HomeMy WebLinkAbout20142491.tiff TASK ORDER Goo
l5
Date: Task Order If: Master Agreement CMS N: 14 HA4 64551 Task Order CMS/1:14 HA4 71586
07/15/14 20050ERI Project N:C 030-060(20050) PO:400000150/331001024
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 "CDOT"), and WELD COUNTY ("Local
Agency"), beginning 04/09/2014 and ending on 04/08/2019, 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 Moraine Road near Crags
Drive 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 §8.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
Jo)tn ickenlooper,Governor
By:
Joshu aipply,PE, ri .nginee N//}
Colo do Department ransportation
Date: 7//4120/t/
ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER
CRS §24-30-202 requires the State Controller to approve all State 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 time. 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 C oiler
Robe s CPA,N JD
By: _
Date: I el l
2014-2491
eOminwIt ar. ec.'eM (43.4, Fe,b01/5
7 I/- Zo/y 9-.9-/5' EGOo?o
EXHIBIT 0 - FORM OF LOCAL AGENCY OFFER - ER1
Local Agency Offer
C 030-060
In accordance with Section 7 of the Master Agreement, 14 HA4 64551 ("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 13 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 Rudisill, 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 his/her
representation to that effect.
Roy Rudisill
Director,Weld County Office of Emergency Management
fr." Yid ze/y
Date
Page 1 of 1
Task Order Scope
Project Name: ERLA WCR 13 CR 44B BRDGE OVER LITTLE T
Project Number: C 030-060
Subaccount No: 20050
Local Agency: Weld County
CDOT Contact: Adam Hanks
CDOT Flood Recovery Office
1901 56t 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 backfilling behind the
scoured bridge abutments and backfilling the roadway shoulders 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 the bridge approach and roadside embankments to pre-
disaster conditions per design standards. Permanent repairs also include paving the damaged
roadway and installing permanent erosion control measures.
Page 1 of 1
EXHIBIT C -FUNDING PROVISIONS Task Order It: 20050 ERA
Estimated Cost of Work Project Name: ERLA WCR 13 CR 448 BRDG OVER LTFL I
(he estimated total cost the Work is as lotions:
1 BUDGETED FUNDS
a. Federal Funds $85.856.00
(100%of Participating Costs) S49,823.00
(82.79%of Participating Costs) S36,033.00
b. Local Funds $7,491.00
(0%of Participating Costs)
(17.21%of Participating Costs) S7,491.00
c. Stale Funds S0.00
(0%of Participating Costs)
1 TOTAL BUDGETED FUNDS: S93,347.00 $93,347.00
2 (ESTIMATED PAYMENT TO LOCAL:1GENCY*:
a. Federal Funds Budgeted(In) S85,856.00 $85,856.00
b. State Funds Budgeted(I c) 50.00 $0.00
I TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY":"S85,856.00 I S85,856.00
3 FOR CBOT F:NCtMBRANCE PURPOSES
wits Ekment Phase Function Pavabk Participating Percentage Budgeted Encumbered
Funds Funds**
Design 3020
ROW 3111/3114
(Acq/Relnc)
ROW 3114
Incidentals
Const(100%) 3301
Coast(82.79) 3301
20050.10.50 Miscellaneous 3404 $93,347.00 $93.347.00
Unities 3988
Environmental 3403
I TOTAL ENCUMBERED FUNDS:1 I$93,347.00
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 030-060 ER
20050 HA4
Project Location [ Date 1
CR 13 j 5/1/14
Project Description
ERLA WCR 13 CR 44B BROGE OVER LITTLE T
Local Agency Local Agency Project Manager
Weld County Richard White/Clay Kimmi
COOT Resident Engineer COOT 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 placing an"X"under the responsible party,opposite each of the tasks.The-X`denotes the
party responsible for Initiating and executing the task.Only one responsible party should be selected.When neither CDOT nor
the Local Agency is responsible for a task,not applicable(NA) shall be noted.In addition,a'# will denote that CDOT 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 CDOT.
