Loading...
HomeMy WebLinkAbout06464ORDINANCE NO. 6464 AN ORDINANCE APPROVING A CONTRACT, PROJECT STP R200- 079, SUBACCT 12771, BETWEEN PUEBLO, A MUNICIPAL CORPORATION, AND THE COLORADO DEPARTMENT OF TRANSPORTATION, AND AUTHORIZING THE PRESIDENT OF CITY COUNCIL TO EXECUTE THE SAME. BE IT ORDAINED BY THE CITY COUNCIL OF PUEBLO, COLORADO, THAT SECTION 1. The contract between the City of Pueblo, a Municipal Corporation, and the Colorado Department of Transportation concerning the joint purchase and installation of the TCS -II traffic signal computer system software and clarification of firture maintenance responsibilities between CDOT Region 2 and the City of Pueblo is hereby approved. SECTION 2. The President of the City Council is hereby authorized to execute this Contract for and on behalf of the City and the City Clerk is authorized and directed to attest same and affix the Seal of the City thereto. SECTION 3. This ordinance shall become effective immediately upon passage and approval. Introduced August 9, 1999 By Bob Schilling Councilperson ;AP R VED: President of the City Council ATTEST: i 11 Y TITLE: AN ORDINANCE APPROVING A CONTRACT, PROJECT STP R200 -079, SUBACCT 12771 BETWEEN PUEBLO, A MUNICIPAL CORPORATION, AND THE COLORADO DEPARTMENT OF TRANSPORTATION, AND AUTHORIZING THE PRESIDENT OF CITY COUNCIL TO EXECUTE THE SAME. DEPARTMENT: Transportation AGENDA ITEM # DATE: July 29, 1999 ISSUE: Should the City Council enter into a contract with the Colorado Department of Transportation for the joint purchase and installation of the TCS -11 traffic signal computer system software and clarification of future maintenance responsibilities between CDOT Region 2 and the City of Pueblo. RECOMMENDATION: Approval of the Ordinance. BACKGROUND: This agreement is the result of continued cooperation between the City of Pueblo and the State Transportation Department. This particular project is funded under the Transportation Equity Act for the 21st Century. This is a joint project between the City of Pueblo and CDOT Region 2, which allows the City to purchase traffic signal computer system software at 50 of the original price. CDOT will pay the remaining 50% of the software cost. The software is an unlimited license to operate all existing and future traffic signals within the City of Pueblo and CDOT Region 2. FINANCIL IMPACT: The total amount of the City's share of this grant is $224,650 of which 82.79% ($185,988) is Federal participating funds, with 17.21% Local Agency participating share ($38,662). The City's local match is in account number 002 - 1997 - 100 - 000 - 040 -1102. PROJECT STP R200 -079, SUBACCT 12771 Traffic Control System/ Installation and maintenance Pueblo/R- 2 /(reo) Rev 7/98 (FMCDOTWRK) 99 HA2 00087 CONTRAST THIS CONTRACT, made this day of , rr 19J by and between the State of Colorado for the use and benefit of THE COLORADO DEPARTMENT OF TRANSPORTATION, hereinafter referred to as CDOT, and THE CITY OF PUEBLO, STATE of COLORADO, P.O. Box 1427, Pueblo, CO 81002 - 14227, FEIN: 846000615, hereinafter referred to as the Local Agency, or the contractor. FACTUAL RECITALS. 1. 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 of project and Local Agency costs in Fund Number 400, Appropriation Code 010, Organization 9991, Program 2000, Function 3404, Object 3127 TP, Reporting Category 2500, Contract Encumbrance Number 12771, (Contract Encumbrance Amount: $0.00). 2. Required approval, clearance and coordination has been accomplished from and with appropriate agencies. 3. Pursuant to Title I, Subtitle A, Section 1108 of the Tranpsoration Equity Act for the 21 st Century of 1998 (T -21) and to applicable provisions of Title 23 of the United States Code and implementing regulations at Title 23 of the Code of Federal Regulations, as may be amended, (collectively referred to hereinafter as "the federal provisions "), certain Federal funds have been and will in the future be, allocated for highway projects requested by Local Agencies and eligible under the Surface Transportation Program that has been proposed by the State and approved by the Federal Highway Administration (FHWA), hereinafter referred to as the program. am 4. Pursuant to 3 43 -1 -223, C.R.S. and to applicable portions of the federal provisions, the State is responsible for the general administration and supervision of performance of projects in the program, including the administration of federal funds for a program project performed by a local agency under a contract with the State. 4.5 The Local Agency has requested that a certain local highway project be funded as part of the program, and by the date of execution of this contract the Local Agency (and/or the State) has completed and submitted a preliminary version of a scope of work describing the general nature of that project work. The Local Agency understands that, before the project work is actually started, the description of the project work in that scope of work will likely be revised as a result of design changes made by CDOT, in conjunction and coordination with the Local Agency, in its internal review process. The Local Agency desires to agree to perform the project work as described in the scope of work, as it may be revised in that Process. 