Loading...
HomeMy WebLinkAbout1995-058-05/02/1995-AUTHORIZING THE MAYOR TO EXECUTE AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND RESOLUTION 95-58 OF THE COUNCIL OF THE CITY OF FORT COLLINS AUTHORIZING THE MAYOR TO EXECUTE AN INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND THE STATE DEPARTMENT OF TRANSPORTATION CONCERNING A GRANT OF FUNDS TO THE CITY UNDER THE STATE'S HIGHWAY SAFETY PLAN FOR FISCAL YEAR 1995 WHEREAS,Fort Collins Police Services has been awarded a grant totalling $13,748 from the Colorado Department of Transportation for the purchase of an unmanned portable Speed Monitoring Awareness Radar Trailer; and WHEREAS, these funds are being made available to the City under the State's Highway Safety Plan for fiscal year 1995; and WHEREAS, as a condition of this grant,the City is required to enter into a contract with the State of Colorado, a copy of which is attached hereto as Exhibit "A" and incorporated herein by this reference (the "Contract"); and WHEREAS, Section 16 of Article II of the City Charter provides that the Council may, by ordinance or resolution,enter into contracts with other governmental bodies to furnish governmental services or to enter into cooperative or joint activities with other governmental bodies. NOW,THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FORT COLLINS that the Contract is hereby approved and the Mayor is hereby authorized to execute the Contract on behalf of the City. Passed and adopted at a regular meeting of the Cou of t City of Fort s thi 2nd day of May, A.D. 1995. Mayor ATTEST: City Clerk DEPARTMENT OR AGL_.CY NUMBER CONTRACT ROUTING NUMBER C O N T R A C T THIS CONTRACT, made this day of 1995, by and between the State of Colorado, for the use and benefit of the Department of . Transportation, Office of Transportation Safety, 4201 East Arkansas Avenue, Denver, Colorado 80222, hereinafter referred to as the State, and the City of Fort Collins for the use and benefit of Fort Collins Police Services, 300 Laporte Avenue, Fort Collins, Colorado 80521, hereinafter referred to as the Contractor, WHEREAS, authority exists in the Law and Funds have been budgeted, appropriated and otherwise made available and a sufficient unencumbered balance thereof remains available for payment in Fund Number 400, Appropriation Code 303, Object Number 5110, Orgn Unit 9808, Contract Encumbrance Number 9715, GBL Number 95J8, FEIN Number and WHEREAS, required approval, clearance and coordination has been accomplished from and with appropriate agencies; and WHEREAS, the State is authc,7ized under Sections 43-5-401 and 24-42-103, C.R.S. , as amended, to coordinate with the federal government and other entities to develop and implement plans and programs involving all aspects and components of traffic safety. in Colorado; and WHEREAS, pursuant to Title 23 United States Code, Sections 402, 408, and t 410, and to 23 Code of Federal Regulations, Parts 924, 1204 and 1205, the State has received approval and funding for implementation of its Fiscal Year 1995 Highway Safety Plan (HSP) from the U.S. Department of Transportation, National Highway Traffic Safety Administration and Federal Highway Administration; and WHEREAS, the HSP contains programs and activities which the State has determined, in accordance with applicable criteria, are designed to reduce the frequency and severity of traffic crashes or improve the operational efficiency of existing traffic safety programs in Colorado; and WHEREAS, the State solicits and reviews Applications and determines which agencies or entities would be most appropriate in completing the objectives, conducting the activities and providing the services required by the HSP; and WHEREAS, the Contractor has submitted an Application to conduct certain activities approved in the HSP, which Application has been approved by the State; and Page 1 of 5 pages WHEREAS, the Contrac a political subdivision o. the State, has the technical ability to properly complete the objectives and activities of the Application, as described in Attachment A of this Contract; and WHEREAS, it has ,been determined no State agency can reasonably conduct the activities and provide the services required of the Contractor; and WHEREAS, this contract is executed by the State under authority of Sections 43-5-401 and 24-42-101, C.R.S. , as amended, and is executed by the Contractor under authority of Section 