HomeMy WebLinkAbout1996-143-12/03/1996-ALCOHOL INCENTIVE COLORADO DEPT OF TRANSPORTATION GRANT CONTRACT RESOLUTION 96-143
OF THE COUNCIL OF THE CITY OF FORT COLLINS
APPROVING, AND AUTHORIZING THE MAYOR TO EXECUTE,
THE ALCOHOL INCENTIVE GRANT CONTRACT#97-410-7B
BETWEEN THE CITY AND THE COLORADO DEPARTMENT OF TRANSPORTATION
WHEREAS,the City of Fort Collins,on behalf of Fort Collins Police Services, has submitted
an application to the Colorado Department of Transportation, Office of Transportation Safety,
("CDOT") for funding a project for the prevention of drunk driving pursuant to Title 23, United
States Code, §410; and
WHEREAS, CDOT has approved the application and has prepared Alcohol Incentive Grant
Contract#97-410-7B, which contract is attached hereto as Exhibit"A" and incorporated herein by
this reference, (hereinafter referred to as "the Contract") which must be entered into by the City as
a condition to receiving the funds from the CDOT; and
WHEREAS,the City of Fort Collins has the authority and responsibility to fund Fort Collins
Police Services and to sign contracts on behalf of Fort Collins Police Services; and
WHEREAS, the City will receive under the Contract a grant of Twenty-Seven Thousand
Dollars ($27,000) which will be used by the Fort Collins Police Services in its Substance Abuse
Prevention Program; and
WHEREAS, a resolution by the Fort Collins City Council formally approving the Contract
and authorizing the proper City signature to be affixed to the Contract indicating such approval is
required by CDOT.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF FORT
COLLINS, that the City Council hereby approves the terms, conditions and obligations of the
Contract and authorizes the Mayor to execute the Contract on behalf of the City of Fort Collins.
Passed and adopted at a regular meeting of the Council of the City of Fort Collins held this
3rd day of December, A.D. 1996. -
_-Wayor
ATTEST:
City Clerk
Exhibit A
97-410-7B
DEPARTMENT OR AGENCY NUMBER
CONTRACT ROUTING NUMBER
CONTRACT
THIS CONTRACT, made this day of 1996, 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 the Fort Collins Police Services, 300 LaPorte Avenue, PO Box
580, Fort Collins, CO. 80522-0580 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 312, Object Number 5110, Org Unit 9803, Contract
Encumbrance Number 9747, GBL OBI 3, FEIN Number 846000587A; and
WHEREAS, required approval, clearance and coordination has been accomplished from and with
appropriate agencies; and
WHEREAS, the State is authorized 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 410, and to 23 Code
of Federal Regulations, Parts 924, 1204 and 1205, the State has received approval and federal grant
funding for implementation of its Fiscal Year 1996 Highway Safety Plan (HSP)from the U.S. Department
of Transportation, National Highway Traffic Safety 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 alcohol and
other drug related traffic crashes or improve the operational efficiency of existing traffic safety programs
regarding the alcohol and drug impaired driver 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
WHEREAS, the Contractor has the technical ability to properly complete the objectives and
activities of the Application, as described on page 1 of Attachment A of this Contract; and
Page 1 of 5 pages :E:XHIB:IT
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; 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
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 herto, 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 Applications
3. The Contractor shall carry out the program, conduct all the activities and provide the services
described and detailed on page 1 of 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 on page 2 of Attachment A.
6. The Contractor shall comply with the budget for this contract as set forth on page 3 of
Attachment A. The Contractor shall be solely responsible for all costs incurred in excess of this budget
amount.
Page 2 of 5 pages
7. The total estimated program costs shall be $27,000. 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: $27,000
B. Contractor share (estimated in-kind services
as detailed in application): -0-
C. Total estimated program costs: $27,000
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 410. 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 410, for the purposes hereof.
9. The term of this Contract shall begin on the effective date and shall terminate on
September 30, 1997. 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 shall be cognizant of and shall fully comply with all local, State, and federal
requirements applicable to the performance of the work under this federally funded contract. Such
federal requirements include Title 49 Code of Federal Regulations, Part 18, (the "Common Rule"),
which is incorporated herein as terms and conditions of this contract as though fully set forth. The
requirements of 49 CFR 18 include, without limitation:
a) accounting standards of section 18.20, and allowable costs under section 18.22;
b) audits under section 18.26, and record retention and access under section 18.42;
c) procurement procedures of section 18.36(d);
d) the specific contract provisions described in section 18.36(i). Also, incorporation by the
Contractor of those specific provisions into any subcontract(s) as terms and conditions of those
subcontracts.
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 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.
Page 3 of 5 pages
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.
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 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 ANY MONEYS PAID
PURSUANT TO THIS GRANT CONTRACT. THE CONTRACTOR SHALL PROVIDE AND KEEP IN
FORCE WORKER'S COMPENSATION (AND SHOW PROOF OF SUCH INSURANCE) 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.
