Loading...
HomeMy WebLinkAbout2010-078-12/21/2010-APPROVING A CONTRACT WITH THE COLORADO DEPARTMENT OF TRANSPORTATION (CDOT) AND THE TOWN OF WINDSOR C RESOLUTION 2010-078 OF THE COUNCIL OF THE CITY OF FORT COLLINS APPROVING A CONTRACT WITH THE COLORADO DEPARTMENT OF TRANSPORTATION (CDOT) AND THE TOWN OF WINDSOR CONCERNING THE FUNDING, CONSTRUCTION AND MAINTENANCE OF IMPROVEMENTS TO THE I-25/STATE HIGHWAY 392 INTERCHANGE WHEREAS,the Interstate 25/State Highway 392 Interchange("Interchange"),located at Exit 262,borders the western limits of the Town of Windsor("Town")and the southeastern limits of the City of Fort Collins ("City"); and WHEREAS,the City and the Town have worked cooperatively in recent months to finalize the design plan for improvements to the Interchange(the"Plan") and to identify sufficient funding to finance the construction of those improvements; and WHEREAS,the City and the Town have negotiated a contract with the Colorado Department . of Transportation ("CDOT") to construct the improvements to the Interchange in accordance with the Plan (the "Contract"); and WHEREAS,on this same date,the City Council has adopted Resolution 2010-077 approving an intergovernmental agreement between the City and the Town that establishes a Corridor Activity Center adjacent to the Interchange (the "CAC"), approves certain land uses within the CAC, establishes a process for developing design standards for improvements within the CAC, provides for the imposition and collection of impact fees and public improvement fees,and also provides for revenue sharing between the City and Town with regard to sales tax revenues generated within the CAC; and WHEREAS, the City Council believes that it is in the best interests of the City to enter into the contract with CDOT and the Town. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FORT COLLINS as follows: Section 1. That the City Council hereby finds that entering into the Contract is in the best interests of the City. Section 2. That the Mayor is hereby authorized to execute the Contract in substantially the form shown on Exhibit"A," attached hereto and incorporated herein by this reference, subject to such modifications as the City Manager may, in consultation with.the City Attorney, deem necessary or desirable to protect the interests of the City and effectuate the purposes of this Resolution. Section 3. That by the terms of this Resolution, the City Council specifically acknowledges and affirms that it has, through Ordinance No. 111, 2010, properly appropriated sufficient funds to satisfy the City's obligations under the Contract. Passed and adopted at a regular meeting of the Coun ' o the City of Fort Collins this 21 st day of December, A.D. 2010. Mayo . ATTEST: ' . Iva!, City Clerk EXHIBIT A (Local $CDOTWRK) Rev 10/03 Project IM 392A-012 (16639) 11 HA4 25823 SH 392 & I-25 Interchange Reconstruction 331000382 City of Fort Collins and the Town of Windsor IGA 93 —Construction, Maintenance & Ownership Region 4 (rp) CONTRACT THIS CONTRACT made this_day of 20_,by and between the State of Colorado for the use and benefit of the Colorado Department of Transportation hereinafter referred to as the "State" and the CITY OF FORT COLLINS, Colorado, hereinafter referred to as the "City", CDOT Vendor#: 2000023, and the TOWN OF WINDSOR, Colorado, hereinafter referred to as the"Town", CDOT Vendor 2000340, the City and the Town are hereinafter referred to as the "Contractor" or the "Local Agency." The parties hereto may be collectively referred to as "the Parties". RECITALS 1. Authority exists in the law and funds have been budgeted, appropriated and otherwise made available and a sufficient uncommitted balance thereof remains available for payment of project and Local Agency costs in Fund Number 400, Function 3301, GL Acct. 4231200011. WBS Element and 16639.20.10, (Contract Encumbrance Amount: $0.00). 2. Required approval, clearance and coordination have been accomplished from and with appropriate agencies. 3. Pursuant to 43-2-104.5 C.R.S. as amended, the State may contract with Local Agencies to provide maintenance and construction of highways that are part of the state (or local agency) highway system. 4. The Parties hereto jointly anticipate a project for the reconstruction of the ramps and SH 392' overpass over I-25, the relocation of the west frontage road and the associated improvements in the vicinity of the existing interchange and by the date of execution of this contract, a preliminary CDOT Form 9463 describing the general nature of the work will be completed by the Parties. It is understood and agreed that the Parties may revise this form before the Work begins as a result of jointly agreed upon design changes. CDOT shall perform the Work described in form#463. 