Loading...
HomeMy WebLinkAboutagenda.council.regular.20090727CITY COUNCIL AGENDA July 27, 2009 5:00 P.M. I. Call to Order II. Roll Call III. Scheduled Public Appearances IV. Citizens Comments & Petitions (Time for any citizen to address Council on issues NOT on the agenda. Please limit your comments to 3 minutes) V. Special Orders of the Day a) Councilmembers' and Mayor's Comments b) Agenda Deletions and Additions c) City Manager's Comments d) Board Reports VI. Consent Calendar (These matters maybe adopted together by a single motion) a) Resolution #48, 2009 - Lonepine Pedestrian Improvements Contract b) Resolution #49, 2009 -City Contribution for Meadowood Water System c) Resolution #50, 2009 -Contract SCADA System for Electric Department d) Resolution #51, 2009 - CMAQ Grant e) Board Appointment -Wheeler Opera House Student Representative f) Minutes -July 13, 2009 VII. First Reading of Ordinances a) Ordinance #18, 2009 -City Water Plant 500 Doolittle Drive SPA Amendment P.H. b) Ordinance #19, 2009 -Aspen Local Marketing District P.H. 8110 and 8124 VIII. Public Hearings a) Ordinance #15, 2009 -Fees b) Ordinance #17, 2009 -Housing Guidelines Amendment c) Resolution #42, 2009 - 201 N. Mill -Extension of Vested Rights Jerome Professional building d) Ordinance #13, 2009 - 219 S. Third Historic Lot Split Continue to 8/10 e) Resolution #52, 2009 -Lift One Lodge Conceptual PUD IX. Action Items X. Executive Session XI. Adjournment Next Regular Meeting August 10, 2009 COUNCIL SCHEDULES A 15 MINUTE DINNER BREAK APPROXIMATELY 7 P.M. ~1~ CITY OF DENVER'S RECENT BUILDING PEMIT PROMOTION • June 1 -June 15, 2009 • Objective: "Stimulate the local economy by offering an incentive for residents to make improvements to their property." -Mayor John Hickenlooper • Free Building Permits (valid for 180 days); permits issued on the spot to citizens or their contractors • Common improvements to existing single-family homes and duplexes, including: ^ Basic interior remodel. ^ Basement remodel ^ Roof repair or replacement ^ Wall insulation ^ Replacement of water heaters ^ Central heating/air conditioner • Solar panels ^ Stucco or siding of home exteriors • Results: Denver residents pulled 1,234 free building permits for $6,283.957 in construction during the promotion period June 1 -June 15, 2009 • This was a savings of $85,773.80 in permit fees. • The average daily permit volume for qualifying permits grew to 112 - nearly a 3-fold increase over the average of 40 similar permits issues per day in May. • Mayor Hickenlooper: "This is a good sign that people are moving forward and doing what they can to get our economy back on track." Residents obtain 1,234 building permits during Home Renovation Bonanza Page 1 of 2 l Login SEARCH Go Mayor's Office Home Page Schedule Request for Mayor Hickenlooper Administrative Appointments Bio Mayoral Proclamations News Releases ._-_._ __ Speeches Contact the Mayor's Office ----_ __ LOCATE IT! Find city services near your home or business. Select Category: Resident Address/Intersection: ^ Mpre Maps ^ Data Sales GO' Home I Residents Visitors I Business I Elected Officials __ Residents obtain 1,234 building permits during Home Renovation Bonanza Residents obtain 1,234 building permits during Home Renovation Bonanza - Denver I 1,234 a building permits r $6,283,957 strukdion during the Home Ren ion onanza which began June 7 and ended June 15. Residents save $85,773.80 " permit fees. The average daily resr en is permitvolume for qualifying Bonanza permits grew to 112 - needy a three-fold increase over the average of 40 similar permits issued per day in May. °We wanted a bonanza and it seems we got one,' Mayor John Hickenlooper said. "We hoped to stimulate the local economy by offering an incentive for residents to make improvements to their property. This is a good sign that people are moving forward and doing what they canto get our economy back on track." The free permits will be valid for 180 days. Permits were issued on the spot to citizens or their cenVacors. The Home Renovation Bonanza covered the following improvements to existing single-family homes and duplexes: ^ Basic interior remodel (existing kitchen, bath or bedroom) ^ Basement remodel ^ Roof covedng repair or replacement ^ Wall insulation ^ Replacement of water heaters ^ Change out central heating and air ^ Photo voltaic systems (Solar Panels) ^ Stucco or siding home extedors The Home Renovation Bonanza excluded complex projects that require detailed plan review such as new homes, additions, garages and new structures such as a gazebo. Projects requiring plan review for engineering and struclural modifications were also excluded. #•f~ Contact; Julius Zsako 720.865.2969 Posted on Tuesday, ]une 16, 2009 http://www.denvergov.org/Mayor/NewsReleases/tabid/390355/newsid470102/2541/Reside... 7/20/2009 MEMORANDUM TO: FROM: THRU: DATE OF MEMO: MEETING DATE: RE: Mayor and City Council Tyler A. Christoff Trish Aragon, P.E., City Engineer Scott Miller, Capita] Asset Manger July 18, 2009 July 27, 2009 vl a Lone Pine Neighborhood Pedestrian Improvements, Contract Approval SUMMARY: Staff recommends council approve the Lone Pine Neighborhood Pedestrian Improvements contract with Excavation Services for the amount of $118,711.69. In addition staff recommends Council allocate $34,644.22 in funds to the Hunter Creek Commons boazd for the relocation of the landscape wall contingent upon their procurement of a contractor to perform this work. BACKGROUND: The Pedestrian Capital improvements program is an ongoing safety enhancement plan with the goal to develop and maintain safer pedestrian corridors in Aspen. In 2005 a need for additional pedestrian infrastructure in the Lone Pine Neighborhood was identified. City Council authorized Tabor funding for several pedestrian projects in 2005, including the Lone Pine pedestrian connection. In addition this project would follow the ideals of The City of Aspen Civic Master Plan (CMPAG) was adopted by City Council in December 2006. The Plan states "Aspen's future should be one in which the automobile pays a smaller role in people 's everyday lives. Other modes of travel should be made as safe and convenient as possible to facilitate that goal... the level of investment in... more and better bikeways and walkways should increase. " During the February 2"d work session with City Council, staff was directed to proceed with a design that incorporated pedestrian infrastructure on both the northern and southern sides of Lone Pine Road. This alignment had the most support from citizens involved in the public process. DISCUSSION: Staff in conjunction with the consultant team had two neighborhood meetings to solicit input from residents and other concerned citizens. The first meeting was held November 12`h 2008 and the second December 15`h 2008. From these meetings the design team produced three design alternatives. These alternatives attempt to incorporate the neighborhoods wants and needs into a comprehensive design that fit within the project scope and budget. In addition to the neighborhood meeting staff met separately on multiple occasions with the Hunter Creek Commons board to discuss the project and neighborhood concerns. This Project was advertised for bid on June 29`h 2009. Six Bids were received and opened on July 14`h 2009. Bids were received from six Contractors as sumrnarized below: Excavation Services Jags Enterprises Heyl Construction, Inc Gould Construction, Inc John Burk Construction Aspen Earthmoving $118,711.69 $146,296.00 $166,165.50 $168,591.50 $203,910.00 $212,349.00 Excavation Services bid of $118,711.69 was identified by staff as the lowest qualified bidder. They have experience in various City Right of Way infrastructure projects and have performed well in this capacity. Staff recommends that it is in the City's best interests to award the final construction contract to this vendor. During the planning and design process for this project staff has worked closely with the Lone Pine Neighborhood. During the design process it was noted that standazd 5 foot width City sidewalk could not fit onto the existing site due to physical constraints. The City's design consultant Drexell Barrel, and Co. proposed moving the existing edge of curb to accommodate a 5 foot sidewalk width. Based on bids received this would cost the project $34,644.22. While this solution maintains more than adequate road width and the same amount of parking spaces, members of the Lone Pine Neighborhood expressed concern with the narrower parking spaces. As an alternate solution, the Hunter Creek Commons Board approached the City about replacing an existing landscape wall during the same time period of City's project. The Commons Boazd proposed relocating replacing the existing wall to allow for the standazd 5 foot sidewalk width without relocating existing Curb and Gutter. In this scenario, the $34,644.22 would be given to the HOA for the wall removal and relocation. The Hunter Creek Commons board is currently working to procure a contractor to replace the landscape wall. If the HOA is able to procure a contractor in time to replace and relocate the landscape wall, staff is proposing to offset the HOA's cost by $34,644.22. If the HOA is unable to do so the project would move forwazd by relocating existing curb and gutter at a cost of $34,644.22. FINANCIAL IMPLICATIONS: Staff intends to use Tabor funds dedicated and approved for this Project by City Council in 2005. Funding Tabor Fund -Lone Pine Sidewalk Construction $260,000.00 Total $260,000.00 Expenditures Excavation Services Base Bid $84,067.47 Excavation Services Alternate Bid for Curb and Gutter $34,644.22 Sub Total Construction Contract with Excavation Services $118,711.69 Staff Project Management $26,000.00 Contingency $20,000.00 Total $177,227.69 ENVIRONMENTAL IMPLICATIONS: This project would provide safe and direct pedestrian connections throughout the City thus encouraging the use of alternative forms of transportation. This would in turn reduce GHG emissions, and the overall traffic volume in the City. RECOMMENDATION: Staff recommends council approve the Lone Pine Neighborhood Pedestrian Improvements contract with Excavation Services for the amount of $118,711.69 . In addition staff recommends Council allocate $34,644.22 in funds to the Hunter Creek Commons boazd for the relocation of the landscape wall contingent upon their procurement of a contractor to perform this work. ~ MANAGER COMMENTS RESOLUTION # (Series of 2009) A RESOLUTION APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN, COLORADO, AND EXCAVATION SERVICES, INC SETTING FORTH THE TERMS AND CONDITIONS REGARDING LONE PINE NEIGHBORHOOD PEDESTRIAN IMPROVEMENT PROJECT AND AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT WHEREAS, there has been submitted to the City Council a contract between the City of Aspen, Colorado, and Excavation Services Inc, a copy of which contract is annexed hereto and made a part thereof. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO: Section 1 That the City Council of the City of Aspen hereby approves that contract between the City of Aspen, Colorado, and Excavation Services, Inc regarding Lone Pine Neighborhood Pedestrian Improvement Project, a copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager of the City of Aspen to execute said contract on behalf of the City of Aspen. Dated: Michael C. Ireland, Mayor I, Kathryn S. Koch, duly appointed and acting City Clerk do certify that the foregoing is a true and accurate copy of that resolution adopted by the City Council of the City of Aspen, Colorado, at a meeting held July 27th 2009 Kathryn S. Koch, City Clerk 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 02 ~~ ~~ CONTRACT FOR CONSTRUCTION TM"c!'""'~"" -~/~7~~ THIS AGREEMENT, made and entered into on (DATE OF C NTRACTI , by and between the CITY OF ASPEN, Colorado, hereinafter called the "City" and CONTRACTOR' \ NAMEI ,hereinafter called the "Contractor". ~/ ~aa'1 S~~jCe~:, ~~ WHEREAS, the City has caused to be prepared, in accordance with the ]aw, specifications and other Contract Documents for the work herein described, and has approved and adopted said documents, and has caused to be published, in the manner and fnr the time required by law, an advertisement, for the project: PR JECT TITLE ,and, WHEREAS, the ntractor, in response to such advertisement, or in response to direct invitation, has submitted to the City, in the manner and at the time specified, a sealed Bid in accordance with the terms of said Invitation for Bids; and, WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined, and canvassed the Bids submitted in response to the published Invitation for Bids tberefore, and as a result of such canvass has determined and declazed the Contractor to be the lowest responsible and responsive bidder for the said Work and has duly awarded to the Contractor a Contract for Construction therefore, for the sum or sums set forth herein; NOW, THEREFORE, in consideration of the payments and Contract for Construction herein mentioned: 1. The Contractor shall commence and complete the construction of the Work as fully described in the Contract Documents. 2. The Contractor shall furnish all of the matenials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Work described herein. 3- The Contractor shall commence the work required by the Contract Documents within seven (7) consecutive calendaz days after the date of `Tlotice to Proceed" and will complete the same by the date and time indicated in the Special Conditions unless the time is extended in accordance with appropriate provisions in the Contract Documents- 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for a sum not to exceed IAMOUNT OF CONTRACT ($ %~J /, ~y/) DOLLARS or as shown on the BID proposal. 5. The term "Contract Documents" means and includes the documents listed in the City of Aspen General Conditions to Contracts for Construction (version GC97-2) and in the Special Conditions. The Contract Documents are included herein by this reference and made a part hereof as if fully set forth here. BB1.971.doc 'BBt 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 03 6. The City shall pay to the Contractor in the manner and at such time as set forth in the General Conditions, unless modified by the Special Conditions, such amounts as required by the Documents. This Contract for Construction shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein or in the Contract Documents, this Contract for Construction shall be subject to the City of Aspen Procurement Code, Title 4 of the Municipal Code, including the approval requirements of Section 4-OR-040. This agreement shall not be binding upon the City unless duly executed by the City Manager or the Mayor of the City of Aspen (or a duly authorized official in his/her absence) following a resolution of the Cotmcil of the City of Aspen authorizing the Mayor or City Manager (or a duly authorized official in his/her absence) to execute the same. 8. This agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Contractor respectively and their agents, representatives, employees. Successors, assigns, and legal representatives. Neither the City nor the Contractor shall have the right to assign, transfer or sublet his or her interest or obligations hereunder without the written consent of the other party. 9. This agreement does not and shall not be deemed or construed to confer upon or grant to any third party or parties, except to parties to whom the Contractor or the City may assign this Contract for Construction in accordance with the specific written consent, any rights to claim damages or to bring suit, action or other proceeding against either the City or the Contractor because of any breach hereof or because of any of the terms, covenants, agreements or conditions herein contained. 10. No waiver of default by either parry of any terms, covenants or conditions hereof to be performed, kept and observed by the other parry shall be construed, or operate as, a waiver of any subsequent default of any of the terms, covenants or conditions herein contained, to be performed, kept and observed by the other party. l 1. The parties agree that this Contract for Construction was made in accordance with the laws of the State of Colorado and shall be so construed_ Venue is agreed to be kept exclusively in the courts ofPitkin County. Colorado. 12. in the event that legal action is necessary to enforce any of the provisions of this Contract for Construction, the prevailing party shall be entitled to its costs and reasonable attorney's fees. 13. This Contract for Construction was reviewed and accepted through the mutual efforts of the parties hereto, and the parties agree that no construction shall be made or presumption shall arise for or against either party based on any alleged unequal status of the parties in the negotiation, review or drafting of this Contract for Construction. 14. The undersigned representative of the Contractor, as an inducement to the Ciiy to execute this Contract for Construction, represents that he/she is an authorized representative of the Contractor for the purposes of executing this Contract for Construction and that he/she has full and complete authority to enter into this Contract for Construction for the terms and conditions specified herein RBt-971.doc "691 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 04 IN WITNESS WHEREOF, the parties agree hereto have executed this Contract for Construction on the date first above written. ATTESTED BY: RECOMMENDED FOR APPROVAL: City Engineering Department ATTESTED B CITY OF ASPEN, COL ORADO APPROVED AS TO FORM: By: City Attorney Note: Certification of Incorporation shall be executed if Contractor is a Corporation. If a partheiship;'the Contract shall be signed by a Principal and indicate title. ` BBtA77.tlx •BB1 rnrrrn n r-rnn. 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 05 CERTIFICATE OF INCORPORATION (To be completed if Contractor is a Corporation) STATE OF ~ '~ - V ~ ) SS. COUNTY OF On this ~~ day of~ , 20C~ before me appeared ~ l"uV ~*-t `, to me personally known, who, being by me first duly sworn, did say that s/he is Its•;dt,f of _~~vo~}~bn 5e.~v"gyros Ins. _ and that the seal affixed to said instrument is the corporate seal of said corporation, and That said in,~drument was signed and sealed in behalf of said corporation by authority of its board of directors, and said deponent acknowledged said instrument to be the free act and deed of said corporation. WITNESS MY .HAND AND NOTARIAL SEAL the day and year in this certificate first above written. ' !;r+RPS .~c+ L/C- R,?'±NBERRY r ~y No Public t,~coMm,~,r izoos x-55 Gol~ R~~er~ c.# Basal-F G~ Fsl~~.l Address My commission expires: ~~/~-3~C~ 861-9~t.doc 'BB1 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 06 Certification and Suuulemental Conditions to Contract for. Services - Conformance with ~8-17.5.101, et seg ose. During the 2006 Colorado legislative session, the I~egislature passed House Bi1106-1343 that added a new article 17.5 to Title 8 of the Colorado Revised Statutes entitled "Illegal Aliens -Public Contracts for Services." This new law prohibits all state agencies and political subdivisions, including the City of Aspen, from knowingly employing or contracting with an illegal alien to perform work under a contract, or to knowingly contract with a subcontractor who knowingly employs or contracts with, an illegal alien to perform work under the contract, The new law also requires that all contracts for services include certain specific language as set forth in the statutes. This Certification and Supplemental Conditions has been designed to comply with the requirements of this new law. Applicability. The certification and supplemental conditions set forth herein shall be required to be executed by all persons having a public contract for services with the City of Aspen. Definitions. The following terms aze defined in the new ]aw and by this reference are incorporated herein and in any contract for services entered into with the City of Aspen. "Basic Pilot Program" means the basic pilot employment verification program created in Public J.aw 208, 104th Congress, as amended, and expanded in Public I,aw 15G, 108th Congress, as amended, that is administered by the United States Department of Homeland Security. "Contractor" means a person having a public contract for services with the City of Aspen. "Public Contract for Services" means any type of agreement, regardless of what the agreement may be called, between the City of Aspen and a Contractor for the procurement of services. It speci5cally means the contract or agreement referenced below. "Services" means the furnishing of labor, time, or effort by a Contractor or a subcontractor not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. PURSUANT TO SECTION 8-17.5-101, C.R.S., et. seq.: By signing this docwnent, Contractor certifies and represents that at this time: (i) Contractor does not knowingly employ or contract with an illegal alien; and (ii) Contractor has participated or attempted to participate in the Basic Pilot Program in order to verify that it does not employ illegal aliens. BB1-971.doc •BB1 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 07 - The Public Contract for Services referenced below is hereby amended to include the following terms and conditions_ I . Contractor shall not knowingly employ or contract with an illegal alien to perform work under the Public Contract fox Services. 2. Contractor shall not enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the Public Contract for Services. 3. Contractor has verified or has attempted to verify through participation in the Federal Basic Pilot Program that Contractor does not employ any illegal aliens; and if Contractor has not been accepted into the Federal Basic Pilot Program prior to entering into the Public Contract for Services, Contractor shall forthwith apply to participate in the Federal Basic Pilot Program and shall in writing verify such application within free (5) days of the date of the Public Contract. Contractor shall continue to apply to participate in the Federal Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shal I not be requited or effective if the Federal Basic Pilot Program is discontinued. 4'. Contractor shall not use the Basic Pilot Program procedures to undertake pre-employment screening of job applicants while the Public Contract for Services is being performed. 5. If Contractor obtains actual knowledge that a subcontractor performing work uuder the Public Contract fox Services knowingly employs or contracts with an illegal alien, Contractor shall: (i) Notify such subcontractor and the City of Aspen within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with antllegal alien; and (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice roquired pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Contractor shall not terminate the Public Contract for Services with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 6. Contractor shall, comply with any reasonable request by the Colorado Department of Labor and Employment made in the course of an investigation that the Colorado Department of Labor and Employment undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. 7. if Contractor violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R_S. the City of Aspen may terminate the Public Contract for Services. if the Public Contract fox Services is so terminated, Contractor shall be liable for actual and consequential damages to the City of Aspen arising out of Contractor's violation of Subsection 8-17.5- 102, C.R.S. Public Contract for Services: 661-971.dOC -BB1 07/18/2009 19:53 970-963-4336 EXCAVATION SERVICES PAGE 08 Con sy: tractor: ~ ° ~~S ~~~ " Title: - - i _ 1PW- mved: A/3I2n0(.R67-M:VeityVeiryotrylmnlrnU\fomi+\mrttfi~tinn - hb06.13d3.doc 891-971.tloC -BBi 07/14/2009 00:56 970-963-4336 EXCAVATION SERVICES PAGE 02 The City rzserves the right to inerea.+e or decrease the amount of work to be done on the basis of tttc bid unit price and up to plus or minus 2'werzty Ffve (25) Percent of the total bid. t hereby acknowledge receipt of ADDENDYJM(s) numbered ~ through ~ST'FIIX~a'E'~ QZI,A.l1T.7'.~~'I~~~$`~' 108 Material Testing LS 1 207. Remove Tree EA 6 202 RemovPJRelorata Boulder Flt 7.3 203 Earthwork CY 100 207 Topsoil CY BO 208 Silt Fence LF 210 209 Curb Sodc Inlet Protection EA 2 7_09 Dust Mitigation LS 1 210 Relocate Sign EA 8 210 Relocate Street Light Fro 1 210 Adjust Weterfine Valve Box EA 2 Z10 RelocatE Fence LF 21 7.12 Seeding AC 0.1 304 Class 6 ABC CY 135 707 Boulder Staclc Wall SF 475 609 5' Concrete Sidewalk SY 651 609 Cona~ete Curb Rump EA 7 614 Slgns ~ 4 617 12" CMP LF 13 620 Sanitary Facility EA 1 526 Mobilir~tion LS 1 627 Pavement Marking Gal S.S 630 Trafic GonUOI LS t ~'~ttxl dad ~ ~6't~rt~s: Atternat e 202 Remove of Curb and r3utter LF 630 207_ Remove Aspa-t SY 256 403 Asphalt Patching SY 110 609 6" Curb and Gutter LF 962 .202 Remove Wall LF 600 Sat-e7t.aoc 'sP+ YJh1E'&' ~,~ /"3,°7 'l'p'H'AL ~~ 1~ ~er' n ~' ~~. e~ li~.~' "~ 7~ ,~90 / '~ n pure Ini6ulg Vl b MEMORANDUM TO: Mayor and City Council FROM: Phil Overeynder, Utilities and Environmental initiatives Director CC: John Worcester, City Attorney DATE OF MEMO: July 22, 2009 MEETING DATE: July 27, 2009 RE: Agreement for Contribution towards Meadowood Water System Improvements REQUEST OF COUNCIL: Approval of the recommended agreement with the Meadowood Homeowners Association will provide for the City's financial participation in the amount of 215,431.30 towards the completion of water system improvements. It would also provide for the City's acceptance of the system after it is upgraded to meet applicable City standazds. PREVIOUS COUNCIL ACTION: As part of the adoption of the 2009 Asset Management Plan for the Water Fund, Council appropriated $283,390 towazds the mainline repair and replacement program. The majority of the 2009 funding was intended to be directed towards improvements to the Meadowood water system that provide a benefit to City water customers located outside of the Meadowood subdivision. BACKGROUND: The Meadowood Subdivision is located outside the municipal boundaries and receives service under a water service agreement. The existing system does not conform to City of Aspen standazds, and under the existing arrangement, the Homeowners are responsible for repairs and maintenance activities on the system. This system is approximately 4o yeazs old. The Meadowood Homeowners Association has embazked on a program to upgrade utilities and roads in the azea utilizing private funds. After completion of the improvements, the water system will conform to Aspen's standazds. It is the intent of the agreement to clarify that the City will accept the system and assume maintenance responsibilities, as it does for the majority of the water system located outside the City limits. DISCUSSION: In addition to bringing the existing water system up to present standazds, the project will provide benefits to Aspen water customers generally, particularly those customers in areas which adjoin the Meadowood subdivision (e.g. Aspen School Campus, ARC, etc.). The City's consulting engineer, McLaughlin Water Engineers (MWE), has reviewed the utility plans and has found that on completion the system will meet Aspen's standards. Additionally MWE reviewed the allocation of costs between the system improvements that will directly benefit Page 1 of 2 Meadowood customers only and those improvements that will benefit water customers generally. The total system improvements will cost approximately $2.358 million. MWE concurs with the cost allocation in the proposed agreement that would provide a City contribution of $215,431.30 for those line segments that serve customers outside the Meadowood azea. FINANCIALBUDGET IMPACTS: Funds for the City's financial participation in this project are appropriated in the 2009 capital program. The existing $283,390 appropriation is more than sufficient to meet the City's financial obligation under the proposed agreement. ENVIRONMENTAL IMPACTS: This agreement provides for financial participation and future maintenance responsibilities only. The project is being completed by the Meadowood Homeowner's Association. No environmental impacts are expected. RECOMMENDED ACTION: Staff recommends approval of the proposed agreement with Meadowood Homeowner's Association providing for the City's financial participation in the water system improvements and also providing for the City's acceptance of the system on satisfactory completion. ALTERNATIVES: If this agreement is not approved, the City would continue to provide water service to Meadowood customers but portions of the system would not be upgraded to present standards. Higher than normal maintenance costs would continue to be paid by Meadowood customers as a result of the sub standard conditions. Provision of adequate flow for firefighting under current standards would also be adversely affected. PROPOSED MOTION: I move to approve Resolution #2009. CITY MANAGER COMMENTS: ATTACHMENTS: Exhibit 1: Determination of City Costs Water Project Cost Sharing and Maintenance Agreement Page 2 of 2 RESOLUTION # I / (Series of 2009) A RESOLUTION APPROVING AN AMENDED CONTRACT BETWEEN THE CITY OF ASPEN, COLORADO, AND MEADOWOOD HOMEOWNERS ASSOCIATION SETTING FORTH THE TERMS AND CONDITIONS REGARDING WATER PROJECT COST SHARING AND MAINTENANCE AGREEMENT AND AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT WHEREAS, there has been submitted to the City Council a contract between the City of Aspen, Colorado, and Meadowood Homeowners Association, a copy of which contract is annexed hereto and made a part thereof. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO: Section 1 That the City Council of the City of Aspen hereby approves that contract between the City of Aspen, Colorado, and Meadowood Homeowners Association regarding approval of the recommended agreement with the Meadowood Homeowners Association, including Exhibit 1, copies of which are annexed hereto and incorporated herein, and does hereby authorize the City Manager of the City of Aspen to execute said contract on behalf of the City of Aspen. Dated: Michael C. Ireland, Mayor I, Kathryn S. Koch, duly appointed and acting City Clerk do certify that the foregoing is a true and accurate copy of that resolution adopted by the City Council of the City of Aspen, Colorado, at a meeting held July 27, 2009. Kathryn S. Koch, City Clerk CITY OF ASPEN WATER PROJECT COST SHARING AND MAINTENANCE AGREEMENT This Agreement is entered into this day of , in Aspen, Colorado, between the City of Aspen, a Colorado municipal corporation and home rule city whose address is 130 South Galena Street, Aspen, Colorado 81611 (hereafter the "City"), and Meadowood Homeowners Association, a Colorado homeowner association whose address is (hereafter "MHOA"). WITNESSETH WHEREAS, the City owns and operates the City ofAspen water system in accordance with the laws of the State of Colorado, and in accordance with the charter, ordinances, rules, regulations, policies and resolutions of the City ofAspen, and this Agreement is entered into inconformity with, and subject to, all such laws, charter, ordinances, rules, regulations, policies and resolutions; and WHEREAS, the Cityprovides treated water to MHOA's members pursuant to a Contract for Water Service dated August 16, 1965, between the City and Meadowood Ltd., predecessor to MHOA ("1965 Agreement"); and WHEREAS, MHOA owns and operates the water system infrastructure required for distribution of treated water to its members; and WHEREAS, MHOA is constructing certain water system improvements known as the Upper Meadowood Water System, as part of a larger infrastructure improvement project; and WHEREAS, some of the water system improvements included in the Upper Meadowood Water System will benefit Cirywater customers located outside ofMHOA's boundaries by providing looped connections to other existing City water lines, and the City is willing to share in the cost of such improvements; and WHEREAS, the City is also willing to accept. operate and maintain the Upper Meadowood Water System, upon completion, subject to the terms and conditions of this Agreement. THEREFORE, in consideration of the premises and the mutual promises and covenants contained herein, the City and MHOA agree as follows: 1. Continued Treated Water Service to MHOA. The City will continue to provide treated water service to MHOA's members in accordance with the 1965 Agreement. 2. Design and Construction ofUnPerMeadowood Water Svstem . MHOA has designed and will construct the water lines and related infrastructure for the Upper Meadowood Water System ("Project") in accordance with and subject to the City's design, materials and construction specifications and approval, at MHOA's own expense, subject to the City's reimbursement agreement set forth herein. 1 3. Final Plans. The City has approved the final plans and specifications for the Project. The final plans are dated ,and include a construction schedule. No substantial changes shall be made to the approved final plans and specifications without the City's prior written approval. If such meeting has not been held prior to execution of this Agreement, MHOA shall contact the City Water Department to arrange a preconstruction meeting between representatives of the Water Department, the Water Department's inspector, and MHOA's engineer and contractor to review the final plans and any minor modifications thereto, to discuss construction scheduling, arrangements forthe advance deposit ofthe City's construction inspection fees, and any othermatters that the parties deem necessary. MHOA's registered professional project engineer shall inspect and certify the design and installation of all Project infrastructure to be constructed pursuant to this Agreement. 4. Bond Requirements. Prior to commencement of construction, MHOA shall obtain one or more performance and payment bonds naming the City as a third-party beneficiary thereof, in the amount of 125% of the Project construction costs. Such bonds shall be in form acceptable to the City Attomey and shall ensure completion of the construction, and, subject to the City's reimbursement agreement set forth herein, shall hold the Cityharmless forpayment to the contractor or any subcontractors, materialmen, or others involved in the construction of the Project infrastructure, or for the provision of materials therefor. MHOA shall assign to the City all warranties from materialmen and suppliers which warrant the water system improvements free and clear of defects for a period of two (2) years from the date of completion of construction. In addition, MHOA shall obtain and assign to the City (in form approved by the City Attorney) a maintenance or wan•antybond equal to one hundred percent (100%) of the final Project construction costs, ensuring the proper condition and operation of such water service system for a period of two (2) years from the date of completion. 5. Construction. MHOA has commenced Project construction and shall proceed with due diligence to complete construction of the Project in accordance with the plans and specifications and the construction schedule. No construction shall occurbetween November 1 and April 1 without written permission of the Ciry's Water Deparhnent. 6. Fees. MHOA shall timely pay all fees imposed by the City in connection with reviewing and approving the design drawings and construction plans, as well as construction inspection fees. If not already deposited with the City, a deposit for construction inspection fees shall be required at the preconstruction meeting described in paragraph 3 above, or, if such meeting has been held, promptly following execution of this Agreement by the City. MHOA shall also be responsible for timely acquiring and paying for all permits and permit fees necessary for construction of the Project infrastructure. 7. Inspection of Construction. Construction must be inspected by the City's engineers or other designated personnel prior to burial or final installation. MHOA shall give the City Water Department reasonable advance notice when the Project infrastructure, or any portion thereof, is ready for burial or installation, and the City's engineer or agent shall inspect said infrastructure within two working days of such notice. MHOA shall timely pay all construction inspection fees. 8. Cost Reimbursement by City. The City will reimburse to MHOA the sum of $215,351.80 ("City Reimbursement") ,reflecting the estimated cost of the portions ofthe Proj ect that 2 benefit aeeas outside MHOA's service area, and the constmction efficiencies realized by having the Project constructed at the same time as construction of the City's utility improvement program in the Meadowood area, including restoration of disturbed areas, eliminating certain mobilization charges, and sharing management charges. The Ciry Reimbursement is calculated as shown on Exhibit 1. Sufficient funds have been appropriated in the City's 2009 budget for the City Reimbursement. The parties agree that if any of the shazed cost items identified on Exhibit 1 is less than the Item Total for that item shown on Exhibit 1, the City's reimbursement obligation for that cost item will be reduced in proportion to the reduced price of the item. For example, if the Ciry is to reimburse 25% of a particular cost item, and the cost item is less than shown on Exhibit 1, the City will reimburse 25% of the actual cost of that item. If any of the shared cost items identified on Exhibit 1 is greater than the Item Total for that item shown on Exhibit 1, the City's reimbursement obligation for that cost item will be increased in proportion to the increased price of the item, provided, however, that if the overall total amount of adjustments to the City reimbursement for the Project results in an amount that exceeds the Ciry Reimbursement, Ciry Council approval of an amendment to this Agreement will be required in order for any excess reimbursement to be paid, and the City's execution of this Agreement does not obligate the City Council to approve any such amendment. 9. Easements. MHOA shall obtain at its own cost and convey in perpetuity to the City as-built non-exclusive easements for all Project infrastructure located on or in private property, along with all necessary access easements for maintenance and repair purposes ("easements"). All easements on, over or through property located outside of public rights-of--way shall be surveyed at the MHOA's cost. The water line easements must be large enough to provide at least ten (10) feet on either side of water mains and lines and must specify that (1) sewer lines must be located at least ten (10) feet from any water main or line, and (2) other utilities must be located at least five (5) feet away from any water main or line. Access easements shall be of a size determined by the City to be reasonably necessary for the operation, maintenance and repair of the Project infrastructure located in or on such easement. The easements shall provide that each parry to the Easement Agreement shall be solely responsible for any injury or damages, including costs and attorney fees, incurred by persons or property arising from such party's own negligent acts or omissions occurring on or resulting from its use or occupation of any easement premises. Nothing contained herein, or in any Easement Agreement, shall constitute or result in any waiver or diminishment of any defense or limitation available to the City under the Colorado Governmental Immunity Act or other applicable law. 10. Testing; Conveyance; As-Built Drawings. Upon completion ofProject construction, all Project infrastructure shall be tested. Upon approval by the City ofthe test results and delivery to the City of the required maintenance and warranty bonds, surveyed as-built drawings and all required easements, the City shall accept the water system infrastructure for the Project, and it shall be conveyed (excluding individual service lines) with all necessary non-exclusive easements to the City, free and cleaz of all liens and encumbrances, by deed in form acceptable to the City Attorney. Performance and payment bonds shall be adjusted to reflect the final actual construction costs. As- builtdrawings of the Project, including the water system and all other utilities, shall be provided to the Ciry on reproducible sepias with a maximum size of 24" x 36", and on an auto cad disk data transfer file tied into one (1) set of state plane coordinates. Following acceptance of the Project by the City, the City will operate and maintain the Upper Meadowood Water System. 3 11. No Waiver. Failure of a party hereto to exercise any right hereunder shall not be deemed a waiver of any such right and shall not affect the right of such parry to exercise at some future time said right or any other right it may have hereunder. 12. Notices. All notices required to be given shall be deemed given upon deposit in the United States mail, first class postage prepaid, properly addressed to MHOA at its address shown herein, and to the City c/o City Attorney, City of Aspen, 130 South Galena Street, Aspen, Colorado 81611. Either party may change the address to which notice is provided by notice pursuant to this paragraph. 13. Force Maieure. No party shall be held liable for a failure to perform hereunder due to wars, strikes, acts of God, natural disasters, drought or other similar occurrences outside of the control of that party. 14. Severabilitv. If any provision of this Agreement shall be or become invalid or unenforceable, the remainder of the provisions shall not be affected thereby, and each and every provision shall be enforceable to the fullest extent permitted bylaw. 15. Amendment; Assimment. Neither this Agreement, nor the obligations ofeitherparty hereto maybe amended or assigned without the written consent of the parties hereto. 16. Entire Agreement. Except as otherwise provided herein, this Agreement, including its Exhibits, the Final Plans and specifications for the Project, and the Easement Agreements to be executed in connection with this Agreement, form the total integrated agreement among the parties governing the matters provided for herein, and supersede and control all prior written and oral agreements and representations ofthe parties. Notwithstanding the foregoing, this Agreement does not supersede, alter or amend the 1965Agreement. 17. Interpretation. Titles and paragraph headings shall not be used to alter the meaning of this Agreement. 18. Binding Aereement -Recording. This Agreement is binding upon the parties hereto, their successors and assigns. This Agreement shall be recorded with the Pitkin County Clerk and Recorder at MHOA's expense. 