5. The State has an obligation under Section 43 -2 -135 (1) (i) CRS to install and maintain traffic signals on State Highways. 5.5 Not withstanding the State's obligation under Section 43 -2 -135 (1) (i) C.RS, the Local Agency has funds available and desires to provide a portion of the funding for the project since the system will also control Local Agency signals and accelerate the installation schedule. 6. Federal -aid funds have been made available for project, STP 8200 -079 for installation and maintenance services for traffic control software and hardware as more specifically described in Exhibit A (the scope of work) in, Pueblo, Colorado, hereinafter referred to as "the project" or "the work ". 7. The matching ratio for this federal -aid project is 82.79% federal -aid funds to 17.21% Local Agency funds, it being understood that such ratio applies only to such costs as are eligible for federal participation, it being further understood that all non - participating costs shall be borne by the Local Agency at 100%. 8. The Local Agency desires to comply with the federal provisions and other applicable requirements, including the State's general administration and supervision of the project thru this contract, in order to obtain federal funds for the project. -2- 9. The Local Agency has estimated the total cost of the Work and is prepared to provide its match share of the cost, 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 match share of the Work. A copy of this ordinance or resolution is attached hereto and incorporated herein as Exhibit B. 10. This contract is executed under the authority of Sections 29 -1 -203, 43 -1 -110, 43 -1 -116, 43- 2- 101(4)(c) and 43 -2 -144, C.R_S., as amended, and the Local Agency ordinancetresolution. 11. The parties hereto desire to agree upon the division of responsibilities with regard to the project. NOW, THEREFORE, it is hereby agreed that: I. STANDARD FORM CONTRACT This is a standard form contract that is designed to efficiently contract for and administer 2 types of program projects: 1) program projects which include the same basic work elements (design; construction; construction administration by local agency; right -of -way; utilities; etc.); and, also, 2) program projects with specific differences in those basic work elements (ems., a specific project may include design but no construction, or it may include design and construction but the State will do the construction administration, etc.) The form contract accommodates both types of projects by using qualifying language to condition the application of particular contract requirements, based on whether specific work elements are included in the project. For instance, where the contract provides ... "If the Work includes engineering/design services, the Local Agency shall perform the following requirements ... ", the Local Agency need perform those requirements only if engineering/design services are expressly included in the project, as defined in the Scope of Work. (Conversely, notwithstanding that language is in the contract, the Local Agency can ignore those " requirements" if engineering/design services are NOT expressly included in the Scope of Work.) The Local Agency shall interpret such qualifying language in that manner. By using such language, the form contract can apply to both the general and the specific types of projects, thus making it easier to administer and saving the State and the Local Agency time and expense. -3- II. PROJECT DESCRIPTION "The project" or "the Work" under this contract shall consist of installation and maintenance services by CDOT for a traffic control system software and communications hardware package, hereinafter referred to as "the project" or "the Work" in Pueblo, Colorado, as more specifically described in Exhibit A, attached hereto and made a part hereof (the scope of work) as it may be revised by the parties in the design review process before the project work is actually started. III. INCORPORATION BY REFERENCE All federal and state statutes, regulations, specifications, administration checklists, directives, procedures, documents, and publications that are specifically identified and/or referenced in this contract, together with all exhibits and attachments and addenda to this contract, are incorporated herein by this reference as terms and conditions of this contract as though fully set forth. IV. WORK RESPONSIBILITY The State shall be responsible to perform all the design and/or utility and/or construction and/or construction administration tasks needed to complete the) Work, and the State shall comply with all applicable terms and conditions of this contract in performing the Work The responsible party shall perform all such tasks in accordance with applicable requirements and standards, including those in this contract and in applicable law. Each party will be responsible for right -of -way and utility clearance issues for locations within their respective jurisdiction. V. PROJECT FUNDING PROVISIONS A. The Local Agency has estimated