29-1-203, C.R.S. , as amended, and as authorized by the formal resolution attached hereto as Attachment A; and WHEREAS, the Contractor warrants it has taken all necessary steps to ensure the individual Contractor signatory below has the authority to sign this Contract. NOW THEREFORE, it is hereby agreed as follows: 1. The following Attachments and other documents are incorporated as terms and conditions of this Contract, to the extent consistent with this Contract. A. State "Special Provisions" B. Attachment A - Contract Objective and Tasks C. Office of Transportation Safety Contract Management Manual D. The Project Application E. Attachment B - Scope of Work (if other than Attachment A) The Contractor shall comply with all such terms and conditions in the performance of the work. 2 . If a conflict occurs between the terms and conditions of this Contract proper and the attachments hereto, the priority to be used to resolve such conflict shall be as follows: A. State "Special Provisions" B. This Contract proper C. Attachment A - Contract Objective and Tasks D. Office of Transportation Safety Contract Management Manual E. The Project Application F. Attachment B - Scope of Work (if other than Attachment A) 3 . The Contractor shall carry out the program, conduct all the activities and provide the services described in the Scope of Work attached hereto as Attachment A and detailed in Attachment A. 4. In the performance of the work, the Contractor shall comply with all applicable administrative procedures and contract requirements contained in the October 1, 1994 Colorado Highway Safety Contract Management Manual. 5. The Contractor shall submit periodic and final reports to the State according to the requirements of the Contract Manual and the reporting criteria set forth in page 2 of Attachment A. Page 2 of 5 pages 6 . The Contractor shall comply with the budget Lor this contract. as set forth in page 3 of Attachment A. The Contractor shall be solely responsible for all costs incurred in excess of this budget amount. 7 . The total estimated program costs shall be $173,311. Subject to the conditions of this contract, the State and Contractor shall participate in providing this amount as follows : A. State share (federal funds) shall not exceed $ 13, 748 B. Contractor share 159, 563 (estimated in-kind services as detailed in application) C. Total estimated program costs $173,311 The State share shall be comprised entirely of federal funds made available to the State. The State share amount of this Contract shall not be exceeded. If the actual total program costs are less than the estimated total program costs as a result of the contractor's failure to supply all of the estimated contractor share, the state's share shall be reduced proportionately. The term "proportionately" means the ratio of actual expenditures to total planned expenditures for both State and contractor shares. The contractor may increase the contractor share without further state approval, but this increase shall have no impact on the state share. 8 . The State shall reimburse the Contractor for the satisfactory performance of this Contract exclusively from funds made available for this contract under the Highway Safety Act, Title 23, U.S.C. Section 402 . Such reimbursement shall be only as provided in the Contract Manual. Such reimbursement shall be contingent upon the contribution by the Contractor of its participating share as provided herein, and shall be contingent upon the continuing availability of federal funds under the Highway Safety Act, Title 23, U.S.C. Section 402, for the purposes hereof. s 9 . The term -of this Contract shall begin on the effective date and shall terminate on September 30, 1995. The effective date of this Contract shall be the date the required signature -approval of the State Controller is obtained on this Contract, as evidenced by the date first appearing above. Contractor agrees that any contract work performed or costs incurred prior to the effective date shall not be compensated under the terms of this Contract. 