contractor to perform the work under the Original Task Order Contract.
NOW THEREFORE, in consideration of their mutual promises to each other, stated below, the parties hereto agree
as follows:
1. Consideration for this Task Order Amendment to the Original Task Order Contract consists of the
payments and services that shall be made pursuant to this Task Order Amendment, and promises and
agreements herein set forth.
2. It is expressly agreed to by the parties that this Task Order Amendment is supplemental to the Original
Task Order Contract, contract routing number 15 FEGA 73564 referred to herein as the Original Task
Order Contract, which is by this reference incorporated herein. All terms, conditions, and provisions
thereof, unless specifically modified herein, are to apply to this Task Order Amendment as though they
were expressly rewritten, incorporated, and included herein.
3. It is expressly agreed to by the parties that the Original Task Order Contract is and shall be modified,
altered, and changed in the following respects only:
Page 1 of 4
Contract_Amendment_TaskOrders_040716.docx
A. The following new provision is hereby added to the body of the Original Contract:
Performance Outside the State of Colorado and/or the United States
[Not applicable if Contract Funds include any federal funds!
Following the Effective Date, Contractor shall provide written notice to the State, in accordance
with the Notices and Representatives provision, within 20 days of the earlier to occur of
Contractor's decision to perform, or its execution of an agreement with a Subcontractor to
perform, Services outside the State of Colorado and/or the United States. Such notice shall specify
the type of Services to be performed outside the State of Colorado and/or the United States and the
reason why it is necessary or advantageous to perform such Services at such location or locations.
All notices received by the State pursuant to this provision shall be posted on the Colorado
Department of Personnel & Administration's website. Knowing failure by Contractor to provide
notice to the State under this provision shall constitute a material breach of this Contract.
B. This Task Order Amendment is issued pursuant to paragraph 5 of the Original Task Order
Contract. This Task Order Amendment is for the current term of October 01, 2014 through and
including June 30, 2016. The maximum amount payable by the State for the work to be
performed by the Contractor during this current term is decreased by Three Hundred
Thousand Dollars, ($300,000.00) for an amended financial obligation of the State for the current
term of One Hundred Five Thousand Dollars, ($105,000.00).
The revised specifications to the original Statement of Work and the revised Budget, if any, are
incorporated herein by this reference and identified as "Revised Exhibit B" and "Revised Exhibit
C".
The Original Task Order Contract is modified accordingly. All other terms and conditions of the Original
Task Order Contract are reaffirmed.
4. The Effective Date of this Task Order Amendment is May 15, 2016, or upon approval of the State
Controller, or an authorized delegate thereof, whichever is later.
5. Except for the General Provisions and Special Provisions of the Original Task Order Contract, in the event
of any conflict, inconsistency, variance, or contradiction between the terms and provisions of this Task
Order Amendment and any of the terms and provisions of the Original Task Order Contract, the terms and
provisions of this Task Order Amendment shall in all respects supersede, govern, and control. The Special
Provisions shall always control over other provisions of the Original Task Order Contract or any
subsequent Task Order Amendments thereto. The representations in the Special Provisions to the Original
Task Order Contract concerning the absence of personal interest of state of Colorado employees are
presently reaffirmed.
6. FINANCIAL OBLIGATIONS OF THE STATE PAYABLE AFTER THE CURRENT FISCAL YEAR
ARE CONTINGENT UPON FUNDS FOR THAT PURPOSE BEING APPROPRIATED, BUDGETED,
AND OTHERWISE MADE AVAILABLE.
Page 2 of 4
Contract_Amendment_TaskOrders_040716.docx
IN WITNESS WHEREOF, the parties hereto have executed this Task Order Amendment on the day first above
written.
* Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor's
behalf and acknowledge that the State is relying on their representations to that effect.