19. Governing Law; Venue; Attomey Fees. This Agreement and the rights and obligations of the parties hereunder shall be governed by and construed in accordance with the laws of the State of Colorado. Venue for all actions arising under this Agreement shall be Pitkin County, Colorado. In the event legal remedies must be pursued to resolve any dispute or conflict regarding the terms of this Agreement or the rights and obligations of the parties hereto, the prevailing party shall be entitled to recover costs incurred in pursuing such remedies, including expert witness fees and reasonable attorney fees. 20. Authorization of Signatures. The parties acknowledge and represent to each other that all procedures necessary to validly contract and execute this Agreement have been performed and that the persons signing for each party have been duly authorized to do so. 21. Counterparts. This Agreement maybe signed using counterpart signature pages, with the same force and effect as if all parties signed on the same signature page. IN WITNESS WHEREOF, the parties have executed this Agreement the date and year first above written. ATTEST: THE CITY OF ASPEN, COLORADO A Municipal Corporation and Home Rule City City Clerk APPROVED AS TO FORM: Aspen City Attorney Title Mayor Meadowood Homeowners Association F:\Client FilesVaspenNAeadowwoodGmprovemen[agreement 072309.wpd Determination of City Costs Item # Description Item Total $ City % City $ Upper Meadowood 06.00 Removal and Disposal of Existing Structures $3,400.00 25.0% $850.00 and Vegetation 08.00 Disposal of Excess Earthwork $34,645.00 25.0% $8,661.25 09.00 Erosion Control $9,991.00 25.0% $2,497.75 10.00 Rotomill and Remove Existing Asphalt $9,325.00 25.0% $2,331.25 11.00 GeneralRevegetation $6,100.00 25.0% $1,525.00 12.00 Asphalt Pavement $83,760.00 25.0% $20,940.00 13.00 Class 6 Aggiegate Base Course $44,325.00 25.0% $11,081.25 25.00 8" DIP Waterline, 715 LF $65,136.50 100.0% $65,136.50 28.00 8" Gate Valve, 3 each $4,327.50 100.0% $4,327.50 32.00 Fire Hydrant, 1 each $4,810.00 100.0% $4,810.00 34.00 Connection to Existing Main, 2 each $2,560.00 100.0% $2,560.00 Upper Meadowood Total $124,720.50 Open Space -City 134.00 General Revegetation $4,600.00 100.0% $4,600.00 135.00 8" DIP Waterline, 910 LF $63,700.00 100.0% $63,700.00 136.00 8" Gate Valve, 3 each $4,500.00 100.0% $4,500.00 137.00 6" Gate Valve, 1 each $1,100.00 100.0% $1,100.00 138.00 Fire Hydrant, 1 each $5,000.00 100.0% $5,000.00 139.00 Connecfion to Existing Main, l each $1,300.00 100.0% $1,300.00 Open Space -City Total $80,200.00 City Sub Total $204,920.50 Project Total $2,357,670.35 Project General Overhead $104,313.00 Project Total Less Overhead $2,2S3,3S7.35 Meadowoood Portion of Project Total Less Overhead $2,048,436.85 City Portion of Project Total Less Overhead $204,920.50 City Percentage of Project Total Less Overhead 10.00% City Portion of Project General Overhead $104,313.00 10.0% $10,431.30 City Total $215,351.80 VlG MEMORANDUM TO: FROM: THRU: DATE OF MEMO: MEETING DATE: RE: Mayor and City Council John Hines, Renewable Energy Utilities Manager Phil Overeynder, Public Works Director July 20, 2009 July 27, 2009 Contract Award to Timberline Electric and Control Company for the installation of the new SCADA system for the Electric and Hydro divisions REQUEST OF COUNCIL: Staff requests award of a contract to Timberline Electric and Control Company for the installation of a new SCADA system and pv system. The total contract award is $53,810.00. The SCADA system monitors and controls all of our pump stations, tank levels, hydro production and security and hazard alarm systems. We are in the process of installing a duplicate system to manage the electric system incorporating the Smart Grid and taking the hydro functions off of the water treatment system and placing it onto the new SCADA system as the existing system has reached a saturation point on the radio frequency in which the system communicates. The PV system is down at the Maroon Creek Hydro so the hydro personnel are having to manually control the hydro until the PV is back up. This is not an efficient way to manage the hydro nor does it produce ultimate production out of the unit. PREVIOUS COUNCIL ACTION: The Castle Creek Hydroelectric Plan is a key component in providing renewable energy courses to Aspen's electric customers as well as the other hydro facilities. This follows the direction the City Council has directed us to pursue renewable energy production as well as energy efficiencies, which the new hydro and Smart Grid will provide. BACKGROUND: The Water Departrnent has used Timberline Electric for the past yeazs as the prime vendor for designing, installing, and providing troubleshooting and maintenance on our SCADA and Water Treatment control systems and Photo Voltaic power supplies for our remote sites such as Mazoon Creek Headgate. They have provided us with numerous operation and troubleshooting manuals for the operations of these systems. DISCUSSION: We have received multiple quotes from Timberline to facilitate this changeover covering multiple equipment and softwaze. Our existing SDADA system is equipment and softwaze specific and we do not want to incorporate any different equipment for the obvious Page I of 2 reasons of replacement part stocking, softwaze compatibility and the new training required to operate and maintain different manufacturers of equipment. FINANCIALBUDGET IMPACTS: Although there exists more than one responsible source, a competitive process, if used, will result in the potential of substantially higher cost to the City due to the time required for a new provider to get familiarized with existing system and to provide the uniform standazd of existing operating equipment that would be compatible with our existing SCADA system. The particular equipment is required to match existing equipment and is software compatible. • The existing system was recommended by our contracted engineer. ENVIRONMENTAL IMPACTS: The proposed changes will allow us to monitor the production of the hydros s well as provide the power to run the system at Mazoon Creek for maximum production at the hydros as well as meet the security requirements of FERC. RECOMMENDED ACTION: Staff recommends Council approve the contract to Timberline Electric and Control Company for $53,810.00. ALTERNATIVES: The alternative to selecting Timberline Electric and Control Company to perform this work would be to request new bids. Timberline Electric and Control Company has already performed work of this type with the City of Aspen with satisfactory results. The possibility of receiving a less expensive bid for the same amount of expertise and experience is unlikely and would cause project delays and inefficiencies. PROPOSED MOTION: I move to approve Resolution # CITY MANAGER ATTACHMENTS: 1. Contract between City of Aspen and Timberline Electric and Control Company. Page 2 of 2 !~ RESOLUTION # ~ (Series of 2009) A RESOLUTION APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN, COLORADO, AND TIMBER LINE ELECTRIC & CONTROL COMPANY SETTING FORTH THE TERMS AND CONDITIONS REGARDING INSTALLATION OF A NEW HYDRO SCADA SYSTEM AND AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT WHEREAS, there has been submitted to the City Council a contract between the City of Aspen, Colorado, and Timber Line Electric & Control Company, a copy of which contract is annexed hereto and made a part thereof. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO: Section 1 That the City Council of the City of Aspen hereby approves that contract between the City of Aspen, Colorado, and Timber Line Electric & Control Company regarding installation of a new hydro SCADA system a copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager of the City of Aspen to execute said contract on behalf of the City of Aspen. Dated: Michael C. Ireland, Mayor I, Kathryn S. Koch, duly appointed and acting City Clerk do certify that the foregoing is a true and accurate copy of that resolution adopted by the City Council of the City of Aspen, Colorado, at a meeting held July 27, 2009. Kathryn S. Koch, City Clerk CONTRACT FOR CONSTRUCTION Ttt> Crrv of AseEN (Short Forrn) THIS CONTRACT, made and entered into on July 27, 2009, by and between the CITY OF ASPEN, Colorado, hereinafter called the "City", and TIMBER LINE ELECTRIC & CONTROL CORPORATION, hereinafter called the "Contractor". THEREFORE, in consideration of the mutual covenants and Contracts herein contained, and for other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the parties hereto hereby agree as follows: 1. Construction of Project. Contractor agrees to furnish all labor, materials, tools, machinery, equipment, temporary utilities, transportation and any other facilities needed therefor, and to complete in a good, workmanlike and substantial manner the Project as described in the Scope of Work and/or Proposal appended hereto as Exhibit "A" which is incorporated herein as if fully set forth (the "Project"). 2. Plans and Speci£cations; Compliance with Laws. The Project is to be constructed and completed in strict conformance with the Scope of Work and/or Proposal appended hereto for the same approved in writing by the parties hereto. The Project shall also be constructed and completed in strict compliance with all laws, ordinances, rules, regulations of all applicable govemmental authorities, and the City of Aspen Procurement Code, Title 4 of the Municipal Code, including the approval requirements of Section 4- 08-040. Contractor sha-1 apply for and obtain all required permits and licenses and shall pay all fees therefor and all other fees required by such govemmental authorities. 3. Payments to Contractor. In consideration of the covenants and Contracts herein contained being performed and kept by Contractor, including the supplying of all labor, materials and services required by this Contract, and the construction and completion of the Project, City agrees to pay Contractor a sum not to exceed FIFTY THREE THOUSAND EIGHT HUNDRED TEN ($53,810.00) DOLLARS or as shown on Exhibit "A". 4. Commencement and Completion. Contractor agrees to commence work hereunder immediately upon execution hereof, to prosecute said work thereafter diligently and continuously to completion, and in any and all events to substantially complete the same not later than December I5, 2009, subject to such delays as are permissible under the "Extension of Time for Completion" section of this Contract. 5. Payment of Bills and Charges. Contractor shall pay promptly all valid bills and chazges for material, labor, machinery, equipment or any other service or facility used in connection with or arising out of the Project, and shall obtain periodic releases from all subcontractors and material suppliers supplying labor or materials to the Project concurrently with Contractor's delivering any payment to such subcontractors and CCS-971.dce Page; 1 material suppliers. Contractor shall indemnify and hold City and City's officers, employees, agents, successors and assigns free and harmless against all expenses and liability suffered or incurred in connection with the claims of any such subcontractors or material suppliers, including but not limited to court costs and attorney's fees resulting or arising therefrom; provided that Contractor shall be excused from this obligation to the extent that City is in arrears in making the payments to Contractor. Should any liens or claims of lien be filed of record against the Property, or should Contractor receive notice of any unpaid bill or charge in connection with construction of the Project, Contractor shall immediately either pay and discharge the same and cause the same to be released of record, or shall furnish City with the proper indemnity either by title policy or by corporate surety bond in the amount of 150% of the amount claimed pursuant to such lien. 6. Releases. Contractor shall, if requested by City, before being entitled to receive any payment due, furnish to City all releases obtained from subcontractors and material suppliers and copies of all bills paid to such date, properly receipted and identified, covering work done and the materials furnished to the Project and showing an expenditure of an amount not less than the total of all previous payments made hereunder by City to Contractor. 7. Hierarchy of Project Documents. This Contract and the Proposal or Scope of Work appended hereto as Exhibit "A" are intended to supplement one another. In case of conflict, however, this Contract shall control both. 8. Changes in the Work. Should the City at any time during the progress of the work request any modifications, alterations or deviations in, additions to, or omissions from this Contract or the ProposaUScope of Work, it shall be at liberty to do so, and the same shall in no way affect or make void this Contract; but the amount thereof shall be amortized over the remaining term of this Contract and added to or deducted, as the case may be, from the payments set forth in Paragraph 3 above by a fair and reasonable valuation, based upon the actual cost of labor and materials. This Contract shall be deemed to be completed when the work is finished in accordance with the original Proposal or Scope of Work as amended or modified by such changes, whatever may be the nature or the extent thereof. The rule of practice to be observed in fulfillment of this paragraph shall be that, upon the demand of either City or Contractor, the character and valuation of any or all changes, omissions or extra work shall be agreed upon and fixed in writing, signed by City and Contractor, prior to performance. 9. Contractor's Failure to Perform. Should Contractor, at any time during the progress of the work, refuse or fail to supply sufficient material or workmen for the expeditious progress of said work or fail to perform any other provisions of this Contract, City may, upon giving notice in writing to Contractor as provided herein and upon Contractor's failure to remedy any such failure within 3 days from receipt of such notice, terminate this Contract and provide the necessary material and workmen to finish the work and may enter upon the Property for such purpose and complete said work. The expense thereof shall be deducted from the payments remaining under Paragraph 3 above, or if the total cost of the work to City exceeds the amount of such remaining Page: payments, Contractor shall pay to City upon demand the amount of such excess in addition to any and all other damages to which City may be entitled. In the event of such termination, City may take possession of all materials, equipment and appliances belonging to Contractor upon or adjacent to the Property upon which said work is being performed and may use the same in the completion of said work. Such termination shall not prejudice or be exclusive of any other legal rights which City may have against Contractor. 10. Extension of Time for Completion. Time is of the essence of this Contract and Contractor shall substantially complete the work during the time provided for herein. However, the time during which Contractor is delayed in said work by (a) the acts of City or its agents or employees or those claiming under Contract with or permission from City, or (b) the acts of God which Contractor could not have reasonably foreseen and provided against, or (c) unanticipated stormy or inclement weather which necessarily delays the work, or (d) any strikes, boycotts or obstructive actions by employees or labor organizations and which are beyond the control of Contractor and which it cannot reasonably overcome, or (e) the failure of City to make progress payments promptly, shall be added to the time for completion of the work by a fair and reasonable allowance. Contractor recognizes, however, that the site of the work is in the Rocky Mountains at a high elevation where inclement whether conditions are common. This fact has been considered by Contractor in preparing its Proposal and or agreeing to the Scope of Work. Furthermore, Contractor shall have the right to stop work if any payment, including payment for extra work, is not made to Contractor as provided in this Contract. In the event of such nonpayment, Contractor may keep the job idle until all payments then due are received. 11. Unforeseen Conditions. It is understood and agreed that Contractor, before incurring any other expenses or purchasing any other materials for the Project, shall proceed to inspect the work site and all visible conditions and that if, at the time of inspection therefor, the Contractor finds that the proposed work is at variance with the conditions indicated by the Proposal, Scope of Work, or information supplied by City, or should Contractor encounter physical conditions below the surface of the ground of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract or inherent in a work site located in the Rocky Mountains, Contractor shall so notify City, and City shall at that time have the right and option to immediately cancel and terminate this Contract or to instruct Contractor to continue the work and add the additional amount attributable to such unforeseen conditions to the payments due Contractor as set forth above. It is agreed that in the event of any cancellation by City in accordance with this section, Contractor shall be paid the actual costs of the work done prior to the time of cancellation. In computing such costs, building permit fees, insurance and such financing and title charges as are not refundable shall be included; provided that supervision time, office overhead and profit shall not be included in such costs to be refunded to Contractor by reason of such cancellation. .doc Page: 3 12. Acceptance by City. No payment hereunder nor occupancy of said improvements or any part thereof shall be construed as an acceptance of any work done up to the time of such payment or occupancy, but the entire work is to be subject to the inspection and approval of City at the time when Contractor notifies City that the Project has been completed. 13. Notice of Completion; Contractor's Release. City agrees to sign and file of record within five (5) days after the substantial completion and acceptance of the Project a Notice of Completion. If City fails to so record the Notice of Completion within said five (5) day period, City hereby appoints Contractor as City's agent to sign and record such Notice of Completion on City's behalf. This agency is irrevocable and is an agency coupled with an interest. Contractor agrees upon receipt of final payment to release the Project and property from any and all claims that may have accrued against the same by reason of said construction. If Contractor faithfully performs the obligations of this Contract on its part to be performed, it shall have the right to refuse to permit occupancy of any structures by City or City's assignees or agents until the Notice of Completion has been recorded and Contractor has received the payment, if any, due hereunder at completion of construction, less such amounts as may be retained pursuant to mutual Contract of City and Contractor under the provisions of Paragraph 3 above. 14. Insurance. a. The Contractor agrees to procure and maintain, at its own expense, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by the Contractor pursuant to the terms of this Contract. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Contractor shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to the terms of this Contract by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amounts, duration, or types. b. Contractor shall procure and maintain, and shall cause any subcontractor of the Contractor to procure and maintain, the minimum insurance coverages listed in the Supplemental Conditions. If the Supplemental Conditions do not set forth minimum insurance coverage, then the minimum coverage shall be as set forth below. Such coverage shall be procured and maintained with forms and insurance acceptable to City. All coverage shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Contractor pursuant to the terms of this Contract. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. 1. Workmen's Compensation insurance to cover obligations imposed by applicable laws for any employee engaged in the performance of work under this contract, and Employers' Liability insurance with minimum limits of FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) for each accident, FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) disease -policy limit, and FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) disease - each employee. Evidence of qualified self-insured status may be substituted for the Workmen's Compensation requirements of this paragraph. 2. Commercial General Liability insurance with minimum combined single limits of ONE MILLION DOLLARS ($1,000,000.00) each occurrence and ONE MILLION DOLLARS ($1,000,000.00) aggregate. The policy shall be applicable to all premises and operations. The policy shall include coverage for bodily injury, broad form property damage (including completed operations), personal injury (including coverage for contractual and employee acts), blanket contractual, independent contractors, products, and completed operations. The policy shall include coverage for explosion, collapse, and underground hazards. The policy shall contain a severability of interests provision. 3. Comprehensive Automobile Liability insurance with minimum combined single limits for bodily injury and property damage of not less than ONE MILLION DOLLARS ($1,000,000.00) each occurrence and ONE MILLION DOLLARS ($1,000,000.00) aggregate with respect to each Contractor's owned, hired and non-owned vehicles assigned to or used in performance of the services. The policy shall contain a severability of interests provision. If the Contractor has no owned automobiles, the requirements of this Section 5.4.2.3 shall be met by each employee of the Contractor providing services to the City under this contract. c. Except for any Contractor Liability insurance that may be required, the policy or policies required above shall be endorsed to include the City of Aspen and the City of Aspen's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carved by the City of Aspen, its officers or employees, or carried by or provided through any insurance pool of the City of Aspen, shall be excess and not contributory insurance to that provided by Contractor. No additonal insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Contractor shall be solely responsible for any deductible losses under any policy required above. d. The certificate of insurance provided by the City of Aspen shall be completed by the Contractor's insurance agent as evidence that policies providing the required coverage, conditions, and minimum limits are in full force and effect, and shall be reviewed and approved by the City of Aspen prior to commencement of the contract. No other form of certificate shall be used. The certificate shall identify this contract and shall provide that the coverage afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) dam prior written notice has been given to the City of Aspen. e. In addition, these Certificates of Insurance shall contain the following clauses: Underwriters and issuers shall have no right of recovery or subrogation against the City of Aspen, it being the intention of the parties that the insurance policies so effected shall protect all parties and be primary coverage for any and all losses Page:S covered by the above-described insurance. To the extent that the City's insurer(s) may become liable for secondary or excess coverage, the City's underwriters and insurers shall have no right of recovery or subrogation against the Contractor. The insurance companies issuing the policy or policies shall have no recourse against the City of Aspen for payment of any premiums or for assessments under any form of policy. Any and all deductibles in the above-described insurance policies shall be assumed by and be for the amount of, and at the sole risk of the Proposer. Location of operations shall be: "All operations and locations at which work in connection with the referenced project is done." Certificates of Insurance for all renewal policies shall be delivered to the Architect at least fifteen (15) days prior to a policy's expiration date except for any policy expiring on the expiration date of this Contract or thereafter. e. Failure on the part of the Contractor to procure or maintain policies providing the required coverage, conditions, and minimum limits shall constitute a material breach of contract upon which City may immediately terminate this contract, or at its discretion City may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith. All moneys so paid by City shall be repaid by Contractor to City upon demand, or City may offset the cost of the premiums against moneys due to Contractor from City. £ City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. 15. Damage or Destruction. If the Project is destroyed or damaged by any accident or disaster, such as fire, stone, flood, landslide, earthquake, subsidence, theft or vandalism, any work done by Contractor in rebuilding or restoring the work shall be paid for by City as extra work under Paragraph 8 above. If, however, the estimated cost of replacement of the work already completed by Contractor exceeds twenty (20%) percent of the insured sum set forth in Paragraph 14 above, City shall have the option to cancel this Contract and, in such event, Contractor shall be paid the reasonable cost, including net profit to Contractor in the amount of ten (10%) percent, of all work performed by Contractor before such cancellation. 16. Notices. Any notice which any party is required or may desire to give to any other party shall be in writing and may be personally delivered or given or made by United States mail addressed as follows: To City: Aspen City Manager City of Aspen 130 South Galena Street Page:6 Aspen, Colorado 81611 To Contractor: Mike Rushing Timber Line Electric & Control Corporation PO Box 793 Morrison, Colorado 80465-0793 subject to the right of either party to designate a different address for itself by notice similazly given. Any notice so given, delivered or made by United States mail, shall be deemed to have been given the same day as transmitted by telecopier or delivered personally, one day after consignment to overnight courier service such as Federal Express, or two days after the deposit in the United States mail as registered or certified matter, addressed as above provided, with postage thereon fully prepaid. 17. Inspections; Warranties. (a) Contractor shall conduct an inspection of the Project prior to final acceptance of the work with City. (b) Contractor shall schedule and cause to be performed all corrective activities necessitated as a result of any deficiencies noted on the final inspection prior to acceptance. The costs of material and/or labor incurred in connection with such corrective activities shall not be reimbursed or otherwise paid to Contractor. (c) Contractor shall obtain, at City's expense, third party warranty contracts (to be entered into by City). 18. Licensure of Contractor. Contractor hereby represents and warrants to City that Contractor is duly licensed as a general contractor in the State of Colorado, and if applicable, in the County of Pitkin. 19. Independent Contractor. It is expressly acknowledged and understood by the parties that nothing in this Contract shall result in, or be constmed as establishing an employment relationship. The Contractor shall be, and shall perform as, an independent the Contractor who agrees to use his best efforts to provide the Work on behalf of the City. No agent, employee, or servant of the Contractor shall be, or shall be deemed to be, the employee, agent or servant of the City. The City is interested only in the results obtained under the Contract Documents. The manner and means of conducting the Work are under the sole control of the Contractor. None of the benefits provided by the City to its employees including, but not limited to, worker's compensation insurance and unemployment insurance, are available from the City to the employees, agents or servants of the Contractor. The Contractor shall be solely and entirely responsible for its acts and for the acts of the Contractor's agents, employees, servants and subcontractors during the performance of the Contract. CCS-971.doc THE CONTRACTOR, AS AN INDEPENDENT CONTRACTOR, SHALL NOT BE ENTTI'LED TO WORKERS' COMPENSATION BENEFITS AND SHALL BE OBLIGATED TO PAY FEDERAL AND STATE INCOME TAX ON ANY MONEYS EARNED PURSUANT TO THE CONTRACT. 20. Assignment. This Contract is for the personal services of Contractor. Contractor shall not transfer or assign this Contract or its rights and responsibilities under this Contract nor subcontract to others its rights and responsibilities under this Contract, and any attempt to do so shall be void and constitute a material breach of this Contract. 21. Successors and Assigns. Subject to paragraph 22, above, this Contract shall be binding on, and shall inure to the benefit of, City and Contractor and their respective successors and assigns. 22. Entire Contract. This Contract contains the entire Contract between City and Contractor respecting the matters set forth herein and supersedes all prior Contracts between City and Contractor respecting such matters. 23. Waivers. No waiver by City or Contractor of any default by the other or of any event, circumstance or condition permitting either to terminate this Contract shall constitute a waiver of any other default or other such event, circumstance or condition, whether of the same or of any other nature or type and whether preceding, concurrent or succeeding; and no failure or delay by either City or Contractor to exercise any right arising by reason of any default by the other shall prevent the exercise of such right while the defaulting party continues in default, and no waiver of any default shall operate as a waiver of any other default or as a modification of this Contract. 24. Remedies Non-Exclusive. No remedy conferred on either party to this Contract shall be exclusive of any other remedy herein or by law provided or permitted, but each shall be cumulative and shall be in addition to every other remedy. 25. Governing Law. This Contract shall be governed by, and construed in accordance with, the laws of the State of Colorado. Venue for any action at law or equity shall be Pitkin County. 26. Attorneys' Fees. If either party to this Contract shall institute any action or proceeding to enforce any right, remedy or provision contained in this Contract, the prevailing party in such action shall be entitled to receive its attorneys' fees in connection with such action from the non-prevailing party. 27. Severability. Any provision in this Contract which is held to be inoperative, unenforceable or invalid shall be inoperative, unenforceable or invalid without affecting the remaining provisions, and to this end the provisions of this Contract are declared to be severable. 28. Nondiscrimination. During the perfoanance of this Contract, the Contractor agrees as follows: The Contractor will not discriminate against any employee or CCS-971.doc Page: S applicant for employment because of race, color, religion, sex, national origin, age, marital status, sexual orientation, being handicapped, a disadvantaged person, or a disabled or Viet Nam era veteran. The Contractor will take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, national origin, sex, age, sexual orientation, handicapped, a disadvantaged person, or a disabled or Viet Nam era veteran. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 29. Prohibited Interest. No member, officer, or employee of the City of Aspen, Pitkin County or the Town of Snowmass Village shall have any interest, direct or indirect, in this Contract or the proceeds thereof. 30. Warranties Against Contingent Fees, Gratuities, Kickbacks and Conflict of Interest: a. The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an Contract or understanding for a commission, percentage, brokerage, or contingency fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. b. The Contractor agrees not to give any employee or former employee of the City a gratuity or any offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to this Contract or to any solicitation or proposal therefor. a It shall be a material breach of the Contract for any payment, gratuity, or offer of employment to be made by or on behalf of a Subcontractor under a contract to the prime Contractor or higher tier Subcontractor or any person associated therewith, as an inducement for the awazd of a Subeontract or order. The Contractor is prohibited from inducing, by any means, any person employed under this Contract to give up any part of the compensation to which he/she is otherwise entitled. The Contractor shall comply with all applicable local, state and federal "ant-kickback" statutes or regulations. 31. Payments Subject to Annual Appropriations. If the contract awarded extends beyond the calendaz year, nothing herein shall be construed as an obligation by the City beyond any amounts that may be, from time to time, appropriated by the City on an annual basis. It is understood that payment under any contract is conditional upon annual appropriation of funds by said governing body and that before providing services, the Contractor, if it so requests, will be advised as to the status of funds appropriated for CCS-971.doc Page- 9 services or materials and shall not be obligated to provide services or materials for which funds have not been appropriate. 32. Illegal Aliens -CRS 8-17.5-101 & 24-76.5-101. a. Purpose. During the 2006 Colorado legislative session, the Legislature passed House Bills 06-1343 (subsequently amended by HB 07-1073) and 06-1023 that added new statutes relating to the employment of and contracting with illegal aliens. These new laws prohibit all state agencies and political subdivisions, including the City of Aspen, from knowingly hiring an illegal alien to perform work under a contract, or to knowingly contract with a subcontractor who knowingly hires with an illegal alien to perform work under the contract. The new laws also require that all contracts for services include certain specific language as set forth in the statutes. The following terms and conditions have been designed to comply with the requirements of this new law. b. Definitions. The following terms are defined in the new law and by this reference are incorporated herein and in any contract for services entered into with the City of Aspen. b. Definitions. The following terms are defined in the new law and by this reference are incorporated herein and in any contract for services entered into with the City of Aspen. "Basic Pilot Program" means the basic pilot employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, that is administered by the United States Department of Homeland Security. "Public Contract for Services" means this Agreement. "Services" means the furnishing of labor, time, or effort by a Contractor or a subcontractor not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. c. By signing this document, Contractor certifies and represents that at this time: (i) Contractor does not knowingly employ or contract with an illegal alien; and (ii) Contractor has participated or attempted to participate in the Basic Pilot Program in order to verify that it does not employ illegal aliens. d. Contractor hereby certifies that: CCS-971.dce Page: 10 (i) Contractor shall not knowingly employ or contract new employees without confirming the employment eligibility of all such employees hired for employment in the United States under the Public Contract for Services. (ii) Contractor shall not enter into a contract with a subcontractor that fails to confirm to the Contractor that the subcontractor shall not knowingly hire new employees without confirming their employment eligibility for employment in the United States under the Public Contract for Services. (iii) Contractor has verified or has attempted to verify through participation in the Federal Basic Pilot Program that Contractor does not employ any new employees who are not eligible for employment in the United States; and if Contractor has not been accepted into the Federal Basic Pilot Program prior to entering into the Public Contract for Services, Contractor shall forthwith apply to participate in the Federal Basic Pilot Program and shall in writing verify such application within five (5) days of the date of the Public Contract. Contractor shall continue to apply to participate in the Federal Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shall not be required or effective if the Federal Basic Pilot Program is discontinued. (iv) Contractor shall not use the Basic Pilot Program procedures to undertake pre-employment screening of job applicants while the Public Contract for Services is being performed. (v) If Contractor obtains actual knowledge that a subcontractor performing work under the Public Contract for Services knowingly employs or contracts with a new employee who is an illegal alien, Contractor shall: (1) Notify such subcontractor and the City of Aspen within three days that Contractor has actual knowledge that the subcontractor has newly employed or contracted with an illegal alien; and (2) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the new employee who is an illegal alien; except that Contractor shall not terminate the Public Contract for Services with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Page: 11 (vi) Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment made in the course of an investigation that the Colorado Department of Labor and Employment undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. (vii) If Contractor violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City of Aspen may terminate the Public Contract for Services. If the Public Contract for Services is so terminated, Contractor shall be liable for actual and consequential damages to the City of Aspen arising out of Contractor's violation of Subsection 8-17.5-102, C.R.S. (ix) If Contractor operates as a sole proprietor, Contractor hereby swears or affirms under penalty of perjury that the Contractor (1) is a citizen of the United States or otherwise lawfully present in the United States pursuant to federal law,(2) shall comply with the provisions of CRS 24-76.5-101 et seq., and (3) shall produce one of the forms of identification required by CRS 24-76.5-103 prior to the effective date of this Agreement. CCS-971.dce Page: 12 IN WITNESS WHEREOF, the parties agree hereto have executed this Contract for Construction on the date first above written. ATTESTED BY: CITY OF ASPEN, COLORADO APPROVED AS TO FORM: By: City Attorney CONTRACTOR: By: ~ EZiG ~ Title:~~Q. SeC . Note: Certification of Incorporation shall be executed if Contractor is a Corporation. If a partnership, the Contract shall be signed by a Principal and indicate title. CERTIFICATE OF INCORPORATION (To be completed if Contractor is a Corporation) STATE OF ~) d G L~ O ) \ M1 ` ,,' ) SS. COUNTY OF pye 'C-~(/V S(ll'1 ) On this ~ day of ~ ~, 2009, before me appeared ~~~m ~vezi c~ to me personally known, who, being by ;me first duly sworn, did say that s/he is C's~y~o«-fie Sec~~~~~ of ~T,~.~.-ber ~~~r-P Slew-kr~d Cr~.}w~ Ca-~~ and that the seal affixed to said instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by authority of its board of directors, and said deponent acknowledged said instrument to be the free act and deed of said corporation. WITNESS MY HAND AND NOTARIAL SEAL the day and year in this certificate first above written. ~~ C~~ .L Notary Public ~_ Address My commission expires: ~ ~ ` 0 z- " ZO 1 0 'NpTA R y•: ;; pUBLiC•, Page: I4 EXHIBIT "A" • Hydro and Power FlU ~ Water Campus: {lj Motorola ACE 3600 telemetry unit with UHF radio, NO I/O module, bads-up battery and power supply in Motorola enclosure. Complete antenna system with combiner/filter, start-up, and testing. Total $8,300.00 • Store and forward site for Hydro and Power Telemetry: Located at Ridge of Red of West Red. (1) Motorola ACE 3600 telemetry unit with UHF radio, NO I/O module, back-up battery and power supply in Motorola enclosure. Complete antenna system with combiner/Otter, start-up, and testing. 8 hours of drafting to create radio network map. Total $8,474.00 • Computerized Central for Hydro and Power Telemetry: New Dell Dimension computer and monitor, 390 point ifix software,lOD paint (Historian software, in-office development time to load all software and create graphics and database for Maroon Creek Hydro, maroon Bridge, Ruedi Reservoir, and S-N-F site listed above. Also includes on-site start-up time and 8 hours to set up report templates. Total $15,595.00 SCADAIarm :dialer software for Hydro and Power computer with alarm setup Total $3,770.00 • New Solar System Array and Installation at Maroon Creek Headgate: installation and supply of. {2) distinct solar arrays (5 PV panels and 2 charge controllers), four batteries with battery box, one AC battery charger for additional charging while generator is running, miscellaneous parts for mounting and wiring the system as well as installation ofthe Moscad-L unit. Programming, management, procurement, start-up and new AutoCad drawings. Total $17,675.00 Grand Total $ 53,8(0.00 Page_15 vid MEMORANDUM TO: FROM: THRU: DATE OF MEMO: DATE OF MEETING RE: Mayor and City Council John Krueger and Lynn Rumbaugh, Transportation Randy Ready, Assistant City Manager July 15, 2009 July 27, 2009 Approval of CMAQ Grant and Departmental Expenditures SUMMARY This memo requests that Council approve the attached resolution accepting Congestion Management and Air Quality (CMAQ) Grants AQC M045-008 and AQC M045-009 awazded by the State of Colorado in the amount of $194,000.00 for the purchase of four hybrid vehicles for the CAR TO GO carshare program and the purchase of a real-time carpool matching system. The CMAQ funds amount to $160,313.00 with a local match of $33,387.00 for a total of $194,000.00. The expenditure of these funds is included in the 2009 Transportation Budget. PREVIOUS COUNCIL ACTION In previous yeazs, City Council has approved a variety of CMAQ-funded projects including the retrofitting of diesel buses, the purchase of street sweeping and flushing vehicles and the construction of the Cemetery Lane trail. BACKGROUND In the 1980's, the City of Aspen was designated by EPA as anon-attainment area for PM 10 (particulate pollution sized 10 microns or less). Since then the City adopted several measures, including expanding the second-lazgest mass transit system in Colorado, paid parking, an extensive bicycle/pedestrian trail system, carpool incentives and a carshare program. These measures helped the City of Aspen become a maintenance area on July 14, 2003. The City of Aspen is eligible for CMAQ funding every two years from the Colorado Department of Transportation (CDOT) based on Aspen's EPA air quality designation as a PM 10 maintenance area. Congestion Mitigation and Air Quality grants have been awazded to the City of Aspen every other yeaz since 2000 for the purpose of implementing projects or procuring equipment to mitigate PM-10 pollution in the upper valley. Because carpool and carshaze programs have proven to reduce single-gccupant vehicle trips, the Colorado Department of Transportation has approved the funding of four replacement vehicles for the City's CAR TO GO carshaze program as well as the purchase of a real-time carpool matching system. City Council approval of the attached resolution will authorize acceptance of these CMAQ grants; allow the Transportation Department to access departmental funds for the matching portion of this grant; and permit the Department to begin the bid process for real-time carpool matching softwaze. The State of Colorado's annual vehicle bid will be used for CAR TO GO vehicle purchases. DISCUSSION Real-Time Carpool Matching In 1995, the City of Aspen implemented a paid parking program as part of a comprehensive Transportation Demand Management effort. To encourage high occupancy vehicles, weekday paid parking is waived for carpools of two or more adults with the receipt of a daily carpool permit available at the Airport Parking Kiosk. Free carpool matching is available and is advertised via signs along Hwy 82. Currently, carpool matching is done by staff using an excel spreadsheet. With this process, staff is unable to help those looking to school pool, carpool to a one-time event, or carpool to on a single day. Feedback from other communities indicates that real-time, self-serve carpool matching is also more popular with commuters and therefore could increase the size of the carpool database and the number of Aspen-area carpoolers. With City Council's approval, staff will undertake a bid process for a customized real-time carpool matching system to include functionality for commute, school, and one-time trips. Grant funding will also be used to promote the new system once it is in place. 