Page 4 of 5 pages
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.
City of Fort Collins STATE OF COLORADO
ROY ROMER, GOVERNOR
Contractor:
Position: Mayor
Contractor: By
Position: Chief MATTHEW REAY
Branch Manager
Transportation Safety &
APPROVED AS TO FORM: Traffic Engineering Branch
City of Fort Collins
Attorney
ATTEST ATTEST
City of Fort Collins Chief Clerk
Clerk Department of Transportation
APPROVALS
CLIFFORD W. HALL GALE NORTON
State Controller Attorney General
By By
GEORGE MCCULLAR, Controller BARRY B. RYAN
Department of Transportation Assistant Attorney General
Civil Litigation Section
Page 5 of 5 Pages
SPECIAL PROVISIONS
CONTRO[.LER'S APPROVAL
I_This centract shall nor be deerned valid until it shall have beta approved by ebe Controller of the 5utc of Colorado or such assistant as b<may dmignue,nis
Provuioo is applicable w any coo usn inwlvu�g the Psymcnt of money by the Ststc.
FUND AVAILABILITY _
2-Fraaacial obliguions a the State of Colorado payable after the eurreut fiscal year ase eoatingeot upon funds for that Purpose being appropiaad.budgeted•
tad otherwise made avaiLbi<.
'OND REQUIREMENT
3. If id co Ud involves the paymcat of more than fifty Usoasaad dollars fa the eaaztsxtioa,axsiou•repair.tasiakaaoce,or haproveaseat of nay bus
I this
stodge viaduct-ma«L<znvatioo or other public work far this Slue,the coavamor sha8,before entering aeon the paformaace of ray,such work
t this cvovaca-duly execute and deliver to the Su"official who will rigs the eaaaacL a good and safftckst bond a other aoocpubie Surety to be apposed by
indlaz
rid official is a p ft the f'I sure aithfull perfo,00so,e of the coarse,anMOsintpayable
m addiby the tomes of this that if Such rood sha116e dul eaecoted by a qualified corporue
+sett eoadisioncd atoo _
bor,nwerials,seam rite,susseaaace provisionz,pro•eador or otter (used ores thee°°ca`Z°r or his mbcoatraewss Wl w duty pry for soy
iaaactcd a 6e done x fails a paw arty person who wppi*f f Otal Stipp y eonaxtaor his subcoatacor in pefotmaoce of the work
omouat out tuceeding the sum specified in the bond. ate''1he roch"«of ogolght to the proSeeotion p,the work the surety w al pay the Same in
cd.no claim m 4rora(the coo wg<tha with in b eu err the rarewefight per A s per unarm.Vdas Stich bond Is eaecoted,deUmvd and
tractor arizivg under such ceatract Shall 6e aadsted.allowed a paid.A txrti6ed«es&kr's check or a bank money order payable
the Trcuvrerof the State of Colorado may be accepcd on Lev of a hovel.This provision ism e otttpGanee with CRS 3Ed6-I06.
DEMNIECATSON
"To the aseot authorized by it..she eoaaam«shall rndemasfy.Savo,and hold kazmk"the Stare,its employes and agents,against any and all ehhnt.
nagm liability and court awards inciudto&euats,cxrc"ce and utorncyes ht fees u a mutt of soy ACE Or omission by the contractor.Or its empiuytes,
ass.sabrontraetots,or assigaeu pursuaut to the termv of thrt eoctr
iCRIMINATION AND AFFIRMATIVE ACTIO\
.The Natramor agrees m eaaPly wish she ketc,and spirit of be Colorado Aatidismhaioaaion Ail of sS•iItusraa r 1957.0 nd mmndmfwmpkymPacc (CRS23-U-402LsadmcgahedbyflocftOrd � a ne , ak
Afn epoc cingatruo.rAcJollph Monett o � an APA14w ecoaramed la asStae to � � zmdve
hsrtag the perfotmsace of tLis eoacaa,the eeacraerar agtees u foltows;
r)The eoaaaaor will tat diseriesiaate agaiaR nay emp(oyx Or
employment beeaase Of race, am
origin,sat.