10 . The Contractor agrees that any subcontract entered into under this Contract shall meet all applicable state and federal requirements, including the requirements in Title 49, C.F.R. Section 18.36 concerning competitive procurements, and must .be approved by the Director, Office of Transportation Safety, prior to execution. Contractor shall not assign this Contract without prior written approval of the State: any assignment without such approval shall be void. 11. a) Termination Due to Loss of Funding. The parties hereto expressly recognize the Contractor is to be paid, reimbursed, or otherwise compensated solely with federal funds provided to the State for the purpose of contracting for the services provided for herein. Therefore, the Page 3 of 5 pages Contractor expressly understands and agrees all its rights, demands and claims to compensation arising under this Contract are contingent upon receipt of such funds by the State. In the event such funds or any part thereof are not received by the State, the State may immediately terminate or amend this Contract. b) Termination for Cause. If, for any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this Contract, the State shall thereupon have the right to terminate this Contract for cause by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least 30 days before the effective date of such termination. In that event, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports or other material prepared by the Contractor under this Contract shall, at the option of the State, become its property, and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. Any provision of this contract to the contrary notwithstanding*, in the event termination of this becomes necessary, in the state's sole discretion, to comply with any court order concerning state personal services contracts generally or this contract, specifically, this contract may be terminated by the state immediately upon the giving of notice to contractor without further obligation of the state. Not withstanding the above, the Contractor shall not be relieved of liability to the State for any damages sustained by the State by virtue of a breach of the Contract by the Contractor, and the State may withhold any payments to the Contractor for the purpose of setoff until such time as the exact amount of damages due the State from the Contractor is determined. c) Termination for Convenience. The State may terminate this Contract at any time the State determines the purposes of the distribution of monies t 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 Contractor and specifying the effective date thereof, at least 20 days before the effective date of such termination. 12. Independent Contractor_ The Contractor shall perform its duties hereunder as an independent contractor and not as an employee. Neither the contractor nor any agent or employee of the Contractor shall be, or shall be deemed to be, an agent or employee of the State, and they shall have no authorization, express or implied, to bind the State to any agreements, settlements, liability, or understanding except as expressly set forth herein. The Contractor shall be- responsible to the State for the ultimate results of -performance required hereunder but shall not be subject to the direction and control of the State as to the means and methods of accomplishing the results. The specifications in this Contract of particular performance standards the State deems essential to proper performance and Contract value shall in no event be deemed to alter this relationship. Contractor shall pay when due all required employment taxes and income tax withholding, including all federal and State income tax on moneys paid pursuant to this Grant Contract. The Contractor shall provide and keep in force worker's compensation (and show proof of such insurance) Page 4 of 5 pages and unemployment compensation insurance in the amounts required by law, and shall be solely responsible for the acts of the Contractor, its employees and agents. The Contractor acknowledges that Contractor and its employees are not entitled to the benefits of worker's compensation insurance or unemployment insurance unless the Contractor or a third party provides such coverage and that the State does not pay for or otherwise provide such coverage. 