HomeMy WebLinkAbout20142486.tiff TASK ORDER
Date: Task Order#: Master Agreement CMS#: 14 HA4 64551 Task Order CMS#: 15 HA4 71579
7/15/2014 20054ER1 Project#:C 030-064,20054 PO:400000/54
In accordance with §7 of the Master Agreement("Master Agreement") (routing number 14 HA4 64551)between
the State of Colorado, Department of Transportation ("State" or "COOT"), and WELD COUNTY ("Local
Agency"), beginning April 9, 2014 and ending on April 8, 2019, the provisions of the Master Agreement, and any
amendments thereto affected by this task order("Task Order")are modified as follows:
1) TASK ORDER DESCRIPTION
The State accepts the Local Agency Offer dated June 6,2014, which is incorporated by reference herein. Local
Agency shall perform the Emergency Repair Work authorized in this Task Order at CR 54 in accordance with
the Master Agreement and the attached Local Agency Offer. All terms not defined in this Task Order shall
have the meaning given in the Master Agreement.
2) PRICE/COST
The maximum amount payable by the State to Local Agency for performance of this Task Order is limited to
the amount identified as the"Total Estimated Payment to Local Agency" in Section 2 of the attached Task
Order Budget (identified as "Exhibit C — Funding Provisons"), as determined by the State from available
funds. Local Agency agrees to provide any additional funds required for successful completion of the Work.
Funding for each phase of Work(as identified on the attached Task Order Budget)shall be encumbered as each
phase is authorized pursuant to a unilateral Task Order amendment by State authorized pursuant to §B.A.ii of
the Master Agreement.
3) PERFORMANCE PERIOD
Local Agency shall complete its obligations under this Task Order on or before the expiration date of the Master
Agreement.
4) EFFECTIVE DATE
This Task Order shall not be effective or enforceable until it is approved and signed by the Colorado State
Controller,or their designee,("Effective Date").
5) APPROVALS
STATE OF COLORADO
John W.Hickenlooper,Governor
By:
Josh$ l.aipply,PE, h' 'hgince
Colorado Department of'transportation
Date: IC 20/y
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all Slate contracts. This Task Order is not valid until signed and
dated below by the State Controller,or delegate. Except as provided in§8.F of the Master Agreement,the Local Agency is not
authorized to begin performance until such lime. Except as provided in §8.F of the Master Agreement, if the Local Agency
begins performing prior to the date below,the State of Colorado is not obligated to pay for such performance or for any goods
and/or services provided.
State Contro ler
Robert os, P ,71B
By:
Date: /off//f_
2014-2486
airmvu„, cartentej. de: oem (-.0.,a) 'gcoo45
8 ii-z�,y 9/44 ' EGoo7o
EXHIBIT 0 - FORM OF LOCAL AGENCY OFFER - ER1
Local Agency Offer
C 030-064
In accordance with Section 7 of the Master Agreement, 14 HA4 84551 ("Master Agreement")
between the State of Colorado, Department of Transportation("CDOT")and Weld County
("Local Agency"), the authorized person signing below for Local Agency hereby submits this
Local Agency Offer to CDOT for creation of a Task Order under the Master Agreement for the
purpose of authorizing Local Agency to perform Work in the Flood Damaged Area Identified
below and receive reimbursement for such Work.
All terms not defined in this Local Agency Offer shall have the meanings given in the Master
Agreement.
The Local Agency hereby approves the attached documents and Incorporates them by
reference for the creation of a Task Order for the Flood Damaged Area In CR 54 ER ("Project
Location"):
• Task Order Scope
• Task Order Budget
• Local Agency Contract Administration Checklist
• Damage Inspection Report(Form FHWA 1547)
Completion of the Work under this Local Agency Offer is estimated to be 8 months.
Pursuant to §4.L of the Master Agreement, the Local Agency contact information for the project,
specified in this Local Agency Offer Is:
Roy Rudislll, Weld County Office of Emergency Management, Director
1150 O Street, Greeley, CO 80632
rrudisill@co.weld.co.us
(970)304-6540
Local Agency hereby requests the creation of a Task Order for the Project Location.
