Loading...
HomeMy WebLinkAbout20143368.tiff RESOLUTION RE: APPROVE TASK ORDER CONTRACT FOR REPAIR/REPLACEMENT OF SEPTIC SYSTEMS DAMAGED IN 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 a Task Order Contract 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 upon approval of the State Controller, and ending June 30, 2016, with further terms and conditions being as stated in said task order contract, and WHEREAS, after review, the Board deems it advisable to approve said task order 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 Task Order Contract for Repair/Replacement of Septic Systems Damaged in 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 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 contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 29th day of October, A.D., 2014. BOARD OF COUNTY COMMISSIONERS C� WELD COUNTY, COLORADO ATTEST: `/ EQ. Vouglas1Rademache ))Chair Weld County Clerk to the B./d � V r I MI �Y;,:. .rbara Kirkmey , Pro-Tem/ c D nI y Clerk to he Boa 4 4 ' r � (� °Q e Sean P. Conway • AP ORM: ��I ' . ciLc J : :FoarciT ke my Attorney /// a /Date of signature: C0 1-/L ! 2014-3368 HL0044 1g61 Memorandum TO: Douglas Rademacher, Chair c O U N T y Board of County Commissioners FROM: Mark E. Wallace, MD, MPH, Executive Director Department of Public Health & Environment DATE: October 27, 2014 SUBJECT: New Task Order Contract for the Repairs/ Replacement of Weld County Septic Systems Damaged by the September 2013 Floods Enclosed for Board review and approval is a contract between the Colorado Department of Public Health and Environment and the Board of County Commissioners of Weld County on behalf of the Weld County Department of Public Health and Environment. The contract term will begin immediately upon approval by the State Controller and end June 30, 2016. The total contract amount is$405,000, all of which is State funds. Under the provisions of this Task Order Contract, the WCDPHE will reimburse owners of flood impacted properties that need to repair or replace their septic system. We are able to repair up to 30 systems at $13,500 per system (including permit fee) for applications received after this contract begins. This new Task Order Contract with CDPHE for the Repairs/Replacement of Weld County Septic Systems Damaged by the September 2013 Floods was approved for placement on the agenda by the Board via pass-around dated October 21, 2014. I recommend approval of this new Task Order Contract with CDPHE for the Repairs/Replacement of Weld County Septic Systems Damaged by the September 2013 Floods. 2014-3368 e DISP.AIYPNMFNr OF PUBLIC IFALT1 I AM)I?NVIRONMI'N'1' CMS ROUTING NO.15 FEGA 73%4 APPROVED TASK ORDER CONTRACT—WAIVER #154 This Task Order Contract is issued pursuant to Master Contract made on 01/17/2012,with routing number 13 FAA 00051 coNTRA(.IOR: State of Colorado for the use&benefit of the Board of County Commissioners of Weld County Department of Public Health and 915 10ih Street Environment Greeley,Colorado 80632-0758 Water Quality Control Division for the use and benefit of the Grants and Loans Unit Weld County Department of Public Health and 4300 Cherry Creek Drive South Environment 1555 North 17 Avenue Denver, Colorado 80246 Greeley,Colorado 80631 TASK ORDER MADE DATE: CONTRACTOR ENTITY IYPIi. 09/23/14 Colorado Political Subdivision CORK I.NCLNIBRANCI,NI N1131:R: Y�CsAaol5nIThe.CWINOOOoos 'TERM: BILLING SI'Nl(MF.NTS RITEIVIA): This Task Order shall be effective upon Monthly approval by the State Controller,or designee, or on 10/01/2014,whichever is later. The STATUTORY ALITIOItIIY. Task Order shall end on 06/30/2016. I louse Bill 14-1002 PRICE STRUCTURE: CONTRACT PRICE:NOT TO I ACIiIu): Cost Reimbursement $405,000.00 I'ROCLREMI(NT\IICTI MD. FEDER\I.FUN DI NG DOLLARS: $0.00 Exempt stern:FUNDING DOLLARS. $405,000.00 BID/RI.I LIST PRICE AGM TAUNT NU\IBlflt MAXIMUM AMOUNT AVAILABLE PER FISCAL.YI:A R: REA FY 15-16: $405,000.00 LAW SI'SCIPIEl)VENDOR S1'ATUTIl: Not Applicable • s.r.vm It'PRI SENT\IVI. CONIR:\CTOR RI PRI SI'N r:\TIVP.: Michael S.Beck Lauren Light Department of Public Health and Environment Weld County Department of Public Health and Water Quality Control Division Environment Grants and Loans Unit 1555 North 17th Avenue 4300 Cherry Creek Drive South Greeley,Colorado 80631 Denver,CO 80246 SCOPE(IL WORK: The project consists of the repair or replacement of flood damaged private onsite wastewater treatment systems. Contract_Template_Task_Order_070714 Page I of 6 X LI330f EXHIBITS: I' The following exhibits are hereby incorporated: Exhibit A- Additional Provisions (and its attachments if any—e.g.,A-1,A-2,etc.) Exhibit B- Statement of Work(and its attachments if any—e.g.,B-1,B-2,etc.) Exhibit C - Budget (and its attachments if any—e.g.,C-1,C-2,etc.) GENERAL PROVISIONS The following clauses apply to this Task Order Contract. Thesegeneral clauses may have beenexpanded upon or made PP Y more specific in some instances in exhibits to this Task Order Contract. To the extent that other provisions of this Task Order Contract provide more specificity than these general clauses,the more specific provision shall control. 1. This Task Order Contract is being entered into pursuant to the terms and conditions of the Master Contract including,but not limited to,Exhibit One thereto. The total term of this Task Order Contract,including any renewals or extensions,may not exceed five(5)years. The parties intend and agree that all work shall be performed according to the standards,terms and conditions set forth in the Master Contract. 