HomeMy WebLinkAbout20142261.tiff RESOLUTION
RE: APPROVE CONTRACT FOR PERFORMANCE OF ACCOUNTING SERVICES FOR
U.S. HIGHWAY 85 PLANNING AND ENVIRONMENTAL LINKAGE STUDY ON
BEHALF OF U.S. HIGHWAY 85 COALITION 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 Contract for Performance of
Accounting Services for the U.S. 85 Planning and Environmental Linkage Study on behalf of the
U.S. Highway 85 Coalition between the County of Weld, State of Colorado, by and through the
Board of County Commissioners of Weld County, on behalf of the Department of Public Works,
and the Colorado Department of Transportation, Region 4, commencing upon full execution,
with further terms and conditions being as stated in said contract, and
WHEREAS, after review, the Board deems it advisable to approve said contract, a copy
of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Weld County, Colorado, that the Contract for Performance of Accounting Services for the U.S.
85 Planning and Environmental Linkage Study on behalf of the U.S. Highway 85 Coalition
between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Department of Public Works, and the Colorado
Department of Transportation, Region 4, be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign said contract.
(C: tsJ(ER , F2)etor(myron "fora)
$ 18 14 2014-2261
EG0070
CONTRACT FOR PERFORMANCE OF ACCOUNTING SERVICES FOR U.S. 85 PLANNING
AND ENVIRONMENTAL LINKAGE STUDY ON BEHALF OF U.S. HIGHWAY 85 COALITION
PAGE 2
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 28th day of July, A.D., 2014.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: LLam�(( �,,,,// LL ,�,�
C/ �C 1lo�rc Do las �ademac er, Chair
Weld County Clerk to the Board
bara Kirk yer, P -Tem
BY:
De, Sy Clerk toth: doardE � It ?;��?: USED
n P. Conway
AP D A F M:
Mike F an
u ty Attorney
Wi liam F. arcia
Date of signature: 1/$I N
2014-2261
EG0070
1861_
MEMORANDUM
DiwN
TO: Board of County Commissioners
—G O U�N T T7) DATE: July 24, 2014
FROM: Elizabeth Relford, Transportation Planner
SUBJECT: Accounting Services IGA with CDOT-
R4 on behalf of the Hwy 85
Coalition
In March of 2012, the Commissioners approved an Intergovernmental Agreement with
CDOT Region 4. CDOT Region 4 never signed this agreement and since then revised
the IGA with a new template. The new IGA is now in CDOT's format rather than Weld
County's. The content of what the Commissioners approved in March remains the
same. The purpose of this IGA is still for Weld County to collect each jurisdictions local
match to the US 85 Planning & Environmental Linkage (PEL) study, on behalf of the
Highway 85 Coalition.
The PEL study is an interim study to evaluate an identified transportation need or project
with the goal of having more environmental data for a future NEPA study. CDOT has
contracted the project with FHU & Atkins and is currently in progress. The study is
anticipated to take more than a year to complete.
I'm available to answer any questions you may have.
2014-2261
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
Center for Procurement and Contract Services Randy Perkins,Contract Administrator IF; T
4201 F.Arkansas Avenue.Suite 200 -
Denver.Colorado 80222 ,...,.,f,,,...
(303)757-9291
April 2, 2014
Elizabeth Relford
Weld County
P.O. Box 758, 11 I I H Street
Greeley, Colorado 80632
RE: US 85 Planning and Environmental Linkage Study
Enclosed please find two executory copies of the above referenced contract amendment between Weld
County and the Colorado Department of Transportation.
PLEASE MAKE SURE EACH DOCUMENT IS SIGNED BY THE APPROPRIATE
INDIVIDUAL HAVING THE AUTHORITY TO EXECUTE SUCH AGREEMENTS ON
BEHALF OF THE COUNTY.
Return both copies to my attention.
Please do not date the first page of the contract.
Please call me at(303) 757-9291 if you have any questions or if I can be of further assistance.