"Person signing for the Local Agency hereby swears and affirms that he/she are authorized to act on the Local
Agency's behalf(as Indicated in Exhibit B of the Master Agreement)and acknowledge that the State is relying on
hislher representation� to that effect.
pr
Roy Rudislll
Direct r, Weld County Office of Emergency Management
G, 20/f
Date
Page 1 of 1
Task Order Scope
Project Name: ERLA WCR 54 CR 13A BRDGE OVER BIG T
Project Number: C 030-064
Subaccount No: 20054
Local Agency: Weld County
CDOT Contact: Adam Hanks
CDOT Flood Recovery Office
1901 561h Avenue,Suite 100
Greeley, CO 80634
Emergency Repairs
Emergency work consists of the work to repair the flood damages described in the Emergency
DDIR and Revised Emergency DDIR. Work for the emergency repairs includes the repair of
approximately 800 feet of roadway and backfilling the scoured bridge abutment to restore
essential traffic. Emergency work to protect the existing structure Includes placing riprap as
scour protection.
Permanent Repairs
Permanent work consists of the work to repair the flood damages described in the Permanent
Repair DDIR. Permanent repairs include restoring approximately 800 feet of roadway and the
bridge abutment to pre-disaster conditions per design standards. Permanent repairs also
include paving the damaged roadway, replacing scour protection at the bridge abutments and
piers, and the installation of permanent erosion control measures.
Page 1 of 1
EXHIBIT C -FUNDING PROVISIONS Task Order 1t: 20054 ER1
Estimated Cost of Work Project Name: ERLA WCR 54 CR I3A BRIDGE OVER BIG T
The estimated total cost the Work is as follows:
l BUDGETED FUNDS
a. Federal Funds $124.215.00
(100%of Paslicipaling Costs) $46,174.00
(82.79%of Participating Costs) $78,041.00
b. Local Funds $16,223.00
(0%of Participating Costs)
(17.21%of Participating Costs) _ $16,223.00
c. State Funds $0.00
(0%of Participating Costs)
[ TOTAL BUDGETED FUNDS: $140,438.00 $140,438.00
2 [ESTIMATED PAYMENT TO LOCAL AGENCY*:
a. _ Federal Funds Budgeted(la) $124,215.00 $124215.00
h. State Funds Budgeted(lc) $0.00 _$0,00
[ TOTAL ESTIMATED PAYMENT'1'O LOCAL AGENCY':[$124,215.00[$124,215,00
3 FOR CDOT ENCUMBRANCE PURPOSES
\VHS Element Phase Fanction Pn•nbte Pnrltck alln Percenlac BudReled Encumbered
? P g K Funds Funds**
Design 3020
ROW 3111/3114
(Acq/Reloc)
ROW 3114
Incidentals
Cosst(100%) 3301
Const(82.79) 3301
20054.10.50 Miscellaneous 3404 $140,438.00 $140,438.00
Utllttes 3988
Environmental 3403
TOTAL ENCUMBERED FUNDS:I [$140,438.00
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
The following checklist has been developed to ensure that all required aspects of a
project approved for Federal funding have been addressed and a responsible party
assigned for each task.
After a project has been approved for Federal funding in the Statewide Transportation
Improvement Program, the Colorado Department of Transportation(CDOT) Project
Manager, Local Agency project manager, and CDOT Resident Engineer prepare the
checklist. It becomes a part of the contractual agreement between the Local Agency
and CDOT. The CDOT Agreements Unit will not process a Local Agency agreement
without this completed checklist. It will be reviewed at the Final Office Review meeting
to ensure that all parties remain in agreement as to who is responsible for performing
individual tasks.
xvi
COLORADO DEPARTMENT OF TRANSPORTATION
LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST
Project No. STIP No. Project Code Region
C 030-064 ER
20054 HA4
Project Location Date
CR 54 5/1/14
Project Description
ERLA WCR 54 CR 13A BRDGE OVER BIG T
Local Agency Local Agency Project Manager
Weld County Richard White/Clay Kimml
COOT Resident Engineer CDOT Project Manager
Miranda Lange,PE Adam Hanks,PE
INSTRUCTIONS:
This checklist shall be utilized to establish the contract administration responsibilities of the individual parties to this agreement.
The checklist becomes an attachment to the Local Agency agreement.Section numbers correspond to the applicable chapters
of the COOT Local Agency Manual.
The checklist shall be prepared by pladng an"X"under the responsible party,opposite each of the tasks.The'X"denotes the
party responsible for initialing and executing the task.Only one responsible party should be selected.When neither COOT nor
the Local Agency Is responsible for a task,not applicable(NA)shall be noted. In addition,a'$1'will denote that COOT must
concur or approve.
Tasks that will be performed by Headquarters staff will be indicated.The Regions,in accordance with established policies and
procedures,will determine who will perform all other tasks that are the responsibility of COOT.
The checklist shall be prepared by the COOT Resident Engineer or the COOT Project Manager,in cooperation with the Local
Agency Project Manager,and submitted to the Region Program Engineer.If contract administration responsibilities change,the
COOT Resident Engineer,in cooperation with the Local Agency Project Manager,will prepare and distribute a revised checklist.