2 carshare Revlacement Vehicles In 2001, the City of Aspen undertook a pilot carshare program. In 2003, the pilot program was approved as a continuing element of Aspen's Transportation Demand Management efforts. Carshaze programs are operating throughout the United States and Europe as a means of offering an alternative to car ownership, offering inexpensive, short-term access to a vehicle when needed to those who typically walk, bicycle or use transit. Aspen's carshare program, CAR TO GO, offers its 81 members access to vehicles parked in convenient locations such as Paepcke Park, Rio Grande Place, Hunter Creek, Centennial and the AABC. The current CAR TO GO fleet includes two station wagons, one Ford Ranger truck, three Ford Focus sedans and four hybrid Toyota Priuses. The CMAQ grant will allow the program to replace two gasoline-powered sedans with hybrid Toyota Priuses and both of its station wagons with hybrid Ford Escapes. By replacing four vehicles with CMAQ funds, CAR TO GO is able to eliminate the majority of its gasoline-powered cars. With the four replacements, the program will be closer its goal of an all hybrid fleet which would be unique for a carshare program. Using CMAQ funds for the vehicle replacements will eliminate approximately $15Q000 in capital replacement (AMP) costs that the Transportation Fund would otherwise incur over the next 5-6 years. FINANCIAL IMPLICATIONS The CMAQ funded portion of this project totals $160,313.00. Matching funds of at least $33,387.00 must be committed by the City. The matching funds aze included in the approved 2009 Transportation Fund budget for these projects. No new funds are required. ENVIRONMENTAL IMPLICATIONS In the 1980's, the City of Aspen was designated a PM-10 (particulate pollution sized 10 microns or less) non-attainment area by the U.S. Environmental Protection Agency. A number of mitigation measures including free transit, paid parking and an anti-idling ordinance helped Aspen receive a PM-10 maintenance designation in 2003. However, Aspen continues to be challenged in maintaining and meeting future air quality standards. As discussed above, programs that decrease the need for vehicle ownership and/or single-occupant driving are key to reducing PM-10 levels. 3 RECOMMENDATION Staff recommends approval of contracts AQC M045-008 and AQC M045-009 accepting CMAQ grant funding in the amount of $160,313.00 with a local match of $33,387.00 to fund the required grant match, for a total project amount of $194,000.00 to fund the replacement of four carshare vehicles and acquire a carpool matching system. ALTERNATIVES Council could choose to decline the CMAQ grant. If the CMAQ grant is declined, The Transportation fund would need to replace the carshare vehicles out of its capital replacement fund over time. PROPOSED MOTION 5I of 2009 on the consent calendar of "I move to approve Resolution # July 27, 2009. CITY MANAGER COMM ATTACHMENTS Attachment A: Resolution Approving CMAQ Grant Contracts Attachment B: CMAQ Grant Contract Documents 4 RESOLUTION NO. ~` Series of 2009 A RESOLUTION OF THE CTI'Y OF ASPEN, COLORADO, APPROVING CONTRACTS AQC M045-008 and AQC M045-009 BETWEEN THE CTI'Y OF ASPEN, COLORADO, AND THE STATE OF COLORADO DEPARTMENT OF TRANSPORTATION, TO ACCEPT A CONGESTION MITIGATION AIR QUALTI'Y (CMAQ) GRANT, AND AUTHORIZING THE CTI'Y MANAGER TO EXECUTE SAID DOCUMENTS ON BEHALF OF THE CTI'Y OF ASPEN, COLORADO. WHEREAS, the City of Aspen seeks to improve air quality by reducing PM-10 pollution; and WHEREAS contracts AQC M045-008 and AQC M045-009 between the City of Aspen, Colorado and the State of Colorado, copies of which are annexed hereto and made a part thereof; and NOW, THEREFORE, BE TI' RESOLVED BY THE CTI'Y COUNCIL OF THE CTI'Y OF ASPEN. COLORADO: That the City Council of the City of Aspen hereby approves these CONTRACTS between the City of Aspen, Colorado, and the State of Colorado Department of Transportation, copies of which aze annexed hereto and incorporated herein, and does hereby authorize the City Manager of the City of Aspen to execute said contract on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 27`h day of July, 2009. Michael C. Ireland, Mayor I, Kathryn S. Koch, duly appointed and acting City Clerk do certify that the foregoing is a true and accurate copy of that resolution adopted by the City Council of the City of Aspen, Colorado, at a meeting held on the day hereinabove stated. Kathryn S. Koch, City Clerk City of Aspen 2009 CMAQ Grant Project Proposals Available Funds $194,000.00 Total $160,613.00 Federal $33,387.00 Local 1. Carshare Enhancements Project: Replace non-hybrid vehicles with hybrid and/or other low emission technology. Replace two Ford Focus sedans with two Toyota Prius hybrids. Replace two Ford Focus station wagons with two hybrid Ford Escape sport utility vehicles. Impact: Increase membership in carshare program while reducing vehicle emissions. Carsharing has been linked to reduced personal auto ownership, corporate vehicle ownership, reduced overall auto-use and increased use of alternative modes such as transit and walking amongst its members. Federal 124,185 Local 25,815 Total 150.000 2. Carpool Enhancements Project: Purchase and promote real-time carpooUschoolpool matching system. Impact: Increase carpool modeshare and reduce SOV modeshare by offering fast, self- service carpool matching far commute trips as well as one-time, special event and school trips. Federal 36428 Local 7572 Total 44000 (FMLAWRK) PROJECT AQC M045-009, (17337) REGION 3 (DAVE IGA CONTRACT TffiS CONTRACT made this day of 09 HA3 00078 271000991 2009, by and between the State of Colorado for the use and benefit ofthe Colorado Department of Transportation hereinafter referred to as the State, and the CITY OF ASPEN, 130 South Galena, Aspen, Colorado, 81611, CDOT Vendor #: 2000009, hereinafter referred to as the "Contractor" or the "Local Agency." 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 3404, GL Acct. 4231200011, WBS Element 17337.10.50. Contract Encumbrance Amount: 544,000.00 2. Required approval, clearance and coordination have been accomplished from and with appropriate agencies. 3. Pursuant to Title I, Subtitle A, Section 1108 ofthe "Transportation Equity Act for the 21s` Century" of 1998 (TEA-21) and/or the "Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users" (SAFETEA-LU) of 2005 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 transportation projects requested by Local Agencies and eligible under the Surface Transportation Improvement Program that has been proposed by the State and approved by the Federal Highway Administration ("FHWA"), hereinafter refen•ed to as the "Program " 4. Pursuant to § 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. 5. The Local Agency has requested that a certain local transportation 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 CDOT form #463 describing the general nature of the Work. The Local Agency understands that, before the Work begins, form #463 may be revised as a result ofdesign changes made by CDOT, in coordination with the Local Agency, in its internal review process. The Local Agency desires to perform the Work described inform #463, as it may be revised. 6. Federal-aid funds have been made available for project AQC M045-009 (17337), which shall Page 1 of 19 consist ofthe purchase of"Carpool Tracking Softwaze" for the Aspen Caz-Share Program, referred to as the "Project" or the "Work." Such Work will be performed in City of Aspen, Colorado, specifically described in Exhibit A. 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 ofthe Project through this contract, in order to obtain federal funds. 9. The Local Agency has estimated the total cost ofthe Work and is prepared to provide its match share ofthe cost, as evidenced by an appropriate ordinance/resolution or other authority letter which expressly authorizes the Local Agency the authority to enter into this contract and to expend its match shaze ofthe Work. A copy of such ordinance/resolution or authority letter is attached hereto as Exhibit B. 10. 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. 11. The Local Agency is adequately staffed and suitably equipped to undertake and satisfactorily complete some or all of the Work. 12. The Local Agency can more advantageously perform the Work. THE PARTIES NOW AGREE THAT: Section 1. Scope of Work The Project or the Work under this contract for Project AQC M045-009 (17337), shall consist ofthe purchase of"Carpool Tracking Software" for the Aspen Car-Share Program, in City of Aspen, Colorado, as more specifically described in Exhibit A. Section 2. Order of Precedence In the event ofconflicts 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. Special Provisions contained in section 29 of this contract 2. This contract 3. Exhibit A (Scope of Work) 4. Exhibit C (Funding Provisions) 5. Exhibit D (Certification for Federal-Aid Contracts) 6. Exhibit E (DBE Requirements) Page 2 of 19 7. Exhibit F (Contract Modification Tools) 8. 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 The Local Agency has estimated the total cost ofthe Work and is prepared to provide its match share of the cost, as evidenced by an appropriate ordinance/resolution or other authority letter which expressly authorizes the Local Agency the authority to enter into this contract and to expend its match share of the Work. A copy of such ordinance/resolution or authority letter is attached hereto as Exhibit B. The funding provisions for the Project are attached hereto as Exhibit C. The Local Agency shall provide its share of the funds for the Project as outlined in Exhibit C. Section 5. Project Payment Provisions A. The State will reimburse the Loca- Agency for the federal-aid share of the project charges after the State's review and approval of such charges, subject to the terms and conditions of this contract. However, any charges incurred by the Local Agency prior to the date of FHWA authorization for the Project and prior to the date this contract is executed by the State Controller or his designee will not be reimbursed absent specific FHWA and State Controller approval thereof. B. The State will reimburse the Local Agency's reasonable, allocable, allowable costs of performance of the Work, not exceeding the maximum total amount described in Exhibit C. The applicable principles described in 49 C.F.R. 18 Subpart C and 49 C.F.R. 18.22 shall govern the allowability and allocability of costs under this contract. The Local Agency shall comply with all such principles. To be eligible for reimbursement, costs by the Local Agency shall be: 1. In accordance with the provisions of Exhibit C and with the terms and conditions of this contract; 2. Necessary for the accomplishment of the Work; 3. reasonable in the amount for the goods and services provided; 4. actual net cost to the Local Agency (i.e. the price paid minus any refunds, rebates, or other items of value received by the Local Agency that have the effect of reducing the cost actually incurred); 5. Incurred for Work performed after the effective date of this contract; 6. Satisfactorily documented. C. The Local Agency shall establish and maintain a proper accounting system in accordance Page 3 of 19 with generally accepted accounting standards (a separate set of accounts, or as a separate and integral part of its current accounting scheme) to assure that project funds are expended and costs accounted for in a manner consistent with this contract and project objectives. All allowable costs charged to the project, including any approved services contributed by the Local Agency or others, shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers evidencing in detail the nature of the charges. 2. Any check or order drawn up by the Local Agency, including any item which is or will be chargeable against the project account shall be drawn up only in accordance with a properly signed voucher then on file in the office of the Local Agency, which will detail the purpose for which said check or order is drawn. All checks, payrolls, invoices, contracts, vouchers, orders or other accounting documents shall be clearly identified, readily accessible, and to the extent feasible, kept separate and apart from all other such documents. D. 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 Work. The Local Agency understands and agrees that the State may perform such services, and that payments for such services shall be at no cost to the State but shall be as provided for in Exhibit C. 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 the sole expense of the Local Agency. E. Ifthe 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 Page 4 of 19 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 on which payment is made. F. The Local Agency will prepare and submit to the State, no more than monthly, charges for costs incurred relative to the project. The Local Agency's invoices shall include a description ofthe amounts of services performed, the dates of performance and the amounts and description of reimbursable expenses. The invoices will be prepared in accordance with the State's standard policies, procedures and standardized billing format to be supplied by the State. G. To be eligible for payment, billings must be received within 60 days after the period for which payment is being requested and final billings on this contract must be received by the State within 60 days after the end of the contract term. 1. Payments pursuant to this contract shall be made as earned, in whole or in part, from available funds, encumbered for the purchase ofthe described services. The liability ofthe State, at any time, for such payments shall be limited to the amount remaining of such encumbered funds. 2. In the event this contract is terminated, final payment to the Local Agency may be withheld at the discretion of the State until completion of final audit. 3. Incorrect payments to the Local Agency due to omission, error, fraud or defalcation shall be recovered from the Local Agency by deduction from subsequent payment under this contract or other contracts between the State and Local Agency, or by the State as a debt due to the State. 4. Any costs incurred by the Local Agency that are not allowable under 49 C.F.R. 18 shall be reimbursed by the Local Agency, or offset against current obligations due by the State to the Local Agency, at the State's election. Section 6. State and Local Agency Commitments The Local Agency Contract Administration Checklist in Exhibit G describes the Work to be performed and assigns responsibility of that Work to either the Local Agency or the State. The "Responsible Party" referred to in this contract means the Responsible Party as identified in the Local Agency Contract Administration Checklist in Exhibit G. A. Design [Not Applicable] 1. Ifthe 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. Page 5 of 19 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 or Local Agency specifications if approved by CDOT. 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. £ 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. 2. If the Local Agency is the responsible party: a. The loca- agency shall comply with the requirements of the Americans With Disabilities Act (ADA), and applicable federal regulations and standards as contained in the document "ADA Accessibility Requirements in CDOT Transportation Projects". b. It shall afford the State ample opportunity to review the Plans and make any changes in the Plans that aze directed by the State to comply with FHWA requirements. c. It may enter into a contract with a consultant to do all or any portion of the Plans and/or of construction administration. Provided, however, that if federal-aid funds are involved in the cost of such work to be done by a consultant, that consultant contract (and the performance/provision of the Plans under the contract) must comply with all applicable requirements of 23 CFR Part 172 and with any procedures implementing those requirements as provided by the State, including those in Exhibit H attached hereto. If the Local Agency does enter into a contract with a consultant for the Work: (1) It shall submit a certification that procurement of any design consultant contract complied with the requirements of 23 CFR 172.5(d) prior to entering into contract. The State shall either approve or deny such procurement. Ifdenied, the Local Agency may not enter into the contract. (2) It shall ensure that all changes in the consultant contract have prior approval by the State and FHWA. Such changes in the contract shall be by written supplement agreement. As soon as the contract with the consultant has been awarded by the Local Agency, one copy of the executed contract shall be submitted to the State. Any amendments to such contract shall also be submitted. Page 6 of 19 (3) It shall require that all consultant billings under that contract shall comply with the State's standardized billing format. Examples ofthe billing formats are available from the CDOT Agreements Office. (4) It (or its consultant) shall use the CDOT procedures described in Exhibit H to administer that design consultant subcontract, to comply with 23 CFR 172.5(b) and (d). (5) It may expedite any CDOT approval of its procurement process and/or consultant contract by submitting a letter to CDOT from the certifying Local Agency's attorney/authorized representative certifying compliance with Exhibit H and 23 CFR 172.5(b)and (d). (6) It shall ensure that its consultant contract complies with the requirements of 49 CFR 18.36(1) and contains the following language verbatim: (a) "The design work under this contract shall be compatible with the requirements of the contract between the Local Agency and the State (which is incorporated herein by this reference) for the design construction of the project. The State is an intended third parry beneficiary of this contract for that purpose." (b) "Upon advertisement ofthe project work for construction, the consultant shall make available services as requested by the State to assist the State in the evaluation of construction and the resolution of construction problems that may arise during the construction of the project " (c) "The consultant shall review the construction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, Standard Specifications for Road and Bridge Construction, in connection with this work." d. The State, in its discretion, will review construction plans, special provisions and estimates and will cause the Local Agency to make changes therein that the State determines are necessary to assure compliance with State and FHWA requirements. B. Construction [Not Applicable] If the Work includes construction, 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 Page 7 of 19 Stewardship Agreement, as described in the Local Agency Contract Administration Checklist. The State shall have the authority to suspend the Work, wholly or in part, by giving written notice thereofto the Local Agency, due to the failure ofthe Local Agency or its contractor to correct project conditions which are unsafe for workers or for such periods as the State may deem necessary due to unsuitable weather, or for conditions considered unsuitable for the prosecution of the Work, or for any other condition or reason deemed by the State to be in the public interest. If the Local Agency is the responsible party: a. It shall appoint a qualified professional engineer, licensed in the State of Colorado, as the Local Agency Project Engineer (CAPE), to perform that administration. The CAPE 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, it shall advertise the call for bids upon approval by the State and award the construction contract(s) to the low responsible bidder(s) upon approval by the State. (1) In advertising and awarding the bid for the construction of afederal- aid project, the Local Agency 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 Local Agency/contractor shall incorporate Form 1273 (Exhibit I) 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 accept or reject the proposal of the apparent low bidder for work on which competitive bids have been received. The Local Agency must declare the acceptance or rejection 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. This paragraph also applies to projects advertised and awarded by the State. c. Ifall or part ofthe construction work is to be accomplished by Local Agency personnel (i.e. by force account), rather than by a competitive bidding process, the Local Agency 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. Page 8 of 19 (1) Such work will normally be based upon estimated quantities and firm unit prices agreed to between the Local Agency, the State and FHWA in advance of the Work, as provided for in 23 CFR 635.204(c). Such agreed unit prices shall constitute a commitment as to the value ofthe Work to be performed. (2) An alternative to the above is that the Local Agency may agree to participate in the Work based on actual costs of labor, equipment rental, materials supplies and supervision necessary to complete the Work. Where actual costs are used, eligibility of cost items shall be evaluated for compliance with 48 CFR Part 31. (3) Rental rates for publicly owned equipment will be determined in accordance with the State's Standard Specifications for Road and Bridee Construction § 109.04. (4) All force account work shall have prior approval of the State and/or FHWA and shall not be initiated until the State has issued a written notice to proceed. D. State's obligations The State will perform a final project inspection prior to project acceptance as a Quality Control/Assurance activity. When all Work has been satisfactorily completed, the State will sign the FHWA Form 1212. 2. Notwithstanding any consents or approvals given by the State for the Plans, the State will not be liable or responsible in any manner for the structural design, details or construction of any major structures that are designed by or aze the responsibility of the Local Agency as identified in the Local Agency Contract Administration Checklist, Exhibit G, within the Work of this contract. Section 7. ROW Acquisition and Relocation {Not Applicable to this Agreement} If Right of Way is applicable, prior to this project being advertised for bids, the Responsible Party will certify in writing to the State that all right ofway has been acquired in accordance with the applicable State and federal regulations, or that no additional right ofway is required. Any acquisition/relocation activities must comply with all federal and state statutes, regulations, CDOT policies and procedures, 49 CFR Part 24, the government wide Uniform Act regulation, the FHWA Project Development Guide and CDOT's Right of Way Operations Manual. Allocation of Responsibilities can be as follows: • Federal participation in right ofway acquisition (3111 chazges), relocation (3109 charges) activities, if any, and right ofway incidentals (expenses incidental to acquisition relocation of right of way - 3114 charges); • Federal participation in right ofway acquisition (3111 charges), relocation (3109 Page 9 of 19 charges) but no participation in incidental expenses (3114 charges); or • No federal participation in right ofway 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 Operation Manual. The manual is located at http://www.dot.state.co.us/ROW Manual/. Section 8. Utilities {Not Applicable to this Agreement} If necessary, the Responsible Party will be responsible for obtaining the proper cleazance 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 to the State that all such clearances have been obtained. Section 9. Railroads {Not Applicable to this Agreement} 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: I. Executing an agreement setting out what work is to be accomplished and the location(s) thereof, and that the costs ofthe improvement shall be eligible for federal participation. 2. Obtaining the railroad's detailed estimate of the cost of the Work. 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 Local Agency shall perform all Work in accordance with the requirements ofthe current federal and state environmental regulations including the National Environmental Policy Act of 1969 (NEPA) as applicable. Section 11. Maintenance Obligations {Not Applicable to this Agreement} The Local Agency will maintain and operate the improvements constructed under this contract at its own cost and expense during their useful life, in a manner satisfactory to the State and FHWA. The Local Agency will make proper provisions for such maintenance obligations each yeaz. Such maintenance and operations shall be conducted in accordance with all applicable statutes, Page ] 0 of 19 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. Section 12. Federal Requirements The Local Agency and/or their 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. The contractor shall also require compliance with these statutes and regulations in subgrant agreements permitted under this contract. A listing of certain federal and state laws that may be applicable are described in Exhibit J. Section 13. Record Keeping The Local Agency shall maintain a complete file of all records, documents, communications, and other written materials which pertain to the costs incurred under this contract. The Local Agency 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 Local Agency shall make such materials available for inspection at all reasonable times and shall permit duly authorized agents and employees ofthe State and FHWA to inspect the project and to inspect, review and audit the project records. Section 14. Termination Provisions 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 ofthe 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 ifthe Local Agency shall violate any ofthe 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 (] 0) 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. Page 11 of 19 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 ofthe 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 afrer 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. C. Termination Due to Loss of Fundine. The parties hereto expressly recognize that the Local Agency is to be paid, reimbursed, or otherwise compensated with federal and/or State funds which are available to the State for the purposes of contracting for the Project provided for herein, and therefore, the Local Agency 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 State. In the event that such funds or any part thereof are not available to the State, the State may immediately terminate or amend this contract. Section 15. 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 16. Representatives and Notice The State will provide liaison with the Local Agency through the State's Region Director, Region 3, 222 South Sixth Street, Room 317, Grand Junction, Colorado, 81501-2769. Said Region Director will also be responsible for coordinating the State's activities under this contract and will also issue a "Notice to Proceed" to the Local Agency for commencement of the Work. All communications relating to the day-to-day activities for the work shall be exchanged between representatives ofthe State's Transportation Region 3 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. Ifto State: Roland Wagner CDOT Region 3 Resident Engineer 202 Centennial Glenwood Springs, CO 81601 If to the Local Agency: Lynn Rumbaugh City of Aspen Transportation Programs Manager 130 South Galena Aspen, CO 81611 Page 12 of 19 (970)945-8187 Section 17. Successors (970)920-5038 Except as herein otherwise provided, this contract shall inure to the benefit ofand be binding upon the parties hereto and their respective successors and assigns. Section 18. Third Party Beneficiaries It is expressly understood and agreed that the enforcement ofthe terms and conditions ofthis 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 ofthe 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 19. 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 ofthe 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 azising out of negligence ofthe 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 20. Severability To the extent that this contract may be executed and performance ofthe obligations ofthe parties may be accomplished within the intent of the contract, the terms of this contract aze 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 21. Waiver The waiver of any breach of a term, provision, or requirement ofthis 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 22. 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 Page 13 of 19 writing executed and approved pursuant to the State Fiscal Rules. Section 23. Survival of Contract Terms Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions ofthis 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 by the State as provided herein in the event of such failure to perform or comply by the Local Agency. Section 24. 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 ofthis contract on the effective date of such change as if fully set forth herein. Except as provided above, no modification ofthis 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 25. Option Letters Option Letters may be used to extend Agreement term, change the level of service within the current teen due to unexpected overmatch, add a phase without increasing contract dollazs, or increase or decrease the amount of funding. These options are limited to the specific scenarios listed below. The Option Letter shall not be deemed valid until signed by the State Controller or an authorized delegate. Following are the applications for the individual options under the Option Letter form: Option 1 -Option to extend or renew (this option applies to Highway and Signal maintenance contracts only). In the event the State desires to continue the Services and a replacement contract has not been fully approved by the termination date ofthis contract, the State, upon written notice to Contractor, may unilaterally extend this contract for a period of up to one (1) year. The contract shall be extended under the same terms and conditions as the original contract, including, but not limited to prices, rates and service delivery requirements. This extension shall terminate at the end of the one (1) year period or when the replacement contract is signed by the Colorado State Controller or an authorized delegate. The State may exercise this option by providing a fully executed option to the contractor, within thirty (30) days prior to the end ofthe current contract term, in a form substantially equivalent to Exhibit F. Ifthe State exercises this option, the extended contract will be considered to include this option provision. The total duration ofthis contract, including the exercise of any options under this clause, shall not exceed five (5) years. Option 2 -Level of service chanee within current term due to unexpected overmatch in an overbid situation only. In the event the State has contracted all project funding and the Local Page 14 of 19 Agency's construction bid is higher than expected, this option allows for additional Local Overmatch dollars to be provided by the Local Agency to be added to the contract. This option is only applicable for Local Overmatch on an overbid situation and shall not be intended for any other Local Overmatch funding. The State may unilaterally increase the total dollars of this contract as stipulated by the executed Option Letter (Exhibit F), which will bring the maximum amount payable under this contract to the amount indicated in Exhibit C-1 attached to the executed Option Letter (future changes to Exhibit C shall be labeled as C-2, C-3, etc, as applicable). Performance of the services shall continue under the same terms as established in the contract. The State will use the Financial Statement submitted by the Local AQencv for "Concurrence to Advertise " as evidence o(the Local Agencv's intent to award and it will also provide the additional amount required to exercise this option. If the State exercises this option, the contract will be considered to include this option provision. Option 3 - Option to add overlapping phase without increasing contract dollars. The State may require the contractor to begin a phase that may include Design, Construction, Environmental, Utilities, ROW Incidentals or Miscellaneous (this does not apply to Acquisition/Relocation or Railroads) as detailed in Exhibit A and at the same terms and conditions stated in the original contract with the contract dollars remaining the same. The State may exercise this option by providing a fully executed option to the contractor within thirty (30) days before the initial targeted start date of the phase, in a form substantially equivalent to Exhibit F. If the State exercises this option, the contract will be considered to include this option provision. Option 4 - To update fundine (increases and/or decreases) with a new Exhibit C. This option can be used to increase and/or decrease the overall contract dollars (state, federal, local match, local agency overmatch) to date, by replacing the original funding exhibit (Exhibit C) in the Original Contract with an updated Exhibit C-1 (subsequent exhibits to Exhibit C-1 shall be labeled C-2, C-3, etc). The State may have a need to update changes to state, federal, local match and local agency overmatch funds as outlined in Exhibit C- 1, which will be attached to the option form. The State may exercise this option by providing a fully executed option to the contractor within thirty (30) days after the State has received notice of funding changes, in a form substantially equivalent to Exhibit F. If the State exercises this option, the contract will be considered to include this option provision. Section 26. Disadvantaged Business Enterprise (DBE) The Local Agency will comply with all requirements of Exhibit E and the Local Agency Contract Administration Checklist regarding DBE requirements for the Work, except that if the Local Agency desires to use its own DBE program to implement and administer the DBE provisions of 49 CFR Part 26 under this contract, it must submit a copy of its program's requirements to the State for review and approval before the execution of this contract. If the Local Agency uses its program for this contract, the Local Agency shall be solely responsible to defend that DBE program and its use of that program against all legal and other challenges or complaints, at its sole cost and Page 15 of 19 expense. Such responsibility includes, without limitation, determinations concerning DBE eligibility requirements and certification, adequate legal and factual bases for DBE goals and good faith efforts. State approval (if provided) of the Local Agency's DBE program does not waive or modify the sole responsibility of the Local Agency for its use as described above. Section 27. 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 ofthe Department ofTransportation. The decision ofthe 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 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 ofquestions oflaw 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. Section 28. Single Audit Act Ameodmeut All state and local government and non-profit organization Sub-Grantees receiving more than $500,000 from all funding sources, that are defined as federal financial assistance for Single Audit Act Amendment purposes, shall comply with the audit requirements of OMB Circular A-133 (Audits of States, Local Governments and Non-Profit Organizations) see also, 49 CFR 18.20 through 18.26. The Single Audit Act Amendment requirements that apply to Sub-Grantees receiving federal funds are as follows: a) Ifthe Sub-Grantee expends less than $500,000 in Federal funds (all federal sources, not just Highway funds) in its fiscal year then this requirement does not apply. b) If the Sub-Grantee expends more than $500,000 in Federal funds, but only received federal Highway funds (Catalog of Federal Domestic Assistance, CFDA 20.205) then a program specific audit shall be performed. This audit will examine the "financial" procedures and processes for this program area. c) If the Sub-Grantee expends more than $500,000 in Federal funds, and the Federal funds are from multiple sources (FTA, HUD, NPS, etc.) then the Single Audit Act applies, which is an Page 16 of 19 audit on the entire organization entity. d) Single Audit can only be conducted by an independent CPA, not by an auditor on staff. e) An audit is an allowable direct or indirect cost. Page 17 of 19 Section 29. I SPECIAL PROVISIONS The Special Provisions apply to all contracts except where noted in italics. L CONTROLLER'S APPROVAL. CRS 424-70.202(1). This contract shall not be valid until it has been approved by the Colorado State Conhollm m designee. 2. FUND AVAILABILITY. CRS Q2LJ0.202(5.5). Financial obligations of the Sra1e payable after Ne curtest fiscal year are conangrn[ upon funds for Nat purpose being appropsa[eQ budgeted, and otherwise made available. 3. GOVERNMENTAL IMMUMTY. No term or condition of this wntrad shall be conswed or inmryreted es a waiver, express or implied, ofany ofthe immunises, rights, benefits, protections, or oNtt provisions, oCNe Colorado Govemmrntal Immunity Act, CRS $24-10-101 et seq., or the Federal Tort Claims Act, 28 USC. §§ 1346(b) and 2671 et seq., as applicable now or htteefler amended 4. INDEPENDENT CONTRACTOR Contractor shall perform its doses hereundtt as en indeprndrn[ contractor and not as en employee. Neither Contractor nor any agrnt or employee of Contractor shall be deemed to be an agent or employee of the State. Contractor and its employees and egen6 are not entitled to unemployment insurance or worktts compensaion benefits through the State and the State shall not pay for or otherwise provide such coverage for Contractor or any of its agrnts or employees. Unemploymrn[ insurance benefits will be available to Contractor and its employees and agents only if such wverage is made available by Contractor or a Ntrd party. Contractor shall pay when due all applicable employment taxes and income tares end local head taxes Ncurted pmsuan[ to this contract Contracmr shall not have authodzason, express or implied to bind the State to any agreemenS liability or undttstanding, except as expressly set forth httein. Contractor shall (a) provide and keep in tome workers' wmpensason and unemployment compensation insurance in the amounts required by law, (b) provide proof Nereofwhrn requested by Ne Smte, and (c) be solely responsible for ib acts end Nose ofits employees end agents. 5. COMPLIANCE WITH LAW. Contractor shall strictly comply wiN all applicable federal and State laws, rates and regulazions m eRed or hereaRtt established, including, without limitation, laws applicable m discandnation and unfair employment practices. b. CHOICE OF LAW. Colorado law, and rates and regulasons issued pursuant Hereto, shall be applied in the interpretasoq ezecutioq and enforcement of Nis contred. Any provision included or incorporated herein by reference which conflicts wiN said laws, rates, and regulations shall be null and void. Any provision incorporated herein by refernce which puryorts to negaze Nis or any other Special Provision vs whole or in par[ shall not be valid m rnforceeble or available in any action m law, whether by way ofcomplain4 defense, m otherwise. Any provision rendered null and void by Ne operation of Nis provision shall nm invalidate [he remainder of Ws contract, to Ne extent capable of execution. 7. BINDING ARBITRATION PROHIBITED. The grate of Colorado does not agree m binding arbitreson by any extra-judicial body or person. Any provision m Ne contrary in Nis contact m incoryorated herein by referrnce shall be null and void. 8. SOFTWARE PIRACY PROHIBITION. Governor's Executive Order D 002 00. State or othtt public funds payable under Nis contract shall not be used for Ne acquisition, operazion, or maintenance ofwmputer software in violation of fedttal copyright laws or applicable licensing restrictions Contractor hereby rrtifies end warrants Nat, timing Ne term of[his contract and any eztrnsion; Contractor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds. if the Stae detemanes Naz Contractor is in violation of Nis provision, Ne Stare may exercise any remedy available e[ law or in equity or under W s contreIX, including, without limitation, immediate terrranation of Nis contract and any remedy consistrnt wiN federal wpyright laws or applicable licensing restricions. 9. EMPLOYEE FINANCIAL INTEREST/CONFLICT OFINTEREST.CRS§§2L1&201 and 24-54507. The signazones aver Nat to Neirknowledge, no employee ofthe State has any personal or beneficial interest whetscevtt in Ne service or property described in tltis contract Contractor has no interest and shall not ecquhe any interest direct or indhecL Net would conflict in any manner or degree wiN Ne performance of Contractor's services and Contracmr shall not employ any person having such known interests. ]0. VENDOR OFFSET.CRS§424-]0.202 (f)und 24-}0.202.4 (NorApplicab/erotnrergovernmenla/agreemmrs)Subjed to CRS §24-30.202.4(3.5), Ne S[e[e Controller may widdsold peymrnt undtt Ne State's vendor offset in[ttrxpt ryslem for debts owed ro State agencies for'. (a) unpaid child support debts or child support ameareges; (b) unpaid balances of tax, eccmed mtttesl, or other charges specified m CR$ §3&21-IOI, e[ seq.; (c) unpaid loans due to Ne Smdrnt Loan Division ofthe Dryarhnrnt of Higher Education; (d) amounts required to be paid m Ne Unemployment Compensason Fund; and (e) oNer unpaid debts owing m the State as a result of final agenry determination orjudicial action. 11. PUBLIC CONTRACTS FOR SERVICES.CRS§&17.Sf01.(ASOtAppllubleroagrsemenfs relating fo the oBar,issuance, orsNe o/secudtbs, Invtutmenf advlaory aervlces or /undmanagemant serviees, sponaoredpro/acts, InNrgovemmental agreamanb, or7n/ormagon feehndogyservIces or products andseMcea/ CantraIXOr certifies, wamanfs, andagrees that if dcesnot knowinglyomdoy orcanbact with an illegal alien who willpedorm work underdd'sconhact antl will confirm the employment e/igibiliryo/ a subcontraCtorthaf /ails to certHyM Contractorthat the subcentredwshell not knowingly emdoyorconbactwith anillegal alien to peform wodc undertMs contract. ConfreGOr(e) shall not use E-Veri/yProgrem orDepartmentprogram procetlures Mundertakepreemployment screening o/job apWicents while this contredisbeing perfomred, (bJ shell noalythe subcontredor and the cenfrech'ng State agency within thine days d Contrecfor has actual knowletlge that a subcontredoris employing orcentrerXing wiM an illegal alien /or work underNis contrect, (e/ shall terminate the subcenfrect i/a subcontrecfordoes notstop employing orcontrecb'ng with the illegal alienwithin fhreedays o/receiNngfhe notice, and(d) shall comply with reasonable requests made in the course o/an inveskgefion, undertakenpursuent to CRS§&17.5102(5/, byfhe Cdoredo Departrrrenf ofLeborandEmployment. l/ ContrectorpaN'cipates inthe Department progrem, Confrectorshall tleliverb the centrecfing State agency, InsOtufion o/HigherEducebon apoAfice/ subr9'wson a wdffen, notadzed elfirmafion, affimting that Contractor has examined the legal work status oI such employee, and shall comply with ell o/ the other requirements of the Depadmanf program. If Contrector/ails to comply with anyrequirement o/fhis provision orCRS §&f 7.S70f of seq., the conhacting State agency, institution o/highereducation orpo/tica/ subdivision may terminate thiscontract /orbreach and, i/so terminated, Contrector shall be liable lordamages. 