Sincerely,
Randy Perkins
Contracting Administrator
(Local $CDOTWRK) Rev 10/03
PROJECT:NH 0853-088 (18997) SAP# 331001115
US 85 PEL Study
REGION 4 (rp)
CONTRACT
THIS CONTRACT executed,this'day of a2 ."---20/ by and between the State of
Colorado for the use and benefit of the Colorado Department of Transportation(State or CDOT),and
WELD COUNTY (County, Local Agency or Contractor) by and through the Board of County
Commissioners of the County of Weld, P.O. Box 758,Greeley,Colorado, 80632,CDOT Vendor#:
2000135,the State and the Local Agency together shall be referred to hereinafter as the"Parties."
RECITALS
1. Required approval,clearance and coordination have been accomplished from and with appropriate
agencies.
2. Section 43-2-102 and 103, C.R.S require the State to maintain state highways (including
where such highways extend through a city or an incorporated town), and 43-2-135 describes
certain specific responsibilities of the State and affected local entities (respectively) with respect
to state highways that are also part of a local street system;
3. Local Agency anticipates a project for a planning and environmental linkage study on U.S.
85, and the Parties have completed a scope of work describing the nature of the work.
4. The Local Agency has made funds available for project NH 0853-088 (18997), which shall
consist of CDOT conducting the PEL Study(the Project)on US 85 from 1-76 to Weld County
Road 100, and the Local Agency shall contribute $92,450.00 (the Contribution)to the Project.
The Project will be performed in Weld County, Colorado, specifically described in Exhibit A.
5. The Local Agency has funds available and desires to provide their funding referenced in this
contract to the Project.
6. The Local Agency has estimated the total cost of the Contribution and is prepared to provide the
funding, 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 Contribution under the Project.A copy of this
ordinance or resolution is attached hereto and incorporated herein as Exhibit B.
7. This contract is executed under the authority of§§ 29-1-203,43-1-110;43-1-116,43-2-101(4)(c)
Page 1 of 11
020/1/-0707411
and 43-2-144, C.R.S. and Exhibit B.
8. The Parties hereto desire to agree upon the division of responsibilities with regard to the Project.
THE PARTIES NOW AGREE THAT:
Section 1. Scope of Work
The Project under this contract shall consist ofCDOT conducting the PEL Study on US 85 from 1-76
to Weld County Road 100,and the Contribution under this contract shall consist of the Local Agency
providing funding to the Project,in Weld County,Colorado,as more specifically described in Exhibit
A.
Section 2. Order of Precedence
In the event of conflicts or inconsistencies between this contract and its exhibits, such conflicts or
inconsistencies shall be resolved by reference to the documents in the following order of priority:
I. This contract
2. Exhibit A (Scope of Work)
3. Exhibit B(Local Agency Resolution)
Section 3. Term
This contract shall be effective upon approval of the CDOT Chief Engineer or designee. The term of
this contract shall continue through the completion and final acceptance of the Project by the State,
FHWA and the Local Agency.
Section 4. Project Funding Provisions
A. The Local Agency has estimated the total cost of the Contribution and is prepared to provide the
funding, 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 Parties have estimated the total cost of the Project to be $1,592,450.00, which is to be
funded as follows:
a. State Funds $1,500,000.00
b. Local Agency Funds $ 92,450.00
Total Funds: $1,592,450.00
Page 2 of I I
C. The maximum amount payable by the Local Agency under this contract shall be
$92,450.00,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 hereto that
the total cost of the Project stated hereinbefore 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.
D. The parties hereto agree that this contract is contingent upon all funds designated for the project
herein being made available from local sources,as applicable. Should these sources fail to provide
necessary funds as agreed upon herein,the contract may be terminated by either party,provided that
any party terminating its interest and obligations herein shall not be relieved of any obligations
which existed prior to the effective date of such termination or which may occur as a result of such
termination.