RESPONSIBLE
NO. DESCRIPTION OF TASK PARTY
LA CDOT
TIP/STIP AND LONG-RANGE PLANS
2.1 I Review Project to ensure it Is consistent with STIP and amendments thereto L I X
FEDERAL FUNDING OBLIGATION AND AUTHORIZATION
4.1 Authorize funding by phases(COOT Form 418-Federal-aid Program Data.Requires FHWA X
concurrence/Involvement)
PROJECT DEVELOPMENT
5.1 Prepare Design Data-COOT Form 463
5.2 Prepare Local Agency/COOT Inter-Governmental Agreement(see also Chapter 3) X
5.3 Conduct Consultant Selection/Execute Consultant Agreement
6.4 Conduct Design Soaping Review Meeting
5.5 Conduct Public Involvement
5.6 Conduct Field Inspection Review(FIR)
5.7 Conduct Environmental Processes(may require FHWA concurrence/Involvement) X
5.8 Acquire Right-of-Way(may require FHWA cancurrencdlnvolvement)
5.9 Obtain Utility and Railroad Agreements _ _
5.10 Conduct Final Office Review(FOR)
5.11 Justify Force Account Work by the Local Agency X
5.12 Justly Proprietary,Sole Source,or Local Agency Furnished Items X
5.13 Document Design Exceptions-COOT Form 484
5.14 Prepare Plans,Specifications and Construction Cost Estimates
5.15 Ensure Authorization of Funds for Construction X
COOT Form 1243 01113 Pagel of 4
Previous editions are obsolete and may not be used
RESPONSIBLE
NO. DESCRIPTION OF TASK PARTY
LA CDOT
PROJECT DEVELOPMENT CIVIL RIGHTS AND LABOR COMPLIANCE
8.1 Set Underutilized Disadvantaged Business Enterprise(UBDE)Goals for Consultant and
Construction Contracts(COOT Region EEO/Civil Rights Specialist)
8.2 Determine Applicability of Davis-Bacon Act X
This project O Is ®is not exempt from Davis-Bacon requirements as determined by the
functional classification of the protect location(Projects located on local roads and rural
minor collectors may be exempt.)
Miranda Lanae.PE 05/01/2014 •
COOT Resident Engineer(Signature on File) Date
6.3 Set On-the-Job Training Goals.Goal is zero if total construction is less than$1 million(CDOT X
Region EEO/CINI Rights Specialist)
6.4 Title VI Assurances
Ensure the correct Federal Wage Decision,all required Disadvantaged Business
' Enterprise/On-the-Job Training special provisions and FHWA Form 1273 are Included In the
-J ;. Contract(CDOT Resident Engineer)
ADVERTISE,BID AND AWARD
7.1 Obtain Approval for Advertisement Period of Less Than Three Weeks
7.2 Advertise for Bids
7.3 Distribute"Advertisement Set"of Plana and Specifications
7.4 Review Workelte and Plan Details with Prospective Bidders While Project is Under
Advertisement
7.6 Open Bids _.
7.8 Process Bids for Compliance
Check COOT Form 716-Certificate of Proposed Underutilized DBE Participation when the
it.a+` low bidder meets UDBE goals X
- ' Evaluate COOT Form 718-Underutilized DBE Good Faith Effort Documentation and
1 determine If the Contractor has made a good faith effort when the low bidder does not meet X
DBE goals __ -.
Submit required documentation for CDOT award concurrence
7.7 Concurrence from COOT to Award _X
7.8 Approve Rejection of Low Bidder X
7.9 Award Contract
7.10 Provide"Award"and"Record'Sets of Plans and Specifications
CONSTRUCTION MANAGEMENT
8.1 issue Notice to Proceed to the Contractor
8.2 Project Safety
8.3 Conduct Conferences:
3. ; Pre-Construction Conference(A�pendi)
Pre-survey
,� • Construction slaking
-' • Monumentation
Partnering(Optional)
'- Structural Concrete Pre-Pour(Agenda Is in COOT Construction ManuaQ
Concrete Pavement Pre-Paving(Agenda is in COOT Construction Manuel)
HMA Pre-Paving(Agenda is In COOT Construction Manus°
8.4 Develop and distribute Public Notice of Planned Construction to media and local residents
8.5 Supervise Construction
A Professional Engineer(PE)registered in Colorado,who will be"in responsible charge of
construction supervision."