2. In accordance with section 24-30-202(1),C.R.S.,as amended,this Task Order Contract is not valid until it has been approved by the State Controller,or an authorized delegee thereof. The Contractor is not authorized to,and shall not;commence performance under this Task Order Contract until this Task Order Contract has been approved by the State Controller or delegee. The State shall have no financial obligation to the Contractor whatsoever for any work or services or,any costs or expenses,incurred by the Contractor prior to the effective date of this Task Order Contract. If the State Controller approves this Task Order Contract on or before its proposed effective date,then the Contractor shall commence performance under this Task Order Contract on the proposed effective date. If the State Controller approves this Task Order Contract after its proposed effective date,then the Contractor shall only commence performance under this Task Order Contract on that later date. The initial term of this Task Order Contract shall continue through and including the date specified on page one of this Task Order Contract,unless sooner terminated by the parties pursuant to the terms and conditions of this Task Order Contract and/or the Master Contract. Contractor's commencement of performance under this Task Order Contract shall be deemed acceptance of the terms and conditions of this Task Order Contract. 3. The Master Contract and its exhibits and/or attachments are incorporated herein by this reference and made a part hereof as if fully set forth herein. Unless otherwise stated,all exhibits and/or attachments to this Task Order Contract are incorpul ated herein and made a part of this Task Order Contract. Unless otherwise stated, the terms of this Task Order Contract shall control over any conflicting terms in any of its exhibits. In the event of conflicts or inconsistencies between the Master Contract and this Task Order Contract(including its exhibits and/or attachments),or between this Task Order Contract and its exhibits and/or attachments,such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: I)the Connect_Template_Task_Order_070714 Page 2 of 6 Special Provisions of the Master Contract;2)the Master Contract(other than the Special Provisions)and its exhibits and attachments in the order specified in the Master Contract;3)this Task Order Contract;4)the Additional Provisions-_Exhibit A,and its attachments if included,to this Task Order Contract; 5) the Scope/Statement of Work-Exhibit B,and its attachments if included,to this Task Order Contract;6)other exhibits/attachments to this Task Order Contract in their order of appearance. 4. The Contractor, in accordance with the terms and conditions of the Master Contract and this Task Order Contract, shall perform and complete, in a timely and satisfactory manner,all work items described in the Statement of Work and Budget, which are incorporated herein by this reference,made a part hereof and attached hereto as"Exhibit B"and"Exhibit C". 5. The State, with the concurrence of the Contractor, may,among other things,prospectively renew or extend the term of this Task Order Contract, subject to the limitations set forth in the Master Contract, increase or decrease the amount payable under this Task Order Contract,or add to,delete from,and/or modify this Task Order Contract's Statement of Work through a contract amendment. To be effective,the amendment must be signed by the State and the Contractor,and be approved by the State Controller or an authorized delegate thereof. 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 Task Order Contract on the effective date of such change as if fully set forth herein. 6. The conditions,provisions,and terms of any RFP attached hereto, if applicable,establish the minimum standards of performance that the Contractor must meet under this Task Order Contract. If the Contractor's Proposal, if attached hereto,or any attachments or exhibits thereto,or the Scope/Statement of Work- Exhibit B,establishes or creates standards of performance greater than those set forth in the RFP,then the Contractor shall also meet those standards of performance under this Task Order Contract. 7. STATEWIDE CONTRACT MANAGEMENT SYSTEM[This section shall apply when the Effective Date is on or after July 1, 2009 and the maximum amount payable to Contractor hereunder is$100,000 or higher] By entering into this Task Order Contract,Contractor agrees to be governed, and to abide,by the provisions of CRS §24-102-205, §24-I02-206, §24-103-601, §24-103.5-101 and §24-105-102 concerning the monitoring of vendor performance on state contracts and inclusion of contract performance information in a statewide contract management system. Contractor's performance shall be evaluated in accordance with the terms and conditions of this Task Order Contract, State law, including CRS §24-103.5-10I,and State Fiscal Rules, Policies and Guidance. Evaluation of Contractor's performance shall be part of the normal contract administration process and Contractor's performance will be systematically recorded in the statewide Contract Management System. Areas of review shall include,but shall not be limited to quality,cost and timeliness.Collection of information relevant to the performance of