Section 5. Project Payment Provisions
A. The Local Agency will 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 will remit to the State the
amount billed no later than 60 days after receipt of each bill. Should the Local
Agency fail to pay moneys due the State within 60 days of demand or within such
other period as may be agreed between the parties hereto, the Local Agency agrees
that, at the request of the State, the State Treasurer may withhold an equal amount
from future apportionment due the Local Agency from the Highway Users Tax Fund
and to pay such funds directly to the State. Interim funds, until the State is
reimbursed, shall be payable from the State Highway Supplementary Fund (400).
2. If the Local Agency fails to make timely payment to the State as required by this
section (within 60 days after the date of each bill), the Local Agency shall pay
interest to the State at a rate of one percent per month on the amount of the payment
which was not made in a timely manner, until the billing is paid in full. The interest
shall accrue for the period from the required payment date to the date on which
payment is made.
C. The State will prepare and submit to the Local Agency, no 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 will be prepared in accordance with the State's standard policies,procedures
Page 3 of I I
and standardized billing format.
Section 6. State and Local Agency Commitments
The Scope of Work (Exhibit A) describes the work to be performed and assigns
responsibility of that work to either the Local Agency or the State.
A. Design [if applicable]
I. I fthe work includes preliminary design or final design(the"Construction Plans"),or
design work sheets,or special provisions and estimates(collectively referred to as the"Plans"),the
responsible party shall comply with the following requirements, as applicable:
a. perform or provide the Plans,to the extent required by the nature of the work.
b. prepare final design(Construction Plans)in accord with the requirements of
the latest edition of the American Association of State Highway
Transportation Officials (AASHTO) manual or other standard, such as the
Uniform Building Code, as approved by CDOT.
c. prepare special provisions and estimates in accord with the State's Roadway
and Bridge Design Manuals and Standard Specifications for Road and Bridge
Construction.
d. include details of any required detours in the Plans, in order to prevent any
interference of the construction work and to protect the traveling public.
e. stamp the Plans produced by a Colorado Registered Professional Engineer.
f. provide final assembly of Plans and contract documents.
g. be responsible for the Plans being accurate and complete.
h. make no further changes in the Plans following the award of the construction
contract except by agreement in writing between the parties. The Plans shall
be considered final when approved and accepted by the parties hereto, and
when final they shall be deemed incorporated herein.
B. Construction [if applicable]
I. If the work includes construction, the responsible party shall perform the
construction in accordance with the approved design plans and/or administer the
construction all in accord with the Local Agency Contract Administration Checklist.
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,as described in the Local Agency Contract Administration
Checklist.
Page 4 of I
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 and 23 CFR Parts 633 and 635 and C.R.S. § 24-92-101 et
seq. Those requirements include, without limitation, that the
State/contractor shall incorporate Form 1273 in its entirety verbatim
into any subcontract(s) for those services as terms and conditions
therefore, as required by 23 CFR 633.102(e).
(2) the Local Agency has the option to concur or not concur in the
proposal of the apparent low bidder for work on which competitive
bids have been received. The Local Agency must declare its
concurrence or non-concurrence within 3 working days after said
bids are publicly opened.
(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, Subpart B, Force Account Construction.
Section 7. ROW Acquisition and Relocation
If the Project includes right of way, prior to this project being advertised for bids, the State will
certify in writing that all right of way has been acquired in accordance with the applicable state and
federal regulations, or that no additional right of way is required.
Any acquisition/relocation activities must comply with:all applicable federal and state statutes and
Page 5 of I I
regulations, including but not limited to the Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970 as amended(P.L. 91-646)and the Uniform Relocation Assistance
and Real Property Acquisition Policies for Federal and Federally Assisted Programs as amended(49
CFR Part 24); CDOT's Right of Way Manual; and CDOT's Policy and Procedural Directives.
Allocation of Responsibilities are as follows:
• Federal participation in right of way acquisition(3111 charges),relocation(3109
charges) activities, if any, and right of way incidentals (expenses incidental to
acquisition/relocation of right of way —3114 charges);
• Federal participation in right ofway acquisition(31 1 I charges),relocation(3109
charges) but no participation in incidental expenses (3114 charges); or
• No federal participation in right of way acquisition(3111 charges)and relocation
activities (3109 expenses).