The checklist shall he prepared by the CDOT Resident Engineer or the CDOT 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 f Review Protect to ensure it is consistent with STIP and amendments thereto _r I X
FEDERAL FUNDING OBLIGATION AND AUTHORIZATION
4.1 Authorize funding by phases(CDOT Form 418-Federal-aid Program Data.Requires FHWA X
concurencelinvolvem ere)
PROJECT DEVELOPMENT
5.1 Prepare Design Data-CDOT Form 463
5.2 Prepare Local Agency/CDOT Inter-Governmental Agreement(see also Chapter 3) X
5.3 Conduct Consultant Selectlon/Execute Consultant Agreement
5.4 Conduct Design Scoping 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 concurrencennvolvement)
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 Justify Proprietary,Sole Source,or Local Agency Furnished Items _ X
5.13 Document Design Exceptions-CDOT Form 464
5.14 Prepare Plans,Specifications and Construction Cost Estimates _
5.15 Fnsure Authorization of Funds for Construction X
COOT Form 1243 01/13 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
6.1 Set Underutilized Disadvantaged Business Enterprise(UBDE)Goals for Consultant and
_ Construction Contracts(COOT Region EEO/CivIl Rights Specialist)
6.2 Determine Applicability of Davis-Bacon Act X
This project IJ is ®Is not exempt from Davis-Bacon requirements as determined by the
functional classification of the project location(Projects located on local roads and rural
minor collectors may be exempt.)
Miranda Lange,PE 1 Mav 2014
CDOT 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 EEOICIvti 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
Contract(COOT 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 Plans and Specifications
7.4 Review Waksite and Plan Details with Prospective Bidders While Project is Under
Advertisement
7.5 Open Bids
7.6 Process Bids for Compliance
Check COOT Form 715-Certificate of Proposed Underutilized DBE Participation when the
low bidder meets UDBE goals X
Evaluate COOT Form 718-Underutilized DBE Good Faith Effort Documentation and
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:
^:4 Pre-Construction Conference(Appendix B)
Pre-survey
t • Construction staking
far
• Monumentation
Partnering(Optional)
`;. Structural Concrete Pre-Pour(Agenda is In COOT Construction Manual)
Concrete Pavement Pre-Paving(Agenda Is In COOT Construction Manual°
e =t HMA Pre-Paving(Agenda is in COOT Construction Manual)
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/Clay Kimml 970-304-6496
Local Agency Professional Engineer or Phone number X
COOT Resident Engineer
COOT Form 1243 01/13 Page2 of 4
Previous editions are obsolete and may not be used
RESPONSIBLE
NO. DESCRIPTION OF TASK PARTY
LA CDOT
Provide competent,experienced staff who will ensure the Contract work is constructed in
accordance with the plans and specifications
Construction Inspection and documentation
8.8 Approve Shop 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 I Gay Kimmi 97Q-3040496
Local Agency Representative Phone number
8.11 Prepare and Approve Interim and Final Utility and 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 Financial Status
8.16 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
Miranda Lange.PE 970-962-4017
CDOT Resident Engineer Phone number
MATERIALS
9.1 Conduct Materials Pre-Construction Meeting
9.2 Complete CDOT Form 250-Materials Documentation Record
• Generale 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 6"or greater)
• Fabrication of bearing devices _- —
9.6 Approve Sources of Materials
9.7 Independent Assurance Testing(IAT),Local Agency Procedures r COOT Procedures co
• 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
COOT Form 1243 01/13 Page3 of 4
Previous editions are obsolete end may not be used
CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE
10.1 Fulfill Project Bulletin Board and Pre-Construction Packet Requirements