Contractor's obligations under this Task Order Contract shall be determined by the specific requirements of such obligations and shall include factors tailored to match the requirements of the Statement of Project of this Task Order Contract. Such performance information shall be entered into the statewide Contract Management System at intervals established in the Statement of Project and a final review and rating shall be rendered within 30 days of the end of the Task Order Contract term.Contractor shall be notified following each performance and shall address or correct any identified problem in a timely manner and maintain work progress. Should the final performance evaluation determine that Contractor demonstrated a gross failure to meet the performance measures established under the Statement of Project,the Executive Director of the Colorado Department of Personnel and Administration(Executive Director),upon request by the Colorado Department of Public Health and Environment and showing of good cause, may debar Contractor and Contract_Template_Task_Order_070714 Page 3 of 6 Y � prohibit Contractor from bidding on future contracts.Contractor may contest the final evaluation and result by:(i)filing rebuttal statements,which may result in either removal or correction of the evaluation(CRS §24-105-102(6)),or(ii)under CRS §24-105-102(6),exercising the debarment protest and appeal rights provided in CRS §§24-109-106, 107,201 or 202,which may result in the reversal of the debarment and reinstatement of Contractor,by the Executive Director,upon showing of good cause. 8. If this Contract involves federal funds or compliance is otherwise federally mandated,the Contractor and its agent(s)shall at all times during the term of this contract strictly adhere to all applicable federal laws, state laws,Executive Orders and implementing regulations as they currently exist and may hereafter be amended.Without limitation,these federal laws and regulations include the Federal Funding Accountability and Transparency Act of 2006(Public Law 109-282),as amended by§6062 of Public Law 110-252,including without limitation all data reporting requirements required there under. This Act is also referred to as FFATA. Contract_Template_Task_Order_070714 Page 4 of 6 1 4 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT * 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: STATE OF COLORADO: Board of County Commissioners of Weld John W.Hickenlooper, GOVERNOR County 915 10'"Street Greeley,Colorado 80632-0758 for the use and benefit of the Weld County Department of Public Health and Environment Legal Name of Contracting Entity 1q/1' OCT Z 9 2014 For Executive Director Date Department of Public Health and Environment Signature of Authori Officer l� •T Douglas Rademacher Print Name of Authorized Officer Department 2Apirtie Chair, Board of Weld County By Print Title of Authorized Officer Commissioners 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. STATE CONTROLLER: Robert Jams,CPA,MBA,JD 1 , By /� Date t 4 fit Contract— P Tem late—Task—Order— Page Pa e 5 of 6 APPROVED AS TO FUNDING: APPROVED AS TO SUBSTANCE: len ctm Controller Department Head APP AS TO FORM: i ty Attorney ♦ EXHIBIT A ADDITIONAL PROVISIONS To Contract Dated 09/23/2014-CMS Contract Routing Number 15 FECA 73564 These provisions are to be read and interpreted in conjunction with the provisions of the Contract specified above. 1. To receive compensation under the Contract, the Contractor shall submit a signed Monthly CDPHE Reimbursement Invoice Form. This form is accessible from the CDPHE internet website http://www.colorado.gov/cs/Satellite/CDPHE-Main/CBON/1251622941228 and is incorporated and made part of this Contract by reference. CDPHE will provide technical assistance in accessing and completing the form. The CDPHE Reimbursement Invoice Form and Expenditure Details page must be submitted no later than forty-five(45)calendar days after the end of the billing period for which services were rendered. Expenditures shall be in accordance with the Statement of Work and Budget The Contractor shall submit the following documentation with the completed CDPHE Reimbursement Invoice Form and Expenditure Details page; all applicable invoices to substantiate the amount being requested. Scan the completed and signed CDPHE Reimbursement Invoice Form and supporting documentation into an electronic document. Email the scanned invoice and Expenditure Details page and supporting documentation to: Diane McAfee Grants and Loans Unit(GLU) Administrative Assistant, diane.mcafee@state.co.us. Also, courtesy copy your GLU project manager. Final billings under the Contract must be received by the State within a reasonable time after the expiration or termination of the Contract; but in any event no later than forty-five(45)calendar days from the effective expiration or termination date of the Contract. Unless otherwise provided for in the Contract,"Local Match", if any, shall be included on all invoices as required by funding source. The Contractor shall not use federal funds to satisfy federal cost sharing and matching requirements unless approved in writing by the appropriate federal agency. 