Regardless of the option selected above, the State retains oversight responsibilities. The Local
Agency's and the State's responsibilities for each option is specifically set forth in CDOT's
Right of Way Manual.The manual is located at http://www.dot.state.co.us/ROW_Manual/.
If right of way is purchased for a state highway, including areas of influence of the state
highway,the local agency shall immediately convey title to such right of way to CDOT after the
local agency obtains title.
Section 8. Utilities
If necessary, the State will be responsible for obtaining the proper clearance or approval from any
utility company, which may become involved in this Project. Prior to this Project being advertised
for bids, the Responsible Party will certify in writing that all such clearances have been obtained.
Section 9. Railroads
In the event the Project involves modification of a railroad company's facilities whereby the work is
to be accomplished by railroad company forces,the State shall make timely application to the Public
Utilities Commission requesting its order providing for the installation of the proposed
improvements and not proceed with that part of the work without compliance. The State shall also
establish contact with the railroad company involved for the purpose of complying with applicable
provisions of 23 CFR 646, subpart B, concerning federal-aid projects involving railroad facilities,
including:
I. Executing an agreement setting out what work is to be accomplished and the
location(s)thereof,and that the costs of the improvement shall be eligible for federal
participation.
2. Obtaining the railroad's detailed estimate of the cost of the work.
3. Establishing future maintenance responsibilities for the proposed installation.
Page 6 of I I
4. Proscribing future use or dispositions of the proposed improvements in the event of
abandonment or elimination of a grade crossing.
5. Establishing future repair and/or replacement responsibilities in the event of
accidental destruction or damage to the installation.
Section 10. Environmental Obligations
The State shall perform all work in accordance with the requirements of the current federal and state
environmental regulations including the National Environmental Policy Act of 1969 (NEPA) as
applicable.
Section 11. Maintenance Obligations
The State will 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
which define the Local Agency's obligations to maintain such improvements. The State and FHWA
will make periodic inspections of the project to verify that such improvements are being adequately
maintained.
Section 12. Record Keeping
The State shall maintain a complete file of all records, documents, communications, and other
written materials, which pertain to the costs incurred under this contract. The State shall maintain
such records for a period of three (3) 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
served by completion of the project. The State shall effect such termination by giving written notice
of termination to the Local Agency and specifying the effective date thereof, at least twenty (20)
days before the effective date of such termination.
B. Termination for Cause. If,through any cause, the Local Agency shall fail to fulfill, in a timely
and proper manner, 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
Page 7 of 11
terminate this contract for cause by giving written notice to the Local Agency of its intent to
terminate and at least ten(10)days opportunity to cure the default or show cause why termination is
otherwise not appropriate. In the event of termination, all finished or unfinished documents, data,
studies, surveys,drawings,maps,models,photographs and reports or other material prepared by the
Local Agency under this 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/or 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
The State will provide liaison with the Local Agency through the State's Region Director,
Region 4, 1420 2nd Street,Greeley,Colorado 80631. Said Region Director will also be responsible
for coordinating the State's activities under this contract and will also issue a"Notice to Proceed"to
the Local Agency for commencement of the work. All communications relating to the day-to-day
activities for the work shall be exchanged between representatives of the State's Transportation
Region 4 and the Local Agency. AI I 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.
1 f to the State: If to the Local Agency:
Myron Hora Elizabeth Relford,
CDOT Region 4 Transportation Planner
Region Planning& Environmental Mgr. P.O. Box 758, 1 111 H Street
1420 2nd Street Greeley, CO 80632
Greeley, Colorado 80631 (970) 304-6496, ext. 3748
Page 8 of 11
(970) 350-2263
Section 16. Successors
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 of the Colorado Governmental Immunity Act, §24-
I0-101,et seq.,C.R.S.,as now or hereafter amended. The parties understand and agree that liability
for claims for injuries to persons or property arising out of negligence of the State of Colorado, its
departments, institutions,agencies,boards,officials and employees is controlled and limited by the
provisions of§ 24-10-101, et seq., C.R.S., as now or hereafter amended and the risk management
statutes, §§ 24-30-1501, et seq., C.R.S., as now or hereafter amended.