5. The Parties have made funds available for project IM 392A-012, (16639) which shall consist of Reconstruction of the ramps and overpass at the interchange of I-25 and SH 392 and the relocation of the west frontage road, referred to as the "Project" or the "Work." Such Work will be performed in Fort Collins and Windsor, Colorado, specifically described in Exhibit A. Page 1 of 12 6. The Local Agency has funds available and desires to provide $5,000,000 of the funding for the work. Copies of ordinances and/or resolutions adopted by the City of Fort Collins and the Town of Windsor acknowledging the availability of such funds and appropriating same for this project are attached hereto and incorporated herein as Exhibit`B". 7. The Parties have estimated the total cost of the work and are prepared to provide the required funding required to complete the work in accordance with the terms and conditions of this Contract, and the City of Fort Collins and the Town.of Windsor hereby represent that they are legally authorized to enter into this Contract in accordance with Section 4 of this Contract. 8. This contract is executed under the authority of §§ 29-1-203, 43-1-110; 43-1-116, 43-2- 101(4)(c) and 43-2-144, C.R.S. and Exhibit B. 9. 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 or the Work under this contract shall consist of Reconstruction of the overpass structure and ramps, relocation of the west frontage road, in Fort Collins and Windsor, 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: 1. This contract 2. Exhibit A (Scope of Work) 3. Other Exhibits in descending order of their attachment. Section 3. Term This contract shall be effective upon approval of the State Controller or designee, or on the date made, whichever is later. 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 Parties have estimated the total cost of the work and are prepared to provide the funding for the work, 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. Page 2 of 12 B. The Parties have estimated the total cost of the work to be $25,000,000 which is to be funded as follows: State Contribution $20,000,000 Local Agency Funds $5,000,000 Total Funds: $25,000,000 C. The "Total Funds" as recited above shall be the maximum amount to be paid by the Parties,unless such amount is modified by a written amendment. It is understood and agreed by the Parties hereto that the total cost of the work is the best estimate available, based on the design data as approved at the time of execution of this contract. D. The Parties hereto agree that this contract is contingent upon all funds designated for the project herein being made available from all 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 provide the agreed upon funding for this project in accordance with the provisions of Section 4 of this Contract, and subsequent modifications thereto agreed upon by the Parties. 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 Page 3 of 12 on which payment is made. Section 6. State and Local Agency Commitments The Local Agency Contract Administration Checklist in Exhibit D describes the Work to be performed and assigns responsibility of that Work to either the Local Agency or the State. The "Responsible Party" as referred to in this Contract means the Responsible Party as identified in the Local Agency Contract Administration Checklist in Exhibit D. A. Design [if applicable] 1. If the 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 1. 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 12 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). (1) in advertising and awarding the bid for the construction of a federal-aid project, the State shall comply with applicable requirements of 23 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 (Exhibit H) 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 Responsible Party will certify in writing to the State 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. Page 5of12 Any acquisition/relocation activities must comply with: all applicable federal and state statutes and 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 Unifonn 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 of way acquisition (3111 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 by the Local Agency 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 Responsible Party 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 Responsible Party 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 Responsible Party 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: 1. 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. Page 6 of 12 3. Establishing future maintenance responsibilities for the proposed installation. 