12. PUBLIC CONTRACTS WITH NATURAL PERSONS.CRS§24-76.SI01. Contradoq ifa natural person eigharn(Ig)years ofage or older, hereby swears and nBhrrw under penalty ofpmjury Net he m she (a) is a citrzen or otherwise lawfully presrnt in Ne United States pursuant to federal few, (b) shall comply wiN Ne provisions DECKS §24-76.5-I01 et seq., and (c) has produced one form of identification required by CRS ¢24-76.5-I03 prior to Ne effective date of this contract. Revised 1-1-09 Page 18 of 19 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT LOCAL AGENCY: Citv of Asoen Legal Name of Contracting Entity 2000009 CDOT Veudor Number Signature of Authorized Officer Print Name & Title of Authorized Officer LOCAL AGENCIES: (A Local Agency attestation is required.) By STATE OF COLORADO: BILL BITTER, JR. GOVERNOR Executive Director Department of Transportation LEGAL REVIEW: JOHN W. SUTHERS ATTORNEY GENERAL By Attest (Seal) By (Town/City/County Clerk) (Place Agency 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. STATE CONTROLLER: DAVID J. MC DERMOTT, CPA Date Page 19 of 19 Exhibit A FORM 463 or SCOPE OF WORK Page I of 19 Exhibit B LOCAL AGENCY ORDINANCE or RESOLUTION EXIIIBITC FUNDING.PROVISIONS', A. The Local Agency has estimated the total cost the Work to be $44,000.00 which is to be funded as follows: 1 BUDGETED FUNDS a. Federal Funds $36,429.00 (82.79% of Participating Costs) b. Local Agency Matching Funds $7,571.00 (17.21% of Participating Costs) Local Agency Matching for CDOT - c. Incurred Non-Participating Costs $0.00 (Including Non-Participating Indirects) TOTAL BUDGETED FUNDS $44,000.00 2 ESTIMATED CDOT-INCURRED COSTS a. Federal Share $0.00 (82.79% of Participating Costs) b. Local Share Local Agency Share of Participating Costs $0.00 Non-Participating Costs (Including Non- participating Indirects) $0.00 Estimated to be Billed to Local Agency $0.00 TOTAL ESTIMATED CDOT-INCURRED COSTS $0.00 3 ESTIMATED PAYMENT TO LOCAL AGENCY a. Federal Funds Budgeted (1a) $36,429.00 b. Less Estimated Federal Share of CDOT-Incurred Costs (2a) $0.00 TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY $36,429.00 FOR CDOT ENCUMBRANCE PURPOSES Total Encumbrance Amount (82.79% of $36,429.00 ) $36,429.00 Local Agency Matching Funds (1b) $25,815.00 Net to be encumbered as follows: WBS Element 17336.10.50 Misc. 3404 $aa,ooo.oo Exhibit C -Page 1 of 2 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 $44,000.00 that is eligible for federal participation, it being further understood that all non-participating costs are borne by the Local Agency at 100%. If the total participating cost of performance of the Work exceeds $44,000.00, 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 100% of all non-participating costs; if additional federal funds are not made available, the local agency shall pay all such excess costs. Ifthe total participating cost of performance of the Work is less than $44,000.00, 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 no cost to the State. C. The maximum amount payable to the Local Agency under this contract shall be $36,429.00 (For CDOT accounting purposes, the federal funds of $36,429.00 and local matching funds of $7,571.00 will be encumbered for a total encumbrance of $44,000.00), 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 ofthis 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 contingent 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 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. Exhibit C -Page 2 of 2 Exhibit D EXHIBIT D Certification for Federal-Aid Contracts The contractor certifies, by signing this contract, to the best of its knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf or the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awazding of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or of Congress, or an employee of a Member ofCongress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission ofthis certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agree by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub-recipients shall certify and disclose accordingly. Required by 23 CFR 635.112 Exhibit D -Page 1 of 1 Exbibit E DISADVANTAGED BUSINESS ENTERPRISE (DBE) SECTION 1. Policv. It is the policy of the Colorado Department of Transportation (CDOT) that disadvantaged business enterprises shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement, pursuant to 49 CFR Part 23. Consequently, the 49 CFR Part IE DBE requirements the Colorado Department of Transportation DBE Program (or a Local Agency DBE Program approved in advance by the State) apply to this agreement. SECTION 2. DBE Obli atg ion. The recipient or its contractor agrees to ensure that disadvantaged business enterprises as determined by the Office of Certification at the Colorado Department of Regulatory Agencies have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regazd, all participants or contractors shall take all necessary and reasonable steps in accordance with the CDOT DBE program (or a Local Agency DBE Program approved in advance by the State) to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance ofCDOT assisted contracts. SECTION 3 DBE Program. The contractor (sub-recipient) shall be responsible for obtaining the Disadvantaged Business Enterprise Program of the Colorado Department of Transportation, 1988, as amended, and shall comply with the applicable provisions of the program. (If applicable). A copy of the DBE Program is available from and will be mailed to the contractor upon request: Business Programs Office Colorado Department of Transportation 4201 East Arkansas Avenue, Room 287 Denver, Colorado 80222-3400 Phone: (303)757-9234 revised 1/22/98 Required by 49 CFR Part 23.41 Exhibit E -Page 1 of 1 Exhibit F SAMPLE IGA OPTION LETTER NOTE: This option is limited to the specfic contract scenarios listed below AND cannot be used in place of exercising a formal amendment. Date: State Fiscal Year: Option Letter No. CLIN Routing # Contractor /Local Agency: A. SUBJECT: (Choose applicable options listed below AND in section 8 and delete the rest) 1. Option to renew (for an additional term) applies to Highway and Signal maintenance contracts ONLY; this renewal cannot be used to make any change to the original scope of work; 2. Level of service change within current term due to an unexpected Local overmatch on an overbid situation ONLY; 3. Option to add phasing to include Design, Construction, Environmental, Utilities, ROW incidentals or Miscellaneous ONLY (does not apply to Acquisition/Relocation or Railroads); 4. Option to update funding (a new Exhibit C must be attached with the option letter and shall be labeled C-1 (future changes for this option shall be labeled as follows: C-2, C3, C-4, etc.) B. REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth below: (Insert the following languaste for use with Options #11: In accordance with Paragraph(s) of contract routing number (insert FY Aoencv code. &CLIN routin # ,between the State of Colorado, Department of Transportation, and (insert contractor's name) the state hereby exercises the option for an additional term of (insert Dertormance period here) at a cosUprice specified in Paragraph/Section/Provision ofthe original contract, AND/OR an increase in the amount ofgoods/services at the same rate(s) as specified in Paragraph of the original contract. (Insert the following language for use with Option #21: In accordance with the terms of the original contract (insert FY Aoencv code &CLIN routino #) between the State of Colorado, Department of Transportation and (insert contractor's name here), the State hereby exercises the option to record a level of service change due to unexpected overmatch dollars due to an overbid situation. The contract is now increased by (indicate additional dollars here) specified in Paragraph/Section/Provision of the original contract. (Insert the following lanauaae for use with Option #31: In accordance with the terms of the original contract (insert FY Aoencv code & CL/N routino #) between the State of Colorado, Department of Transportation and (insert contractor's name here), the State hereby exercises the option to add an overlapping phase in (indicate Fiscal Year here) that will include describe which phase will be added and include all that cooly -Design Construction Environmental Utilities ROW incidentals or Miscellaneous). Total funds for this contract remain the same (indicate total dollars here) as referenced in Paragraph/Section/Provision/Exhibit of the original contract. (Insert the following lanauaae for use with Option #41: In accordance with the terms of the original contract (insert FY, Aoencv code &CLIN routino #) between the State of Colorado, Department of Transportation and (insert contractor's name here), the State hereby exercises the option to update funding based on changes from state, federal, local match and/or local agency overmatch funds. The contract is now (select one: increased and/or decreased) by (insert dollars here) specified in Paragraph/- Section/-Provision/Exhibit of the original contract. Anew Exhibit C-1 is made part of the original contract and replaces Exhibit C. (The following is a NOTE only so please delete when using this option: future changes for this option for Exhibit C shall be labeled as follows: C-2, C-3, C-4, etc.) Exhibit F -Page 1 of 2 Exbibit F The following lanauaae must be included on all options The amount of the current Fiscal Year contract value is (increased/decreased) by ($ amount of change) to a new contract value of ($ ) to satisfy services/goods ordered under the contract for the current fiscal year (indicate Fiscal Year). The first sentence in Paragraph/Section/Provision is hereby modified accordingly. The total contract value to include all previous amendments, option letters, etc. is ($ ). The effective date of this Option Letter is upon approval of the State Controller or delegate, whichever is later. APPROVALS: For the Contractor /Local Aaencv Legal Name of Contractor / Local Agency By: Print Name of Authorized Individual Signature: Date: Title: Official Title of Authorized Individual State of Colorado: Bill Ritter, Jr., Governor gy; Date: Executive Director, Colorado Department of Transportation ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such pertormance or for any goods and/or services provided hereunder. State Controller David J. McDermott, CPA By: Date: Issuance date: July 1, 2008 Exhibit F -Page 2 of 2 Exhibit G LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST Exhibit G Exhibit H THE LOCAL AGENCY SHALL USE THESE PROCEDURES TO IMPLEMENT FEDERAL-AID PROJECT AGREEMENTS WITH PROFESSIONAL CONSULTANT SERVICES Title 23 Code of Federal Regulations (CFR) 172 applies to a federally funded local agency project agreement administered by CDOT that involves professional consultant services. 23 CFR 172.1 states "The policies and procedures involve federally funded conVac[s for engineering and design related services for projects subjectto [he provisions of23 U.S.C. 112(a) and aze issued to ensure that a qualified consultant is obtained through an equitable selection process, that prescribed work is properly accomplished in a timely manner, and at fair and reasonable cost" and according [0 23 CFR 172.5 "Price shall no[ be used as a factor in the analysis and selection phase." Therefore, local agencies must comply with these CFR requirements when obtaining professional wnsul[an[ services under a federally funded consultant contract administered by CDOT. CDOT has formulated its procedures in Procedural Directive (P.D.) 400.1 and the related operations guidebook titled "Obtaining Professional Consultant Services". This directive and guidebook incorporate requirements from both Federal and State regulations, i.e., 23 CFR 172 and Colorado Revised Statute (C.R.S.) 24-30-1401 et seq. Copies ofthe directive and the guidebook may be obtained upon request from CDOT's Agreements and Consultant Management Unit. [Local agencies should have their own written procedures on file for each method of procurement that addresses the items in 23 CFR 172]. Because the procedures and laws described in the Procedural Directive and the guidebook are quite lengthy, the subsequent steps serve as a short-hand guide to CDOT procedures that a local agency must follow in obtaining professional consultant services. This guidance follows the forma[ of 23 CFR 172. The steps are: 1. The contracting local agency shall document the need for obtaining professional services. 2. Prior to solicitation for consultant services, the contracting local agency shall develop a detailed scope of work and a list of evaluation factors and their relative importance. The evaluation factors are those identified in C.R.S. 24-30-1403. Also, a detailed cost estimate should be prepared for use during negotiations. 3. The contracting agency must advertise for contracts inconformity with the requirements ofC.R.S. 24-30-1405. The public notice period, when such notice is required, is a minimum of 15 days prior to the selection ofthe three most qualified firms and the advertising should be done in one or more daily newspapers of general circulation. 4. The request for consultant services should include the scope of work, the evaluation factors and [heir relative importance, the method of payment, and the goal of [en percent (10%) for Disadvantaged Business Enterprise (DBE) participation as a minimum for the project. 5. The analysis and selection of the consultants should be done in accordance with C.R.S. 24-30-1403. This section of [he regulation identifies [he criteria to be used in the evaluation of CDOTpre-qualified prime consultants and their team. It also shows which criteria are used to short-list and [o make a final selection. The short-list is based on the following evaluation factors: a. Qualifications, b. Approach to the project, c. Ability [o famish professional services. d. Anticipated design concepts, and e. Alternative methods of approach for famishing the professional services. Evaluation factors for final selection are the consultant's: a. Abilities of [heir personnel, b. Pas[ performance, Exhibit H -Page 1 of 2 Exhibit H c. Willingness to meet [he time and budge[ requirement, d. Location, e. Current and projected work load, L Volume of previously awarded contracts, and g. Involvement of minority consultants. 6. Once a consultant is selected, [he local agency enters into negotiations with the consultant to obtain a fair and reasonable price for the anticipated work. Pre-negotiation audits are prepared for wn[racts expected [o be greater than $50,000. Federal reimbursement for costs are limited to those costs allowable under the cos[ principles of 48 CFR 31. Fixed fees (profit) are determined with consideration given to size, complexity, duration, and degree of risk involved in the work. Profs[ is in the range of six (6) to fifteen (I S) percent of the total direct and indirect costs. 7. A qualified local agency employee shall be responsible and in charge of the project to ensure that the work being pursued is complete, accurate, and consistent with [he terms, conditions, and specifications ofthe contract. A[ the end of project, the local agency prepares a performance evaluation (a CDOT form is available) on the consultant. 8. Each of the steps listed above is to be documented in accordance with the provisions of 49 CFR 18.42, which provide for records to be kept at least three (3) years from the date that the local agency submits its final expenditure report. Records of projects under litigation shall be kept at least three (3) years after the case has been settled. The C.R.S. 24-30-1401 through 24-30-1408, 23 CFR Part 172, and P.D. 400.1, provide additional details for complying with the eight (8) stepsjust discussed. Exhibit H -Page 2 of 2 Exhibit I FHWA Form 1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FH WA~1273 Electronic version - Mertl1 10, 1890 I. General ................................................................... II. Nondiscdmination ................................................... III. Non-segregated FaGlhies ....................................... IV. Payment of Predetermined Minimum Wage ........... V. Statements and Payrolls ......................................... VI. Record of Materials, Supplies, and Labor ............... VII. Subletting or Assigning the Contract ....................... VIII. Safety: Accident Prevention ................................... IX. False Statements Concerning Highway Projects.... X. Implementation of Clean Air AG and Federal Water Pollution Control AG ..................................................... XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion ....................................... XII. Certification Regarding Use of Contrct Funds for Lobbying .................................................................................. ATTACHMENTS A. EmploymentPreference for Appalachian Contrects (Included in Appalachian contrects onty) I. GENERAL 1. These centreG provisions shall appty to all work periormetl on the wn1reG by the centrector's own organization and with the assistance of workers untler the contractor's immediate supedn- tendenceand toallwork performed on the contract by piecework, slafion work, or by subwntreG. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcentraG all of the stipulations wnlainetl in these Required ContreG Provisions, and further require their inclusion in any lower tier subcentraG or purchase order that may in firm be made. The Required ContreG Provi- sions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subconiraGor or lower tier subcentrector with these Required Contrct Provisions. 3. A breach of any of the stipulations contained in these Requiretl Contract Provisions shall be sufficient grounds for termination of the coniraG. 4. A breach of the following clauses of the Required Contract Provisions may also be grountls for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, antl 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes adsing out of the labor standards provisions of Section IV (except paregreph 5) and Section V ofthese Requiretl ContreG Provisions shall not be subject to the general disputes Cause ofthis wntreG. Such disputes shall beresoNed in accor- dancewith the procedures oithe U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contrecting agency, the DOL, or the centrectoYS employees or their representatives. 1 6. Selection of Labor: During the pertormance of this con- 1 tract, the contractor shall not: 3 3 a. discriminate against labor from any other State, posses- 6 Sion, or terdtory of the United States (except for employment 8 preference for Appalachian contrects, when applicable, as 7 specified in Attachment A), or 7 7 b. employ convict labor for any purpose within the limits of the project unless it is labor pertormed by convicts who are on 8 parole, supervised release, or probation. 8 II. NONDISCRIMINATION (Applicable to all Federal-aitl censtmction centrects and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant l0 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the wntrector's projeG activities under this contract The Equal Opportunity ConshuGion ContreG Specifications set forth under 41 CFR 60.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 el ~.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this centrect. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the Stale highway agency ($HA) and the Federal Government in carrying out EEO obliga- tions and in their review of his/her activities under the contract. b. The centrector will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated dudng employ- ment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, inGUding apprenticeship, pre-apprenticeship, antl/or on-the-job training:' 2. EEO Officer: The contractor will designate and make known to the SHA wntrecting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contraGOr program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Poliey: All members of the contractor's staff who are authorized to hire, supervise, promote, and tlischarge employees, orwho recemmend such action, or whotire Exhibit I -Page 1 of 9 substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory antl personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the centract- or's EEO policy and its implementation will be reviewetl and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, cevering all major aspects of the centractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in tlirect recruitment for the project will be instrocted by the EEO Officer in the centractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placetl in areas readily aaessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention otemploy- ees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work tome would normally be derived. a. The cenVactor will, unless precluded by a valid bargain- ing agreement, conduct systematic and direct recruitmentthrough public and private employee refertal sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, antl establish wkh such identifed sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agree- mentproviding for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minodty group applicants for employment. Information and procedures with regard to referring minodty group applicants will be discussed with employees. 5. Personnel Actions: Wages, working cenditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgreding, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. Exhibit I b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractorwill periodicalty review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the centractor will promptly take certective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such cerrecfive action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations untler this contract, will attempt to resolve such complaints, and will take appropriate wrtective action within a. reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the centractor will inform every opmplainant of all of his avenues of appeal. _ 6. Tralning antl Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the centractofswork force requirements and as permissible under Federal and Slate regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision tortraining is provided underthis contract, this subpare- graph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs antl entrance requirements for each. d. The contractor will periodically review the training and promotion potential of minodty group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use hismer best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect refertals by such unions of minority and female employees. Actions by the contractor either directty or througha contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minodty group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be conVactualty bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the excusive possession of the labor union and such labor union refuses to furnish such information to Exhibit I -Page 2 of 9 REQUIRED eY 23 CFR 633.102 -- the centrector, the centrector shall so certify to the SHA and shall set forth what efforts have been matle to obtain such information. d. In the event the union is unable to provide Me centrector with a reasonable Bow of minodty and women refertals within the time limit set forth in the collective bargaining agreement, the centrector will, through independent recruitment efforts, fill the employment vacancies whhout regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified andlor qualfiable minodty group persons and women. (The DOL has held that It shall be no excuse that the union with which the centrector has a collective bargaining agreement providing for exclusive referral failed to refer minority empbyees.) In the event the union referral practice prevents the centrector from meeting the obligations pursuant to Exewtive Order 11248, as amended, and these special provisions, such centractor shall immediately notiy Me SHA. 8. SeleeSlon of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of rece, color, religion, sex, national origin, age or disabiliy in the selection and retention of subcentractors, including procurement of materials and leases of equipment. a. The centrector shall notify all potential subcentractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this centract. The centrectorwill use his best efforts to solich bids from antl to utilize DBE subcenlractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction fines from SHA personnel. c. The contractor will use his best efforts to ensure subcen- trector cempliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document cempliance with the EEO requirements. Such records shall be retained fora period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by autho- rized representatives of the SHA antl the FHWA. a. The records kept by the contractor shall document the following: (i) The number of minodty antl non-minodty group members and women employed in each work Gassification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportuni- ties for minodfies and women; (3) The progress and efforts being made in locating, hiring, training, qualitying, and upgratling minodty and female employees; antl (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The centrectors will submit an annual report to the SHA each Jury for the duretion of the project, indicating the number of minority, women, and non-minodty group employees curenlty engaged in each work classification required by the centrectwork. This intortnation is to be reported on Form FHWA-1391. If on-the Exhibit I job training is being required by special provision, the centrector will be required to rolled and repoA training data. III. NONSEGREGATED FACILITIES (Applicable to all Federel-aid construction centracts and to all related subcentrects of $10,000 or more.) a. By submission of this bid, the execution of this centract or subcentrect, or the consummation of this material suppy agreement or purchase order, as appropdate, the bidder, Federel- aid censtmction contractor, subcentrector, matedal supplier, or vendor, as appropdate, certifies that the fine does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, untler its central, where segregated facilities are maintained. The firm agrees that a breach of this cerfification is a violation of the EEO provisions of this centract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storege or dressing areas, parking lots, ddnking fountains, recreation or entertainment areas, transpor- tation, and housing facilities provided for employees which are segregated by explicit tlirective, or are, in (act, segregated on the basis of race, color, religion, national odgin, age or disability, because of habit, local cestom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.9. disabled parking). c. The cenlractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers pdor to award of subcentrecs or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Fetlerel-aid construction cenbacts exceeding $2,000 and to all related subcenlrecls, except forprojects located on roadways classifed as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid uncentlitionalty and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor underihe Copelantl Act (40 U.S.C. 276c)j the full amounts of wages and bona fide (doge benefits (or cash equivalents thereof) tlue at time of payment. The payment shall De computed at wage retes not less than those contained in the wage determination of the Secretary of Labor (hereinafier'Yhe wage determination")which is attached hereto and made a part hereof, regardless of any cenlractual relationship which may be alleged to exist between the centractor or its subcontractors and such laborers and mechanics. The wage determination (incuding any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Forth FHWA- 1495) shall be posted at all times by the centrector and its subconfradors at the site of the work in-a prominent and accessible place where it ran be easily seen by the workers. For the purpose otfhis Section, contributions made or costs reason- abtyanticipated for bona fide fdnge benefits untler Section 1(b)(2) of the Davis-Bacon AG (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or EXhlblt 1 ~ PBgC 3 Of 9 REQUTAEO BY 23 CFR 633.102 -- mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, forthe purpose of this Section, regular centdbufions made or costs incurred for more than a weekly perod (but not less often than quarterty) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively matle or incurred during such weekly pedod. Such laborers and mechanics shall be paid the approprtate wage rate and fringe benefits on the wage delertnination for the classification of work actually performetl, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be cempensaletl at the rate specified for each Gassificetion for the time actually worked therein, provided, that the employer's payroll records accuretely set forth the time spent in each classification in which work is performed. c. All rulings and interpretations otthe Davis-Bacen Act antl related acts contained in 29 CFR 1, 3, and 5 are herein incerpo- rated by reference in this contract. 2. Classlflcatlon: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classifcetion, wage rate and (doge benefits only when the following criterta have been met: (1) the work to be pertormed by the additional classifcetion requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classifcation prevails in the area in which the work is peAormed. c. If the contractor or subcentrectors, as appropriate, the laborers and mechanics (if known) to be employed in the addition- al Gasification or their representafives, and the contracting officer agree on the clasificetion and wage rete (including the amountdesignated forfinge benefits where appropriate), a report of the action taken shall be sent by the otnracting officer to the DOL, Administrator of the Wage antl Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administretor, or an authortzed representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the centrecfing officer or will notity the contacfing officer within the 30-day pedod that additional time is necessary. d. In the event the contractor or subcenlradors, as appro- pdate, the laborers or mechanics to be employed in the additional classification or their representatives, antl the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the otntacting officer shall refer the questions, including the views of all interested parties and the recommenda- tion oithe contracting officer, to the Wage and Hour Administretor for tleterminafion. Said Administrator, or an authorized represen- tative, will issue a determination within 30 days of receipt antl so advise the contracting officer or will notity the contracting officer within the 30-0ay pedod that additional time is necessary Exhibit I e. Thewage rete (including fringe benefits where appropd- ate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Beneftts: a. Whenever the minimum wage rete prescribetl in the contract fora class of laborers or mechanics inGudes a finge benefit which is not expressed as an hourty rate, the contractor or subcentractors, as appropdate, shall either pay the benefit as slated In the wage determination or shall pay another bona fide (doge benefit or an hourly case equivalent thereof. D. If the contractor or subcentrador, as appropdate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits undera plan or program, provided, that the Secre- tary of Labor has found, upon the wrttten request of the centrec- tor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.3. DOL) and Helpere: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they pertormed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or it a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprentice- ship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a Stale apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to joumeyman- levelemployees onthe job site in any craft classifcetion shall not be greater than the redo permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not regis- tered or otherwise employed as stated above, shall be paid not less than the applicable wage rete listetl in the wage determina- tion for the classification of work actually pertortned. In addition, any apprentice performing work on the job site in excess of the redo permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contrectoror subcontractor is performing censtmction on a project in a locality otherthan thalin which its progrem is registered, the relios antl wage rates (ex- pressed in peroentages of the journeyman-level houdy rate) specified in the contrectofs or subcentrector's registered progrem shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level houdy rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. Ii the apprenticeship program does not specify (doge benefits, apprentices must be paid the full amount offinge benefits listetl on the wage determi- nationfor the applicable classification. If the Administretor forthe Exhibit I -Page 4 of 9 REQUIRED EY 23 CFR 633.102 -- Wage and Hour Division determines that a different practice prevails for the applicable apprentice Uassification, (doges shall be paid in accordance with that determinaton. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcentraUOr will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an aaeptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work pertormed unless they are employed pursuant to and individualty registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to joumeyman-level employees on the job site shall not be greater than permitted untler the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rete who is not registered and participating in a paining plan approved by the Empoyment and Treining Administration shall be paid not less than the applicable wage rate on the wage determi- nation for the classification of work aclualty performed. In addition, any treinee pertortning work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actualy performed. (3) Every frainee must be paid at not less than the rete specified in the approved program for hisRrer level of progress, expressed as a percentage of the joumeyman-level hourly rate specfied in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the lreinee program does not mention finge benefits, trainees shall be paid the full amount of finge benefds lisletl on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprentice- ship progrem assodatedwiththe certespondingjoumeyman-level wage rete on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same finge benefits as apprentices. (4) In the event the Employment and Treining Administration withdrews approval of a training program, the cenlrador or subcontractor will no longer be permitted to utilize trainees at less than the applicable predeterminetl rate for the work peformetl until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a projeU if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the centortnance procedure set forth in Section IV.2. Any worker listetl on a payroll at a helper wage rete, who is not a helper under a approved tlefinition, shall be paitl not less than the applicable wage rate on the wage determination for the classifcetion of work actually per- formed. 5. Apprentices antl Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill taining programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federel- aidhighway censimdion progremsare not subject to the require- ments of paragraph 4 of this Section IV. The straighltime houriy Exhibit I wage rates for apprentices antl trainees undersuch programs will be established by the particular programs. The ratio ofapprentio- es and trainees to joumeymen shall not be greater than permitted by the terms of the particular program. 6. Whhholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withholtl, or cause to be withheld, from the contractor or subcentrador under this centreU or any other Fetleral cenlraU wtth the same prime contractor, or any other Federally-assisted contreU subjeU to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers antl mechanics, including apprentices, trainees, antl helpers, em- ployed by the contractor or any subcontractor the full amount of wages required by the contraU. In the event of failure to pay any laboreror mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contraUing officer may, after written notice to the otntrector, take such action as may be necessary to cause the suspension of any further payment, advance, or guarentee of funds unfit such violations have ceased. 7. Overtime Requirements: No contractor or subconbaUOr centrecting for any part of the contraU work which may require or involve the empoyment of laborers, mechanics, watchmen, or guards (incuding apprentices, trainees, antl helpers described in paragraphs 4 and 5 above) shall require or pernil any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives cempensation at a rete not less than one-and-one-halt times hislher basic rete of pay for all hours worked in excess of 40 hours in such workweek. 8. Vlolatlon: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcentreclor responsible thereof shall be liable to the affected employee for hislher unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under cenVaU for the DistriU of Columbia or a territory, to such DistriU or to such tertitory) for liquidated tlamages. Such liquitlaled damages shall be computed with respell to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was requiretl or permitted to work in excess of the standartl work week of 40 hours without payment of the overtime wages required by the Uause set forth in paragreph 7. 9. Whhholding for Unpaltl Wages and Liquitlatetl Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL whhhold, or cause to be withheld, from any monies payable on account of work peformed by the otntractor or subconfraUOr under any such contract or any other Federal centreU with the same prime cenlredor, or any other Federally-assisted centraU subjeU to the ContreU Work Hours and Safely Standards AU, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such otntracor or subceniraUOr for unpaid wages antl liquitlaled damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS Exhibit I -Page 5 of 9 REQUIRED BY 23 CFR 633.102 -- (Applicable to all Federal-aid censtmction contracts exceeding $2,000 and to all related subcontracts, except forprojects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by refer- ence. 2. Payrolls and Payroll Reeorda: a. Payrolls and basic records relating thereto shall be maintained by the otntacor and each subcontractor during the course of the work and preserved for a period of 3 years from the tlate of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guardsworking at the site of the work. b. The payroll records shall centain the name, social security number, and address of each such employee; his or her correct Uassifiration; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide finge benefits or cash equivalent thereof the types described in Section i (b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall centain a notation indicating whether the employee does, or does not, normally reside in the labor area as defned in Attachment A, paragraph 1. Whenever the Secretary of labor, pursuant to Secfion IV, paragmph 3b, has found that the wages of any laborer or mechanic inUude the amount of any costs reasonably anticipated in providing benefits undera plan orprogrem described in Section 1 (b)(2)(B) of the Davis Bacon Act, the otntractor and each subcontractor shall maintain records which show that the cemmit- ment to provide such benefts is enforceable, that the plan or progrem is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanic afteiled, antl show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcentrailors employing apprentices or trainees under approved programs shall maintain written evidence of the registrafion of apprentices and Vainees, and ratios and wage rates prescribed in the applicable programs. c. Each contacor and subcentrailor shall furnish, each week in which any contract work is pertormetl, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen antl guards engaged on work during the preceding weekly payroll periotl). The payroll submitted shall set out accurately and cempletely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-i), U.S. Government Printing Office, Washington, D.C. 20402. The prime centractoris responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance;' signed by the contractor or subcen- lraclor or his/her agent who pays or supervises the payment of the persons employed under the cenUacl and shall certify the following: (1) that the payroll for the payroll period centains the information required to be maintained under paragraph 2b of this Section V and that such informafion is cemeU and complete; (2) that such laborer or mechanic (including each Exhibit I helper, apprentice, and trainee) employed on the contrail during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indireilty, and that no deductions have been matle either directly or indirecfiy from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classifcetion of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certifi~a- tion set forth on the reverse side of Optional Form WH-347 shall satisry the requirement for submission of the "Statement of Compliance" required by paragaph 2d of this Section V. f. The falsifcation of any of the above certifications may subjeU the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 237. g. The contractor or subcontreilor shall make the records required untler paragraph 2b of this Section V available for inspection, copying, ortranscription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the centrailor or subcenUaUOr fails to submit the required records or to make them available, the SHA, the FH WA, the DOL, or all may, after written nofice to the centrailor, sponsor, appli- cant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, orguarentee of funds. Furthermore, failure to submR the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR f. On all Federel-aid contracts on the National Highway System, except those which provide solely Tor the inslalla8on of protecfive tlevices al railroad grade crossings, those which are censWcted on a force account or direct labor basis, highway beautification centracls, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specifc materials and supplies contained in Form FHWA~7, "Statement of Materials and Labor Used by Contreilor of Highway Construction Involving Federal Funds," prior to the wmmencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incerporeted in the work, and also of the quanfities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the cempletion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragmph ib relafive to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report cevering all centrect work or separate reports for the otntactor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization centreU work amounting to not less than 30 percent (or a greater percentage ii specified elsewhere in the contreU) of the total Exhibit I -Page 6 of 9 xeQOTaen ax z3 cen 633.102 -- original contract price, excluding any specialty items designatetl by the Stale. Specialty items may be pertornetl by subwntrect antl me amount of any such spedaly items performed may be tleducted from the total original contract price before wmputing the amount of work required to be perormed by the wntrectofs own organization (23 CFR 635). a. "Its own organiza8on" shall be wnstroed to indutle onty workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Spedalty Items" shall be construed to be limited to work that requires highly spedalized knowledge, abilide5, or equipment not ordinarity available in the type of contracting organizations qualified and expelled to bid on the wntrect as a whole and in general are to be limited to minor components ofthe overell wntract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is wmputetl includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall famish (a) a wmpetent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all wnstroction operefions (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting otficerdelermines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the wnden wnsent of the SHA wntrecting officer, or authorized representative, and such consent when given shall not be wnstroed to relieve the contractor of any responsibility for the fu1811ment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing antl that ft contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federel, State, and local laws govern- ing safety, health, and sanitation (23 CFR 635). The wntrector shall provide all safeguartls, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safely of the public and to protect property in connection with the performance of the work covered by the contract. 