2. Time Limit For Acceptance Of Deliverables. a. Evaluation Period. The State shall have ninety(90)calendar days from the date a deliverable is delivered to the State by the Contractor to evaluate that deliverable,except for those deliverables that have a different time negotiated by the State and the Contractor. b. Notice of Defect. If the State believes in good faith that a deliverable fails to meet the design specifications for that particular deliverable,or is otherwise deficient,then the State shall notify the Contractor of the failure or deficiencies, in writing,within thirty(30)calendar days of: I)the date the deliverable is delivered to the State by the Contractor if the State is aware of the failure or deficiency at the time of delivery;or 2)the date the State becomes aware of the failure or deficiency. The above time frame shall apply to all deliverables except for those deliverables that have a different time negotiated by the State and the Contractor in writing pursuant to the State's fiscal rules. Exhibit_A_Additional_Provisions_070714 Page 1 of 2 6 EXHIBIT A c. Time to Correct Defect. Upon receipt of timely written notice of an objection to a completed deliverable,the Contractor shall have a reasonable period of time,not to exceed thirty(30) calendar days,to correct the noted deficiencies. 3. Health Insurance Portability and Accountability Act(HIPAA)Business Associate Determination. The State has determined that this Contract does not constitute a Business Associate relationship under HIPAA. 4. The Contractor shall request pre-approval from CDPHE Project Manager for budget activity redistribution over$5,000.00. 5. The Contractor shall submit the following documentation with the completed CDPHE Reimbursement Invoice Form and Expenditure Details page for monthly invoicing;Back-up invoices for expenditures and project documentation as approved in Exhibit B. Exhibit_A_Additional_Provisions_070714 Page 2 of 2 • EXHIBIT B STATEMENT OF WORK To Contract Dated 09/23/2014-CMS Contract Routing Number 15 FEGA 73564 These provisions are to be read and interpreted in conjunction with the provisions of the contract specified above. I. Entity Name: Weld County Term: October 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. POTW-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 30 Weld Countjv homeowners. 177 Budget Budget Page I of 3 Exhibit B-Statement of Work WQCD-May 2013 L - EXHIBIT B The contractor shall accept applications for the repair of up to 30 flood damaged on-site wastewater systems,review $22,500 Primary Activity#1 submittals,perform site evaluations,and inspections of construction. 1. Issuance of approval and permits for work to be performed. Sub-Activities#1 Primary Activity#2 Budget The contractor shall facilitate repair or replacement of up to 30 on-site wastewater treatment systems(OWTS)that were $382,500 damaged or destroyed by the September 2013 flood. 1. The contractor shall obtain all necessary permits and utility locates for the work. 2. The contractor shall ensure that the installations meet all applicable codes and permit Sub-Activities#2 requirements. 3. The contractor shall ensure that the necessary inspections and sign-offs are obtained for each individual .ro.e im.rovement s . I. 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 utilize the state's design criteria for wastewater systems. Standards and 5. The contractor shall procure all required permits for construction. Requirements 6. 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). 7. The contractor shall reimburse installers and engineers for OWTS permit,design,and installation costs up to a maximum of$12,750.00 per site. 8. All contractors completing repairs must hold a current Weld County systems contractor license. 9. All work must be com.leted,and final ins ction a..roved,no later than June 30,2016. I. Up to 30 on-site wastewater systems located in Weld County will be repaired or replaced, improving water quality. Expected Results of the Activity I. The number of flood-damaged OWTS permits issued and the number of OWTS permits with Measurement of 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. Completion Date 1. The contractor shall submit all permitting documentation via At time of reimbursement Deliverables email to the CDPHE Project Manager request,and no later than January 1,2016 Page 2 of 3 Exhibit B-Statement of Work WQCD-May 2013 • EXHIBIT B 2. The contractor shall complete construction and all funds No later than June 30,2016 expended 3. The contractor shall submit the final inspection sign-off for At time of reimbursement each individual property improvement. request,and no later than June 30,2016 4. The contractor shall submit a quarterly progress report form, No later than October 15, as provided by CDPHE, identifying progress made on the January 15,April 15,July 15 design and construction via email to the CDPHE Project throughout the contract Manager. period 5. The contractor shall submit a final report as provided by No later than 30 days CDPHE for each activity listed above, including final following final completion inspection documentation,via email to the CDPHE Project Manager. 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 0 . EXHIBIT C Project Budget To Contract Dated 09/23/2014-CMS Contract Routing Number 15 FEGA 73564 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, $22,500 perform site evaluations,and inspection of construction. 2. Repair or replacement of on-site wastewater treatment systems $38200 Total Project Cost: $405,000 To be attached to CDPHE Page 1 of 1 Revised:07/17/12 it Version 1.0(3/12)contract template Hello