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 Local Agency will maintain and operate portions of the improvements at its own cost and expense during their useful life as set forth in this contract, in a manner satisfactory to the State and FHWA. The Local Agency 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. Maintenance duties shall be completed as described in Exhibit A,under the section Maintenance obligations. The Local Agency maintenance responsibilities include maintenance of aesthetic retaining walls and features and landscaping items further identified in Exhibit B. In the event that the improvements to be maintained by the Local Agency are not maintained in an appropriate manner, CDOT reserves the right to notify the Local Agency, and if such maintenance remains deficient for a period of thirty (30) days after such written notice, CDOT shall perform maintenance deemed necessary and the Local Agency will reimburse CDOT for the cost of such maintenance action. See Attachment A-1 for graphic depiction of landscape areas and enhanced aesthetic areas with designation of responsibility. 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 Page 7of12 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 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 2"d Street, Greeley, CO 80631. Said Region Director will also be responsible for coordinating the State's activities under this contract. All communications relating to the day-to- day activities for the work shall be exchanged between representatives of the State's Page 8of12 Transportation Region 4 and the Local Agency. All 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. If to the State: If to the City of Fort Collins: Pete Graham, PE Helen Migchelbrink, PE CDOT Region 4 City Engineer Local Agency Engineer 281 N. College Avenue 1420 2nd Street Ft Collins Colorado 80537 Greeley, Colorado 80631 (970) 962- 2514 (970) 350-2126 If to the Town of Windsor: Dennis Wagner Town of Windsor 301 Walnut Windsor, Colorado 80550 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, § 24-10-101, 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 Page 9of12 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 of a 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 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 as provided herein. 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 Page 10of12 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. 25. Governmental Immunity Notwithstanding any other provision to the contrary, nothing herein shall constitute a waiver, express or implied, of any of the immunities, rights, benefits, protection, or other provisions of the Colorado Governmental Immunity Act, CRS §24-10-101, et seq., as amended. Liability for claims for injuries to persons or property arising from the negligence of the State of Colorado, its departments, institutions, agencies, boards, officials, and employees and of the Local Agency is controlled and limited by the provisions of the Governmental Immunity Act and the risk management statutes, CRS §24-30-1501, et seq., as amended. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 11 of 12 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT CONTRACTORS: STATE OF COLORADO: Citv of Fort Collins BILL RITTER,JR.GOVERNOR Legal Name of Contracting Entity 2000023 By CDOT Vendor Number Executive Director Department of Transportation Signature of Authorized Officer LEGAL REVIEW: JOHN W.SUTHERS ATTORNEY GENERAL Print Name&Title of Authorized Officer CORPORATIONS: By Print Name&Title of Authorized Officer (A corporate attestation is required.) Approved As To Form: Assistant City Attorney Attest(Seal)By (Corporate Secretary or Equivalent,or Town/City/County Clerk) (Place corporate seal here,if available) Town of Windsor Legal Name of Contracting Entity 2000340 CDOT Vendor Number Signature of Authorized Officer Print Name&Title of Authorized Officer CORPORATIONS: (A corporate attestation is required.) Approved As To Form: Town Attorney Attest(Seal)By (Corporate Secretary or Equivalent,or Town/City/County Clerk) (Place corporate seal here,if available) ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS 24-30-202 requires that the State Controller approve all state contracts. This contract is not valid until the State Controller, or such assistant as he may delegate,has signed it. The contractor is not authorized to begin performance until the contract is signed and dated below. If performance begins prior to the date below, the State of Colorado may not be obligated to pay for the goods and/or services provided. 1 STATE CONTROLLER: Page 12of12 DAVID J.MCDERMOTT,CPA By Date Page 13 of 12 EXHIBIT A SCOPE OF WORK A. The Work under this contract shall consist of Construction, Maintenance and Ownership of the proposed reconstruction of I-25 at SH 392 interchange, in Windsor and Fort Collins, Colorado. The specific physical improvements that make up the work shall include construction of the ramps, ,overpass, subsidiary structures such as retaining walls and slope pavements, highway pavement, lighting,drainage pipes,detention structures, signing and sigialization. B. The property interests associated with the Interchange under this contract shall include, but not be limited to the ownership of the following: 1. Right of way and access control; 2. Ramps associated with the Interchange; 3. Retaining Walls associated with the interchange 4. Physical features and related facilities of the Interchange, including, e.g.,the Interchange Structure, and the Interchange Structure's associated lighting, culverts, etc.; 5. Other Interchange-related facilities, as appropriate, e.g.',bike paths,pedestrian facilities,etc. C. The division of property interests associated with the Interchange shall be as follows: 1. CDOT shall own all of the Interchange improvements, except the improvements designated as Local Agency property in sub-paragraph Section 1.C.2, below. 