Richard White lClay Klmmi 970.304-6498
" '-% local Agency Professional Engineer or Phone number X
COOT Resident Engineer
CDOT Form 1243 01113 Page2 of 4
Previous editions are obsolete and may not he used
RESPONSIBLE 1
NO. DESCRIPTION OF TASK PARTY
LA CDOT
T Provide competent,experienced staff who will ensure the Contract work Is constructed in t
accordance with the plans and specifications _
Construction inspection and documentation
8.6 i Approve Sinop Drawings
8.7 Perform Traffic Control Inspections
8.8 Perform Construction Surveying .
8.9 Monument Right-of-Way
8.10 Prepare and Approve Interim and Final Contractor Pay Estimates
Provide the name and phone number of the person authorized for this task.
Richard White/Clay Kimmi 970-304-6496
Local Agency Representative Phone number _ T_._.
8.11 Prepare and Approve interim and Final Utility end Railroad Billings
8.12 Prepare Local Agency Reimbursement Requests X
8.13 Prepare and Authorize Change Orders
8.14 Approve All Change Orders _ _ - X
8.15 Monitor Project Finandal Status
8.18 Prepare and Submit Monthly Progress Reports _
8.17 Resolve Contractor Claims and Disputes
8.18 Conduct Routine and Random Project Reviews
Provide the name and phone number of the person responsible for this task. X
Mtranda_Lange.PE 970-962-4017 _
COOT Resident Engineer Phone number
—
MATERIALS
9.1 Conduct Materials Pre-Construction Meeting
9.2— Complete COOT Form 250-Materials Documentation Record
• Generate form,which includes determining the minimum number of required tests and
applicable material submittals for all materials placed on the project
• Update the form as work progresses
• Complete and distribute form after work is completed _ X
9.3 Perform Project Acceptance Samples and Tests
9.4 Perform Laboratory Verification Tests _ _ -
9.5 Accept Manufactured Products
Inspection of structural components:
• Fabrication of structural steel and pre-stressed concrete structural components
• Bridge modular expansion devices(0"to 8"or greater)
• Fabrication of bearing devices _
9.8 Approve Sources of Materials _
9.7 Independent Assurance Testing(IAT),Local Agency Procedures 0 COOT Procedures 21
• Generate IAT schedule
• Schedule and provide notification
• Conduct IAT X
9.8 Approve mix designs
• Concrete
• Hot mix asphalt
9.9 Check Final Materials Documentation
9.10 , Complete and Distribute Final Materials Documentation I _ _
CDOT Form 1243 01/13 Page3 of 4
Previous editions ars obsolete and may not be used
CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE
10.1 Fulfill Project Bulletin Board and Pre-Construction Packet Requirements
10.2 Process CDOT Form 206-Sublet Permit Application
Review and sign completed CDOT Form 205 for each subcontractor,and submit to
EEO/Civil Rights Specialist
10.3 Conduct Equal Employment Opportunity and Labor Compliance Verification Employee
Interviews. Complete CDOT Form 260
10.4 Monitor Disadvantaged Business Enterprise Parlideation to Ensure Compliance with the
"Commercially Useful Function"Requirements
10.5 Conduct Interviews When Project Utilizes On-the-Job Trainees. Complete CDOT Form 200-
OJT Training Questionnaire
10.6 Check Certified Payrolls(Contact the Region EEO/Civil Rights Specialists for training requirements.)
10.7 Submit FI-WA Form 1391-Highway Construction Contractor's Annual EEO Report
FINALS
11.1 Conduct Final Project Inspection.Complete and submit COOT Fonn 1212-Final X
Acceptance Report(Resident Engineer with mandatary Local Agency participation.)