Section 19. Severability
To the extent that this 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 ofa 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.
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
Page 9 of l l
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.
Page 10 of I I
THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT
CONTRACTOR: STATE OF COLORADO:
JOHN W. HICKENLOOPER
G VERNOR
Weld County, Colorado
Legal Name of Contracting Entity By
Sco M aniel, ,
Ac ' Chief Engineer
2000135
CDOT Vendor Number OT
QC
Douglas Rademacher, Chair "
Weld County Board of Commissioners
JUL 2 8 2014 _
,k0 La
CORPORATIONS:
(A corporate seal or attestation is required.) 1/42
Ito t
el FiPle
Attest(Seal) By �/t��2�(/y/.Gt ry
(Corporate Secre or Equivalent, or Town/City/CountyClerk)
Page 11 of 1 I
L
Exhibit A
SCOPE OF WORK
CDOT has decided to hire a consultant to provide an improved overview and understanding of
US 85. The selected consultant team (hereinafter referred to as the Consultant) will analyze the
operation and safety needs for the corridor, recommend modifications to the Access Control Plan
(ACP), and prioritize short and long term improvements through a cooperative process with the
affected local agencies. This north-south highway provides two to four travel lanes within the
study area, connecting the north metro Denver area, at 1-76, to the cities and towns along the
corridor culminating at Nunn. For the purpose of the Incident Management Plan, the north
terminus is the Wyoming border.
The intent of this Planning and Environmental Linkage Study (PEL Study) is to define a vision
for the future of the corridor, identify environmental and resource concerns and opportunities in
the corridor and use the information to develop alternatives to address the vision. The goal is to
identify the safety and operational needs along US 85 and to determine and prioritize the short-
term through long-term transportation needs of the corridor. The study will also take a look at
the US 85 Access Control Plan to determine if it needs to be "refreshed".
CDOT will manage the study and the Highway 85 Coalition, through Weld County, has agreed
to assist financially in the study. CDOT R4 agrees to be the lead agency and will coordinate
with WELD COUNTY and the community members of the Highway 85 Coalition regarding use
of such funds for either development or implementation of the US 85 PEL Study
CDOT and Weld County are members of the Highway 85 Coalition, and US 85 also extends
south through Adams County to 1-76 which is included in the scope of the PEL Study. The
parties agree the County has the ability to provide certain accounting services on behalf of the
Highway 85 Coalition, including Adams County and participating municipalities, and Highway
85 Coalition partners and Adams County have agreed to contribute financially to the
development of a US 85 PEL Study. The County agrees to collect such local match funds on
behalf of CDOT for this project, and upon written request by CDOT, County will provide said
collected funds to CDOT.
Exhibit A, Page 1 of 1
Exhibit B
LOCAL AGENCY
ORDINANCE
or
RESOLUTION
CDOT COLORADO
CO 't" Department of Transportation
Centct for Procurement and Contract Serv}ces
4201 E. Arkansas Ave., Ste. 262
Denver, CO 80222
303.757.9163
August 8 , 2014
Elizabeth Relford
Weld County
P . O . ox 758
1111 Street
Greet y, Colorado 80632
RE : Executed Intergovernmental Agreement
US 85 PEL Study
Enclosed please find an executed original copy of the above referenced agreement
between Weld County and CDOT.
Please coordinate with the CDOT Project Manager ( Myron Nora ) for any work under
9 ( Y )
this agreement.
Please call me at ( 303 ) 757-9291 if I can be of further assistance .
Sinc
F., Randy ri
Contracting Officer
Enclosure
Hello