2. Local Agency shall own the landscaping and irrigation beyond minimum CDOT standard, enhanced architectural features(see Exhibit Al)within the limits of the Interchange areas. 3. CDOT and the Local Agency shall have the right of access to all of the property interests associated with the Interchange. D. Fort Collins and Windsor employees may attend project meetings and direct costs shall be considered a part of the local match portion of the project funding. E. The Local Agency shall provide construction management overview on the project to ensure Local Agency requirements are met and to facilitate formal communications with CDOT project personnel. The Local Agency representative will communicate with the CDOT project manager for the purpose of coordination with various city departments,property owners and other Parties as needed during the course of construction. The Representative may attend project meetings. The Local Agency shall withhold from billing statements the direct costs accrued by staff up to the amount of$40,000. F. In the event of bid savings, if the total participating cost of performance of the Work is less than $25,000,000, then the amounts of Local Agency and federal-aid funds will be decreased in accordance with the funding ratio set forth in Section 4(B). MAINTENANCE OBLIGATIONS Maintenance activities shall be allocated as follows: A. Hardscape Exhibit A, Page 1 of 5 EXHIBIT A CDOT shall, at its own cost and expense, maintain and operate the Hardscape improvements constructed under this Contract(Interchange roadway), during their useful life. CDOT Hardscape Maintenance shall include,but not limited to: CDOT shall perform, at its costs, the Maintenance Activities for the I-25 mainline roadway, Interchange Ramps, from edge of pavement line to edge of pavement line, curb line to curb line, and Ramp guardrails, the SH 392 mainline roadway within the limits of the CDOT right-of-way. The total cost of all other Maintenance Activities listed below, for the indefinite future, shall be bome by the Local Agency and shall be at no cost to CDOT. It is understood by the Parties that the total cost of the Maintenance Activities presumes the Maintenance Activities will be conducted as prescribed by generally accepted CDOT practices, and will include, as required by the Policy Directive and as appropriate and unless otherwise excluded in this Contract, the following features and activities: CDOT Maintenance Activities(see Exhibit Al for limits of CDOT maintenance area): Structure#C-17-ER: a) general maintenance of the new structures b) rehabilitation of the new structures c) replacement of the new structures d) prescribed structural inspection Pavement and other hard surfaces: a) surface condition on the ramps from the ramp gores through the ramp termini b) Surface condition from the outside edge of sidewalk to outside edge of pavement not including the landscaped portion or the raised medians Retaining Walls: a) structural condition of the structural components of the essential retaining walls (as shown in Exhibit Al) Traffic Features: b) all required regulatory, and guide signs on the ramps and SH 392 c) guardrail on the ramps and mainline 392 d) all required traffic striping and pavement markings e) operation of traffic control equipment Drainage: a. existing drainage swales and culverts not affected by additional landscaping b. major structural maintenance of drainage pipes within CDOT right-of-way Other: a) routine maintenance of all roadway surfaces constructed by the project including patching and paving, snow and ice removal, sanding, and sweeping. b) any other activities necessary to preserve the functional integrity of the Interchange and the State Highway system Exhibit A, Page 2 of 5 EXHIBIT A CDOT and the Local Agency shall be responsible to perform all tasks, as are identified herein, which are needed to complete the Maintenance Activities,as described below: Local Agency Maintenance Activities: The Local Agency shall perform, at their costs, Maintenance Activities pursuant to Section 43-2-135, Colorado Revised Statutes.: In addition, all new structural elements added as a result of this project will become the responsibility of FC/W to inspect and maintain as shown in Exhibit Al. The total cost of all other Maintenance Activities listed below, for