`�r'-���'>Riitim,aoassq.menu!«ptariW kas�,«s� ooaoracta rw3 she afire acrloa n Iaaae�eet�pt'�auksa!
a�° a1C aeaed d xieg ertq ioymenL whom ta�rd n 6e above amendoacd chuamrisd=Such action straQ htelsde bat as beFimm
see diod so the*aowiV
for demodoa«trmSe;aeati®rot«naaimteocadrmisieyrhyoB« gargdpq«ehertamsofeompmsadom;and
xd=a6 dyy Toetxaaaaoragrees�oFRcin ptaoe;d n �y aC
��toctb ptorkions ddrct
Mc
ive ex a emcd ,fo eetp eymemeae�«� aced.
eed cola�ttaa 1000 b1«'on b&"of the 000tacM Settle tbuait gnr%6ad atppscma wDI
'e1`eeoadder*dont«
age origiq sat,rnainl ststas,reatioe,aooesay.menial«Pkvcd hmdscap,
The ooaaaaoc will send to euL hbor tmioa of rci)( Live of workers witY vhiQt be ha a*OU*Cdve
Famce bt �P^r+'ided by go3ioe4 savisag due hbaettaionorw'xkas•rtpteamntive eaao ballimleg�ac« it�mmr�and
OPPaamiry sad AfFamaave Aedaa,dwaAprii Id•1975.and of the sales,regulations,and relevant Orden of the Governor.
tin. y d labor aaioas will ftaaaL all'mfotma6on nd reports togtuned kybtetx@,eotaer.
eegatxions sad Orders of d3e Gtrwernot«ptttsamt Wert:q,nd.wt7! OPp 'ndAffaMadwe Aerioa of ApM
�gapahaomeot5oeoftheGovernor«hftlaigamf«ptapaaefbawzcgafionIoaxe whL�mks.regnyrimstodad die
=
m will
natiottal « aiaa°era'dstaimmaegahesc @gmemt of f° ed.colnt
oppatamry 6ceatme of race cord,tx1a.
O"goss"aawa-of the employees or nb=mb=
Atimitrtoo ill
y Ofobsaua or, Fetso fromfrom thetmf alplyistg uvitbSM 2the abet. or eoeree the doing of aq as defined in this cattaaa n W
tduady.>n wmzait arty M ddjmod'm dais oonena t rnmazary v*tSW' =Of this couut=Of airy ceder issued Axramdr,oe as T®pL aAadi y
AC 4PB
1/93
wee 1 of 2 paFcs
(9)In the event of the eornmetor's coo-coatpluaoe with the coadisaiminatioo cL u of this contract or with any of wch sues,msuisnoos.or otdcM
this eonaacr my be o Iod.sermbutod a suspended in whole w in part and the contractor may be dedared ioclisibk foc futiher Stec eoatraaa in
60CMt mm with prooadares,authorized in Eaeadve Ordrx Equal Opportmgy and Affamstiw:Actba of April 16.1975 and the mla,tegaladom.or
orders pteendpted in accordance therewith,sad mch odic z=ctiotta u may be baposed and remedies as may be invoiced u provided in Executive Order.
Equal Oppocrunky and Afrumsdvr Action of April 16.1975,or by odes,trgelations,err atdcls ptomulpred in accordance therewith.cc u otherwise
provided by law,
(h)The t»aeactce will metude due pra^sioas of Pcagsphs(a)thrvadh(h)In every snbeamsa nod snbcoaeaoor pmchue«tkr tmlca eeatpled by
an1a.tv gaiarioas.orotrka issued pa zutnt to Ezecutift OrdM Egmf Oppusmity andAffitta:tive Amon of April 16.1975.so that loch pcorisiou will
be bisdiag upw ash subooaasrmrer vendw.Tbe traaactory iU take tom acdaa with retpat to nay mb-oo=aaia f x pwchue oede u the eo==icig
asaey may digest u a tam•".of enforcing suer pwisions.brinding saacdou far tgntampr:.,,,w.provided.bowe.er.thu in the event the coatractor
becomes involved in.at is thratened with,lidgaon.with the sabmntra wvmdoru a mstdt o(mch dimcdoa by thecoaaaamb agency.the contractor
may toquest due State of C01=60 to enter into such litigation wpm(=the interest of the Sure of Colorado.
COLORADO LABOR PREFERENCE
6a.Rovisiu of CRS S-17401 Q 102 far prcletace of Calaemdo labor me sppliabk a this contract if pablk worts within hbe State are mderuklm hem-Wor and
arc 6naeced is whbk or in put by Sure(nods.