the total cost the Work to be $470,240.00 which is to be funded as follows Although the state has an obligation under Section 43 -2 -135 (1) (i) C.R.S to perform the work at its own cost, the Local Agency desires to contribute funding of the project since the system will also control Local Agency signals and advance the installation schedule. Funding will be as follows: a. Federal participating funds: -4- (82.79% of $224,650.00) b. Local Agency participating share: (17.21% of $224,650.00) C. Local Agency matching for CDOT incurred Non - participating costs d. State funds for CDOT portion of the project Total Funds: $185,988.00 $ 38,662.00 $ 0.00 $245,590.00 $470,240.00 B. The matching ratio for the federal participating funds for this project is 82.79% federal -aid funds (CFDA #20 2050) to 17.21% Local Agency funds, it being understood that such ratio applies only to the $224,650.00 that is eligible for federal participation, it being further understood that all non - participating costs are borne equally by the State and Local Agency. If the total actual cost of performance of the Work exceeds $470,240.00, and additional federal funds are made available for the project, the Local Agency shall pay 17.21% of all such costs eligible for federal participation and pay equally with the State all nonparticipating costs; if additional federal funds are not made available, the local agency shall pay equally with the State all such excess costs. If the total actual cost of performance of the Work is less than $470,240.00, then the amounts of Local Agency and federal -aid funds will be decreased in accordance with the funding ratio described herein. The performance of the Work shall be at a cost of $245,590.00 to the State. C. The maximum amount payable to the State under this contract shall be $0.00, unless such amount is increased by an appropriate written modification to this contract executed before any increased cost is incurred. It is understood and agreed by the parties hereto that the total cost of the Work stated hereinbefore is the best estimate available, based on the design data as approved at the time of execution of this contract, and that such cost is subject to revisions (in accord with the procedure in the previous sentence) agreeable to the parties prior to bid and award. D. The parties hereto agree that this contract is GOntingent upon all funds designated for the project herein being made available from federal and/or state and/or Local Agency sources, as applicable. Should these sources, either federal or Local Agency, fail to provide necessary funds as -5- 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. VI. PROJECT PAYMENT PROVISIONS A. Upon execution of this contract the State is authorized, in its discretion, to perform any necessary administrative support services pursuant to this contract. These services may be performed prior to and in preparation for any conditions or requirements of this contract, including prior FHWA approval of project work. The Local Agency understands and agrees that the State may perform such services, and that payment for such services shall be borne equally by the State and Local Agency. At the request of the Local Agency, the State shall also provide other assistance pursuant to this contract as may be agreed in writing. In the event that federal -aid project funds remain available for payment, the Local Agency understands and agrees the costs of any such services and assistance shall be paid to the State from project funds at the applicable rate. However, in the event that such funding is not made available or is withdrawn for this contract, or if the Local Agency terminates this contract prior to project approval or completion for any reason, then all actual incurred costs of such services and assistance provided by the State shall be borne equally by the State and Local Agency. B. If the Local Agency is to be billed for CDOT incurred direct 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 45 days after receipt of each bill. Should the Local Agency fail to pay moneys due the State within 45 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 apportionments 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 45 days after the date of each bill), the Local Agency shall pay interest to the Qs. State at the rate of one percent per month on the amount of the payment which was not made in a timely manner, until the billing is paid in full. The interest shall accrue for the period from the required payment date to the date on which payment is made. VII. STATE COMMITMENTS A. CDOT LIAISON CDOT will provide liaison with the Local Agency through CDOT's Region Director, Region 2, 905 Erie Avenue, Pueblo, Colorado, (719) 546 -5452. Said Region Director will also be responsible for coordinating CDOT'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 Transportation Region 2 and the Local Agency. Until changed by notice in writing, all such notices and communications shall be addressed as follows: If to the State: Terry Marcum CDOT Region 2 905 Erie Avenue Pueblo, CO 81002 (719) 546 -5499 B. DESIGN. CDOT will perform