13 . The Special Provisions attached hereto are hereby made a part hereof. IN WITNESS WHEREOF, the parties hereto have caused the foregoing Contract to be executed by their duly authorized officers the day and year first above written. ATTEST STATE OF COLORADO ROY ROMER, GOVERNOR Chief Clerk GUILLERMO V. VIDAL, EXECUTIVE DIRECTOR Transportation Department DEPARTMENT OF TRANSPORTATION JOHN E. CONGER, DIRECTOR OFFICE OF TRANSPORTATION SAFETY 5 ATTEST Contractor By By Title Title APPROVALS CLIFFORD W. HALL GALE NORTON STATE CONTROLLER Attorney General By By GEORGE MCCULLAR, CONTROLLER BARRY B. RYAN Department of Transportation Assistant Attorney General Natural Resources Section Page 5 of 5 pages CONTROLLER'S APPROVAL SPECIAL PROVISIONS L This contract stall not be deemed valid until it shall have been approved by the Controller of the State of Colorado or such assistant as he may designate.This provision is applicable to any contract involving the payment of money by the State. FUND AVAILABILITY 2.Financial obligations of the Sate of Colorado payable after the current final year and otherwise made available. are contingent upon funds for that purpose being appropriated.budgeted. BOND REQUIREMENT 3.If this contract involves the payment of more than fifty thousand dollars for the coostructica.erection. it.main toad,bridges viaduct.nraael.excavation or other public work for this State.the contractor shall.before entering upon .or improvement of any building. is this contract.duly execute and deliver to the Sate official who will sign the non P��moe of any such work included • gu tract,a good and sufficient bond or other acceptable surety to be approved by said official in a penal man not less than one-half of the coal amount payable by the terms of this contract.Such bond shall be duly executed by a qualified corporate surety conditioned upon the faithful performance of the contract and in addition.shall provide that if the contractor or his subcontractors fail to duly for any labor.materials.team hire.sustenance.provisions.provcndor or other supplies used or consumed by such contractor or his mbcoatraetor is performance ofythe work coattacted to be done or fails to pay any person who supplies rental machinery.tools.or equipment in the prosecution of the work the surety will an amount not exceeding the sum specified in the bond.together with interest at the raft of e' t Pay the same in fled.no claim is hone of the contractor arising ender such contract shall be a � �teat per sasttm.Unless such bond is executed.delivered and edited.allowed or paid.A certified Or cashiers check or a bank money order payable to the Treasurer of the Sate of Colorado may be accepted to Iteu of a bond-This provision is is e OaWhaaa.with CRS 33•26-106. LNDE11 NMCATION 4.To the extent authorized by law.the contractor%hall tndentnrfy.save.and hold harmless the Sate,its employees and agents.against any and all claims. damages.liability and court awards including cosh,c&pen%e.,and attorney fees inured as a result of any act or omission by the contractor.or its employees. agents.subcontractors,or assignees pursuant to the term%of this contract. DISCRIMINATION AND AFFIRMATIVE ACTION S-The contractor agrees to comply with the letter and spent of the Colorado Antidiscrimination Act of 1957.as am discrimination aad unfair employment practices(CRS 24-34.4021.and as ended.and other a ACd applicable law respecting 1975.Pursuant thereto.the oUowia �� Executive Order'�u�OPP°Rh'and Affirmative Action.deed April 16. . f g Pr+ovisioas alto!(be contained is all Stare eoatracts or s+rb-cowtrans. . During the perfotnhance of this contract,the contractor agrees as follows: (a)The contractor will not discriminate against any employee or applicant for employment because of nempital S are-Rennes 8 �,,,h� or age-Ma coaol mor will!aloe �wed.color,national origin sez. _hand a8Such vie action to ithstae trax rtppliaots are and that employment upgrading.demotion.or under.recruitment:ter reasdmzent adv S be limited foilowiag: CompcusataW and notices to bF by the gsetting*wth pt,ortg.fttms of�m CONSPICUOUS Pam•available so employes and Or UWAMA0119 MU of ply or odar�t>�for empWymeM dame. (b)The ooacractor Will.in all solicitations or advartisemeaks for employees p by a<as behalf of the r�eoeive co chat on for employment without regard to race.aced.color.national origin.sex.maim!status..relig M ancestry,mental commactor.stale dut all�phy:ied��will or age. gyp, (c)The conu11ctor wiU send to cut labor anion or aeprestumtive of worim with whKb he has a collective�emonding.notice to be provided by the cmus tiag olfoa. ��aP'�t m other eoaaact or F.xectetive Older.Equal OPPoctuaity and Aifiraaativrr Action,dace�labor man or wotice:: of the caatractoc's commitment aader the April 16.1975,and of the Ides,texdsd=s,and relevant Orders of the Governor. (d)The eootractor and labor tahioos VM furnish ail mfamatioa and reports required by Executive Order.16. 