11.2 Write Final Project Acceptance Letter
11.3 Advertise for Final Settlement
11.4 Prepare and Distribute Final As-Constructed Plans
11.5 Prepare EEO Certification X
11.6 Check Final Quantities,Plans,and Pay Estimate;Check Project Documentation;and submit X
Final Certifications
11.7 Check Material Documentation and Accept Final Material Certification(See Chapter 9) X
11.6 Obtain CDOT Form 17 from the Contractor and Submit to the Resident Engineer
11.9 Obtain Ft-WA Form 47-Statement of Materials and Labor Used... from the Contractor
11.10 Complete and Submit COOT Form 1212—Final Acceptance Report(by CDOT) X
11.11 Process Final Payment
11.12 Complete and Submit CDOT Form 950-Project Closure X
1113 Retain Project Records for Six Years from Date of Project Closure
11.14 Retain Final Version of Local Agency Contract Administration Checklist
cc: CDOT Resident Engineer/Project Manager
COOT Region Program Engineer
CDOT Region EEO/Civil Rights Specialist
CDOT Region Materials Engineer
CDOT Contracts and Market Analysis Branch
Local Agency Project Manager
COOT Form 1243 01113 Page4 of 4
Previous editions are obsolete and may not he used
Sheet of
U.S.Dip anmont of Report Number;
Treneponslion DETAILED DAMAGE INSPECTION REPORT 200S4_Weid,County_064-ER
Federal Highway
Adminlelredon (Title 23,Federal-aid Highways) Inspection Date:
10/30/2013
Location(Name of Road and Milepost) FHWA Disaster Number:
CO-13-1
Weld County Site 06 Federal-aid Route Number:
County Road 54(CR13A Bridge)Over BlgThompson River 00054
Description of Damage (ONLY ONE ITEM MAY BE CHECKED) state: County:
9 Emergency Repair O Permanent Repair 9 Oebrts general CO Weld
Extreme rain amounts routed!Motheaten that washed out the roadway and abutment batkitll at the tan abutments; Work Order Number:
overtopped the roadway and damaaad 500 feet of shoulder,embankment,and pavement;and demoted scour
protetlion elements at the abutments In the morn channel at the bridge.Emergency repair ere necessary for the bridge
abutment basin's,roadway,subgrade,embankments,roadside'temente,and scour mlttaatlon measures al the
abutments to restore ewentiat traffic to pre•db astercondh fon.Emergency repairs to protect the structure Include
placing tiptop In the channel.
Cost Estimate
Description of Work to Date Cost
(Equipment,Labor,and Materials) Unit Unit Price Quantity„Completed Remaining
Major Earthwork Items CY 0 0
Aggregate Base Course CY 0 a
Surfacing-HMA .TN 0 0
Surfacing-Concrete SY 0 0
.,
Structure Repairs LS 0 1 0
Walls LSF 0 0
Drainage LF _ 0 0
Misc.Items LS 0 r 0
-
General Construction Items LS 0 0'
•Winter Work&Dewatering items LS 0 0
Engineering Services(See Attached) Per Randy Jensen — _ $ 25,900.00
ER Work to Restore Traffic(See attached) $ 23,747,84
Deduction-(Pavement)PR Item $ (3,474.74)
ER Work to Protect the Structure(See attached)• et$ 94,264.20
Construction Estimate Subtotal $ 140,437.30
Right-of-Way $ _
•Indicates Item reimbursed at 80/20 rate due to work Preliminary Engineering $
occuring during the Emergency Repair Extension Construction Engineering $ -
indlrects $ _
+ —
Method
Q Lural Forces ❑ State Forces 0ContractEstimated Project Total $ 140,437.30
Environmental Assessment Recommendation Prepared By, Date:
D Categorical Exclusion ❑ EA/EIS ��ryry��}(( Adam Hanks,P.E. 05/08/14
a ��V(t% Ln l EL g � Aona r�'�n�
Concurrence I ins FHWA En ! kuntw.oarnrwAt,tr roes rt ng.:,HWA
KJ Yet O No mmws......d os..osiomwal
•__ttesuauesilaastal____
Concurrence State Engineer(Print Name): St t ngineer(Sign ure): Date:
IQ rtei ❑ No Miranda lenge,P.E. ,r/g/l A T.
[oncurr Local arty(PNam t ncnature): Detef
Wes �S. //)/ .mil_ J
USE ❑ �C,/
No "
FHWA ONLY Form FHWA-1547
FEMA Eligible: U Yes ❑ No COOT 11.5.2013
For estimate purposes only. ALL reimbursements up through 3/30/14 are eligible for
100ts, Any after are subject to regular reimbursable share. - Josh Kiel
Esther Gesick
From: Katie Wolff[kwolff@basetactical.com]
Sent: Thursday, August 07, 2014 12:35 PM
To: Esther Gesick
Cc: Roy Rudisill
Subject: FHWA Task orders email 3
Attachments: 53-58A TO#20053ER1 copy.pdf; 27.5#20052ER1 copy.pdf
Ok,you should have executed emergency work task orders for the following sites:
1. 13/26
2. 13/44
3. 17/50
4. 27.5/48
• 5. 53/58
6. 54/13
7. 54/41
•
Let me know if you are missing any.
•
Thank you!
Katie Wolff
Project Manager
BASE
TACTICAL
DISASTER RECOVERY
(c)803.920.5618
Kwolff@basetactical.com
www.basetacti ca I.com
This transmission is intended only for the person to whom d is addressed and contains confidential information.Any review or use of this information by persons other han the intended recipient is
prohibited.If you receive this in error,please contact the sender and delete the information from your computer.Thank you.
66111 ru.4411 taJLa )
B-]]- -coo45
1 8G00-70
Hello