2. It Is a condition of this contract, and shall be made a condition of each subcontract, which the wntmctor enters into pursuant to this wnbact, that the wntractor and any subcontrac- torshall not permit any employee, in performance of the wntracL to work in surroundings or under wnditions which are unsanitary, hazardous or dangerous to hismer health or safety, as detertninetl under conslruc9on safety antl health standards (29 CFR 1928) promulgated by the Sevetary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Ad (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a wndilion of this wntrect that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of wntrect performance to inspect or investigate the matter of wmpliance with the wnslmc- tion safety and health standards and to carry out the duties of the Exhibit I Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and dureble wnsWction in wnfortniry with approved plans and specifications and a high tlegree of reliability on statements and representations made by engineers, wntredors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concemed with the project pertorm their functions as carefully, thoroughty, and honestly as possible. Willful falslficetlon, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similaracts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readity available to all persons concemed with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reatls as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory or whoever, whefhera person, association, firm, or corporation, knowingly makes any (else statement, /else representation, or false report as to the charac- ter, quality, quantity, or cost orthe material used or to be used, or the quantity or quality of the wodr performed or to be peAormed. or the cost thereo(in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway orrelatedproject submitted for approval to the Secretary of Transportation; or Whoever knowingly makes eny /else statement, (else representation, /else report or (else claim with respect to the charecter, quality, quantity, orcost ofany workpeAOmredorto be performed, ormatertals famished or to be famished, in connection with the constmction ofany highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any /else statement or /else representation as to material fact in any statement certdicate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not mot that $10,000 or imprisoned not more than 5 years or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Fetleral-aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execu8on of this wntrad, or subwntract, as appropriate, the bidder, Federel-aitl wnstroction wntrector, or subwntrector, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the pertormance of this wntrecl, unless such wntrad is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et;gq., as amentled by Pub.L. 91-804), and under the Federal Water PolluBon Control Act, as amentled (33 U.S.C. 1251 et sew., as amended by Pub.L. 92- 500), Executive Ortler 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of wnhact award, on the U.S. Environmental Protection Agency (EPA) Lisl of Violating Facilities pursuant l0 40 CFR 15.20. Exhibit I -Page 7 of 9 REQUIRED BY 23 CFR 633.102 2. That the firm agrees to comply and remain incompliance with all the requirements of Secfion 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly no8ty the SHA Of the receipt of any communication from the Director, Office of Federel ActiviBes, EPA, indicating that a facility that is or will be utilized for the contrail is under consideration to be listed on the EPA Lisl of Violating Facilities. 4. Thal the firm agrees to include or cause to be inGuded the requirements of paragreph 1 through 4 of this Section X in every nonexempt subcentrail, and further agrees to lake such action as the govemment may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certlflcatlon - Primary Covered TransacUona: (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered trensailion. The prospective participanlshall submit an explanation of why it cannot provitle the certification set out below. The certifica8on or explanation will be censideretl in cennecfion with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transac8on. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospecfive primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal GovemmenL the department or agency may terminate this trensaction for cause of default. d. The prospective primary participanlshall provide immedi- ate written notice to the department or agency to whom this proposal is submittetl if any time the prospective pdmary parGCi- panllearns that its certificafion was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transacfion;' "debarretl;' "suspended," "ineligible," "lower tier covered transacfion;' "participant ""person," "pdmary cevered tmnsailion; "'principal;' "proposal" and "voluntariy excluded" as used in this clause, have the meanings set out in the Definitions and Coverage secfions of rules implementing Exewtive Order 12549. You may contact the department or agency to which this proposal is submittetl for assistance in obtaining a copy of those regulations. f. The prospective primary participantagrees by submitting this proposal that, should the proposed ceveretl transaction be entered into, it shall not knowingly enter into any lower tier ceveretl transaction with a person who is debarred, suspentletl, declared ineligible, or voluntarily excluded from parficipation in this covered transaction, unless authorized by the department or agency entering into this transaction. Exhibit I g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Trensailion," provitled by the department or agency entering into this covered trensac- tion, without modification, in all bwer tier covered transactions antl in all solicitations for lower tier covered transactions. h. A participant in a cevered transaction may rely upon a certificafion of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excludetl from the covered bmnsailion, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the non-procurement portion of the "Lists of Parties Excluded From Federal Procurement or Non-procurement Programs" (Non- procurement List) which is compiled by the General Services Atlminislretion. I. Nothing contained in the foregoing shall be censured to require establishment of a system of records in order to render in good faith the certificafion required by this clause. The knowledge and information of participant is not required to exceed that which is normalty possessed by a prudent person in the ordinary course of business dealings. j. Except for tansactions authorized under paragraph i of these instmctions, if a participant in a covered tmnsailion knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal GovemmenL the department or agency may terminate this transaction for cause or default. Cartltlcatlon Regarding Debarment, Suspension, Inellglbllhy andVoluntary Exclusion--Primary Covered TransacUona 1. The prospective primary participant certifies to the best of its knowledge antl belief, that it and its pdncipals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rentleretl against them for commission of fraud or a criminal oRense in cenneilion with obtaining, attempting to obtain, or pertorming a public (Federal, State or local) trensacfion or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, talsificafion or desWCfion of records, making false statements, or receiving stolen property; c. Are not presently indicted (or or otherwise criminally or civilly charged by a governmental entity (Federal, Slate or local) with commission of any of the offenses enumerated in paragreph 1 b of this certificafion; and d. Have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective pdmary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Exhibit [ -Page 8 of 9 REQUIRED HY 23 CFR 633.102 -- Exhibit I remedies available to the Federal Govemment, the department or agenq with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2. Instructlona for CertHicatlon -Lower Tler Coveretl Transaetiona: • (Applicable to all subcontracts, purohase orders and other lower tier trensailions of $25,000 or more - 49 CFR 29) a. By signing antl submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fad upon which reliance was placed when this trensailion was entered into. If it is later determined that the prospective lower tier participant knowingy rendered an erroneous certification, in addition to other remedies available to the Federal Govemment, the department, or agency with which this transaction originated may pursue available remedies, incuding suspension andlor debarment. c. The prospective lower fier participant shall provide immediate written notice to the person to which this proposal is submitted if at any lime the prospecfive lower tier participant learns that its certification was eroneous by reason of changed circumstances. d. The terms "covered trensailion," "debarred" "suspended;' "ineligible;' "primary cevered transaction;' "partiilpant" "person;' "principal," "proposal;' and "voluntadly excludetl," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Execufive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered trensailion be entered into, it shall not knowingly enter into any lower tier covered transailion with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in Mis covered trensacion, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Trensailion;' without modification, in all lower fier covered transailions and in all solicitations for lower tier covered trensactions. g. A participant in a covered transaction may rely upon a certificefion of a prospecive participant in a lower tier covered trnsailion that is not debarted, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may deride the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in gootl faith the certification required by this clause. The knowl- edge and information of participant is not required to exceed that which is normally possessed by a pmdent person in the ordinary course of business dealings. I. Ezcept fortrensailions authorized under paragrapheoi these instructions, if a participant in a cevered transailion knowingly enters into a lower tier covered transailion with a person who is suspendetl, debarred, ineligible, or voluntariy excluded from participation in this transailion, in addition to other CertlFleatlon Regarding Debarment, Suspension, Ineligibility and Voluntary Exeluslon-Lower Tier Covered Transacdona: 1. The prospectve lower tier participant certifies, by submission of this proposal, that neither it nor its prncpals Is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from parficipafion in this tansacfion by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospec- tive participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS OR LOBBYING (Applicable to all Federal-aid construction centrects and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submit- ting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigne4 to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employ- ee of Congress, or an employee of a Member of Congress in cennection with the awarding otany Federel contrail, the making of any Federel grant, the making otany Federal loan, the entering into of any ceoperetive agreement, and the extension, centinua- fion, renewal, amendment, or modification of any Federal contrail, grant, loan, or ceoperetive agreement. b. Ii any funds other than Federal appropdated funtls have been paid orwill be paid to any person for influencing or attempt- ing to influence an officer or employee of any Fedeml agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Fedeml contrail, Brent loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of tail upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the requiretl certification shall be subjeil to aCivil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcentrects, which exceed $100,000 and that all such redpients shall certify and tlisclose accordingly. Exhibit I -Page 9 of 9 REQUIRED EY 23 CFR 633.102 -- Exhibit J FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to the Work include A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures, as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30; 3. the Local Agency/Contractor shall comply with section 18.37 concerning any sub-grants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 sub-grant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(1) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awazded in excess of $10,000 by grantees and their contractors or sub- grantees). C. The Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and sub-grants for construction or repair). D. The Davis-Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub- contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and sub-grantees in excess of $2,000, and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers). F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and sub-grants of amounts in excess of $100,000). G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163). H. Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever is applicable. I. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal Exhibit J -Page 1 of 3 Exhibit J funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration offederally-assisted programs. J. 42 USC 6101 et sea• 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80 et. sea•. These acts require that no person shall, on the grounds of race, color, national origin, age, or handicap, be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117, 12131- 12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91- 646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug-Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et se . . N. The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et. sea• and its implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633, conceming "Required Contract Provisions for Federal-Aid Construction Contracts". Q. 23 C.F.R. Part 635, conceming "Construction and Maintenance Provisions". R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions, which are attached hereto and made a part hereof. S. Nondiscrimination Provisions: Incompliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of 1973, the Contractor, for itself, its assignees and successors in interest, agree as follows: 1. Compliance with Regulations. The Contractor will comply with the Regulations ofthe Department of Transportation relative to nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Contractor, with regard to the work performed by it after awazd and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix C of the Regulations. 3. Solicitations for Subcontracts. Including Procurement of Materials and Equipment. In all solicitations Exhibit J -Page 2 of 3 Exhibit J either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, mental or physical handicap or national origin. 4. Information and Reports. The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the State of the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the State, or the FHWA as appropriate and shall set forth what efforts have been made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: a. W ithholding ofpayments to the Contractor under the contract until the Contractor complies, and/or; b. Cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Contractor will include the provisions ofpazagraphs A through F in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontractor procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the State to enter into such litigation to protect the interest ofthe State and in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. Exhibit J -Page 3 of 3 (FMLAWRK) PROJECT AQC M045-008, (17336) REGION 3 (DAW) CONTRACT THIS CONTRACT made this day of 09 HA3 00075 271000990 2009, 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 ASPEN, 130 South Galena, Aspen, Colorado, 81611, CDOT Vendor #: 2000009, hereinafter referred to as the "Contractor" or the "Local Agency." REC[TALS 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 3404, GL Acct. 423 1 2000 1 1, WBS Element 17336.10.50. Contract Encumbrance Amount: $150,000.00 2. Required approval, clearance and coordination have been accomplished from and with appropriate agencies. 3. Pursuant to Title I, Subtitle A, Section 1108 ofthe "Transportation Equity Act for the 2151 Century" of 1998 (TEA-21) and/or the "Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users" (SAFETEA-LU) of 2005 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 transportation projects requested by Local Agencies and eligible under the Surface Transportation Improvement Program that has been proposed by the State and approved by the Federal Highway Administration ("FIIWA"), hereinafter referred to as the "Program." 4. Pursuant to § 43-I-223, C.R.S. and to applicable portions of the Federal Provisions, the State is responsible for the general administration and supervision ofperformance of projects in the Program, including the administration of federal funds for a Program proj ect performed by a Local Agency under a contract with the State. 5. The Local Agency has requested that a certain local transportation 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 CDOT form #463 describing the general nature of the Work. The Local Agency understands that, before the Work begins, form #463 may be revised as a result of design changes made by CDOT, incoordination with the Local Agency, in its internal review process. The Local Agency desires to perform the Work described in form #463, as it may be revised. 6. Federal-aid funds have been made available for project AQC M045-008 (17336), which shall Page 1 of 19 consist of the purchase of four (4) Hybrid Vehicles for the Aspen Car-Share Program to reduce PM -10 emissions to the air shed, referred to as the "Project" or the "Work." Such Work wilt be performed in City of Aspen, Colorado, specifically described in Exhibit A. 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 through this contract, in order to obtain federal funds. 9. The Local Agency has estimated the total cost of the Work and is prepared to provide its match share ofthe cost, as evidenced by an appropriate ordinance/resolution or other authority letter which expressly authorizes the Local Agency the authority to enter into this contract and to expend its match share of the Work. A copy of such ordinance/resolution or authority letter is attached hereto as Exhibit B. 10. 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. 11. The Local Agency is adequately staffed and suitably equipped to undertake and satisfactorily complete some or all of the Work. 12. The Local Agency can more advantageously perform the Work. THE PARTIES NOW AGREE THAT: Section 1. Scope of Work The Project or the Work under this contract shall consist of the purchase of four (4) Hybrid Vehicles for the Aspen Car-Share Program to reduce PM -10 emissions to the air shed, in City of Aspen, Colorado, as more specifically described in Exhibit A. Section 2. Order of Precedence In the event ofconflicts or inconsistencies beriveen this contract and its exhibits, such conflicts or inconsistencies shall be resolved by reference to the documents in the following order ofpriority: 1. Special Provisions contained in section 29 of this contract 2. This contract 3. Exhibit A (Scope of Work) 4. Exhibit C (Funding Provisions) 5. Exhibit D (Certification for Federal-Aid Contracts) 6. Exhibit E (DBE Requirements) 7. Exhibit F (Contract Modification Tools) Page 2 of 19 8. 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 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/resolution or other authority letter which expressly authorizes the Local Agency the authority to enter into this contract and to expend its match share of the Work. A copy of such ordinance/resolution or authority letter is attached hereto as Exhibit B. The funding provisions for the Project are attached hereto as Exhibit C. The Local Agency shall provide its shaze of the funds for the Project as outlined in Exhibit C. Section 5. Project Payment Provisions A. The State will reimburse the Local Agency for the federal-aid shaze of the project charges after the State's review and approval of such charges, subject to the terms and conditions of-this contract. However, any charges incurred by the Local Agency prior to the date of FHWA authorization for the Project and prior to the date this contract is executed by the State Controller or his designee will not be reimbursed absent specific FHWA and State Controller approval thereof. B. The State will reimburse the Local Agency's reasonable, allocable, allowable costs of performance of the Work, not exceeding the maximum total amount described in Exhibit C. The applicable principles described in 49 C.F.R. 18 Subpart C and 49 C.F.R. 18.22 shall govern the allowability and allocability of costs under this contract. The Local Agency shall comply with all such principles. To be eligible for reimbursement, costs by the Local Agency shall be: 1. In accordance with the provisions of Exhibit C and with the terms and conditions of this contract; 2. Necessary for the accomplishment of the Work; 3. reasonable in the amount for the goods and services provided; 4. actual net cost to the Local Agency (i.e. the price paid minus any refunds, rebates, or other items of value received by the Local Agency that have the effect of reducing the cost actually incurred); 5. Incurred for Work performed after the effective date of this contract; 6. Satisfactorily documented. C. The Local Agency shall establish and maintain a proper accounting system in accordance with generally accepted accounting standards (a separate set of accounts, or as a separate and Page 3 of 19 integral part of its current accounting scheme) to assure that project funds are expended and costs accounted for in a manner consistent with this contract and project objectives. All allowable costs charged to the project, including any approved services contributed by the Local Agency or others, shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers evidencing in detail the nature of the charges. 2. Any check or order drawn up by the Local Agency, including any item which is or will be chargeable against the project account shall be drawn up only in accordance with a properly signed voucher then on file in the office of the Local Agency, which will detail the purpose for which said check or order is drawn. All checks, payrolls, invoices, contracts, vouchers, orders or other accounting documents shall be clearly identified, readily accessible, and to the extent feasible, kept separate and apart from all other such documents. D. 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 Work. The Local Agency understands and agrees that the State may perform such services, and that payments for such services shall be at no cost to the State but shall be as provided for in Exhibit C. At the request of the Local Agency, the State shall also provide other assistance pursuant to this contract as maybe 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 the sole expense of the Local Agency. E. If the Local Agency is to be billed for CDOT incurred costs, the billing procedure shall be as follows: 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). 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 Page 4 of 19 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. F. The Local Agency will prepare and submit to the State, no more than monthly, charges for costs incurred relative to the project. The Local Agency's invoices shall include a description of the amounts of services performed, the dates of performance and the amounts and description of reimbursable expenses. The invoices will be prepared in accordance with the State's standard policies, procedures and standardized billing format to be supplied by the State. G. To be eligible For payment, billings must be received within 60 days after the period for which payment is being requested and final billings on this contract must be received by the State within 60 days afer the end of the contract term. 1. Payments pursuant to this contract shall be made as earned, in whole or in part, from available funds, encumbered for the purchase of the described services. The liability of the State, at any time, for such payments shall be limited to the amount remaining of such encumbered funds. 2. In the event this contract is terminated, final payment to the Local Agency maybe withheld at the discretion of the State until completion of final audit. 3. Incorrect payments to the Local Agency due to omission, error, fraud or defalcation shall be recovered from the Local Agency by deduction from subsequent payment under this contract or other contracts between the State and Local Agency, or by the State as a debt due to the State. 4. Any costs incurred by the Local Agency that are not allowable under 49 C.F.R. 18 shall be reimbursed by the Local Agency, or offset against current obligations due by the State to the Local Agency, at the State's election. Section 6. State and Local Agency Commitments The Local Agency Contract Administration Checklist in Exhibit G describes the Work to be performed and assigns responsibility of that Work to either the Local Agency or the State. The "Responsible Parry" referred to in this contract means the Responsible Parry as identified in the Local Agency Contract Administration Checklist in Exhibit G. A. Design [Not Applicable] 1. If the Work includes preliminary design or final design (the "Constmction Plans"), or design work sheets, or special provisions and estimates (collectively referred to as the "Plans"), the responsible parry 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 Page 5 of 19 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 or Local Agency specifications if approved by CDOT. 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 ofthe 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. 2. If the Local Agency is the responsible party: a. The local agency shall comply with the requirements of the Americans With Disabilities Act (ADA), and applicable federal regulations and standards as contained in the document "ADA Accessibility Requirements in CDOT Transportation Projects". b. It shall afford the State ample opportunity to review the Plans and make any changes in the Plans that are directed by the State to comply with FHWA requirements. a It may enter into a contract with a consultant to do all or any portion of the Plans and/or of construction administration. Provided, however, that if federal-aid funds are involved in the cost of such work to be done by a consultant, that consultant contract (and the performance/provision of the Plans under the contract) must comply with all applicable requirements of 23 CFR Part 172 and with any procedures implementing those requirements as provided by the State, including those in Exhibit H attached hereto. If the Local Agency does enter into a contract with a consultant for the Work: (1) It shall submit a certification that procurement of any design consultant contract complied with the requirements of 23 CFR 1725(d) prior to entering into contract. The State shall either approve or deny such procurement. If denied, the Local Agency may not enter into the contract. (2) It shall ensure that all changes in the consultant contract have prior approval by the State and FHWA. Such changes in the contract shall be by written supplement agreement. As soon as the contract with the consultant has been awarded by the Local Agency, one copy of the executed contract shall be submitted to the State. Any amendments to such contract shall also be submitted. Page 6 of 19 (3) It shall require that all consultant billings under that contract shall comply with the State's standardized billing format. Examples of the billing formats are available from the CDOT Agreements Office. (4) It (or its consultant) shall use the CDOT procedures described in Exhibit H to administer that design consultant subcontract, to comply with 23 CFR 1725(b) and (d). (5) It may expedite any CDOT approval of its procurement process and/or consultant contract by submitting a letter to CDOT from the certifying Local Agency's attorney/authorized representative certifying compliance with Exhibit H and 23 CFR 172.5(b)and (d). (6) It shall ensure that its consultant contract complies with the requirements of 49 CFR 18.36(1) and contains the following language verbatim: (a) "The design work under this contract shall be compatible with the requirements of the contract between the Local Agency and the State (which is incorporated herein by this reference) for the design constmction of the project. The State is an intended third party beneficiary of this contract for that purpose." (b) "Upon advertisement of the project work for construction, the consultant shall make available services as requested by the State to assist the State in the evaluation of construction and the resolution of construction problems that may arise during the constmction of the project." (c) "The consultant shall review the constmction contractor's shop drawings for conformance with the contract documents and compliance with the provisions of the State's publication, Standard Specifications for Road and Bridge Construction, in connection with this work." d. The State, in its discretion, will review constmction plans, special provisions and estimates and will cause the Local Agency to make changes therein that the State deterrnines are necessary to assure compliance with State and FHWA requirements. B. constmction [Not Applicable] If the Work includes constmction, the responsible party shall perform the constmction in accordance with the approved design plans and/or administer the constmction 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; constmction supervision; and meeting the Quality Control requirements of the FHWA/CDOT Page 7 of 19 Stewardship Agreement, as described in the Local Agency Contract Administration Checklist. 2. The State shall have the authority to suspend the Work, wholly or in part, by giving written notice thereof to the Local Agency, due to the failure of the Local Agency or its contractor to correct project conditions which are unsafe for workers or for such periods as the State may deem necessary due to unsuitable weather, or for conditions considered unsuitable for the prosecution ofthe Work, or for any other condition or reason deemed by the State to be in the public interest. 3. If the Local Agency is the responsible party: a. It shall appoint a qualified professional engineer, licensed in the State of Colorado, as the Local Agency Project Engineer (CAPE), to perform that administration. The CAPE 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, it shall advertise the call for bids upon approval by the State and award the construction contract(s) to the low responsible bidder(s) upon approval by the State. (1) In advertising and awarding the bid for the construction of afederal- aid project, the Local Agency 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 Local Agency/contractor shall incorporate Form 1273 (Exhibit I) 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 accept or reject the proposal of the apparent low bidder for work on which competitive bids have been received. The Local Agency must declare the acceptance or rejection 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. This paragraph also applies to projects advertised and awarded by the State. If all or part of the construction work is to be accomplished by Local Agency personnel (i.e. by force account), rather than by a competitive bidding process, the Local Agency 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. Page 8 of 19 (1) Such work will normally be based upon estimated quantities and firm unit prices agreed to between the Local Agency, the State and FHWA in advance of the Work, as provided for in 23 CFR 635.204(c). Such agreed unit prices shall constitute a commitment as to the value of the Work to be performed. (2) An alternative to the above is that the Local Agency may agree to participate in the Work based on actual costs of labor, equipment rental, materials supplies and supervision necessary to complete the Work. Where actual costs are used, eligibility of cost items shall be evaluated for compliance with 48 CFR Part 31. (3) Rental rates for publicly owned equipment will be determined in accordance with the State's Standard Snecifications for Road and Bridge Construction § 109.04. (4) All force account work shall have prior approval of the State and/or FHWA and shall not be initiated until the State has issued a written notice to proceed. D. State's obligations 1. The State will perform a final project inspection prior to project acceptance as a Quality Control/Assurance activity. When all Work has been satisfactorily completed, the State will sign the FHWA Form 1212. 2. Notwithstanding any consents or approvals given by the State for the Plans, the State will not be liable or responsible in any manner for the structural design, details or construction of any major structures that are designed by or aze the responsibility of the Local Agency as identified in the Local Agency Contract Administration Checklist, Exhibit G, within the Work of this contract. Section 7. ROW Acquisition and Relocation {Not Applicable to this Agreement} If Right of Way is applicable, prior to this project being advertised for bids, [he 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. Any acquisition/relocation activities must comply with all federal and state statutes, regulations, CDOT policies and procedures, 49 CFR Part 24, the government wide Uniform Act regulation, the FHWA Project Development Guide and CDOT's Right of Way Operations Manual. Allocation of Responsibilities can be 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 Page 9 of 19 charges) but no participation in incidental expenses (3 ] 14 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 Operation Manual. The manual is located at htto://www.dot.state.co.us/ROW Manual/. Section 8. Utilities {Not Applicable to this Agreement} If necessary, the Responsible Parry 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 to the State that all such clearances have been obtained. Section 9. Railroads {Not Applicable to this Agreement} In the event the Proj ect 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. 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 Local Agency 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 {Not Applicable to this Agreement} The Local Agency will maintain and operate the improvements constructed under this contract at its own cost and expense during their useful life, 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, Page 10 of 19 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. Section 12. Federal Requirements The Local Agency and/or their 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. The contractor shall also require compliance with these statutes and regulations in subgrant agreements permitted under this contract. A listing of certain federal and state laws that maybe applicable are described in Exhibit J. Section 13. Record Keeping The Local Agency shall maintain a complete file of all records, documents, communications, and other written materials which pertain to the costs incurred under this contract. The Local Agency 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 Local Agency shall make such materials available for inspection at all reasonable times and shall permit duly authorized agents and employees ofthe State and FHWA to inspect the project and to inspect, review and audit the project records. Section 14. Termination Provisions 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. Page 11 of 19 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 ofmitigating 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. C. Termination Due to Loss of Fundine. The parties hereto expressly recognize that the Local Agency is to be paid, reimbursed, or otherwise compensated with federal and/or State funds which are available to the State for the purposes of contracting for the Project provided for herein, and therefore, the Local Agency 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 State. In the event that such funds or any part thereof are not available to the State, the State may immediately terminate or amend this contract. Section 15. 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 16. Representatives and Notice The State will provide liaison with the Local Agency through the State's Region Director, Region 3, 222 South Sixth Street, Room 317, Grand Junction, Colorado, 81501-2769. Said Region Director will also be responsible for coordinating the State's activities under this contract and will also issue a "Notice to Proceed" to the Local Agency for commencement of the Work. All communications relating to the day-to-day activities for the work shall be exchanged between representatives of the State's Transportation Region 3 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 State: Roland Wagner CDOT Region 3 Resident Engineer 202 Centennial Glenwood Springs, CO 81601 (970)945-8187 If to the Local Agency: Lynn Rumbaugh City of Aspen Transportation Programs Manager 130 South Galena Aspen, CO 81611 (970)920-5038 Page 12 of 19 Section 17. 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 18. 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 19. 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 20. Severability To the extent that this contract maybe 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. Section 21. 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 22. 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. Page 13 of 19 Section 23. Survival of Contract Terms Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions ofthis 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 by the State as provided herein in the event of such failure to perform or comply by the Local Agency. Section 24. 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. l;xcept as provided above, no modification ofthis 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 25. Option Letters Option Letters may be used to extend Agreement term, change the level of service within the current term due to unexpected overmatch, add a phase without increasing contract dollars, or increase or decrease the amount of funding. These options are limited to the specific scenarios listed below. The Option Letter shall not be deemed valid until signed by the State Controller or an authorized delegate. Following are the applications for the individual options under the Option Letter form: Option 1 - Option to extend or renew (this option applies to Highway and Signal maintenance contracts only). In the event the State desires to continue the Services and a replacement contract has not been fully approved by the termination date ofthis contract, the State, upon written notice to Contractor, may unilaterally extend this contract for a period of up to one (1) year. The contract shall be extended under the same terms and conditions as the original contract, including, but not limited to prices, rates and service delivery requirements. This extension shall terminate at the end of the one (1) year period or when the replacement contract is signed by the Colorado State Controller or an authorized delegate. The State may exercise this option by providing a fully executed option to the contractor, within thirty (30) days prior to the end of the current contract term, in a form substantially equivalent to Exhibit F. If the State exercises this option, the extended contract will be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. Option 2 -Level of service chanee within current term due to unexpected overmatch in an overbid situation only. In the event the State has contracted all project funding and the Local Agency's construction bid is higher than expected, this option allows for additional Local Page 14 of 19 Overmatch dollars to be provided by the Local Agency to be added to the contract. This option is only applicable for Local Overmatch on an overbid situation and shall not be intended for any other Local Overmatch funding. The State may unilaterally increase the total dollars of this contract as stipulated by the executed Option Letter (Exhibit F), which will bring the maximum amount payable under this contract to the amount indicated in Exhibit C-I attached to the executed Option Letter (future changes to Exhibit C shall be labeled as C-2, C-3, etc, as applicable). Performance of the services shall continue under the same terms as established in the contract. The State will use the Financial Statement submitted by the Local AQencv for "Concurrence to Advertise " as evidence o the Local A¢ency's intent to award and it will also provide the additional amount required to exercise this option. If the State exercises this option, the contract will be considered to include this option provision. Option 3 -Option to add overlapping phase without increasing contract dollars. The State may require the contractor to begin a phase that may include Design, Construction, Environmental, Utilities, ROW Incidentals or Miscellaneous (this does not apply to Acquisition/Relocation or Railroads) as detailed in Exhibit A and at the same terms and conditions stated in the original contract with the contract dollars remaining the same. The State may exercise this option by providing a fully executed option to the contractor within thirty (30) days before the initial targeted start date of the phase, in a form substantially equivalent to Exhibit F. If the State exercises this option, the contract will be considered to include this option provision. Option 4 - To update fundine (increases and/or decreases) with a new Exhibit C. This option can be used to increase and/or decrease the overall contract dollars (state, federal, local match, local agency overmatch) to date, by replacing the original funding exhibit (Exhibit C) in the Original Contract with an updated Exhibit C-1 (subsequent exhibits to Exhibit C-1 shall be labeled C-2, C-3, etc). The State may have a need to update changes to state, federal, local match and local agency overmatch funds as outlined in Exhibit C- 1, which will be attached to the option form. The State may exercise this option by providing a fully executed option to the contractor within thirty (30) days after the State has received notice of funding changes, in a form substantially equivalent to Exhibit F. If the State exercises this option, the contract will be considered to include this option provision. Section 26. Disadvantaged Business Enterprise (DBE) The Local Agency will comply with all requirements of Exhibit E and the Local Agency Contract Administration Checklist regarding DBE requirements for the Work, except that if the Local Agency desires to use its own DBE program to implement and administer the DBE provisions of 49 CFR Part 26 under this contract, it must submit a copy of its program's requirements to the State for review and approval before the execution of this contract. If the Local Agency uses its program for this contract, the Local Agency shall be solely responsible to defend that DBE program and its use of that program against all legal and other challenges or complaints, at its sole cost and expense. Such responsibility includes, without limitation, determinations concerning DBE Page 15 of 19 eligibility requirements and certification, adequate legal and factual bases for DBE goals and good faith efforts. State approval (if provided) of the Local Agency's DBE program does not waive or modify the sole responsibility of the Local Agency for its use as described above. Section 27. 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 Locat 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 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. Section 28. Single Audit Act Amendment All state and local government and non-profit organization Sub-Grantees receiving more than $500,000 from all funding sources, that are defined as federal financial assistance for Single Audit Act Amendment purposes, shall comply with the audit requirements of OMB Circular A-133 (Audits of States, Local Governments and Non-Profit Organizations) see also, 49 CFR 18.20 through 18.26. The Single Audit Act Amendment requirements that apply to Sub-Grantees receiving federal funds are as follows: a) If the Sub-Grantee expends less than $500,000 in Federal funds (all federal sources, not just Highway funds) in its fiscal year then this requirement does not apply. b) If the Sub-Grantee expends more than $500,000 in Federal funds, but only received federal Highway funds (Catalog of Federal Domestic Assistance, CFDA 20.205) then a program specific audit shall be performed. This audit will examine the "financial" procedures and processes for this program area. c) If the Sub-Grantee expends more than $500,000 in Federal funds, and the Federal funds are from multiple sources (FTA, HUD, NPS, etc.) then the Single Audit Act applies, which is an audit on the entire organization/entiry. Page 16 of 19 d) Single Audit can only be conducted by an independent CPA, not by an auditor on staff. e) An audit is an allowable direct or indirect cost. Page 17 of 19 Section 29. SPECIAL PROVISIONS The Special Provisions apply to all contracts except where noted in italics. 