1975.and by the rules.regulations and O,�of the Gove vxK or p�m moo.and W �Equal acts���Action of April contracting agency and the office of the Governor or his desiphee for l soots:to his books.rules-r and ao by the (e)A labor �will not PmP�s� to ascertain with such tiles.regulation and otdns- . from membership in such labor eatchmde mY irganizarmndividual od�w►tse B°0r fill membership rigs:is such labor orgsnizadon.or cxpd an such individual sex,national origin.or ancestry, dtkr mate against nay of its members in the full eajoymatc of wodc opportunity becaerse of ram aced.color. (f)A labor organization.or the eU490YC s or members thereof win ram aid.abet. discriminatory or obsaoct or pmevmt ale►PC. { �plyag with the incite.compelor Om ey the doing of airy act defined in this contract to be or indirectly,to commit anv act defined in this eanuact to bediscrimiaua Provisions of this contract or arty order issued ;or attempt,either directly Form 6-AC-028 Revised 1/93 34S-S3-01-101 page 1 of 2 page . . (g)In the event of the eorhtractor's non-compliance with the non-discrimination clauses of this contact or with any of such rules.regulations.or orders. this contract may be canceled.saminated or suspended in whole or in part and the contractor may be declared ineligible for further State contracts in a000e+darhee with procedures.autborized to Executive Order.Equal Opportunity and Affirmative Action of April 16.1975 and the rules.regulations or order promulgated in accordance therewith,and such other sanctions as maybe imposed and remedies as maybe invoked as provided in Executive Order. Equal Opportunity and Affirmative Action of April 16.1975.or by rules,regulations,or orders promulgated in accordance therewith.or as otherwise provided by law. (h)The contractor will include the provisions of putragrapht(a)through(h)in every sub-contras and subcontractor purchase cede unless exempted by rules.regulations.or orders issued pursuant to Executive Order.Equal Opportunity and Affirmative Action of April 16.1975.so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any sub-contracting or purchase order as the contracting agency may direct.as a means of enforcing such provisions.including sanctions for iron-compliance;provided.however.that in the event the contractor becomes involved in.or is threatened with.litigation.with the subcontractor or vendor as a result of such direction by the contracting agency.the contractor may request the State of Colorado to enter into such litigation to protect the interest of the State of Colorado. COLORADO LABOR PREFERENCE • 6a.Provisions of CRS 9-17-101 A 102 for preference of Colorado labor am applicable to this contract if public works within the State are undertaken hereunder and are financed in wbole or in part by Stare finds. b.When a construction cont:aet for a public project is ro be awarded to it bidder.a resident bidder shall be allowed a preference against a non-residau bidder from a slue or foreign country equal to the preefereaoe given or required by the stare or foreign country in which the non-vesident bidder is a resident.If it is determined by the ofiwer responsible for awarding the bid that compliance with this subsection.06 may cause denial of federal finds which would otherwise be available or would otherwise be imeomsistent with requirements of Federal law.this subsection shall be suspended.but only to the extent aeeessary to prevent denial of the moneys or a eliminate the with Federal requirements MRS 2-19-101 and 102) GENERAL 7.The laws the State of Colorado and rules and regulations issued pun want thereto shall be applied in the iarelpr+etatim execagion.and enforcement of this contract Any provision of tuts contract wbether er riot incorporated herein by reference which provides for arbitration by any extra-judwW body or peesou err wbidh is odmwise in conflict with said laws.mk&and regulations shall be considered null and void.Nothing contained in my provision incorporated herein by ref,. , re which pwpoe to regale this or any otber special provision in whole or in part shall be valid orenforceable or available in any action at law whether byway of complaint. defence.or otherwise.Any provision rendered mall and void by the operation of this provision will act iavalidase the remainder of this eahtract to the extent that the contract is capable of execution. g.At all times during the performance of this contract.the Contractor shall strictly adhere to all applicable federal and stale lawn.rule&and regulations that have been or may hoWter be esublisbed. 