all design tasks needed to complete the work. C. CONSTRUCTION If to the Local Agency: Dan Centa City of Pueblo P.O. Box 1427, Pueblo, CO 81002 -14227 (719) 545 -5840 CDOT will be responsible for all installation tasks to perform the work. D. MAINTENANCE. The State will maintain and operate the improvements constructed under this contract. The State agrees to participate in 50% of the costs of any future maintenance of the server subject to funding availability. E. FUTURE UPGRADES The State agrees to participate in 50% of the costs of any future upgrades of the server subject to funding availability. -7- VIII. LOCAL AGENCY RE A. RECORD KEEPING. The Local Agency shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred and to make such materials available for inspection at all reasonable times during the contract period and for 3 years from the date of final payment to the Local Agency. Copies of such records shall be furnished by the Local Agency if requested. The Local Agency shall, during all phases of the Work, permit duly authorized agents and employees of the State and the FHWA to inspect the project and to inspect, review and audit the project records. B. MAINTENANCE. The Local Agency agrees to participate in 50% of the costs of any future maintenance of the server subject to funding availability. C. FUTURE UPGRADES The Local Agency agrees to participate in 50% of the costs of any future upgrades of the server subject to funding availability. D. FEDERAL REQUIREMENTS. The Local Agency /Contractor shall at all times during the execution of this contract strictly adhere to, and comply with, all applicable federal and state laws, and their implementing regulations, as they currently exist and may hereafter be amended, which are incorporated herein by this reference as terms and conditions of this contract. The contractor shall also require compliance with these statutes and regulations in subgrant agreements permitted under this contract. A listing of some of the federal and state laws that may be applicable, depending on the Local Agency /Contractor work responsibilities under this contract, are described in ADDENDUM A. E. LOCAL AGENCY FUNDS The Local Agency shall provide its match share and indirect cost funds for the work as outlined in Section V.B. IX. GENERAL PROVISIONS A. For the purposes of installation, each party will be responsible for right of way and utility clearance issues for locations within their respective jurisdiction. B. The system server shall be owned and maintained by CDOT during the period when neither party desires to abandon the TCS -H software. In the event that either party abandons the TCS -II software program for the traffic control system, the system server purchased for this project shall become the sole property of the other party and future upgrade and maintenance responsibilities shall also become the responsibility of the other Party- C. CDOT and the Local Agency shall receive separate licenses for the software. Each party shall have ownership of their respective communications platforms. D. This contract may be terminated as follows: (1) Termination for Cause. If, through any cause, CDOT shall fail to fulfill, in a timely and proper manner, its obligations under this contract, or if CDOT shall violate any of the covenants, agreements, or stipulations of this contract, the Local Agency shall thereupon have the right to terminate this contract for cause by giving written notice to CDOT 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. Notwithstanding above, the Local Agency shall not be relieved of liability to CDOT for any damages sustained by CDOT by virtue of any breach of the contract by the Local Agency. If after such termination it is determined, for any reason, that CDOT was not in default, or that CDOT'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. (2) Termination for Convenience. The Local Agency may terminate this contract at any time the Local Agency determines that the purposes of the distribution of funds under the contract would no longer be served by completion of the project. The Local Agency shall effect such termination by giving written notice of termination to CDOT and specifying the effective date thereof, at least twenty (20) days before the effective date of such termination. (3) Termination Due to Loss of Funding. The parties hereto expressly recognize that CDOT is to be paid, reimbursed, or otherwise compensated with Local Agency funds which are available to the Local Agency for the purposes of contracting for the project provided for herein, and therefore, CDOT expressly understands and agrees that all its rights, demands and claims to compensation arising under this contract are contingent upon availability of such funds to the Local Agency. In the event that such funds or any part thereof are not available to the Local Agency, the Local Agency may immediately terminate or amend this contract. E. Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions of this contract and attachments hereto which may require continued performance or compliance beyond the termination date of the contract shall survive such termination date and shall be enforceable by the State as provided herein in the event of such failure to perform or comply by the Local Agency. F. 