CONTRACTOR:
BOARD OF COUNTY COMMISSIONERS OF
WELD COUNTY ,Iphn W. Hickenlooper, Governor
STATE:
STATE OF WELD COUNTY
Signature of Authorized Officer
Dale
Mike Freeman
Print Name of Authorized Officer
Chair, Weld County Commissioners
Print Title of Authorized Officer
By:
By:
,,,z1=ti h'
For the Executive Director
DEPARTMENT OF PUBLIC HEALTH
AND ENVIRONMENT
PROAPP ObjIL:
ALL CONTRACTS MUST BE APPROVED 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. Contractor is not authorized to begin performance until such time. If
Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such
performance or for any goods and/or services provided hereunder.
By:
Date:
Contract_Amendmera TaskOrders 040716.docv
STATE CONTROLLER
Law�uot4?
Roaros, CPA, MBA, JD
Page 3of4
kilo- 17561
This page left intentionally blank.
Page 4 of 4
Contract_Amendment_TaskOrders_04 716.docx
REVISED EXHIBIT B
STATEMENT OF WORK
To Contract Dated 5/10/2016 — Contract Routing Number 16 FEGA 90711
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above.
I. Entity Name: Weld County
Term: September 1, 2014 — June 30, 2016
II. Project Description:
The project consists of the repair or replacement of flood damaged private onsite wastewater treatment systems.
III. Definitions:
1. CDPHE — Colorado Department of Public Health and Environment
2. Contractor and/or Vendor — Any party to which a purchase order is issued.
3. E/A — Environmental Assessment
4. EPA — Environmental Protection Agency
5. ERU - Engineering Review Unit
6. FEMA — Federal Emergency Management Agency
7. GLU — Grants and Loans Unit
8. OSHA — Occupational Safety & Health Administration
9. OWTS — On -Site Wastewater Treatment System
10. PDR- Process Design Report
11. PE — Physical Engineer
12. PELs - Preliminary Effluent Limits
13. PER - Preliminary Engineering Report
14. POT W- Publicly Owned Treatment Works
15. RFA — Request for Application
16. RFQ — Request for Qualifications
17. SOQ — Statement of Qualifications
18. SOW — Statement Work
19. SRF - State Revolving Fund
20. USACOE — United States Army Corps of Engineers
21. WQCD — Water Quality Control Division
22. WTP — Water Treatment Plant
23. WRF — Water Reclamation Facility
24. WWTF- Wastewater Treatment Facility
IV. Performance (Work Plan and Requirements):
Planning Project Work Plan
Goal #1: To improve water quality in Weld County by facilitating the repair of flood damaged or lost private onsite
wastewater treatment systems (OWTS) damaged in the September 2013 flood.
Objective #1: No later than June 30, 2016, complete the repair of flood damaged on -site wastewater treatment systems for
up to 4 Weld County homeowners.
Budget
Primary Activity #1
The contractor shall accept applications for the repair of up to 4
flood damaged on -site wastewater systems, review submittals,
perform site evaluations, and inspections of construction.
$3,400
Page 1 of 3
Exhibit B -Statement of Work
WQCD - May 2013
REVISED EXHIBIT B
Sub -Activities #1
1. Issuance of approval and permits for work to be performed.
t,..'_y
.;-, ..... -m n ..,; .�__-., ..'
Budget
Primary Activity #2
The contractor shall facilitate repair or replacement of up to 4
on -site wastewater treatment systems (OWTS) that were
damaged or destroyed by the September 2013 flood.
$101,600
1. The contractor shall obtain all necessary permits and utility ocates for the work.
Sub -Activities #2
2. The contractor shall ensure that the installations meet all applicable codes and permit
requirements.
3. The contractor shall ensure that the necessary inspections and sign -offs are obtained for each
individual property improvement(s).
1. The content of electronic documents located on CDPHE and non-CDPHE websites and
information contained on CDPHE and non-CDPHE websites may be updated periodically
during the contract term. The contractor shall monitor documents and website content for
updates and comply with all updates.
2. The contractor shall ensure this award is not a duplicate of benefits with any other funding
programs utilized.
3. The contractor shall utilize a registered, licensed Professional Engineer to develop and certify
any necessary design documents for construction or soils testing required for the repairs.