9.The signatoneies aver that they are familiar with CRS_IE-gt'Ol.et.seq..(Bribery and Corrupt Influences)and CRS 184-40L et.seq..(Abuse of Public Office). and that no violation of such provisions is present . 10.The signatories aver that to their knew no stars employee has my pesoaal or beneficial interest whatsoever in the service or pnoputr described bavim Page 2 of 2 COLORADO DEPARTMENT OF TK^NSPORTATION CONTRACT OBJECTIVE PLAN State Program: Public Ways Contracting Agency: Fort Collins Police Services State Sub-Program: Transportation Safety Project Coordinator: Sergeant Dennis Whitesell Problem Solution Plan: Police Traffic Services ontract Period: effective date to 9/30/95 Project#95-14 HSP#95-02 ask#21-08 Objective: o reduce average sp eeds peeds at ten target locations by 10%while improving responsiveness to citizen complaints through the extensive use of an unmanned S.M.A.R.T.radar trailer through September 30, 1995. Task Activity# Activity Description 21-08.1 Identify a minimum of ten target locations for deployment of an unmanned S.M.A.R.T. radar trailer for 25 hour periods through September 30, 1995. Selection of locations will be based on the number of citizen complaints concerning speeding, the number of speed related citations and the number of speed involved accidents at each location. Review and revise list of locations on a monthly basis. 21-08.2 Purchase S.M.A.R.T. trailer speed monitoring device, computer, printer, alarms, axle, locks, storage cover, sign racks, trailer, hitch and KR10SP by May 31, 1995. 21-08.3 Deploy unmanned S.M.A.R.T. trailer at ten locations, on a rotating basis, 24 hours a day, seven days a week. 21-08.4 Submit quarterly reports on July 20 and October 20 and a final report and a final claim for costs incurred by November 15, 1995. s Previous editions are obsolete and may not be used CDOT Form#1106 7/92 Attachment A page 1 of 3 COLORADO DEPARTMENT OF ).-ANSPORTATION CONTRACT EVALUATION DATA I ' Project# 95-14 HSP#95-02 Task#21-08 Task Activity# Evaluation Description Type of Report evaluation timeframe 21-08.1 On a quarterly basis, provide a list of all locations selected for Performance Quarterly use of the S.M.A.R.T. trailer along with an analysis of the reasons for selection. 21-08.2 Provide a Capital Equipment Accountability Form for the Administrative Quarterly purchase of all capital equipment. 21-08.3 On a quarterly basis, provide speed monitoring data on each Performance Quarterly of the locations at which the S.M.A.R.T. trailer was deployed. Compare with prior periods. Provide the number of hours and percent of patrol and engineering time saved through the use of the trailer for speed monitoring and how this resulted from the deployment of the radar trailer. Discuss the increase in the amount of time officers can spend responding to citizen complaints. . 21-08.4 Performance Quarterly/Final Were quarterly reports provided in a timely manner? Was a final report including an analysis of the usefulness of the S.M.A.R.T. trailer and a discussion of problems encountered and recommendations for use by other agencies provided by November 15, 1995? Previous editions are obsolete and may not be used CDOT Form#1107 Attachment_A___, page 2 of 3 7/92 COLORADO DEPARTMENT OF TRANSPORTATION CONTRACT OBJECTIVE PLAN PROJECT#95-14 BUDGET ALLOCATION FOR HSP# 95-02 TASK#21-08 Cost category OTS($) Agency($) Total($) Personal Services -0- 159,563 159,563 Operating expenses -0- -0- -0- Travel expenses -0- -0- -0- Capital equipment 13,748 '0' 13,748 Other Totals 13,748 159,563 173,311 DISTRIBUTION OF OTS FUNDS (BENEFIT OF): STATE$ LOCAL$ BUDGET ALLOCATION FOR HSP# TASK# Cost category OTS(s) Agency($) Total($) Personal Services Operating expenses Travel expenses ; Capital equipment Other Totals DISTRIBUTION OF OTS FUNDS(BENEFIT OF): STATE$ LOCAL$ [BUDGET ALLOCATION FOR HSP# TASK# Cost category OTS($) Agency($) Total($) rsonal Services erating expenses vel expenses Capital equipment Other Totals DISTRIBUTION OF OTS FUNDS (BENEFIT OF): STATE$ LOCAL$ TOTAL BUDGET OTS($) Agency($) Total($) $13,748 $159,563 $173,311 Previous editions are obsolete and may not be used CDOT Form 01108 Attachment A sus Page=of 3