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 specifically provided otherwise herein, 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. G. To the extent that this contract may be executed and performance of the obligations of the parties may be accomplished within the intent of the contract, the terms of this contract are severable, and should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. The waiver of any breach of a term hereof shall not be construed as a waiver of any other term, or the same term upon subsequent breach. -10- H. 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 written contract executed and approved pursuant to the State Fiscal Rules. I. 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. I The Local Agency represents and warrants that it currently has no interest, and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of the Local Agency's obligations under this contract. The Local Agency's further covenants that, in the performance of this contract, it will not employ any person or firm having any such known interests. K. This contract shill= brecome "effective" only upon the date it is executed by the State Controller, or designee. The term of this contract shall begin on the date first written above and shall continue through the completion and final acceptance of this project by the State, FHWA and Local Agency. L. The Special Provisions, Attachment LO (Certification for Federal -Aid Contracts), and Appendix B (DBE requirements) attached hereto are hereby made a part of this contract. The Local Agency shall comply with all applicable terms and conditions of such attachments. M. If a conflict occurs between the provisions of this contract proper and the attachments hereto, the priority to be used to resolve such a conflict shall be as follows: 1. This contract proper; 2. Other contract attachments and exhibits, in their respective order. N. 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 parties hereto, and nothing contained in this contract shall give or allow any such claim or right of action by any other or third person on such contract. It is -11- the express intention of the parties that any person or entity other than the parties receiving services or benefits under this contract be deemed to bean incidental beneficiary only. O. The Local Agency assures and guarantees that it possesses the legal authority to enter into this contract. The Local Agency 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 they have full authorization to execute this contract. P. The Local Agency and the State may use one or all of the Contract Modification Tools contained in ADDENDUM B, in order to more expeditiously change and amend the terms of this contract, if such use is warranted by the circumstances as described and authorized therein. -12- IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first above written. STATE OF COLORADO ATTEST: BILL OWENS, GOVERNOR By B Chief Clerk tive irector )DEPARTMENT OF TRANSPORTATION APPROVED: ARTHUR L. BARNHART KEN SALAZAR State Controller Attorney General By B BARRY B. RYAN Assistant Attorney General Civil Litigation Section ATTEST: (SEAL) CITY PUEBLO, COL RADO B y B y 1 Gi, Dutcher Corinne Koehler Title City Clerk Title President of City Cou ncil Federal Employer Identification Number: 846000615 -13- FROM :CDOT AGREEMENTS 303 7S7 9867 1999.08 -02 08:44 #979 P.02 /0S EXHIBIT A STATE OF COLORADO DEPARTMENT OF TRANSPORTATON Region II T OT 905 Eric - P_O_ Box 536 Pueblo, Colorado 81002 �. (719) 546 -5400 DATE: 6 -28 -99 To: Richard Ott FROM: Terry Marcum SUBJECT: Scope of Traffic Control System Project The following is a scope of project #12711 Traffic control software. Colorado Dept. Of Transportation agrees to pay for the following: A. $155,000 For the purchase, installation, and training for TCS -11 Software B. $ 30,000 For the purchase of additional software to include, Syncro interface, Corsim Interface, and Maintenance inventory program. C. $ 1,670 For the purchase of the server that will run the system D. $ 17,600 For the Development of Intersection and Zone graphics for State Maintained Signals. E- S 37,980 For the communications Platform to communicate to State Maintained Signals F. 5 3,340 Work Station Computer TOTAL $245,590 G. CDOT agrees to Maintain the Server. H. CDOT and City of Pueblo agree to Pay 50150 split for any future upgrades and repairs to the server City of Pueblo agrees to pay for the following: L $155,000 For the purchase, installation, and training for TCS - software. J. $ 30,000 For the purchase of additional software to include, Syncro Interface, Corsim Interface, and Maintenance Inventory Program. K. S 1,670 For the purchase of the server that will run the System. L. $ 37,980 For communications Platform to communicate with City of Pueblo maintained Signals_ TOTAL $2?A,650 CDOT funding will be all state funds City of pueblo will be using Small Urban Federal Funds and Local Funding Split 82.7996/172196