10.2 Process COOT Form 205-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 280
10.4 Monitor Disadvantaged Business Enterprise Participation 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 Fl-WA Form 1391-Highway Construction Contractor's Annual EEO Report
FINALS
11.1 Conduct Final Project Inspection.Complete and submit CDOT Form 1212-Anal X
Acceptance Report(Resident Engineer with mandatory 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
11.8 Obtain CDOT Form 17 from the Contractor and Submit to the Resident Engineer
11.9 Obtain FHWA Form 47-Statement of Materials and Labor Used... from the Contractor
11.10 Complete and Submit COOT Form 1212—Final Acceptance Report(by COOT) X
11.11 Process Final Payment
11.12 Complete and Submit CDOT Form 950-Project Closure X
11.13 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
CDOT 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 01/13 Paged of 4
Previous editions are obsolete and may not be used
_ Sheet of`___
u.s.Dipa Amon t of Report Number:
TransportationDETAILED DAMAGE INSPECTION REPORT 20050 Weld_County 02A-ER
Federal inisrphwny
AdminUwucn 23, Federal-aid Highways)(Title g ys) inspection Date:
Administration
10/30/2013
Location(Name of Road and Milepost) FHWA Disaster Number:
CO-13-1
Weld County Site 02 Federal-aid Route Number:
County Road 13(CR44B Bridge)Over Little Thompson River 00013
Description of Damage (ONLY ONE ITEM MAY BE CHECKED) State: County:
kJ Emergency Repair ❑ Permanent Repair ❑ Debris Removal CO Weld
Extremenln amounts caused floodwaters that overtopped roadway and bridge;scour of embankments,shoulders,and Work Order Number:
roadway approach;complete washout of the approach;and damaged scour protection at bridge abutments. Emergency
repairs to restore essential traftic include backfilllnq abutments and shoulders.Emergency repairs to protect structure
Include placing rfprap 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 O o
Aggregate Base Course ICY 0 0
Surfacing-HMA TN 0 0
Surfacing-Concrete SY 0 o
Structure Repairs 1.5 0_ 1 0
Walls SF 0 0
Drainage LE 0 0
Misc.Items LS _ 0 0
General Construction items LS 0
Engineering Services(See Attached) Per Randy Jensen _ 0
ER Work to Protect the Structure(See attached)• *
$ 24,400.00
$ 433,,524.20
ER Work to Restore Traffic(See attached)
$ 32,682.44
Deduction-Debris Removal $ (631.75)
Deduction-PR Item(Pavement)
- $ {6,628.031
Construction Estimate Subtotal $ 93,346.86
Right-of-Way $ -
•Indicates item reimbursed at 80/20 rate due to work Preliminary Engineering $
occuring during the Emergency Repair Extension Construction Engineering $ -
Indirects $ -
Method
❑ Local Forces ❑� State Forces 0 Contract
Estimated Project Total $ 93,346.86
Environmental Assessment Recommendation Prepared By: Date:
)] Cabegoricai Exclusion ❑ EA/EIS Adam Hanks,P.E. 05/08/2014
�h
Concurrence lJ-�Al r1if ge!(�+nq�tilrtlg�lEL FHWA EnginO_ �Dor„�,N tka ,
Yes ❑ No JLJ�f 1lJ/'-� �J ^ ffWAlakewvodC4...JOSHUA 0 DEL
... Dale 2014.5.110SJ•Ja.06U0'
Con curr a State Engineer(Print Name): S t Engineer(Signaifure): Date�:n IlUrYes O No Miranda Lange,P.E. [ 54/4--
Concurrence Locai,Agency rfnt Name): Lo I (S. ature) (//, Dateee: L
Yea ❑ No p/`dt/ r// yg i�G N .S—1-.---/9
'--/y
FHWA USE ONLY 1 Form FHWA-1547
FEMA Eligible: ❑ Yes ❑ No CDOT 11.5.2013
For estimate purposes only. ALL reimbursements up through 3/30/14 are eligible for
100%. 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
Cc)803.920.5618
KwoIff@basetacticaI.com
www.basetactical.com
This transmission is intended only for the person to whom it is addressed end contains confidential information.Any review or use of this information by persons other than the intended recipient is
prohibited.If you receive this in error,please contact the sender and delete the information from your computer Thank you.
•
•
B-]]- Zojy 3Coo45
1 et Co 70
Hello