4 Wbm a coomacdw ooatrae far a public pejea is m be awarded w a bidde.a teddrat bidder skull be allowed a prtfaaec-plant Gwen-readcss bidder lacer
■sate err foreip codwy equal a the pmfa siren or m"ised by the Buse or faeip oosaay ie which the ooatioidcw bidder is a soidcnt If k is dctermmed by
the efrrecr responsible for awardiog the bid e m compliance with this subseeioa Ad sa<y nose denial of federal[nods whisk voald erhuwise be available erwoak
erhuwbe be mceasiamt with eegairrmeatr of Federal N this snbseuiae sha8 be sa<pendad,batonly so the aotat weoasvy b psaem/deoial of the loaecys or n
climinste the iocoos4tary with Fedail requitemenes(CRS 9.19401 and 102)
GENERAL
7.The laws.o(she State of Colorado and mks sad regaladaas tams!passamt Waeto shall be applied is the iserpccM6 a.—"on.sad enfotacmal of this
watmM Any provision of this eoaaaa vhcthrrx pot omrposued betein by demos whisk pro Wes for asbi radon by any aaagediciA body err person or whim
i etheewise in onaflict with said laws.talcs.and tczdaieas shall be considered sell and void.Nathia f awuaod is any pcwvUioa iemrporaW kaeia by adamae
"kh pwports so newer dtisorany otherspecist provision is whole"in part shall b<validoreafarceahk or availabk inlay aeaonatlaw wkeAcrbywayofoompWW-
kleoce,or otherwise.Any provisioa rendered null sad void by the operatioo of this pvvitiea will not iova)i&w the temiiadcrof this Caaeraa to the taunt titan the
sonars[is capable o(esecudi
t At all times during the paformanee of this coarsen,the Caatractar shall strictly adhere to all sppliabk(deal and store laws,auks,and aegutadou that Lave
tea or may baraftc be estabadied.
9.The sipatorks arc that they are familiar with CRS 194-30L et.aeq—(Bebuy and Conupt Inflamer)and CRS U4-/0L et seq..(Abnu of Public Ota**
od that nor vioulke of mch provisions it present
W.The sigwtaic avortha so tbdr taawkdsn,w atre employee hu nay pmmsl orbmcGdsl issast wbaaeererm theswvioeerpatpagfmmbed ensue
Page 2 of 2
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACT OBJECTIVE PLAN
State Program: Public Ways Contracting Agency: Fort Collins Police Services
State Sub-Program: Transportation Safety Project Coordinator: Officer Sam R. Hagerman
Problem Solution Plan: Contract Period: Effective Date to September 30, 1997
Project#97-410-78 HSP#97-01 ask#13-07
Objective:
The Fort Collins Police Services will conduct a substance abuse prevention program which will target the high risk population on
he legal requirements for driving while impaired and the consequences caused by impaired driving through September 30, 1997.
Task
Activity# Activity Description
13-07.1 Start the project within 30 days of the effective date of the contract and conduct the substance
abuse prevention program within the City of Fort Collins by conducting the activity which was
approved and funded in the Approved Application. The goal of this project will be the reduction of
traffic fatalities and injuries caused by impaired drivers within the targeted population.
13-07.2 Schedule officers within the Fort Collins Police Services to conduct and carry out the planning,
production and management of the project as stated in the Approved Application.
13-07.3 Submit quarterly claims for reimbursement in accordance with the Contract Management Manual
and within the budget summary which is found on Attachment A, page 3 of 3.
13-07.4 Submit quarterly reports to the Office of Transportation Safety by January 20, April 20, July 20 and
October 20, 1996 and submit the Final Report by November 15, 1997.
Previous editions are obsolete and may not be used CDOT Form#1106
7/92
Attachment A , page 1 of 3
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACT EVALUATION DATA
Project#97-410-78 HSP#97-01 Task#13-07
Task Type of Report
Activity# Evaluation Description evaluation time frame
13-07.1 When was the project started? On time?What date? What Performance Quarterly
are (if any)the problems encountered? What groups are in
the partnership/project? How are they involved?
13-07.2 What type of events were conducted or planned? What Performance Quarterly
agencies received a benefit from the project? Number of
people affected? How is the material (if any) distributed?
13-07.3 Is the budget limitation, which is found on Attachment A. Financial Quarterly
page 3 of 3, being followed? If not, what problems have been
encountered?
13-07.4 Are the Quarterly/Final Reports being submitted according to Administrative Quarterly/Final
the Contract Management Manual requirements?
Previous editions are obsolete and may not be used CDOT Form#1107
7192
Attachment A page 2 of 3
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACT FINANCIAL BUDGET
PROJECT# 97-410-713
BUDGET ALLOCATION FOR HSP#97-01 TASK# 13-07
Cost category OTS(s) Agency($) Total($)
Personal Services $17,000 -0- $17,000
Operating expenses $10,000 -0- $10,000
Travel expenses -0- 1 -0- -0-
Capital equipment -0- -0- -0-
Other -0- -0- -0-
Totals $27,000 $-0- $27,000
DISTRIBUTION OF OTS FUNDS (BENEFIT OF): STATE$0 LOCAL $27,000
BUDGET ALLOCATION FOR HSP# TASK#
Cost category OTS(s) Agency($) 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(s) Agency($) Total($)
Personal Services
Operating expenses
Travel expenses
Capital equipment
Other
Totals
DISTRIBUTION OF OTS FUNDS (BENEFIT OF): STATE$ LOCAL $
TOTAL BUDGET OTS($) Agency($) Total($)
$27,000 $-0- $27,000
Previous editions are obsolete and may not be used
CDOT Form#1108
5192
Attachment A , page 3 of 3