the indefinite future, shall be borne by the Local Agency and shall be at no cost to CDOT. It is understood by the Parties that the total cost of the Maintenance Activities presumes the Maintenance Activities will be conducted as prescribed by generally accepted CDOT practices, and will include, as required by the Policy Directive and as appropriate and unless otherwise excluded in this Contract,the following features and activities: 1. retaining wall barriers and aesthetic surface features, including, but not limited to, painting and graffiti removal 2. additional landscaping features and all irrigation components beyond minimum CDOT standard(further described in Landscape Permit to be submitted prior to construction) 3. additional landscaped drainage areas including cleaning of sediment and debris from sediment pond areas 4. enhanced architectural and aesthetic treatments including fagades on essential retaining walls 5. snow and ice removal, sweeping and other activities required to maintain sidewalks and bike paths behind the curb or edge of pavement 6. Structural repairs on non-essential retaining wall as determined by CDOT Staff Bridge inspection standards further described below: Local Agency Structural Maintenance Activities: The Local Agency shall maintain at its own cost, all new non-essential structures including portions of retaining walls on the ramps. Inspection requirements include: Upon completion of the project, a qualified Structural Engineer (as approved by CDOT) shall certify that the walls have been constructed in accordance with the plans and the structure will perform as designed. Any structural deficiencies discovered during the certification process will be identified and the Local Agency shall take appropriate action to correct such deficiencies. All costs for as constructed structural inspections and subsequent maintenance activities shall be home by the Local Agency. Every 4 years thereafter, or as policy dictates, CDOT shall perform structural inspections of all retaining walls as defined above. CDOT will provide a report to the Local Agency when deficiencies are found that require remediation. If during the life of the non-essential retaining walls the structural integrity appears to be compromised due to vehicle crashes or deterioration of materials, CDOT shall be contacted by the Local Agency to the following contact person: 1) State Bridge Branch Manager 4201 E. Arkansas Avenue Denver, CO 80222 Phone(303) 757-9309 Exhibit A, Page 3 of 5 EXHIBIT A 2) State Bridge Inspection Engineer 4201 E. Arkansas Avenue Denver, CO 80222 Phone(303) 757-9188 B. Landscape 1. The Local Agency shall be responsible for maintenance of landscaped features within the Interchange, further detailed in a subsequent landscape permit. Said maintenance responsibilities shall include, but not be limited to approved temporary irrigation, replacement of dead or diseased sod or other plants, mowing'native and temporary irrigated grasses for aesthetics and weed. control purposes, pruning, spraying of insecticides and fungicides, and trash removal. The Local Agency shall provide all personnel, equipment and other services necessary to satisfactorily perform such maintenance responsibilities, at no cost to the State. The water for irrigation for establishment should be provided by the contractor under the construction contract. 2. The Local Agency shall, at its own expense, repair any damage to new or existing adjacent structures such as retaining walls, or landscaped features resulting from their maintenance activities, including damage resulting from broken or damaged irrigation systems, as soon as possible following the damage. 3. The State reserves the right to determine the conformance of the Landscape Maintenance by the Local Agency under this Contract. The State will notify the Local Agency in writing of any deficiency in the work. Upon notice of any deficiency in the Landscape Maintenance, either: a) by the State; or b) by its own observation; or c) by any other means, the Local Agency shall take action as soon as possible, but not later than 30 working days after such notice to correct the deficiency and to protect the safety of the traveling public. In the event the Local Agency, for any reason, does not, or cannot correct the deficiency within 30 working days, or does not demonstrate that action satisfactory to cure such default has been commenced and will be completed in a timely manner, or does not otherwise demonstrate that no deficiency exists, the State reserves . the right to correct the deficiency and to bill the Local Agency for such work. 4. The Local Agency and its agents or contractors shall, during the term of this agreement, be permitted to enter upon the Interchange for the purpose of performing the maintenance activities. Local Agency shall use its reasonable efforts to restrict access to the Interchange to only those persons and equipment necessary