4. The Contractor shall comply with the State of Colorado Design Criteria for Domestic
Standards and
Wastewater Treatment Works. This document is incorporated and made part of this SOW by
reference and is available on the following website:
Requirements
https://www.colorado.gov/pacific/sites/default/files/WQ-ENG-WQCD 20120915 WPC -DR -
1 WW Design Criteria Final.pdf. The contractor shall procure
all required permits for
construction.
5. All OWTS installed will be required to meet the standards outlined in Weld County's OWTS
Regulations, as approved by the Water Quality Division of the Colorado Department of Public
Health & Environment (CDPHE).
6. The contractor shall reimburse installers and engineers for OWTS permit, design, and
installation costs up to a maximum of $26,250.00 per site.
7. All contractors completing repairs must hold a current Weld County systems contractor
license.
1. Up to 4 on -site wastewater systems located in Weld County will be repaired or replaced,
improving water quality.
Expected Results of
the Activity
Measurement of
1. The number of flood -damaged OWTS permits issued and the number of OWTS permits with
final approval will be tracked in a database.
Expected Results
2. The total cost and costs for each OWTS permit, OWTS repair/replacement, the total cost, and
individual cost will be tracked.
,..... '... ._
. -< .., .. n �.,.. ..... . ..... ..."! ::e.•,
Completion Date
Deliverables
1. The contractor shall submit all permitting documentation via
At time of reimbursement
Page 2 of 3
Exhibit B -Statement of Work
WQCD - May 2013
REVISED EXHIBIT B
email to the CDPHE Project Manager
request, and no later than
January 1, 2016
2. The contractor shall complete construction and all funds
expended
No later than June 30, 2016
3. The contractor shall submit the final inspection sign -off for
each individual property improvement.
At time of reimbursement
request, and no later than
June 30, 2016
4. The contractor shall submit a quarterly progress report form,
as provided by CDPHE, identifying progress made on the
design and construction via email to the CDPHE Project
Manager.
No later than October 15,
January 15, April 15, July 15
throughout the contract
period
5. The contractor shall submit a final report as provided by
CDPHE for each activity listed above, including final
inspection documentation, via email to the CDPHE Project
Manager.
No later than 30 days
following final completion
V. Monitoring:
CDPHE's monitoring of this contract for compliance with performance requirements will be conducted throughout
the contract period by the CDPHE Project Manager. Methods used will include a review of documentation
determined by CDPHE to be reflective of performance to include progress reports and other fiscal and
programmatic documentation as applicable. The Contractor's performance will be evaluated at set intervals and
communicated to the contractor. A Final Contractor Performance Evaluation will be conducted at the end of the
life of the contract.
VI. Resolution of Non -Compliance:
The Contractor will be notified in writing within 10 calendar days of discovery of a compliance issue. Within 30
calendar days of discovery, the Contractor and the State will collaborate, when appropriate, to determine the
action(s) necessary to rectify the compliance issue and determine when the action(s) must be completed. The
action(s) and time line for completion will be documented in writing and agreed to by both parties. If extenuating
circumstances arise that requires an extension to the time line, the Contractor must email a request to the CDPHE
Project Manager and receive approval for a new due date. The State will oversee the completion/implementation
of the action(s) to ensure time lines are met and the issue(s) is resolved. If the Contractor demonstrates inaction
or disregard for the agreed upon compliance resolution plan, the State may exercise its rights under the provisions
of this contract.
Page 3 of 3
Exhibit B -Statement of Work
WQCD - May 2013
REVISED EXHIBIT C
Project Budget
To Contract Dated 5/10/2016 — Contract Routing Number 16 FEGA 90711
These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above.
Entity Name: Weld County
Project Activity
Budget
1. Receive and review private site applications, review submittals,
perform site evaluations, and inspection of construction.
$3,400
2. Repair or replacement of on -site wastewater treatment systems
$101,600
Total Project Cost:
$105,000
To be attached to CDPHE
Version 1.0 (3/12) contract template
Page 1 of 1 Revised: 07/17/12
Hello