to perform the work described in this agreement. The Local Agency and its agents, employees and assigns shall not use the mainline roadway of I-25 as a means of ingress or egress to and from the Interchange with respect to any Landscape Maintenance task to be performed by the Local Agency pursuant to the terms of this agreement. In lieu thereof, the Local Agency, its agents, employees, and assigns shall access the I-25 ROW from the Interchange Ramps at locations approved by CDOT. 5. The Local Agency shall require any contractors, consultants or agents performing Landscape Maintenance for the Local Agency under this agreement (hereinafter referred to collectively as "contractor(s)") to maintain at all times and at such contractor's sole expense, general liability insurance, in the amount of the least $1,000,000.00 per occurrence, which amount may be in effect as of the date of execution of any contract, but which amount shall be adjusted from time to time to take into consideration the changes in the value of money and the changes in the financial risks for which the insurance is being carried. Such insurance shall be written by companies of recognized financial standing which are authorized to do insurance business in the State of Colorado. Exhibit A, Page 4 of 5 EXHIBIT A All insurance maintained pursuant to this paragraph shall name the State as an additional insured, and shall provide that no cancellation or reduction thereof shall be effective until at least thirty (30) days after receipt by the State of written notice thereof. The Local Agency shall, upon request, furnish the State with certificates of such insurance. 6. In the event that the Local Agency defaults on its landscape maintenance responsibilities, the State at its discretion may continue to maintain the landscape in accordance with the normal standards of the State or may allow the landscaped area to revert to its original (native) condition. In the event of such default by the Local Agency, the State reserves the right to bill the Local Agency for its work to cure the default. 7. The Local Agency acknowledges and agrees that the State may, in the future, expand the I-25 corridor, and in the event of such expansion, the landscaped features and other improvements being maintained by the Local Agency may be modified by the State. In the event of such modification, addition to or demolition of the I-25 corridor by the State, the State shall provide to the Local Agency, at least 180 days prior to the commencement of any such activities, written notice, which shall include specific descriptions of the impact of such activities upon the landscaped features. The State and Local Agency, mutually agree to fully cooperate with one another and to take all steps necessary to coordinate the activities to be performed by the State so as to minimize the impact upon and damage to the landscaped features and other improvements installed in the Interchange and to maximize the salvage and preservation of the landscaping and other improvements to the Interchange during such work to be performed by the State. At the Local Agency's option, and after approval by the state by a license agreement or other appropriate permit, the Local Agency may remove any materials or growing stock located in such landscaped areas, provided that such removal occurs during the 180-day notice period. Exhibit A, Page 5 of 5 EXHIBIT Al f •51 :HALL 3Cy ,''• `V:,LL 3A. ,1 i I 1 V:fiLL 7n +1,''r^LL 7n r;?LL t WALL 3E->/ 1"TALL 2 0:`ALL�^ � AEU7 6 . WALL 481 WALLS '!VALE 4G WALL 8B YVALL 4D t �1 DESIGN MAINTENANCE WALL STRUCTURE NO. LENGTH HEIGHT RESPONSIBILITY(2) MSE BLOCK WALLS WALL 1 WALL-C-17-1 591'-2 3/4" 4'TO 20' A WALL 2 WALL-C-17-J 723'-2 1/2" 4 TO 20' A CIP WALLS WALL 5 WALL-C-17-M 189'-3 3/8" 4'TO 10' A WALL 6 WALL-C-17-N 135'-0 3/8" 6'TO 10' A MSE STONE VENEER WALLS WALL 3A WALL-C-17-K 235'-10 1/2" 8'TO 18' B WALL 4C WALL-C-17-S 200'-0" 4'TO 13' B WALL 4D WALL-C-17-L 172'-8 1/4" 4'TO 12' B WALL 7A WALL-C-17-0 220'-8 1/2" T TO 17' B WALL 813 WALL-C-17-P 108'-9" 4'TO 12' B EAST ABUTMENT WALL-C-17-R 412'-3 7/8" 6'TO 29' B WEST ABUTMENT . WALL-C-17-Q 450'-0 1/2" 7'TO 29' B CIP STONE VENEER WALLS WALL 3B Non-Essential 1 88'-3 1/2" 6' C WALL 3C Non-Essential 1 81'-11 7/8" 5' C WALL 413 Non-Essential 1 61'-5 1/8' 6' C WALL 713 Non-Essential 1 84'-1 1/4" 6'TO 8' C 1. Non-Essential = Aesthetic only wall purpose 2. A = CDOT maintains all elements of the wall; B = CDOT inspects and maintains structural elements of the wall and Fort Collins/Windsor maintains stone veneer elements of the wall; C = Fort Collins/Windsor maintains all elements of the wall. i Exhibit B CITY OF FORT COLLINS ORDINANCE or RESOLUTION EXHIBIT "C" TOWN OF WINDSOR RESOLUTION NO. 2010-72 A RESOLUTION APPROVING THAT CERTAIN CONTRACT BETWEEN THE TOWN OF WINDSOR, THE CITY OF FORT COLLINS, AND THE STATE OF COLORADO, FOR THE USE AND BENEFIT OF THE COLORADO DEPARTMENT OF TRANSPORTATION, CONCERNING THE FUNDING, CONSTRUCTION AND MAINTENANCE OF IMPROVEMENTS TO THE I-25 / SH 392 INTERCHANGE AND ACKNOWLEDGING THE APPROPRIATION OF FUNDS BY THE TOWN PURSUANT TO THE PROVISIONS OF SAID CONTRACT IT IS HEREBY RESOLVED BY THE TO\, N BOARD OF THE TOWN OF WINDSOR, COLORADO, AS FOLLOWS: 1. That the "Town of Windsor hereby ratifies, approves and confirms the terms and conditions of the CONTRACT between the"Town of Windsor;the City of Fort Collins and the State of Colorado, for the use and benefit of the Colorado Department of Transportation,a copy of which is attached hereto and made a part hereof by this reference. 2. That the "Town of Windsor hereby authorizes the Mayor of the Town to execute the CONTRACT on behalf of the Town. 3. That by the terms of this Resolution,the Town Board specifically acknowledges and affirms that it has, through the ordinance approving the Tow•n's budget, properly appropriated sufficient funds to satisfy the Tow•n's obligations under the CONTRACT. Upon motion duly made, seconded and carried, the foregoing Resolution was adopted this IT" day of December- 2010. y TOWN OF yk'INDSOR, COLORADO Jotiil S. Vazquez, Ma}or%/ ATTEST: Patti Garcia�—Tow•n Clerk I Exhibit D COLORADO DEPARTMENT OF TRANSPORTATION LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST Project No. STIP No. Project Code Region IM 392A-012 SR46606, 16639 4 SSP4028, SSP4028. Project Location Date SH 392 at 1-25 in Larimer County9/2/2010 Project Description SH 392&1-25 Reconstruction Local Agency Local Agency Project Manager City of Fort Collins and Town of Windsor Rick Richter CDOT Resident Engineer CDOT Project Manager Pete Graham Long Nguyen 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'W 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 COOT nor the Local Agency is responsible for a task,not applicable(NA)shall be noted.In addition,a"#"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 Wli 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 Pro ect Manager,will prepare and distribute a revised checklist RESPONSIBLE NO. DESCRIPTION OF TASK PARTY LA CDOT TIP/STIP AND LONG-RANGE PLANS 2.1 1 Review Project to ensure it is consist with STIP and amendments thereto X FEDERAL FUNDING OBLIGATION AND AUTHORIZATION 4.1 Authorize funding by phases(CDOT Farm 418-Federal-aid Program Data.Requires FHWA X concu rrenceAnvdlvement) PROJECT DEVELOPMENT 5.1 Prepare Design Data-CDOT Form 463 -.X X 5.2 Prepare Local Agency/CDOT Inter-Governmental Agreement see also Chapter 3 X 5.3 -Conduct Consultant Selection/EcecuteConsultant Agreement X 5.4 Conduct Design Scoping Review Meeting X 5.5 Conduct Public Involvement X 5.6 Conduct Field Inspection Review FIR X X 5.7 Conduct Environmental Processes(may require FHWA concurrence/Involvement) X X 5.8 Acquire Right-of-Way may require FHWA concumenceAnvolvement X 5.9 1 Obtain Utility and Railroad Agreements X X 5.10 Conduct Final Office Review FOR X X 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 X 5A4 Prepare Pians,Specifications and Construction Cost Estimates X CDOT Form 1243 09106 Pagel of 4 Previous editions are obsolete and may not be used Exhibit D, Page 1 of 4 Exhibit D RESPONSIBLE NO. DESCRIPTION OF TASK PARTY LA CDOT 5.15 Ensure Authorization of Funds for Construction X PROJECT DEVELOPMENT CIVIL RIGHTS AND LABOR COMPLIANCE 6.1 Set Underutilized Disadvantaged Business Enterprise(UBDE)Goals for Consultant and X Construction Contrails(CDOT Region EEOn MI RightsSpecialist) 6.2 Determine Applicability of Davis-Bacon Act. X This project❑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) - 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 Redw EEOA:Ml RightsSpecialist) 6.4 Title M Assurances X Ensure the correct Federal Wage Decision,all required Disadvantaged Business EnterpdselOn-the-Job Training special provisions and FHWA Form 1273 are included in the Contract(CDOT Resident En infer) X ADVERTISE BID AND AWARD 7.1 Obtain Approval for Advertisement Period of Less Than Three Weeks X 7.2 Advertise for Bids X 7.3 Distribute"Advertisement Set"of Plans and Specifications - X 7.4 Review Worksite and Plan Details with Prospective Bidders While Project Is Under X Advertisement 7.5 O n Bids X 7.6 Process Bids for Compliance F - Check CDOT Form 715-Certificate of Proposed Underutilized DBE Participation when the law bidder meets UDBE goals X Evaluate CDOT Form 718-Underutilized DBE Good Faith Effort Documentation and determine 0 the Contractor has made a good faith Mort when the low bidder does not meet X DBE goals Submit required documentation for CDOT award concurrence X 7.7 Concurrence from CDOT to Award X 7.8 Approve Rejection of Low Bidder X 7.9 Award Contract X - 7.10 Provide'Award'and'Record"Sets of Plans and Specifications X CONSTRUCTION MANAGEMENT 8.1 Issue Notice to Proceed to the Contractor X 8.2 Project Sa X 8.3 Conduct Conferences' MANOW Pre-Construction Conference(Appmclix B) X Pre-survey ;. • Construction staking X • Monumentation X Partnering(Optimal) X Structural Concrete Pre-Pour(Agenda is in COOT Construction Memap X r MOR Concrete Pavement Pre-Pavin (Agenda is in CDOT Construction Manua X HMA Pre-Paving(Agenda is in CDOT Construetlon Manua# X 8.4 Develop and distribute Public Notice of Planned Construction to media and local residents X 8.5 - Supervise Construction A Professional Engineer(PE)registered in Colorado,who will Win responsible charge of construction supervision." Long Nguyen Local Agency Professional Engineer or Phone number X CDOT Form 1243 09106 Paget of 4 Previous edi8ons are obsolete and may not be used Exhibit D, Page 2 of 4 Exhibit D RESPONSIBLE NO. DESCRIPTION OF TASK PARTY LA CDOT p CDOT Resident Engineer imProvide competent,experienced staff who will ensure the Contract work is constructed in accordance with the plans and specifications X Construction inspection and documentation X 8.6 Approve Shop Drawings X 8.7 Perform Traffic Control Inspections X 8.8 Perform Construction Surveying X 8.9 Monument Right-of-Way X 8.10 Prepare and Approve Interim and Final Contractor Pay Estimates X Provide the name and phone number of the person authorized for this task Rick Richter (970)221-6798 Local.A a Re resentafive Phone number 8.11 Prepare and Approve Interim and Final Utility and Railroad Billings X 8.12 Prepare Local Agency Reimbursement Requests .X 8.13 Prepare and Authorize Change Orders X 8.14 Approve All Change Orders X 8.15 Monitor Project Financial Status X 8.16 Prepare and Submit Monthly Progress Reports X 8.17 Resolve Contractor Claims and Disputes X 8.18 Conduct Routine and Random Project Reviews Provide the name and phone number of the person responsible for this task. X Pete Graham (970)350-2126 CDOT Resident Engineer Phone number MATERIALS 9.1 Conduct Materials Pre-Construction Meeting - X 9.2 Complete CDOT Form 250-Materials Documentation Record • Generate form,which includes determining the minimum number of required tests and X applicable material submittals for all materials placed on the project • Update the form as work progresses X • Complete and distribute form after work is completed X 9.3 Perform Project Acceptance Samples and Tests X 9.4 Perform LaboratoryVerification Tests X 9.5 Accept Manufactured Products X Inspection of structural component& Fabrication of structural steel and pre-stressed concrete structural components X • Bridge modular expansion devices(('to 6'or greater) X • Fabrication of bearing devices X 9.6 Approve Sources of Materials X 9.7 Independent Assurance Testing(IAT),Loral Agency Procedures CDOT Procedures • Generate[AT schedule X • Schedule and provide notification X • ConductlAT X 9.8 Approve mix designs • Concrete X Hot mix asphalt X 9.9 Check Final Materials Documentation. X 9.10 Com lete and Distribute Final Materials Documentation X CDOT Form 1243 09I06 Page3 of 4 Previous editions are obsolete and may not be used Exhibit D, Page 3 of 4 Exhibit D CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE 10.1 Fulfill Project Bulletin Board and Pre-Construction Packet Requirements X 10.2 Process CDOT Form 205-Sublet Permit Application Review and sign completed CDOT Form 205 for each subcontractor,and submit to X EEO/Civil Rights Specialist 10.3 Conduct Equal Employment Opportunity and Labor Compliance Verification Employee X Interviews. Complete CDOT Form 280 10.4 Monitor Disadvantaged Business Enterprise Participation to Ensure Compliance with the X 'Commercially Useful Function"'Requirements 10.5 Conduct Interviews When Project Utilizes On-the-Job Trainees.Complete CDOT Form 200- X OJT Training Questionnaire 10.6 Check Certified Payrolls(Contact the R m EEO/CMI Rights ecialists for trainingrequirements.) X 10.7 Submit FHWA Form 1391 -Highmy Construction Contractor's Annual EEO Report X FINALS 11.1 Conduct Final Project Inspection.Complete and submit CDOT Form 1212-Final X Acceptance Report(Resident Engineer with mandatory Local Agency participatim.) 11.2 Write Final Project Acceptance Letter X 11.3 Advertise for Final Settlement - X _ 11.4 Prepare and Distribute Final As-Constructed Plans X 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 1 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 X 11.9 Obtain FHWA Farm 47-Statement of Materials and Labor Used... from the Contractor X 11.10 Complete and Submit COOT Form 1212—Final Acceptance Report CDOT) X 11.11 Process Final Payment X 11 A2 Complete and Submit CDOT Form 950-Pro' ct Closure X 11.13 Retain Project Records for Six Years from Date of Project Closure X 11.14 Retain Final Version of Local Agency Contract Administration Checklist X oc: CDOT Resident Engineer/Project Manager CDOT Region Program Engineer CDOT Region EEO/Civil Rights Specialist CDOT Region Materials Engineer CDOT Contrails and Market Analysis Branch Loral Agency Project Manager COOT Form 1243 09/06 Page!of 4 Previous editions are obsolete and may not be used - Exhibit D, Page 4 of 4