1. CONTROLLER'S APPROVAL. CRS §24-30-202(1). This contract shall not be valid until it has been approved by the Colorado State Controller or designee. 2. FUND AVAILABILITY, CRS §2430-202(5.5). Financial obligations of [he State payable a0er the curtent fscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. 3. GOVERNMENTAL IMMUNITY. No tcrtn or condition of this contract shall be consttued or interyreted as a waiver, express or implied, o(any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity AcS CRS §24.10.101 et seq., or the Federal Tor[ Claims Ac[, 28 U.S.C. §§ 1346(6) and 2671 et seq-, as applicable now or hcreaRer amended. 4. INDEPENDENT CONTRACTOR. Contactor shall pcrfovn its duties hereunder as an independem contractor and not as an employee. Neither Contractor nor any agent or employee of Contractor shall be deemed to be an agent or employee of the States Contactor and its employees and agents are not entitled to unemployment insuance or workers compensation benefits through [he Stale and the State shall not pay for or otherwise provide such coverage for Conhactor or any of its agents or employees. Unemployment insurance benefits wit l be available to Contactor and its employees and agents only if such covcrnge is made available by Contractor or a third parry. Contactor shall pay when due all applicable employment [axes and income taxes and local head taxes incurred pursuant to this contact. Conhactor shell not have authonzanoq express or implied, to bind the State to any agreement, liability or understanding, except as expressly set Corth herein Contactor shell (e) provide and keep in tome workers compensation and unemployment compensation insurance in the amounts required by law, (b) provide proof (hereof when requested by the State, and (c) be solely responsible for its acts and those of its employees and agents. 5. COMPLIANCE WITH LAW. Conhactor shall sttictly comply with all applicable federal and Satc laws, rules, and regulations in effect or hereaRer established, including, without limitation, laws applicable to discrimination and unfair employment practices. 6. CHOICE OF LAW. Coloado law, and rules and regulations issued pursuant [hereto, shall be applied in the interpregtiov, execution, and evforeement of this oontact. Any provision included or incorporated herein by reference which conflicts with said laws, rules, and regulations shall be null and void. Any provision incorporated herein by reference which purports [o negate this or any other Special Provision in whole or in part shall not be valid or enforceable or available in any action a[ law, whether by way of complaint, defense, or otherwise. Any provision rendered null and void by the opeation of this provision shall not invalidate [he rcmaiuder of [his contract, to tnc extent capable of execution. 7. BINDING ARBITRATION PROHIBITED. The State of Colorado does not agree m binding arbitration by any exha-judicial body or person. Any provision to [he con[ary in this contactor incorporated herein by reference shall be null and void. 8. SOFTWARE PIRACY PROHIBITION. Governor's Ezecudve Order D 002 00. State or other public funds payable under this contact shall not be used for the acquisition, operation, or maintenance of computer software in violation of federal copyright laws or applicable licensing resrcidions. Contactor hereby certifies and wanants [ha[, dining the term of this contract and any extensions, Contractor has and shall maintain in place appropriate systems and controls m prevent such improper use of public (ands. If the State determines that Conhactor is in violation of this pmvisioq the State may exercise any remedy available at law or in equity or under this eomact, including, without Iimita[ioq immediate termination of this contact and any remedy consistent with federal copyright laws or applicable licensing resttictiovs. 9. EMPLOYEE FINANCIAL INTEREST/CONFLICT OF INTEREST. CRS §§24-18-201 end 24-50-507. The signatories aver that to [heir knowledge, no employee of the Sta[c has any personal or beneficial interest whatsoever in the service or property described in this contmct Contracor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of Contractor's services and Contractor shall no[ employ any person having such known interests. 10. VENDOR OFFSET. CRS §§2440-202 (I) and 2430-202.4 [Nut Applicaa(e m interyvvernmenral agreements] Subject to CRS §24-30.202.4 (3.5), the State Confioller may withhold payment under the State's vendor offset intercept system for debts owed ro State egcvciea for. (a) unpaid child support debts or child support arteamgea; (b) unpaid balances of tax, accmed interest, or other charges specifed in CRS §39-21-101, et seq.; (c) unpaid loans due to the SNdem Loan Division of the Department of Higher Education; (d) amounts required w be paid to the Unemployment Compensation Fund; and (e) other unpaid debts owing W the State es a result of final agency determination orjudicial action. 11. PUBLIC CONTRACTS FOR SERVICES. CRS §8-17.5-101. (Not Applicable fo agreements relating to the offer, issuance, orsale o/securities, investment advisory services or fund management services, sponsored projects, intergovernmental agreements, or information technology services or products and servlcesJ Contractor certifies, warrants, and agrees that it does not knowinglyemploy orconbact with an illegal alien who will peAOmr work underthis contmct and will confirm the employmenteligibilityo/ all employees who are newlyhired /unemployment in the United States to pedorm work under this contract. through participation in the E-Veri/yProgrem orthe Depadmentprogram establishedpursuanlloGRS §8-17.5-f02(5J(cJ, Contrectorshall not knowingly employ orcontrecf with an illegal alien to perform work underthis contract orenterinto a contract with a subcontractor that /ails to certify to Contractor that the subcontractorshall not knowingly employ orcontract with an illegal alien to perform workunderthis contrect. Contractor(s) shall not use E-Veri/yProgrem or Department program procedures to undertake pre-employmentscreening o/job applicants while this conlydctis beingpeAormed, (b) shall notifylhe subcontractor and the contracting State agency within three days i/Contractor has actual knowledge that a subcontracforis employing or conlracfing with an illegal alien /or work underthi;contract, (c) shall terminate the subcontract i/a subcontractordoes not stop employing orcontmcting with the illegal alien within three days ofreceiving the notice, and (tlj shall comply with reasonable requests made in the course ofan investigation, undertaken pursuantto CRS §B-17.5-/02(5J, bythe Colorado Department ofLeborandEmp/oyment. if Conlrectorparticipates in the Department program, Contractorshalldeliver to the contracting State agency, Institution o/Higher Education orpoliticalsubdivision a whtten, notarized a~rma[ion, affirming that Contractor has examined the legal work status of such employee, and shall comply with all o/the other requirements o/the Department program. I/ Contractor/ails to comply with anyrequirement o/this provision or CRS §B-17 5-701 of seq., the contracting Stale agency, institution o/higheretluca6on orpoliticalsubdivision may terminate this contract /or breach and, ifso terminated, Contractor shall be liable for damages. 12. PUBLIC CONTRACTS WITN NATURAL PERSONS.CRS §24-76.5-lOL Con[rncmr, ifana[ual person eighteen(IS)years ofagc oroldcq hereby swears andaRirms under penalty of perjury that heor she (a) is a citizen or otherwise lawfully present in the United States pursvam to federal law, (b) shall comply with the provisions ofCRS §24-76.5-101 e[ seq., and (e) has produced ovc form of identification required by CRB §24-76.5-103 prior to the effective dale of tltis connect. Revised t-1-09 Page 18 of 19 THE PARTIES HERETO HAVE EXECUTED THIS CONTRACT LOCAL AGENCY: Citv of Aspen Legal Name of Contracting Entity 2000009 CDOT Vendor Number Signature of Authorized Officer STATE OF COLORADO: BILL BITTER, JR. GOVERNOR By Executive Director Department of Transportation LEGAL REVIEW: JOHN W.SUTHERS ATTORNEY GENERAL Print Name & Title of Authorized Officer LOCAL AGENCIES: (A Local Agency attestation is required.) Attest (Seal) By (Town/City/County Clerk) (Place Agency 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. STATE CONTROLLER: DAVID J. MC DERMOTT, CPA By By, Page 19 of 19 Exhibit A FORM 463 or SCOPE OF WORK Page 1 of 19 Exhibit B LOCAL AGENCY ORDINANCE or RESOLUTION EXHIBIT C FUNDING PROVISIONS A. The Local Agency has estimated the total cost the Work to be $150,000.00 which is to be funded as follows: 1 BUDGETED FUNDS a. Federal Funds $124,185.00 (82.79% of Participating Costs) b. Local Agency Matching Funds $25,815.00 (17.21% of Participating Costs) Local Agency Matching for CDOT - c. Incurred Non-Participating Costs $0.00 (Including Non-Participating Indirects) TOTAL BUDGETED FUNDS $150,000.00 2 ESTIMATED CDOT-INCURRED COSTS a. Federal Share $0.00 (82.79% of Participating Costs) b. Local Share Local Agency Share of Participating Costs $0.00 Non-Participating Costs (Including Non- participating Indirects) $0.00 Estimated to be Billed to Local Agency $0.00 TOTAL ESTIMATED CDOT-INCURRED COSTS $0.00 3 ESTIMATED PAYMENT TO LOCAL AGENCY a. Federal Funds Budgeted (1a) $124,185.00 b. Less Estimated Federal Share of CDOT-Incurred Costs (2a) $0.00 TOTAL ESTIMATED PAYMENT TO LOCAL AGENCY $124,185.00 FOR CDOT ENCUMBRANCE PURPOSES Total Encumbrance Amount (82.79% of $150,000.00 ) $124,185.00 Local Agency Matching Funds (1b) $25,815.00 Net to be encumbered as follows: WBS Element 17336.10.50 Misc. 3404 $150,000.00 Exhibit C -Page 1 of 2 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 $150,000.00 that is eligible for federal participation, it being further understood that all non-participating costs are borne by the Local Agency at 100%. If the total participating cost of performance of the Work exceeds $150,000.00, 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 100% of all non-participating costs; if additional federal funds are not made available, the local agency shall pay all such excess costs. If the total participating cost of performance of the Work is less than $150,000.00, 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 no cost to the State. C. The maximum amount payable to the Local Agency under this contract shall be $124,185.00 (For CDOT accounting purposes, the federal funds of $124,185.00 and local matching funds of $25,815.00 will be encumbered for a total encumbrance of $150,000.00), 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 ofthis 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 contingent upon all funds designated for the project herein being made available from federal and/or state and/or Local Agency sources, as appiicable. Should these sources, either federal or Local Agency, 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. Exhibit C -Page 2 of 2 Exhibit D EXHIBIT D Certification for Federal-Aid Contracts The contractor certifies, by signing this contract, to the best of its knowledge and belief, that 1. No Federal appropriated funds have been paid or will be paid, by or on behalf or the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. 11' any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agree by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub-recipients shall certify and disclose accordingly. Required by 23 CFR 635.112 Exhibit D -Page 1 of 1 Exhibit E DISADVANTAGED BUSINESS ENTERPRISE (DBE) SECTION 1. Policy It is the policy of the Colorado Department of Transportation (CDOT) that disadvantaged business enterprises shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement, pursuant to 49 CFR Part 23. Consequently, the 49 CFR Part IE DBE requirements the Colorado Department of Transportation DBE Program (or a Local Agency DBE Program approved in advance by the State) apply to this agreement. SECTION 2. DBE Oblieation. The recipient or its contractor agrees to ensure that disadvantaged business enterprises as determined by the Office of Certification at the Colorado Department of Regulatory Agencies have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all participants or contractors shall take all necessary and reasonable steps in accordance with the CDOT DBE program (or a Local Agency DBE Program approved in advance by the State) to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of CDOT assisted contracts. SECTION 3 DBE Program; The contractor (sub-recipient) shall be responsible for obtaining the Disadvantaged Business Enterprise Program of the Colorado Department of Transportation, 1988, as amended, and shall comply with the applicable provisions of the program. (If applicable). A copy of the DBE Program is available from and will be mailed to the contractor upon request: Business Programs Office Colorado Department of Transportation 4201 East Arkansas Avenue, Room 287 Denver, Colorado 80222-3400 Phone: (303) 757-9234 revised 1/22/98 Required by 49 CFR Part 23.41 Exhibit E -Page 1 of 1 Exhibit F SAMPLE IGA OPTION LETTER NOTE This option is limited to the specilic contract scenarios listed below AND cannot be used in place of exercising a formal amendment. Date: State Fiscal Year: Option Letter No. CLIN Routing # Contractor /Local Agency: A. SUBJECT: (Choose applicable options listed below AND in section 8 and delete the rest) 1. Option to renew (for an additional term) applies to Highway and Signal maintenance contracts ONLY; this renewal cannot be used to make any change to the original scope of work; 2. Level of service change within current term due to an unexpected Local overmatch on an overbid situation ONLY; 3. Option to add phasing to include Design, Construction, Environmental, Utilities, ROW incidentals or Miscellaneous ONLY (does not apply to Acquisition/Relocation or Railroads); 4. Option to update funding (a new Exhibit C must be attached with the option letter and shall be labeled C-1 (future changes for this option shall be labeled as follows: C-2, C-3, C-4, etc.) B. REQUIRED PROVISIONS. All Option Letters shall contain the appropriate provisions set forth below: (Insert the followinq lanquage for use with Options #11: In accordance with Paragraph(s) of contract routing number (insert FY Agencv code. &CLIN routin # ,between the State of Colorado, Department of Transportation, and (insert contractor's name) the state hereby exercises the option for an additional term of (insert performance period here) at a cost/price specified in Paragraph/Section/Provision of the original contract, AND/OR an increase in the amount ofgoods/services at the same rate(s) as specified in Paragraph of the original contract. (Insert the followinq language for use with Option #2): In accordance with the terms of the original contract (insert FY Agencv code &CLIN routing #1 between the State of Colorado, Department of Transportation and (insert contractor's name here), the State hereby exercises the option to record a level of service change due to unexpected overmatch dollars due to an overbid situation. The contract is now increased by (indicate additional dollars here) specified in Paragraph/Section/Provision of the original contract. (Insert the followinq language far use with Option #31: In accordance with the terms of the original contract (insert FY Agencv code &CLIN routing #) between the State of Colorado, Department of Transportation and (insert contractor's name here), the State hereby exercises the option to add an overlapping phase in (indicate Fiscal Year here) that will include describe which phase will be added and include all that apply- Design. Construction. Environmental. Utilities. ROW incidentals or Miscellaneous). Total funds for this contract remain the same (indicate total dollars here) as referenced in Paragraph/Section/Provision/Exhibit of the original contract. (Insert the followinq lanquage for use with Option #41: In accordance with the terms of the original contract (insert FY Agencv code &CLIN routing #) between the State of Colorado, Department of Transportation and (insert contractor's name here), the State hereby exercises the option to update funding based on changes from state, federal, local match and/or local agency overmatch funds. The contract is now (select one: increased and/or decreased) by (insert dollars here) specified in Paragraph/- Section/-Provision/Exhibit of the original contract. Anew Exhibit C-1 is made part of the original contract and replaces Exhibit C. (The following is a NOTE only so please delete when using this option: future changes for this option far Exhibit C shall be labeled as follows: C-2, C3, C-4, etc.) Exhibit F -Page 1 of 2 Exhibit F {The followinst lannuaae must be included on all notions): The amount of the current Fiscal Year contract value is (increased/decreased) by ($ amount of chanoe) to a new contract value of ($ ) to satisfy services/goods ordered under the contract for the current fiscal year (indicate Fiscal Yearl. The first sentence in Paragraph/Section/Provision is hereby modified accordingly. The total contract value to include all previous amendments, option letters, etc. is ($ ). The effective date of this Option Letter is upon approval of the State Controller or delegate, whichever is later. APPROVALS: For the Contractor /Local Aaencv Legal Name of Contractor / Local Agency By: Signature: Date: Name of Authorized Individual Title: Official Title of Authorized Individual State of Colorado: Bill Ritter, Jr., Governor By: Executive Director, Colorado Department of Transportation Date: ALL CONTRACTS MUST BE APPROVED BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Contract is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins pertorming prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. State Controller David J. McDermott, CPA By: Date: Issuance date: July 1, 2008 Exhibit F -Page 2 of 2 Exhibit G LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST Exhibit G Exhibit H THE LOCAL AGENCY SHALL USE THESE PROCEDURES TO IMPLEMENT FEDERAL-AID PROJECT AGREEMENTS WITH PROFESSIONAL CONSULTANT SERV[CES Title 23 Code of Federal Regulations (CFR) 172 applies to a federally funded local agency project agreement administered by CDOT that involves professional consultant services. 23 CFR 172.1 states "The policies and procedures involve federally funded contracts for engineering and design related services for projects subject to the provisions of 23 U.S.C. 112(a) and are issued [o ensure that a qualifed consultant is obtained through an equitable selection process, that prescribed work is properly accomplished in a timely manner, and at fair and reasonable cost" and according to 23 CFR 172.5 "Price shall not be used as a factor in the analysis and selection phase." Therefore, local agencies must comply with these CFR requirements when obtaining professional consultant services under a federally funded consultant contract administered by CDOT. CDOT has formulated its procedures in Procedural Directive (P.D.) 400.1 and [he related operations guidebook titled "Obtaining Professional Consultant Services". This directive and guidebook incorporate requirements from both Federal and Stale regulations, i.e., 23 CFR 172 and Colorado Revised Statute (C.R.S.) 24-30-1401 e[ seq. Copies of the directive and the guidebook may be obtained upon request from CDOT's Agreements and Consultant Management Unit. [Local agencies should have their own written procedures on file for each method of procurement that addresses the items in 23 CFR 172], Because the procedures and laws described in the Procedural Directive and the guidebook are quite lengthy, the subsequent steps serve as a short-hand guide to CDOT procedures that a local agency must follow in obtaining professional consultant services. This guidance follows the format of 23 CFR 172. The steps are: 1. The contmc[ing local agency shall document the need for obtaining professional services. 2. Prior to solicitation for consultant services, the contracting local agency shall develop a detailed scope of work and a list of evaluation factors and [heir relative importance. The evaluation factors are those identified in C.R.S. 24-30-1403. Also, a detailed cost estimate should be prepared for use during negotiations. 3. The contracting agency must advertise for contracts inconformity with the requirements of C.R.S. 24-30-1405. The public notice period, when such notice is required, is a minimum of 15 days prior [o the selection ofthe three most qualified firms and the advertising should be done in one or more daily newspapers of general circulation. 4. The request for consultant services should include the scope of work, the evaluation fao[ors and their relative importance, the method of payment, and the goal of ten percent (10%) for Disadvantaged Business Enterprise (DBE) participation as a minimum for the project. 5. The analysis and selection of the consultants should be done in accordance with C.R.S. 24-30-1403. This section of the regulation identifies the criteria to be used in the evaluation of CDOTpre-qualified prime consultants and their team. It also shows which criteria are used to short-list and to make a final selection. The short-list is based on the following evaluation factors: a. Qualifications, b. Approach to the project, c. Ability [o famish professional services. d. Anticipated design concepts, and e. Alternative methods of approach for famishing the professional services. Evaluation factors for final selection are the consultant's: a. Abilities of their personnel, b. Past performance, Exhibit H -Page 1 of 2 Exhibit H c. Willingness to meet the time and budge[ requirement, d. Location, e. Current and projected work load, f Volume of previously awarded contracts, and g. Involvement of minority consultants. 6. Once a consttltan[ is selected, the local agency enters into negotiations with [he consultant to obtain a fair and reasonable price for the anticipated work. Pre-negotiation audits are prepared for contracts expected to be greater than $50,000. Federal reimbursement for costs are limited to those costs allowable under [he cos[ principles of48 CFR 31. Fixed fees (profit) are determined with consideration given to size, complexity, duration, and degree of risk involved in [he work. Profit is in the range of six (6) to fifteen (15) percent of the total direct and indirect costs. 7. A qualified local agency employee shall be responsible and in charge of the project to ensure that the work being pursued is complete, accurate, and consistent with the terms, conditions, and specifications of the contract. At the end ofproject, the local agency prepares a performance evaluation (a CDOT form is available) on the consultant. 8. Each of the steps listed above is to be documented in accordance with the provisions of 49 CFR 18.42, which provide for records to be kept at least three (3) years from the date that the local agency submits its final expenditure report. Records of projects under litigation shall be kept a[ least three (3) years after the case has been settled. The C.R.S. 24-30-1401 through 24-30-1408, 23 CFR Part 172, and P.D. 400.1, provide additional details for complying with the eight (8) steps just discussed. Exhibit H -Page 2 of 2 Exhibit I FHWA Form 1273 FMWA-12]3 Eledmnic version - Mamh te, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General ................................................................... II. Nondiscrimination ................................................... III. Non-segregated Facilities ....................................... IV. Payment of Predetermined Minimum Wage........... V. Statements and Payrolls ......................................... VI. Record of Matedals, Supplies, and Labor ............... VII. Subletting or Assigning the Contract ....................... VIII. Safety: Accident Prevention ................................... IX. False Statements Concerning Highway Projects.... X. Implementation of Clean Air Act and Federal Water Pollution ConVOI Act ..................................................... XI. Certifcation Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion ....................................... XII. Certification Regarding Use of Contract Funds for Lobbying .................................................................................. ATTACHMENTS A. Employment Preference for Appalachian Contracts (Included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contracor's own organization and with the assistance of workers under the contractors immediate supedn- tendenceand toall work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in tum be made. The Required Contract Provi- sions shall not be inwrporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be suffcient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accor- dancewith the procedures of the U.S. Department of Labor (DOL) asset forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 1 6. Selection of Labor: During the pertormance of this con- 1 tract, the contractor shall not: 3 3 a. discriminate against labor from any other Stale, posses- 6 Sion, or territory of the United States (except for employment 6 preference for Appalachian contracts, when applicable, as 7 specifed in Attachment A), or 7 7 b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on 8 parole, supervised release, or probation. 8 II. NONDISCRIMINATION (Applicable to all Fedeml-aid wnstruction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discdminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (26 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modifed by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specifc affrmative action standards for the contractor's project activities underthis wntract. The Equal Opportunity Construction Contrail Specif cations set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et sec .) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the wntractor agrees to comply with the following minimum specifc requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Fedeml Government in carrying out EEO obliga- tions and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employ- ment, without regard to their mce, religion, sex, color, national origin, age or disability. Such action shall incude: employment, upgrading, demotion, ortransfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting offcers an EEO Off cer who will have the responsibility for and must be capable of effectively administering and promoting an acfve conVactor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Poficy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, orwho recommend such action, orwho are Exhibit I -Page 1 of 9 substantially involved in such action, will be made fully cognizant ot, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classifcation of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contract- or's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Offcer, covering all major aspects of the contractors EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Offcer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractors EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contracor's EEO policy and the procedures to implement such policy will be brought to the ariention of employ- ees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargain- ing agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the wntractor has a valid bargaining agree- mentproviding for exclusive hiring hall referals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractors compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national odgin, age or disability. The following procedures shall be followed: a. The contractorwill conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. Exhibit I b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discdminatory wage practices. c. The contractorwill pedodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a. reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such conective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent withthe contractors work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subpara- graph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within [he unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly orihrougha contractors association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minodty group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractorwill use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national odgin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to EXlllr-lt i - I~Hge 2 Of 9 REQUIRED HY 23 CFA 633. 102 -- the contractor, the contractor shall so cedity to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age nr disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contrail. The centmctor will use his best efforts to solicit bids from and to utilize DBE subconVactors or subcontractors with meaningful minoritygroup and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The centractorwill use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period ofthree years following completion of the contract work and shall be available at reasonable times and places for inspection by autho- rized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minodty and non-minority group members and women employed in each work classifcation on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportuni- ties for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minodty and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. Ifon-the Exhibit I job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal-aid construction contracts and to all related subconracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal- aid construction conVactor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilites at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The frm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, dunking fountains, recreation or entertainment areas, transpor- tation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, celor, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcentracts of consummation of matedal supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deduilions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor underthe Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination")which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifcations and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA- 1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or vests reason- ablyanticipated for bona file fringe benefits under Section 1(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or Exhibit I -Page 3 of 9 REQUIRED BY 23 CFR 633.102 -- mechanics, subject fo the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regularcontributions made or costs incurred for more than a weekly period (but not less often than quartedy) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made orincumed during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classifcation of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specifed for each classification for the time actually worked therein, provided, that the employers payroll records accurately set forth the time spent in each classification in which work is pertormed. c. All rulings and interpretations ofthe Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incerpo- rated by reference in this contract. 2. Classification: a. The SHA contracting oiFcer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The conUacting offcer shall approve an additional classification, wage rate and fringe benefits only when the following cdteda have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classifcation is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is pertormed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the addifion- al classifcation or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropdate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appro- priate, the laborers or mechanics to be employed in the additional classifcation or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefts, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommenda- tion ofthe contracting officer, to the Wage and HourAdministrator for determination. Said Administrator,oranauthodzedrepresen- tative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting offcer within the 30-day pedod that additional lime is necessary Exhibit I e. The wage rate (including fringe benefits where appropd- ate)determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescdbed in the contract fora class of laborers or mechanics includes a fringe beneft which is not expressed as an hourly rate, the contractor or subcontractors, as appropdate, shall either pay the benefit as stated in the wage determination or shall pay another bona fde fringe beneft or an hourly rase equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fdnge benefts under a plan or program, provided, that the Secre- tary of Labor has found, upon the wdtten request of the centrac- tor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they pertormed when they are employed pursuant to and individually registered in a bona fde apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, orwith a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employmentas an apprentice in such an apprentice- ship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman- level employees on the job site in any craft classifcation shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll a[ an apprentice wage rate, who is not regis- tered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determina- tion for the classification of work actually pertormed. In addition, any apprentice performing work on the job site in excess of the ratio permitted underthe registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually pertormed. Where a contractor or subcontractor is performing constmction on a project in a locality other than that in which its program is registered, the ratios and wage rates (ex- pressed in percentages of the journeyman-level hourly rate) specified in the contractor's orsubcontractor s registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specifed in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fdnge benefts, apprentices must be paid the full amount of fringe benefits listed on the wage determi- nalionfor the applicable classifcation. If the Administrator for the E'Xhlblt i - h3ge 4 Of 9 REQOI RED BY 23 CFA 633.102 -- Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accerdance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices al less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certifcetion by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employmentand Training Administration shall be paid not less than the applicable wage rate on the wage determi- nation for the classification of work actually performed. In addition, any trainee pertorming work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Everytrainee must be paid al notless than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman-level houry rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprentice- ship program associated with the correspondingjoumeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefts as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defned on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually per- formed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal- aidhighway construction programs are not subject to the require- ments of paragraph 4 of this Section IV. The straight lime hourly Exhibit I wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio ofapprentic- esand trainees tojourneymen shall not be greaterthan permitted by the terms of the particular program. 6. Withholding: The SHAshall upon its own action or upon wdtten request of an authorized representative of the DOL withhold, or cause to be vdthheld, from the conhactor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contrect subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, em- ployed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after wdtten notice to the contractor, lake such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation al a rate not less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 6. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation ofthe clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the rase of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess ofthe standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon wdtten request of any authorized representative oflhe DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federel contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS EXYlblt i - PagO 5 Of 9 REQUIRED HY 23 CFR 633.102 -- (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classifed as local roads or coral collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by refer- ence. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of esmpletion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fdnge benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefts under a plan or program descdbed in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain reesrds which show that the esmmit- ment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in wdting to the laborers or mechanics affected, and show the cost anticipated orthe actual cost incurred in providing benefts. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1 ), U.S. Government Printing Offce, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each Exhibit I helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefts or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certifica- tion set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. t. The falsifcation of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, espying, or transcdption byauthorized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after wdden notice to the contractor, sponsor, appli- cant, or owner, take such actions as maybe necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal-aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautifcation contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specifc materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Constmction Involving Federal Funds," pdor to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 togetherwith the data required in paragraph 1b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specifed elsewhere in the contract) of the total Exhibit I -Page 6 of 9 xa4utaen ay za cex s33. ioz -- original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items pertormed may be deducted from the total odginal contract pdce before computing the amount of work required to be pertormed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the pdme conVailor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the pdme contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinadly available in the type of contracting organizations qualified and expected to bid on the contrail as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the conVailor under the contract provisions. 3. The contractor shall furnish (a) a competent supedntendent or supervisor who is employed by the fine, has full authority to direct pertormance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who pertorms the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officerdetermines is necessary to assure the pertormance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given onlyafier the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION 1. In the pertormance of this contract the contractor shall comply with all applicable Federal, State, and local laws govern- ing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the pertormance of the work covered by the contract 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontrac- torshall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous ordangerous tohis/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contrail Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have dght of entry to any site of contract performance to inspect or investigate the matterof compliance with the construc- tion safety and health standards and to carry out the duties of the Exhibit I Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project pertorm their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee o(the United States, or of any Sfafe or Territory, or whoever, whethera person, association, hrm, or corporation, knowingly makes any false statement, /else representation, or false report as to the charac- ter, quality, quantity, or cost o/the material used or to be used, or the quantity or quality o/the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs ofconstruction on any highway orrelated project submitted forapproval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, /also report or false claim with respect to the charecfe~ qualify, quantity, or cost ofany work peAOrmed or to be performed, ormatedals famished orto be famished, in connection with the construction ofany highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in anystatement, certrfcate, or report submitted pursuant to provisions o/the Federel-aid Roads Act approved July 1, 1916, (39 Stat. 355J, as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years orboth." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the pertormance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et sett ., as amended by Pub.L. 91-604), and under [he Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et sec ., as amended by Pub.L. 92- 500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. ExhibitI -Page 7 of 9 ae0uxaan sy za cea 633.toz -- 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 3g8 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. Thatthe firm shall promptly notify the SHA of the receipt of any communication from the Director, Offce of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA Lisl of Violating Facilities. 4. That the frm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal-aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agencys determination whether to enter into this transaction. However, failure of the prospective pdmary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a maledal representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certifcalion, in addition to other remedies available to the Federal Govemment, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immedi- ate written notice to the department or agency to whom Nis proposal is submitted if any time the prospective primary partici- pantlearns that its certification was ertoneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred;' "suspended," "ineligible," "lower tier covered transaction," "participant," "person; "'primary covered transaction," "principal," "proposal;' and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. t. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. Exhibit I g. The prospective primary participant further agrees by submitting Nis proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transao- lion, without modifcation, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarilyexcluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its pdncipals. Each participant may, but is not required to, check the non-procurement portion of the "Lists of Parties Excluded From Federal Procurement or Non-procurement Programs" (Non- procurement Lisl) which is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in orderto render in good faith the certifcation required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authodzed under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in Nis transaction, in addition to other remedies available to the Federal Govemment, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Primary Covered Transactions 1. The prospective pdmary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently tlebared, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or pertorming a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embeulement, theft, forgery, bdbery, falsification ordestruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, Slate or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certifcation, such prospective participant shall attach an explanation to this proposal. EX}llblt I - PBgB c4 Of 9 REQUIRED eY 23 CFR 633.102 -- 2. Instructions for Certification -Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Govemment, the department, or agency with which this transaction orginaled may pursue available remedies, including suspension and/or debarment. c. Tha prospective lower tier participant shall provide immediate wrttten notice to the person to which this proposal is submitted if at any time the prospective lower tier participant teams that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant" "person," "principal," "proposal," and "voluntadly excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of roles implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntadly excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction odginaled. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction;' without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certifcation of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded hom the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowl- edge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragrapheof these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntadly excluded from participation in this transaction, in addition to other Exhibit I remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospec- tive participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS OR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submit- ting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employ- ee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contrail, the making of any Federal grant, the making of any Federal loan, the entedng into of any opopemtive agreement, and the eMension, continua- tion, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropdated funds have been paid or will be paid to any person for influencing or attempt- ing to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transacion was made or entered into. Submission of this certification is a prerequisite for making or entedng into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tiersubcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. EX}tlbll i - P8g0 9 Of 9 REQUIRED BY 23 CFR 633. 102 -- Exhibit J FEDERAL REQUIREMENTS Federal laws and regulations that may be applicable to [he Work include A. The "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Common Rule), at 49 Cade ofFederal Regulations, Part 18, except to the extent that other applicable federal requirements (including the provisions of 23 CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation: 1. the Local Agency/Contractor shall follow applicable procurement procedures, as required by section 18.36(d); 2. the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30; 3. [he Local Agency/Contractor shall comply with section 18.37 concerning any sub-grants; 4. to expedite any CDOT approval, the Local Agency/Contractor's attorney, or other authorized representative, shall also submit a letter to CDOT certiY'ying Local Agency/Contractor compliance with section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37 sub-grant procedures, as applicable; 5. the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(1) (which are also deemed incorporated herein) into any subcontract(s) for such services as terms and conditions of those subcontracts. B. Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department of Labor regulations (41 CFR Chapter 60) (All construction contracts awarded in excess of $10,000 by grantees and their contractors or sub- grantees). C. The Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3) (All contracts and sub-grants for construction or repair). D. The Davis-Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation. This act requires that all laborers and mechanics employed by contractors or sub- contractors to work on construction projects financed by federal assistance must be paid wages not less than those established for the locality of the project by the Secretary of Labor). E. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and sub-grantees in excess of $2,000, and in excess of $2,500 for other contracts which involve [he employment of mechanics or laborers). F. Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C. ] 857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and sub-grants of amounts in excess of $100,000). G. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-]63). H. Office of Management and Budget Circulars A-87, A-21 or A-122, and A-102 or A-110, whichever is applicable. The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state that federal Exhibit J -Page 1 of 3 Exhibit J funds cannot be used for partisan political purposes of any kind by any person or organization involved in the administration of federally-assisted programs. J. 42 USC 6101 et sea• 42 USC 2000d, 29 USC 794, and implementing regulation, 45 C.F.R. Part 80 et. sea.. These acts require that no person shall, on the grounds of race, color, national origin, age, or handicap, be excluded from participation in or be subjected to discrimination in any program or activity funded, in whole or part, by federal funds; K. The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 121 ] 1-12117, 12131- 12134, 12141-12150, 12161-12165, ]2181-12189, 12201-12213 47 USC 225 and 47 USC 611. L. The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended (Public Law 91- 646, as amended and Public Law 100-17, 101 8tat. 246-256). (If the contractor is acquiring real property and displacing households or businesses in the performance of this contract.) M. The Drug-Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seg•). N. The Age Discrimination Ac[ of 1975, 42 U.S.C. Sections 6101 et. sea• and its implementing regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as amended, and implementing regulation 45 C.F.R. Part 84. O. 23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts". P. 23 C.F.R Part 633, concerning "Required Contract Provisions for Federal-Aid Construction Contracts". Q. 23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions". R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The requirements for which are shown in the Nondiscrimination Provisions, which are attached hereto and made a part hereof. S. Nondiscrimination Provisions: Incompliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of ] 973, the Contractor, for itself, its assignees and successors in interest, agree as follows: 1. Compliance with Regulations. The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Contractor, with regard to the work performed by it after awazd and prior to completion of the contract work, will not discriminate on the ground of race, color, sex, mental or physical handicap or national origin in the selection and retention of Subcontractors, including procurement of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix C of the Regulations. Solicitations for Subcontracts Includine Procurement of Materials and Equinmen[ In all solicitations Exhibit J -Page 2 of 3 Exhibit J either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination onthe ground of race, color, sex, mental or physical handicap or national origin. 4. Information and Reports. The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by [he State or [he FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the Contractor is in the exclusive possession of another who fails or refuses to furnish [his information, the Contractor shall so certify to the Stale, or the FHWA as appropriate and shall sct forth what efforts have been made to obtain the information. 5. Sanctions for Noncomnliance. In the event of the Contractor's noncompliance with [he nondiscrimination provisions of this contract, the State shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; b. Cancellation, termination or suspension of the contract, in whole or in part. 6. Incorooration ofProvisions. The Contractor will include the provisions ofpazagraphs A through F in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontractor procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the State to enter into such litigation to protect the interest of the State and in addition, the Contractor may request the FHWA to enter into such litigation to protect the interests of the United States. Exhibit J -Page 3 of 3 ~~ MEMORANDUM TO: Mayor and City Council FROM: Kathryn Koch, City Clerk DATE: July 22, 2009 RE: Board Appointments By adopting the consent calendar, Council is appointing Nikolas Erickson as student representative to the Wheeler Opera House. vu a. MEMORANDUM TO: Mayor~jIJreland and Aspen City Council FROM: Errin Evans, Current Planner ~// THRU: Chris Bendon, Community Development Director/ !Ui/n, DATE OF MEMO: July 14, 2009 l~b/-'' MEETING DATE: July 27, 2009 RE: 500 Doolittle Drive, City of Aspen Water Treatment Plant - Specially Planned Area Amendment and Growth Management Quota System Review First Reading of Ordinance No. ~ 8 ,Series of 2009 Planning and Zoning Resolution No. 10, Series of 2009 APPLICANT /OWNER: Water Department, City of Aspen REPRESENTATIVE: Mitch Haas, Haas Land Planning, LLC LOCATION: Civic Address - 500 Doolittle Drive; Legal Description -Lot 25, Water Plant Affordable Housing, City of Aspen; Parcel Identification Number - 2735- 132-04-825 CURRENT ZONING aS[ IISE Located in the Public (PUB) zone district with a Specially Planned Area (SPA) overlay containing the City of Aspen Water Treatment Plant facility. PROPOSED LAND USE: The Applicant is requesting to remodel the main office building while adding a carport to a second building. STAFF RECOMMENDATION: Staff recommends that the Aspen City Council approve the request for a Specially Planned Area Amendment and Growth Management Review. SUMMARY: On June 16`h, this application was presented to the Planning and Zoning Commission, who approved the 8040 Greenline Review and made a recommendation to Council to approve the SPA Amendment and the Growth Management Quota System Review. Now before the Council are the SPA Amendment and the Growth Management Review for Council approval Revised 7/20/2009 Page 1 of 5 Photo of the subject property E n zsesta t.ozn ts3o zow Feet BACKGROUND: The City Water Treatment Plant is located at the end of Doolittle Drive off of Castle Creek Road. Currently the facility is comprised of several buildings and ponds that comprise of the City's water treatment plant. The applicant, the City of Aspen Utilities Department, proposes to remodel the administrative building and add a roof extension to create a carport on an existing building at the facility located at 500 Doolittle Drive (See Application - Exhibit B). Please note when you review the application, you will notice that the applicant would like to expand the existing office space by 1,200 square feet. This issue and the relevant reviews will be explored at a later date. Staff requests that the application be bifurcated and the approvals for the additional office space will be heard at a later date. The Water Treatment Plant SPA originally received approval by Council on July 22, 1996 by Ordinance No. 23 of Series 1996. Eazlier, on June 16th, the Planning and Zoning Commission approved the 8040 Greenline Review for the project and recommended that the Council approve the Specially Planned Area Amendment and the Growth Management Review. For the proposal before the Council at this time, two approvals aze required. The required approvals for this proposal include a Specially Planned Area (SPA) Amendment and Growth Management Quota System Review. Revised 7/20/2009 Page 2 of 5 Figure 1: Vicinity Map LAND USE REQUEST AND REVIEW PROCEDURES: The applicant is requesting the following land use approvals from the City Council to remodel the administrative building and a carport: • SPA Amendment pursuant to Land Use Code Section 26.440.050 (A) Review Standards for a development in a Specially Planned Area. This application does not qualify for an administrative amendment. All modifications shall be approved by the Planning and Zoning Commission and Council. This proposal does qualify for Consolidated Review. In this case, the conceptual and final plans may be combined based on the limited scope of the project. The Planning and Zoning Commission, at a public hearing, may make a recommendation to the City Council for approval, approval with conditions or disapproval of the SPA amendment. The City Council is the final authority. The Planning and Zoning Commission made a recommendation to Council on June 16`n to approve the amendment. • Growth Management Ouota System -Essential Public Facilities pursuant to Land Use Code Section 26.470.090 4. Any development to an essential public facility requires the Planning and Zoning Commission, at a public hearing, to make a recommendation to the City Council for approval, approval with conditions or disapproval of the Growth Management Review. The City Council is the final authority. The Planning and Zoning Commission made a recommendation to Council on June 16`n to approve the review. • 8040 Greenline Review for any development located at or above 8040 feet above mean sea level as pursuant to Land Use Code Section 26.435.030 (C) 8040 Greenline Review Standards. The Planning and Zoning Commission is the final review authority, who may approve, approve with conditions, or deny the request. The Planning and Zoning Commission approved the 8040 Greenline Review on June 16`n SPECIALLY PLANNED AREA DEVELOPMENT AMENDMENT REVIEW: The applicant proposes to remodel the entrance to the building by extending the roof over the ramps and changing the configuration of the ramps. The Community Development staff believes that the proposed remodel and the carport extension are consistent with the intent of the approved final development plan for the Water Treatment Facilities. The changes proposed aze relatively minor. The remodel to the front of the administrative building will be an improvement over the existing entrance. The accessibility ramps will be easier to use. No changes are proposed to the floor azea at this time. The existing administrative building is shown below in Figure 2: Existing Administrative Building as seen when approaching the site through the gate from Doolittle Drive. Revised 7/20/2009 Page 3 of 5 GROWTH MANAGEMENT REVIEW: This application also requires growth management review for the new carport. The extension of the eaves of an existing building will not create any new employee generation. The carport will not be enclosed and will be used to store a crane. The carport is intended for storage purposes only. No new employees will be generated as a result. This application is required to undergo review under Growth Management because it is an addition to an essential public facility. Essential Public Facilities are assessed based on its unique employee needs. As an Essential Public Facility, staff recommended that the Planning and Zoning Commission determine that no new employees are generated with the addition of the carport. The Planning and Zoning did, in fact, determine that no new employees were generated. It is the authority of the City Council to confirm that finding. STAFF REFERRALS: Only a few departments provided a response to this application. This project was reviewed by the Engineering Department, the Environmental Health Department, the Parks Department and the Fire Department. The Engineering Department found that the application did not have the information that they require for a complete review. The applicant will be required to submit a Drainage and Erosion Control Plan and Report stamped by a Colorado Professional Engineer when the building permit is submitted. The report must be approved by the City Engineer to meet approval conditions. The Environmental Health Department nor the Aspen/Pitkin Housing Authority have concerns with the remodel or the carport. They do have comments regarding the second portion of the application and the comments will be included at that time. RECOMMENDATION: Staff believes that the application is generally minor in nature. It is consistent with the final development approval of the Water Treatment Plant. It does not substantially change the exterior of the buildings and the same materials will be used. No employees are generated as a result of the new carport. Staff recommends that the City Council approve the Specially Planned Area Amendment and the Growth Management Review. Revised 7/20/2009 Page 4 of 5 Figure l: Existing Administrative Building CITY MANAGER'S COMMENTS: RECOMMENDED MOTION: "I move to approve Ordinance No. ~, Series of 2009, on first reading. ATTACHMENTS: Exhibit A -Staff Findings Exhibit B -Resolution No. 10, Series of 2009, Planning and Zoning Commission Exhibit C -Application Revised 7/20/2009 Page 5 of 5 ORDINANCE N0. ~, (SERIES OF 2009) AN ORDINANCE OF THE ASPEN CITY COUNCIL APPROVING A GROWTH MANAGEMENT REVIEW AND A SPECIALLY PLANNED AREA AMENDMENT FOR THE REMODEL AND ADDITION OF A CARPORT TO THE CITY OF ASPEN WATER TREATMENT PLANT, LEGALLY DESCRIBED AS LOT 25, WATER PLANT AFFORDABLE HOUSING AND COMMONLY DESCRIBED AS 500 DOOLITTLE DRIVE ParcellD: 2735-132-04-825 WHEREAS, the Community Development Department originally received an application from the City of Aspen Water Treatment Plant, represented by Mitch Haas of Haas Land Planning, requesting the City Council to approve Growth Management Review and a Specially Planned Area (SPA) amendment and requests for approval of Special Review and 8040 Greenline Review from the Planning and Zoning Commission for the minor addition and remodeling of the Water Treatment Plant. The applicant proposed to remodel the fagade and add an additional 1,200 square feet of office space to the administrative building and extend the eave of an existing building to create a carport; and, WHEREAS, the applicant has requested to bifurcate the application into two phases. As a result, the first phase of the application will include review for the remodel of the fagade of the administrative building and the carport. The applicant requested that the City Council approve Growth Management Review and a Specially Planned Area (SPA) amendment and that the Planning and Zoning Commission approve 8040 Greenline Review for the minor addition of the carport and remodeling of the facade of the Water Treatment Plant; and, WHEREAS, Phase 2, which consists of constructing 1,200 square feet of additional office space will be reviewed at a later date; and, WHEREAS, the Community Development Department received referral comments from the Aspen/Pitkin County Housing Authority, Consolidated Sanitation District, City Engineering, Fire Protection District, Parks Department, as a result of the Development Review Committee meeting; and, WHEREAS, said referral agencies and the Aspen Community Development Department reviewed the proposed SPA amendment, Growth Management Review, and 8040 Greenline Review and recommended approval; and, WHEREAS, the Planning and Zoning Commission approved Resolution No. 10, Series of 2009 to approve the 8040 Greenline Review and made a recommendation to Council to approve the SPA Amendment and the Growth Management Review on June 16`h, 2009; and, WHEREAS, the subject property is located in the Public (P) Zone District with an SPA overlay and requires a amendment to make changes to the Final Development Order, pursuant to Section 26.440.090; and, WHEREAS, pursuant to Section 26.440 and 26.470 of the Land Use Code, Growth Management Review and Specially Planned Area amendment approvals may be granted by the Page I of 3 City Council at a duly noticed public hearing after considering recommendations by the Planning and Zoning Commission, the Community Development Director, and relevant referral agencies; and, WHEREAS, Growth Management Review and Specially Planned Area amendment review requires a recommendation to Council by the Planning and Zoning Commission at a public heazing and this application was reviewed at a public hearing on June 16`h, 2009 where the recommendations of the Community Development Director and comments from the public were heard; and, WHEREAS, the Aspen City Council finds that the development application as proposed and identified as Exhibit C of the July 14`h staff memo meets the review standazds for a Growth Management Review and a Specially Planned Area amendment to remodel the fa9ade and to extend the eave of another building to create a carport if certain conditions are adhered to. NOW, THEREFORE BE IT ORDAINED that the Aspen City Council approves the Growth Management Review and the Specially Planned Area Amendment Review for the City of Aspen Water Treatment Plant subject to the conditions listed in Section 3 below. Section 1: Growth ManaEement Review Pursuant to the procedures and standards set forth in Title 26 of the Aspen Municipal Code, the City Council approves Growth Management Review for the project located at 500 Doolittle Drive, Aspen, Pitkin County, Colorado and determines that the scope of this approval: new carport and fagade remodel generates zero employees. Section 2: Specially Planned Area Amendment Pursuant to the procedures and standards set forth in Title 26 of the Aspen Municipal Code, the City Council approves the SPA amendment to remodel the facade of the administrative building and add a carport by extending an eave on an existing building for the project located at 500 Doolittle Drive, Aspen, Pitkin County, Colorado with the following conditions: The applicant is required to apply for a building permit and shall meet adopted building codes and requirements if and when a building permit is submitted. Section 4• This Ordinance shall not affect any existing litigation and shall not operate as an abatement of any action or proceeding now pending under or by virtue of the ordinances repealed or amended as herein provided, and the same shall be conducted and concluded under such prior ordinances. Section 5• If any section, subsection, sentence, clause, phrase, or portion of this Ordinance is for any reason held invalid or unconstitutional in a court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and shall not affect the validity of the remaining portions thereof. Section 6• All material representations and commitments made by the Applicant pursuant to the approvals as herein awazded, whether in public hearing or documentation presented before the Planning and Page 2 of 3 Zoning Commission or City Council, aze hereby incorporated in such approvals and the same shall be complied with as if fully set forth herein, unless amended by an authorized entity. Section 7: A public hearing on this ordinance shall be held the day of , 2009, in the City Council Chambers, 130 S. Galena, 15 days prior to which public notice shall be published in a newspaper of general circulation within the City of Aspen. INTRODUCED, READ AND ORDERED PUBLISHED as provided by law, by the City Council of the City of Aspen on the day of , 2009. Michael C. Ireland, Mayor Attest: Kathryn S. Koch, City Clerk FINALLY adopted, passed and approved this day of , 2009 by a - vote. Michael C. Ireland, Mayor Attest: Kathryn S. Koch, City Clerk Approved as to form: John P. Worcester, City Attorney Page 3 of 3 EXHIBIT A 26.470.090 Growth Manaeement Review Standards for Development of Essential Public Facilities The development of an essential public facility, upon a recommendation from the Planning and Zoning Commission, shall be approved, approved with conditions, or denied by the City Council based on the following criteria: a. The Community Development Director has determined the primary use and/or structure to be an essential public facility (see definition). Accessory uses may also be part of an essential public facility project. Staff Findings: The carport and remodel are proposed to the City Water Treatment Plant City which is considered to be an essential public facility. The City Water Treatment Plant meets the water needs of the City. The carport will be used to store the city crane and the remodel the fagade will improve the use of the accessibility ramps. Staff finds this criterion to be met. b. Upon a recommendation from the Community Development Director, the City Council may assess, waive or partially waive affordable housing mitigation requirements as is deemed appropriate or warranted for the purpose of promoting civic uses and in consideration of broader community goals. The employee generation rates may be used as a guideline, but each operation shall be analyzed for its unique employee needs, pursuant to Section 26.470.100, Calculations. Staff Findings: No mitigation is required for Phase 1 of this application. The remodel and the carport do not create any net leasable space nor generate any new employees. Phase 2 will be reviewed at a later date. Staff finds this criterion to be met. EXHIBIT A (Continued) 26.440.050 Review Standards for development in a Specially Planned Area In the review of a development application for a conceptual development plan and a final development plan, the Planning and Zoning Commission and Citv Council must consider the following: 1. Whether the proposed development is compatible with or enhances the mix of development in the immediate vicinity of the parcel in terms of land use, density, height, bulk, architecture, landscaping and open space. Staff Findings: Currently, the site consists of an administrative building, storage buildings, plant buildings and ponds. The site is located beyond the Water Plant Affordable Housing and is isolated from other development by topographical features. The addition to the City Water Treatment Plant is a minor in nature relative to the size of the facilities. The additions consist of extending the roof eave on another building to create a carport to protect a crane and remodeling the front entry of the administration building. The Specially Planned Area (SPA) reflects the long term plans for the site and this proposal is consistent with the future goals. The original SPA allows for over 104,549 more square feet of buildings for this facility. The project meets the requirements for land use, height, density, architecture and landscaping. Staff feels that this proposal is compatible with the existing facilities, the intent of the SPA and the surrounding area. Staff finds this criterion to be met. 2. Whether sufficient public facilities and roads exist to service the proposed development. Staff Findings: No increased impacts on the public facilities or roads are predicted Stafffnds this criterion to be met. 3. Whether the parcel proposed for development is generally suitable for development, considering the slope, ground instability and the possibility of mud flow, rock falls, avalanche dangers and flood hazards. Staff Findings.• The parcel is suitable for development. The area where the buildings are situated is mostly level. There are no environmental constraints that would limit the construction of the carport or the faFade remodel. The parcel is not Zocated in the floodplain area or an area that is particularly steep. Staff finds this criterion to be met. 4. Whether the proposed development creatively employs land planning techniques to preserve significant view planes, avoid adverse environmental impacts and provide open space, trails and similar amenities for the users of the project and the public space. Staff Findings: The proposed development will not have any impacts on the view planes or adverse environmental impacts. The carport will be located under an extension of an existing eave. The remodel of the facade will be ftnished with exterior treatments and rooflines to match the existing buildings. Because of the nature of the topography, the new additions will not be visible from adjacent properties. Staff finds this criterion to be met. 5. Whether the proposed development is in compliance with the Aspen Area Comprehensive Plan. Staff Findings: The remodel and the addition of the carport do not contravene any of the goals or policies of the Aspen Area Comprehensive Plan. Staff finds this criterion to be met. 6. Whether the proposed development will require the expenditure of excessive public funds to provide public facilities for the parcel, or the surrounding neighborhood. Staff Findings: The Water Department has the funds to remodel the facade and construct the carport at this time. Staff fords this criterion to be met. 7. Whether proposed development on slopes in excess of twenty percent meet the slope reduction and density requirements of Section 26.445.040 (B)(2). Staff Findings.• There are no slopes in excess of twenty percent where the addition is to be located. The increase in density is not applicable. Staff finds this criterion met. 8. Whether there are sufficient GMQS allotments for the proposed development. Staff Findings: GMQS allotments are not required for Essential Public Facilities. Phase 1 of this application does not require any mitigation for the remodel or the carport as they do not increase net leasable space or generate new employees. This project requires growth management review. Stafffinds this criterion met. ~x~(Q~r 3 RESOLUTION N0. 10, (SERIES OF 2009) A RESOLUTION OF THE CITY OF ASPEN PLANNING AND ZONING COMMISSION RECOMMENDING CITY COUNCIL APPROVE A GROWTH MANAGEMENT REVIEW AND A SPECIALLY PLANNED AREA AMENDMENT AND APPROVING 8040 GREENLINE REVIEW FOR THE REMODEL AND ADDITIONS TO THE CITY OF ASPEN WATER TREATMENT PLANT, LEGALLY DESCRIBED AS LOT 25, WATER PLANT AFFORDABLE HOUSING AND COMMONLY DESCRIBED AS 500 DOOLITTLE DRIVE ParcellD: 2735-132-04-825 WHEREAS, the Community Development Department originally received an application from the City of Aspen Water Treatment Plant, represented by Mitch Haas of Haas Land Planning, requesting the Planning and Zoning Commission recommend approval of Growth Management Review and a Specially Planned Area (SPA) amendment and requests for approval of Special Review and 8040 Greenline Review for the minor addition and remodeling of the Water Treatment Plant. The applicant proposed to remodel the facade and add an additional 1,200 squaze feet of office space to the administrative building and extend the eave of an existing building to create a carport; and, WHEREAS, the applicant has requested to bifurcate the application into two phases. As a result, the first phase of the application will include review for the remodel of the faFade of the administrative building and the carport. The applicant requesting the Planning and Zoning Commission recommend approval of Growth Management Review and a Specially Planned Area (SPA) amendment and a request for approval of 8040 Greenline Review for the minor addition of the carport and remodeling of the facade of the Water Treatment Plant; and, WHEREAS, Phase 2, which consists of constructing 1,200 square feet of additional office space will be reviewed at a later date; and, WHEREAS, the Community Development Department received referral comments from the Aspen/Pitkin County Housing Authority, Consolidated Sanitation District, City Engineering, Fire Protection District, Parks Department, as a result of the Development Review Committee meeting; and, WHEREAS, said referral agencies and the Aspen Community Development Department reviewed the proposed SPA amendment, Growth Management Review, and 8040 Greenline Review and recommended approval; and, WHEREAS, the subject property is located in the Public (P) Zone District with an SPA overlay and requires a amendment to make changes to the Final Development Order, pursuant to Section 26.440.090; and, WHEREAS, the proposed development is located at an elevation of approximately 8,150 - 8,170 feet above sea level and is subject to 8040 Greenline Review, pursuant to Land Use Code Section 26.435.020, Environmentally Sensitive Areas; and Page 1 of 3 WHEREAS, pursuant to Section 26.440 and 26.470 of the Land Use Code, Growth Management Review and Specially Planned Area amendment approvals may be granted by the City Council at a duly noticed public heazing after considering recommendations by the Planning and Zoning Commission, the Community Development Director, and relevant referral agencies; and, WHEREAS, pursuant to Section 26.430 and 26.435 of the Land Use Code, 8040 Greenline Review approvals may be granted by the Planning and Zoning Commission at a duly noticed public heazing after considering recommendations by the Community Development Director, and relevant referral agencies; and, WHEREAS, Growth Management Review and Specially Planned Area amendment review for a recommendation to Council by the Planning and Zoning Commission requires a public heazing and this application was reviewed at a public hearing on June 16`", 2009 where the recommendations of the Community Development Director and comments from the public were heazd; and, WHEREAS, 8040 Greenline review for approval by the Planning and Zoning Commission requires a public heazing and this application was reviewed at a public hearing on June 16s', 2009 where the recommendations of the Community Development Director and comments from the public were heard; and, WHEREAS, an application was submitted for the City of Aspen Water Treatment Plant, which proposed on Lot 25, a remodel of the facade of the administrative building for accessibility and an extension of a roof eave on an existing building to create a carport. WHEREAS, the Commission finds that the development application as proposed and identified as Exhibit A of the June 16`h staff memo meets the review standards for a Growth Management Review, a Specially Planned Area amendment, and 8040 Greenline Review if certain conditions are adhered to. NOW, THEREFORE BE IT RESOLVED that the Planning and Zoning Commission recommends that the City Council approve the Growth Management Review and the Specially Planned Area Amendment Review for the City of Aspen Water Treatment Plant and that the Planning and Zoning Commission approves the 8040 Greenline Review, subject to the conditions listed in Section 3 below. Section 1: Growth Mana¢ement Review Pursuant to the procedures and standazds set forth in Title 26 of the Aspen Municipal Code, the Planning and Zoning Commission hereby recommends that the City Council approve Growth Management Review for the project located at 500 Doolittle Drive, Aspen, Pitkin County, Colorado and determines that the scope of this approval: new carport and facade remodel generates zero employees. Section 2: Specially Planned Area Amendment Pursuant to the procedures and standards set forth in Title 26 of the Aspen Municipal Code, the Planning and Zoning Commission hereby recommends that the City Council approve the SPA amendment to remodel the facade of the administrative building and add a carport by extending Page 2 of 3 an eave on an existing building for the project located at 500 Doolittle Drive, Aspen, Pitkin County, Colorado with the following conditions: The applicant is required to apply for a building permit and shall meet adopted building codes and requirements if and when a building permit is submitted. Section 3: 8040 Greenline Review Pursuant to the procedures and standards set forth in Title 26 of the Aspen Municipal Code, the Planning and Zoning Commission hereby approves the request for 8040 Greenline Review to remodel the fapade of the administrative building and add a carport by extending an eave on an existing building for the project located at 500 Doolittle Drive, Aspen, Pitkin County, Colorado subject to the following condition: a) A Drainage and Erosion Control Plan and Report stamped by a Colorado Professional Engineer. On-site drainage is to be designed in accordance with the City of Aspen Engineering Design and Construction Standards. IBC Section 3307.1 requires that provisions be made to control erosion. The City requires a plan that shows the location of erosion control measures, drainage patterns, and details of erosion control structures. The plan must include notes that describe how erosion control measures will be regularly maintained. The erosion control plan must show the location of mud racks, the location of water for washing tires and the retention of the wash water. Section 4: This Resolution shall not affect any existing litigation and shall not operate as an abatement of any action or proceeding now pending under or by virtue of the ordinances repealed or amended as herein provided, and the same shall be conducted and concluded under such prior ordinances. Section 5• If any section, subsection, sentence, clause, phrase, or portion of this Resolution is for any reason held invalid or unconstitutional in a court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and shall not affect the validity of the remaining portions thereof. APPROVED by the Commission at its regular meeting on June 16`h, 2009 by a 5 - 0 vote. APPROVED AS TO FORM: PLANNING AND ZONING COMMISSION: Jim True, Special Counsel ATTEST: Jackie Lothian, Deputy City Clerk Stan Gibbs, Vice-Chair EXHIBIT I: Approved Building Elevations Page 3 of 3 Memorandum TO: Mayor and Members of Council FROM: James R. True DATE: July 20, 2009 RE: Aspen Local Marketing District Attached for your consideration and review is a proposed Ordinance which, if adopted, would organize the Aspen Local Marketing District and submit to the voters of the District a question for the approval of the organization of the District as well an approval of a one percent (1 %) lodge tax. The statute that authorizes the creation of a marketing district requires 50% of the owners of commercial real estate within a district to submit a petition to City Council for the creation of the district. The City Council must then determine the sufficiency of the petitions then approve the organization of the district. The organization of the district is specifically contingent upon the approval of the registered voters within the district. The Ordinance attached addresses the specific requirements of counsel and submits the matter of the organization and the tax to the voters. Staff as well as representatives of ACRA and the proposed district will be available for any questions. ACTION REQUESTED: A Motion to approve Ordinance No. ~, Series of 2009. CITY MANAGER'S COMMENTS: cc: City Manager ORDINANCE N0. (Series of 2009) AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, ORGANIZING THE ASPEN LOCAL MARKETING DISTRICT; APPOINTING THE INITIAL MEMBERS OF THE BOARD OF DIRECTORS OF THE DISTRICT; AND APPROVING THE INITIAL OPERATING PLAN AND BUDGET FOR THE DISTRICT; AND SETTING AN ELECTION AND BALLOT QUESTION THEREFOR WHEREAS, the City Clerk of the City of Aspen, Colorado (the "Cit}~'), has received a petition for the organization of the Aspen Local Marketing District within the City (the "District")" and WHEREAS, based upon the petition for organization (the "Petition") and other evidence presenting to the City Council at a public hearing held on , 2009 and a subsequent public hearing held on , 2009, which public hearings were concerned with determin- ing the sufficiency of the Petition, the Petition has been determined to have been signed in conformity with the Local Marketing District Act, C.R.S. Section 29-25-101, et seq., (the "Act"), in that the signature on the Petition are genuine, and the signatures ofpetitioners repre- sentthe persons who own commercial real property in the service area ofthe proposed District having a valuation for assessment of not less than fifty percent of the valuation fro assessment of all commercial real property in the service area of the proposed District; and WHEREAS, C.R.S. Section 29-25-102(2), states that the creation of local marketing districts are essential to the continued economic growth of the State of Colorado; and WHEREAS, the Petitioners have also caused a copy of the District's preliminary Op- eratingPlan and 2010 Budget (the "Initial Operating Plan") to be submitted to the City, which plan and budget are attached hereto as Exhibit "A"; and WHEREAS, the Petition sets forth, among other things: a) The name of the proposed District, which is "Aspen Local Marketing District"; b) A general description ofthe boundaries and service area ofthe proposed District, which is to wit: the area generally bounded by Main Street to the north, 5"' Street to the west, Cleveland Street to the east, and Aspen Mountain to the south, including the commercial areas of the Aspen Meadows Resort and the Aspen Highlands Ski Area; c) A description of the types of services to be provided by the proposed District; d) A description of the marketing and promotion tax proposed to be levied by the District pursuant to C.R.S. Section 29-25-112, being one percent (1%); e) The names of three persons to represent the petitioners, who have the power to enter into agreement relating to the organization of the District; f) A request that the City Council appoint the initial members of the Board of Di- rectors of the District pursuant to C.R.S. Section 29-25-108(1)(b); g) A request that City Council approve the Initial Operating Plan; h) A request that City Council approve the organization of the District conditioned on the outcome of an election held for that purposes; and WHEREAS, City Council has determined that it appears that the allegations ofthe Petition are true; and WHEREAS, City Council has determined that the types of services to be provided by the proposed District, as further set forth and described in the Initial Operating Plan, aze those services which best satisfy the purposes of the Act; and WHEREAS, the Petition was filed with a cash deposit in such amount determined sufficient to cover all municipal expenses associated with these proceedings in case the organization ofthe proposed District in not effected; and WHEREAS, the service azea of the proposed District is entirely within the City; and WHEREAS, a map ofthe boundaries of the proposed District is attached hereto as Exhibit "B" and is incorporated herein by this reference. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, THAT: Section 1: Pursuant to its authority to organize local marketing districts under the Act, and specifically C.R.S. Sections 29-25-105(3) and 29-25-106, the City Council, as the govern- ingbody ofthe City, hereby adjudicates all questions of jurisdiction to find that jurisdiction is vested in the City Council to organize the local marketing district described in the Petition submitted by the petitioners for the Aspen Local Marketing District. Section 2: Subject to the outcome of the election provided for in Section 12 hereof, the City Council hereby declares the organization of the Aspen Local Marketing District. The bounda- ries and service area of the District shall be as set forth in Exhibit "B", which exhibit is at- tached hereto and incorporated herein by this reference. Section 3: The District shall be a separate political subdivision and body corporate of the State of Colorado an shall have all of the duties, privileges, immunities, rights, liabilities and disabilities of a public bode politic and corporate. The District shall hereafter have the corpo- rate name specified in the Petition: Aspen Local Marketing District. Section 4: The purpose ofthe District shall be to provide the services set forth in C.R.S. Sec- tion 29-25-111(1)(e)(I)(A), (B) and (C), and to exercise all other powers of a local marking district in accordance with the Act. Section 5: Pursuant to C.R.S. Section 29-25-108(1)(b), the City Council may appoint initial members of the Board of Directors of the District (the "Board"). The Board shall have five (5) members, and each member shall be an elector of the District. The City Council hereby ap- points the following five (5) initial members of the Board: (1) Warren Klug (2) Casandra Foister (3) Tim Clark (4) Dale Paas (5) Eva Peron Section 6: In accordance with C.R.S. Section 29-25-105(4)(b), which requires City Council to specify the voting requirements for District elections, an "elector" of the District shall mean a natural person who is legally qualified to vote in the State of Colorado, who has complied with the registration requirements of the Uniform Election Code, and the Colorado Municipal Election Code and who resides within the boundaries of the proposed district. Section 7: In accordance with C.R.S. Section 29-25-108(1)(b), members of the Board of Directors of the District shall serve at the pleasure of the City Council. Within thirty (30) days after a vacancy occurs, a successor shall be appointed by resolution. Section 8: Within thirty (30) days of the execution date of this Ordinance, or within thirty (30) days of each subsequent appointment to the Board of Directors by the City Council by resolution, each member of the Board shall appear before an officer authorized to administer oaths and take an oath that he or she will faithfully perform the duties of his or her office as required bylaw and will support the constitution of the United States, the Constitution of the State of Colorado, and laws made pursuant thereto. A majority of the members of the Board shall constitute a quorum. The Board shall elect one of its members as presiding officer, one of its members as secretary, and one of its members as treasures. The office ofboth secretary and treasurer maybe filled by one person. The Board shall carry out the responsibilities re- quired of such Board by the Act and other applicable law. Section 9: The Initial Operating Plan is hereby approved in accordance with C.R.S. Section 29-25-110. Section 10: The ballot issue shall be substantially as set forth below: SHALL THE ASPEN LOCAL MARKETING DISTRICT BE ORGANIZED AND SHALL TAXES BE INCREASED $1.0 MILLION ANNUALLY IN THE FIRST FULL FISCAL YEAR AND BY WHATEVER ADDITIONAL AMOUNTS ARE RAISED ANNUALLY IN EACH SUBSEQUENT YEAR BY THE LEVYING OF A ONE PERCENT (1%) MARKETING AND PROMOTION TAX ON THE PURCHASE PRICE PAID OR CHARGED TO PERSONS FOR ROOMS OR ACCOMMODATIONS WITHIN THE DISTRICT AS INCLUDED IN THE DEFINITION OF "SALE" IN C.R.S. SECTION 39-26-102(11), COMMENCING IN 2010 AND CONTINUING IN EACH YEAR THEREAFTER; AND SHALL THE DISTRICT BE AUTHORIZED TO COLLECT, RETAIN AND SPEND ALL REVENUES RECEIVED IN 2010 AND EACH YEAR THEREAFTER WITHOUT REGARD TO ANY SPENDING, REVENUE-RAISING, OR OTHER LIMITATION CONTAINED IN ARTICLE X, SECTION 20 OF THE COLORADO CONSTITUTION OR ANY OTHER LAWS OF THE STATE OF COLORADO? The District is authorized to proceed with an election on November 3, 2009. As set forth in C.R.S. Sections 29-25-105(6) and 29-25-112(1), the City Clerk shall assist the District with conducting the election. Section 11: The Board shall file its future operating plans and budgets and any amendments thereto, if necessary, with the City Clerk for the approval of the City Council as provided in C.R.S. Section 29-25-110. City Council may require the District to supplement its operating plan or budget in any year where necessary. Section 12: The actions of the City Clerk, petitioners, and petition representatives insetting and providing public notice of the public hearings on the sufficiency of the Petitions, in setting and providing public notice of the date of the public hearings at which this Ordinance was con- sidered, and in furtherance of the November 3, 2009 election are hereby ratified and con- firmed. Section 13: In accordance with C.R.S. Section 29-25-105(6), this Ordinance shall not be effective unless first submitted to a vote of the electors of the District. The District shall not be established unless a majority of said electors voting on the establishment of the District at the election vote in favor of such establishment. Section 14: The District shall continue to exist for a period of five years, unless otherwise extended by a vote of the electors of the District. This Ordinance may not be repealed, termi- nated, or rescinded so long as the District has any outstanding financial obligations. Section 15: If the District is dissolved in accordance with C.R.S. Section 29-25-115, any funds or assets of the District remaining after the District has satisfied any outstanding finan- cial obligations existing as of the date of dissolution, shall be remitted to the City and the City shall use said funds for tourism promotion activities and/or to provide substantially the ser- vicesoutlines inthe District's last Operating Plan filed with the City in accordance with C.R.S. Section 29-25-110. Section 16: If any section, subsection, sentence, clause, phrase or portion of this ordinance is for any reason held invalid or unconstitutional in a court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and shall not affect the validity of the remaining portions thereof. Section 17. This ordinance shall not have any effect on existing litigation and shall not operate as an abatement of any action or proceeding now pending under or by virtue of the ordinances amended as herein provided, and the same shall be construed and concluded under such prior ordinances. Section 18. A public hearing on the ordinance was held on 2009 and on 2009, fifteen (15) days prior to which hearing a public notice of the same was published in a newspaper of general circulation within the City of Aspen. INTRODUCED, READ AND ORDERED PUBLISHED as provided by law, by the City Council of the City of Aspen on the day of July 2009. ATTEST: Michael C. Ireland, Mayor Kathryn Koch, City Clerk FINALLY, adopted, passed and approved this day of August 2009. ATTEST: Kathryn Koch, City Clerk Michael C. Ireland, Mayor APPROVED AS TO FORM: John Worcester, City Attorney OPERATING PLAN AND BUDGET FOR THE ASPEN LOCAL MARKETING DISTRICT in the City of Aspen, State of Colorado (2010) Submitted: June 30, 2009 TABLE OF CONTENTS I.0 PURPOSE AND SCOPE OF THE DISTRICT ......................................... ................................1 2.0 COMPOSITION OF THE BOARD OF DIRECTORS ............................. ................................2 3.0 DESCRIPTION OF DISTRICT SERVICES ............................................. ................................3 4.0 FINANCIAL PLAN AND BUDGET ....................................................... ................................4 5.0 ADMINISTRATION AND OPERATION ................................................ ................................4 6.0 MUNICIPAL OVERSIGHT OF DISTRICT ACTNITIES ...................... ................................4 7.0 CONCLUSION .......................................................................................... ................................5 EXHIBIT A Legal Description of Territory Within District EXHIBIT B Map EXHIBIT C District Services EXHIBIT D Proposed 2010 Budget i _. _. OPERATING PLAN AND BUDGET FOR THE ASPEN LOCAL MARKETING DISTRICT 1.0 PURPOSE AND SCOPE OF THE DISTRICT 1.1 Introduction and Purpose. This Operating Plan and Budget for the Aspen Local Marketing District (the "District") has been prepared and submitted in accordance with the provisions of the Local Marketing District Act, Sections 29-25-101 et seq., C.R.S. (the "Act"). The main purpose of the District is to promote the continued vitality of commercial businesses within the service area of the District (the "Service Area") by focusing on providing services in the following three main areas: (a) organization, promotion, marketing, and management of public events; (b) activities in support of business recruitment, management, and development; and (c) coordinating tourism promotion activities (collectively, the "District Services"). The District, acting by and through its appointed Board of Directors, will work closely with those groups which currently perform marketing activities in and around the Service Area, including but not limited to the City of Aspen (the "City"), the Aspen Chamber Resort Association ("ACRA"), the Aspen Ski Company ("ASC"), Stay Aspen Snowmass ("SAS"), and the Town of Snowmass Village ("TOSV"). The Service Area of the District consists of approximately 186 acres and is located entirely within the City. The District is a Title 29, Article 25, Part 1 Local Marketing District, and will be utilized to provide the District Services identified in this Operating Plan. The District Services will not be provided unless and until voters approve a one percent (1%) marketing and promotion tax (the "District Tax") at an election held for that purpose. Currently, it is anticipated that voters will vote on the question of the formation of the District and the authorization of the District Tax at an election to beheld on November 3, 2009. 1.2 Background. The formation of the District is a critical step toward expanding and enhancing the current marketing activities undertaken by ACRA, ASC, SAS, TOSV, and other groups. Section 29-25-102(2), C.R.S. states that the creation of local marketing districts is a key component in ensuring the continued economic growth of the State of Colorado. The Service Area of the District, and the Aspen-Snowmass area, is the premier resort destination for visitors from within the State of Colorado, across the United States, and internationally. The creation of the District establishes a vehicle through which the Service Area and surrounding region is assured of visibility in an increasingly competitive international tourism marketplace. 1 1.3 District Service Area. A description of the boundaries of the Service Area of the District (the "Service Area") is attached hereto as Exhibit A. A map depicting the boundaries of the Service Area is attached hereto as Exhibit B. 1.4. Operating Plan Contents. Pursuant to the provisions of the Local Marketing District Act, Section 29-25-101, et seq., Colorado Revised Statutes, as amended, this Operating Plan specifically identifies (a) the District Services to be provided by the District, (b) the District Tax to be imposed by the District, and (b) such other additional information as the City may require. 2.0 COMPOSITION OF THE BOARD OF DIRECTORS 2.1 Anointed Board, Electors. The Board of Directors of the District shall have five (5) members, all of whom shall be appointed by the City, pursuant to and in accordance with Section 29-25-108(1)(b), C.R.S. All Board members must, by law, be electors of the District. As set forth in the resolution organizing the District, an "elector" of the District shall mean a natural person who is legally qualified to vote in the State of Colorado, who has complied with the registration requirements of the Uniform Election Code, and who: (I) Makes his primary dwelling place in the District; or (II) Owns commercial real property within the boundaries of the District; or (III) Is the natural person designated by an owner of commercial real property in the District which is not a natural person to vote for such owner. Such designation must be in writing and filed with the City Clerk and the secretary of the District. Only one such person maybe designated by an owner. 2.2 Initial Board. The individuals who are to be appointed to the initial Boazd of Directors of the District are: 1) Casandra Foister 2) Tim Clark 3) Dale Paas 4) Warren Klug 5) 2 3.0 DESCRIPTION OF DISTRICT SERVICES 3.1 District Services. As set forth in Section 1.1 above, the District Services consist of services to be provided by the District in the following categories: (a) organization, promotion, marketing, and management of public events; (b) activities in support of business recruitment, management, and development; and (c) coordinating tourism promotion activities. The District Services are more particularly described in Exhibit C attached hereto and incorporated herein by reference. The Board of Directors of the District will, to the extent practicable, coordinate the District Services with ACRA, ASC, ASA and TOSV in order to avoid the duplication of services. 3.2 District Powers. In addition to the District Services described in Section 3.1, the District shall have all of the powers of a local marketing district as described in the Act. 4.0 FINANCIAL PLAN AND BUDGET 4.1 General Matters, Budget. The District's preliminary 2010 budget is attached hereto as Exhibit D, and is incorporated herein by reference. The specific line items identified in the budget, including "basic marketing activities," "related marketing activities," "winter marketing campaign," and "group sales initiative" are further described in Exhibit C. Following organization of the District by resolution of the City Council and approval of the formation of the District and District Tax by voters at the November 3, 2009 election, the Board of Directors of the District will formally adopt a budget for 2010 in compliance with the Colorado Local Government Budget Law, including the required public notice and hearing before the Board of Directors of the District. The Board shall take no formal action on the final 2010 budget unless and until voters have approved the formation of the District. The budgets for 2011 and subsequent years shall be incorporated into the District's annual Operating Plan submitted to the City for review and approval as required by Section 29-25-110, C.R.S. 4.2 Initial Election. The District shall hold an election on November 3, 2009 for the purpose of authorizing the formation of the District and authorizing the imposition of the District Tax. 4.3 District Tax. Contingent on the favorable outcome of the November 3, 2009 election, funding for the District Services will be provided through the imposition of a one percent (1%) marketing and promotion tax on the purchase price paid or charged to persons for rooms or accommodations as included in the definition of "sale" in Section 39-26-102(11), C.R.S., and as further set forth and authorized pursuant to Section 29-25-112, C.R.S. Notwithstanding the foregoing, the definition of "sale" shall not include "the exchange of property as well as the sale thereof for money," as referenced in Section 39-26-102(10), C.R.S. 3 Revenues generated by the District Tax will be collected by the Colorado Department of Revenue (the "Department of Revenue") in a timely fashion, pursuant to and in accordance with Section 29-2-106, C.R.S., in order that the District Services identified in this Operating Plan may be funded and operational beginning as early as calendar year 2010. In accordance with Section 29-25-112(1)(b)(II), C.R.S., the Department of Revenue shall perform an annual analysis to determine the net incremental cost of the collection, administration and enforcement of the marketing and promotion tax, and shall retain an amount determined to be necessary to offset said incremental costs, except that such amount may not exceed three and one-third percent (3.33%) of the amount collected in any year. 5.0 ADMINISTRATION, OPERATION AND MAINTENANCE 5.1 General. The District shall be responsible for providing its own administrative operations and the District Services. District Services will be performed by District personnel or by contract or agreement with other governmental or non-governmental entities. Pursuant to Section 29-25-111(1)(j), C.R.S., the District shall be authorized to exercise all rights and powers necessary or incidental to or implied from the specific powers granted to local marketing districts by the Act. 5.2 Funding of Administrative and Operating Costs. The District's administrative and operating costs, including accounting and legal services, will be funded through the District Tax. As set forth in the preliminary budget attached hereto as Exhibit D, administrative and operating costs are expected to comprise a maximum of 5% of the District's overall budget. The majority of District funds raised by the District Tax will be spent on the provision of District Services. 6.0 MUNICIPAL OVERSIGHT OF DISTRICT ACTNITIES 6.1 Annual Operatine Plan and Budget. The District shall submit to the City by September 30th of each year, an annual operating plan and budget describing its proposed budget for the next fiscal year in accordance with Section 29-25-110, C.R.S. This Operating Plan shall constitute the District's Operating Plan and Budget for 2010. The District shall submit its next operating plan and budget to the City on or before September 30, 2010, and by September 30th of each year thereafter. 6.2 Inclusions and Exclusions. Any proposed inclusions or exclusions of territory into or from the District shall be accomplished pursuant to and in accordance with Section 29-25- 113, C.R.S. 4 7.0 CONCLUSION It is submitted that this Operating Plan for the Aspen Local Marketing District meets the requirements of the Local Marketing District Act and that the District Services identified in this Operating Plan are those services which best satisfy the purposes of Part 1 of Article 25 of Title 29, C.R.S., as required by Section 29-25-107(4), C.R.S. It is further submitted that the formation of the Aspen Local Marketing District has a demonstrable public purpose, in that it will support and promote the continued vitality of the commercial interests located within the boundaries of the Service Area by providing a vehicle through which tourism promotion activities and related District Services may be funded on an annual basis moving forwazd. The creation and continued existence of the District will ensure that the Service Area and the related region remains a visible world class destination and remains competitive in terms of capturing tourist revenue in an increasingly competitive global tourism marketplace. 5 EXHIBIT A General Description of District Boundaries The Aspen Local Marketing District is bounded by Main Street running east from Fifth Street to Monarch, but including half of the blocks north of Main Street between Garmisch and Second streets; then north on Monarch past Clark's Market and including the Puppy Smith commercial buildings; then up Mill Street to the alley between Hopkins and Hyman, east down the alley to Original Street, south to Hyman and east again to West End, then north to Hopkins, east to Cleveland Street then south to Cooper Avenue. The Boundary runs west on Cooper to Original, up to Ute Avenue to include the Aspen Silverglow and Gant properties, then south to include the Aspen Alps properties, west along Aspen Mountain to include the Lift 1 area and the Shadow Mountain Condominiums, then north along Garmisch to Hyman, east along Hyman to include the St. Moritz Lodge, north on Third Street to Hopkins, west again to Fifth Street and north to Main Street. The Aspen Local Marketing District also includes the commercial buildings at the Aspen Meadows and Aspen Institute, and the commercial buildings and lodging at the base of Aspen Highlands. The area included approximates 186 acres. A specific map of the District Boundaries is attached. EXHIBIT B Map of District Service Area Boundaries EXHIBIT C District Services The services to be provided by the Aspen Local Marketing District are those certain services described in Section 29-25-11 I(1)(e), C.R.S., as more particularly described below: A. Organization, promotion, marketing and management of public events 1. Public and Special Events. The District may assist with funding special events in the Aspen downtown core aimed at adding vibrancy to the community and enhancing the visitor experience. The District may assist existing special events with organization, promotion, marketing, and management. B. Activities in support of business recruitment, management, and development 1. Public Relations. The District will focus on increasing the travel budget to host more journalists and television crews in and around the City of Aspen for targeted stories. The District will also focus on increasing participation in the Colorado Tourism Office ("CTO") and other media events in key markets, which events are deemed to support business development within the service area of the District. 2. Business Development, Film Commission. The District will consider developing a local film commission aimed at providing resources and support for companies interested in filming in and around Aspen, which will develop business within the service area of the District by generating revenue for local businesses and hotels. C. Coordinating tourism promotion activities 1. Basic Marketing Activities. The primary purposes of the District will be to assist and interface with the Aspen Chamber Resort Association ("ACRA") to coordinate tourism promotion activities, including but not limited to the following: • Increase advertising budget (print and online) within targeted media outlets in both the Denver Front Range mazket and other key feeder mazkets such as Houston/Dallas, Los Angeles, New York, Chicago and Atlanta. • To the extent practicable, advertising funds will be allocated to maximize effectiveness by complementing advertising done by CTO and ACRA. • Direct mail and email marketing campaign - to past visitors to the City of Aspen and surrounding area from the database of the Aspen Skiing Company ("ASC"), the Town of Snowmass Village ("TOSV"), Stay Aspen Snowmass ("SAS") and ACRA. • Further participation in CTO cooperative advertising opportunities and travel trade-show program. • Utilize additional media outlets that have been out of reach due to limited budget (radio, TV, Comcast, mobile applications). • Increase presence in the Denver/Front Range markets and other "driver" markets through advertising at existing Colorado Welcome Centers, AAA and other drive market providers and increased distribution of collateral materials. To the extent practicable, the District may consider funding billboard, direct mail and Internet campaigns. • Basic marketing activities of the District will consist of a combination of print advertising, online and email advertising, cooperative advertising, radio, television and mobile phone applications, public relations and special promotional efforts. 2. Related Marketine Activities. In order to complement and support the above basic marketing activities, the District may purchase high-end photography of spring, summer and fall images for website and mazketing materials, may increase the travel budget for industry events and trade shows, and may consider the sponsorship of special events, public events, group business initiatives, production crews, or other complementary activities. The District will also focus on increasing the web presence of marketing efforts through targeted email campaigns, database management and strengthening web based tracking mechanisms. All related marketing activities of the District will be aimed at promoting and attracting more visitors to the Aspen area. 3. Winter Marketing CamyaiQn. ACRA has historically focused on non-winter marketing due to its limited budget. The District will focus on tourism promotion activities aimed at including a "winter component" to current mazketing efforts. The District will work with ASC, SAS, TOSV and ACRA to complement current campaigns and will focus outreach on increasing the visibility of winter activities (other than skiing) that take place in and around the service area of the District during the ski season. 4. Group Sales Initiative. The District will focus on increasing the marketing budget for Aspen groups to include strategic mazketing campaigns aimed at corporate, association, group travel, and destination weddings, including but not limited to the following: (a) increase presence and sponsorship at meeting industry events and trade shows; (b) fund the development and distribution of additional collateral marketing materials to include wedding planner and meeting planner guide; and (c) funding additional advertising in meeting media. Pursuant to Section 29-25-111(1)(d), C.R.S., the District may enter into contracts or agreements with ACRA or other third parties to provide, or assist with providing, any of the services outlined in this Exhibit C. Note: No revenue collected from the marketing and promotion tax levied under Section 29-25- 112, C.R.S. may be used for capital expenditures, with the exception of tourist information centers. EXHIBIT D 2010 Budget (preliminary) ASPEN LOCAL MARKETING DISTRICT 2009 YTD 2010 Revenues and Budget Projected Marketing and promotion 0 1,000,000 taxes Other 0 0 Total: Expenditures Marketing Programs (Basic Marketing Activities and Related Marketing Activities) Public and Special Events, Public Relations Winter Marketing Campaign Group Sales Initiative Miscellaneous Management / Administrative and Operating Costs Legal Accounting /Audit Insurance Contingency Emergency Reserve 0 1,000,000 0 513,500 0 100,000 0 200,000 0 75,000 10,000 50,000 0 8,000 0 8,000 0 500 0 5,000 0 30,000 Total 0 1,000,000 ' Estimated revenue based on proposed one percent (1%) marketing and promotion tax imposed and collected in accordance with Section 29-25-112, C.R.S. vu~a. The City of Aspen City timprner~ Ctfice MEMORANDUM T0: Mayor and Members of Council FROM: John P. Worcester, City Attorney DATE OF MEMO: July 6, 2009 MEETING DATE: Jully 13, 2009 RE: Ordinance No. t Series 2009 REQUEST OF COUNCIL: Attached for your consideration and review is a proposed ordinance that, if approved, would change the fee structure for the Aspen Gymnastics Program and the Environmental Health Department. t:. Tim Anderson, Recreation Director, is proposing this fee change pursuant to a new gymnastics service agreement with John Bakken d/b/a Aspen Gymnastics, LLC. Recreation has provided a memorandum and a spreadsheet depicting gymnastics price comparisons taken from comparable gyms in other locations. CJ Oliver, Environmental Health Department Senior Environmental Health Specialist, has provided a memorandum outlining the amended fees for increased food service license and plan review. The Fee Ordinance maintains the City's policy of requiring consumers and users of its programs and services to pay fees that are deemed fair and appropriate for the costs of providing such programs and services. DISCUSSION: Please see attached Recreation Department and Environmental Health staff memorandums. FINANCIAL/BUDGET IMPACTS: PROPOSED MOTION: I move to approve Ordinance #J 2009 CITY MANAGER COMME ~xq -?~ PARRS & RECREATION `CG. .'x. MEMORANDUM TO: MAYOR & CITY COUNCIL FROM: TIM ANDERSON, RECREATION DIRECTOR MEETING DATE: JULY 27, 2009 RE: INCREASE OF GYMNASTICS FEES P Summary: At the July 13, 2009 Council meeting following the first reading of Ordinance #15, Fees, Council asked staff to come back with information regarding the current gymnastics fees, the proposed fees, and the % of increase to each of these fees. Council will find in their packet attachment "B", a list of the program fees being changed, the current price and the proposed fee and percentage of increase/decrease. Staff feels these fees are fair and reasonable, especially when compared to other programs as in attachment "A". Due to budget cuts in this economy, the Recreation Division and John Bakken have negotiated a new contract. The administration of the gymnastics program will now be handled by John Bakken; the contracted vendor. The City has reduced expenditures by over $60,000 in labor, materials, and administrative support to the Gymnastics program, which must now be picked up by John Bakken and Aspen Gymnastics LLC. These fee increases are minimal at this time to cover the cost of doing business and the computers, software, and support materials John has had to invest to take over administration of this program. With current budget reductions the City can no longer to afford to subsidize the program to degree it has in the past. In order to maintain the high level of professionalism and safety John Bakken brings to the program, these fees must be approved. Staff, the parents, and John have no desire to see the quality or the safety of the program diminish, thus a portion of the real cost of doing business must be passed along to the patrons. At the same time the City is charging Aspen Gymnastics $25.00/hr. for the use of the Red Brick Gym; minimal by Aspen standards and affordable to the program. In 2008 the City collected $25,000 in enrollment revenue, under the new rent arrangement the City will collect $30,000. The City will also continue to pick up the replacement costs of equipment, such that we are continuing our support of an excellent program. John Bakken will be at the Council meeting to answer any questions Council may have during the public hearing on July 27`h. u A~~~~~t A~, May 2009 Gymnastics price comparisons taken from comparable gyms in other locations Price is based on cost per hour ASPEN Glenwood Fort Collins Longmont G.Junction Cincinnati 45 min class $18.00 $18.25 $20.00 $22.60 $16.50 $18.30 1 hr class $16.00 $16.00 $18.75 $20.75 $14.00 $16.75 1.5 hr class $15.00 $18.30 $14.60 team per/hr $6.00 $8.00 $8.00 ~tTo<~h`iv~`i~ ~ ~ 4 GYMNASTICS Current Proposed % Increase Gymfants (10 mo - 2 yrs) $ 33.00 $ 36.00 8% Pazent/Tot (1.5-3 yrs) $ 50.00 $ 54.00 7% Tots (3-5 yrs) $ 50.00 $ 54.00 7% Super Tots (4-5 yrs) $ 50.50 $ 54.00 6% Levell $ 64.00 $ 64.00 0 Level 2 $ 86.00 $ 90.00 4% Beginner Boys (4-7 yrs) $ 55.50 $ 54.00 -3% Beginner Boys (7 yrs+) $ 86.50 $ 90.00 4% Advanced Boys $ 134.00 $ 160.00 16% Leve13 $ 142.00 $ 160.00 113'0 Level 4, 5 & 6 - 3 days/wk $ 190.00 $ 216.00 12% Level 4, 5 & 6 - 4 days/wk $ 200.00 $ 230.00 133'0 Level 4, 5 & 6 - 5 days/wk $ 210.00 $ 240.00 12% Levels 7, 8, 9, 10 $ 230.00 $ 260.00 12% Big Air (Teens & Adults) $ 67.00 $ 64.00 -5% MEMORANDUM TO: MAYOR & CITY COUNCIL FROM: CJ Oliver, Senior Environmental Health Specialist MEETING DATE: July 13, 2009 RE: AMENDMENT TO THE 2009 FEES ORDINANCE FOR INCREASED FOOD SERVICE LICENSES and PLAN REVIEW FEES. Summary: Council will find a request from staff and the City Attorney's office to increase Retail Food Service license and Restaurant Plan Review fees. This fee change is a result of a bill passed by the State that increases the fees for restaurant licenses and plan reviews beginning July 1, 2009. In order to cover some overhead costs for the administration of the program these increases are necessary and reasonable. The Retail Food Program fees are determined by the State of Colorado and are the same throughout all State jurisdictions. MEMORANDUM TO: Mayor and City Council FROM: CJ Oliver, Sr. Environmental Health Specialist THRU: Lee Cassin, Environmental Health Director DATE OF MEMO: July 17, 2009 MEETING DATE: July 27, 2009 RE: Change to Fee Ordinance for Consumer Protection Fees DISCUSSION: Consumer Protection Program fees aze set by the State of Colorado for agencies such as the City of Aspen and have been increased starting July 1, 2009. Adjustments to fees are made to cover a greater percentage of the costs of the services provided to customers. The fees are set by State statute and aze used by all agencies that have a Consumer Protection program. As the fees have already been established, the City of Aspen must update the Fee Ordinance to match the state changes. FINANCIALBUDGET IMPACTS: The increase in fees will generate approximately $7,500 in additional funds and will lessen the tax payer subsidy of the program. There will be no increase in the City's costs to administer the program. RECOMMENDED ACTION: Staff recommends that Council approve the change to the Fee Ordinance. ALTERNATIVES: There is not an alternative action since the fees aze set by the State and have been implemented. PROPOSED MOTION: ATTACHMENTS: A- Table of increases in applicable fees for City of Aspen Page 1 of 1 Cate o Previous Fee New Fee % chnn e Restnurant 0-100 $154 $255 66% Bents Restaurant 101- $175 $285 63% 200 seats Restnurant over $189 $310 64% 200 cents Temporary Event $154 $255 66% Establishment Mobile Unit $154 $255 66% Grocery Store $263 $360 37% w/deli 15,000- 25,000 Sq Ft Plan Review $75 $100 33% application fee Plan Review pre- Up to $280 Up to $580 Up to 107% opening and (Simple (many will change inspection fee restaurant would by only 3.5% be $290) with a new slidin scale) No fee licenses for $0 $0 none school/church/non- profit ORDINANCE NO. ~~ Series of 2009 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, AMENDING THE MUNICIPAL CODE OF THE CITY OF ASPEN TO INCREASE CERTAIN MUNICIPAL FEES WHEREAS, the City Council has adopted a policy of requiring consumers and users of the miscellaneous City of Aspen programs and services to pay fees that fairly approximate the costs of providing such programs and services; and WHEREAS, the City Council has determined that certain fees currently in effect do not raise revenues sufficient to pay for the attendant costs of providing said programs and services. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO: Section 1. That Section 2.12.040 of the Municipal Code of the City of Aspen, Colorado, which section sets forth leisure and recreation user fees, is hereby amended to read as follows: 2.12.040 Miscellaneous leisure and recreation fees GYMNASTICS Level 1 $64.00 Level 1- 2 days/week $115.00 Level 2 $90.00 Level 2 - 2 days/week $160.00 Beginner Boys (4-7 yrs) $54.00 G:\Tara\FILES A-L\FEE ORDINANCE\2009\Ord.2009fees.Gymnastics.EH.doc Beginner Boys (7 yrs+) $90.00 Advanced Boys $160.00 Super Tots (4-5 yrs) $54.00 Level 3 $160.00 Level 4, 5 & 6 - 3 days/wk $216.00 Level 4, 5 & 6 - 4 days/wk $230.00 Level 4, 5 & 6 - 5 days/wk $240.00 Levels 7, 8, 9, 10 $260.00 Big Air (Teens & Adults) $64.00 Parent/Tot (1.5-3 yrs) $54.00 Tots (3-5 yrs) $54.00 Gymfants (10 mo - 2 yrs) $36.00 Section 2. That Section 2.12.052 of the Municipal Code of the City of Aspen, Colorado, which section sets forth user fees for the Environmental Health Department, is hereby amended to read as follows: Sec. 2.12.052. Environmental Health Department Fees Special or Temporary Even plan Review fee $47.00 Special or Temporary Event Inspection fee $47.00 Swimming pool plan review fee $79.00 Restaurant site inspection fee $82.00 Food Safety Training $82.00 -1- Food Service License (See schedule below) No fee License (School, Charitable Organization, Penal Institution, Church, Other) ......................... $ 0.00 Mobile Unit ................................... ..... $225.00 Mobile Unit (Pre-packaged) ................................. $115.00 Temporary/Special Event Establishment .............. $255.00 Temporary/Special Events (Pre-packaged)........... $115.00 Restaurant 0-100 Seats ................ ....................... $255.00 Restaurant 101-200 Seats ................................... $285.00 Restaurant Over 200 Seats .......... $310.00 Grocery Store 0-3,500 Sq Ft ................................ $115.00 Grocery Store 3,501- 15,000 Sq Ft ....................... $180.00 Grocery Store 15,001-25,000 Sq Ft ...................... $200.00 Grocery Store 25,001-45,000 Sq Ft ...................... $235.00 Grocery Store 45,001-65,000 Sq Ft ...................... $290.00 Grocery Store 65,001-85,000 Sq Ft ...................... $415.00 Grocery Store Over 85,000 Sq Ft ......................... $500.00 Grocery w/Deli 0-3,500 Sq Ft .............................. $207.00 Grocery w/Deli 3,501-15,000 Sq Ft ...................... $338.00 Grocery w/Deli 15,001-25,000 Sq Ft .................... $360.00 Grocery w/Deli 25,001-45,000 Sq Ft .................... $395.00 Grocery w/Deli 45,001- 65,000 Sq Ft ................. $450.00 Grocery w/Deli 65,001- 85,000 Sq Ft ................... $575.00 Grocery w/Deli Over 85,000 Sq Ft ....................... $690.00 Oil & Gas Temp. 0-50 (Initial License) ................. $750.00 Oil & Gas Temp. 0-50 (Renewal License)............ $275.00 Oil & Gas Temp. Over 50 (Initial License) ........... $1,250.00 Oil & Gas Temp. Over 50 (Renewal License)....... $500.00 Plan Review Application Fees ............................. $100.00 Plan Review &Pre-opening Inspection (Not to exceed) $580.00 Equipment Review Application Fee ..................... $100.00 Equipment Review Fee (Not to exceed) .............. $500.00 HACCP Plan (Written) (Not to exceed) ................ $100.00 HACCP Plan (On-site Eval.)(Not to exceed).......... $400.00 Real Estate Review of Property (Not to exceed) . $ 75.00 Other Services for which fees have been established Established Fee 2- A public hearing on the ordinance shall be held on the day of 2009, in the City Council Chambers, Aspen City Hall, Aspen, Colorado. INTRODUCED, READ AND ORDERED PUBLISHED as provided bylaw by the City Council of the City of Aspen on the day of , 2009. Michael C. Ireland, Mayor ATTEST: Kathryn S. Koch, City Clerk FINALLY adopted, passed and approved this _ day of June, 2009. Michael C. Ireland, Mayor ATTEST: Kathryn S. Koch, City Clerk -3- ~/ ~' MEMORANDUM TO: FROM: THRU: DATE: RE: Mayor and Council Tom McCabe, Executive Director, Housing~~1'V\ Barry Crook, Assistant City Manager July 27, 2009 Ordinance # 17 (Series 2009) Adopting Amendments to the Aspen/Pitkin County Employee Housing Guidelines SUMMARY: To approve four Guideline changes requested by the Housing Boazd: 1) addition of an owner's responsibility to maintain eligibility for ownership of affordable housing; 2) disposition of single deed-restricted units in free-mazket complexes; 3) allowing qualified retirees to rent their deed-restriction units for up to six months to qualified employees; and 4) redefine the Roaring Fork Valley. PREVIOUS COUNCIL ACTION: City Council approved the requested changes at First Reading on July 8, 2009. BACKGROUND: The BOCC reviewed the policy changes at first reading on July 8, 2009 whereby minor changes were made that were requested by the BOCC. Second reading is scheduled for July 22, 2009. The City Council reviewed the policy changes at first reading held July 13, 2009 and approved for second reading with the changes recommended by the BOCC. One of the major complaints that Housing receives from Homeowner Associations is a household not paying their dues. Language has been inserted into new deed restrictions that states if a homeowner does not pay the required dues and/or assessments, they aze in violation of the deed restriction and must sell their home. This provision was added to the Guidelines within the last yeaz; therefore, deed restrictions in existence prior to that change aze not covered by this language . By adding the recommended language in Exhibit A, the majority of those older deed retrictions would be covered by the same requirement. Staff will set up a procedure for Homeowners Associations to contact APCHA with a request for this type of compliance enforcement. APCHA will review the owners' deed restriction and covenants; set up a meeting between the alledged non-compliant owner and HOA Board members and come up with a plan to resolve the issue. Should the owner not participate in the meeting or come into compliance as agreed to by the terms of the meeting, the normal Notice of Violation process will be adhered to. See Exhibit A for the language to be incorporated into the Guidelines. 2. The disposition of single deed-restricted units in free-mazket complexes deals with 12 units. The attached memo goes into detail for this request; however, staff is recommending that there be no RO option for the deed-restricted unit. If APCHA reviews all aspects of the unit, e.g., location, special assessment issues in the past, etc., and feel that the unit should be classified as RO, then the unit will be marketed as a RO unit and an updated deed restriction will be placed on the unit. Under this circumstance, the additional revenue generated by the sale of the unit under the RO designation, will be deposited to either the city or county housing development fund. See Exhibit B for the language to be incorporated into the Guidelines. 3. The third policy request was approved unanimously at the Joint Meeting held April 14, 2009. This policy would allow for a qualified retiree as stipulated in the Guidelines to rent out their unit for up to six months. The owner would still be required to utilize the unit as their primary residence (live in it for at least six months and one day) which would require the filing of a Colorado Income Tax Return. An updated Colorado Income Tax Return will be required once the owner returns. See Exhibit C for the language to be incorporated into the Guidelines. The fourth item expands the definition of the area whereby an owner or tenant of deed-restricted property can own other residential developed property. The APCHA has not only modified the area, but the name as well. A map will be provided that entails the azea where other residential property cannot be owned -and this azea will now be known as the Ownership Exclusion Zone and it's definition will be added to the definitions section of the Guidelines. If an owner or tenant purchased property within those azeas that would now be disallowed prior to this language being adopted, said owner/tenant would be able to continue to own that specific property; however, at such time that the property was sold, said owner/tenant could not buy another property within the azea stipulated in the revised definition. See Exhibit D for the language to be incorporated into the Guidelines. DISCUSSION: 1. The Housing Office will only respond to non-payment issues when a Homeowners' Association contacts APCHA in writing. Most homeowners aze working with their HOA if they are unable to pay at a certain time and working on payment plans. The Housing Office will ask the HOA to provide information in a written request as to the length of time the HOA dues have not been paid, if there has been any contact with that owner as to the non-payment of dues, and how far in aneazs. A meeting will be convened with the owner, two members of the HOA Board and APCHA staff to discuss a resolution. If the owner does not participate in this meeting or does not comply with the aggreed upon resolution reached at the meeting, the normal Notice of Violation procedure will be adhered to. During the discussion between the HOA and APCHA, an agreement will be signed that will enable APCHA to recoup legal fees if the HOA receives payment from the owner. 2. Buying out of the single deed-restricted units in free-market complexes will no longer place a burden on an owner when a major assessment is approved by the majority of the homeowners nor require a subsidy to be paid by APCHA, the City or the County. The replacement of these units back into the free mazket will also provide additional funds which could be used for production of new, lower category units. 3. The Guidelines allow for an employee to retire and maintain ownership or tenancy in the unit as long as the unit is their primary residence. By allowing a retiree who is not working to rent to a qualified employee, the retiree can still remain in the community along with providing workforce housing at a higher level. 4. Expansion of the azea of non-ownership free-market housing will provide the deed- restrictedunits to those who do not have the financial ability to buy within commuting distance and are in greater need ofdeed-restricted housing. FINANCIAL IMPLICATIONS: This change would have no financial implications to the City; however, there are many small homeowners association that rely on all homeowners dues to pay every day expenses. This will become more important when major repairs will need to be done and certain households fail to pay their dues. 2. The loss of inventory puts the program further behind in the goal that is stipulated in the Aspen Area Community Plan (AACP). However, financially it is better to utilize the funds that are made upon the sale of the free-market unit to develop other housing and not have additional funds go to help the homeowner with high assessments. 3. This change has no financial implications to the City. By allowing a retiree to rent the unit to a qualified employee, the home is being utilized for the purpose that it is intended -providing housing to employees. 4. This change has no financial implications to the City. People who otherwise might qualify for housing in New Castle, Rifle and No Name communities will be forced to sell their homes or forego entering into the deed-restricted housing market. ENVIRONMENTAL IMPLICATIONS: None of the recommended policy changes have any environmental implications. RECOMMENDATION: To approve four Guideline changes requested by the Housing Board: 1) addition of an owner's responsibility to maintain eligibility for ownership of affordable housing; 2) disposition of single deed-restricted units in free-mazket complexes; 3) allowing qualified retirees to rent their deed-restriction units for up to six months to qualified employees; and 4) redefine and expand the ownership exclusion zone whereby an owner or tenant would be unable to own other developed residential property. PROPOSED MOTION: Approve Ordinance No. -2009, Adopting Amendments to the Aspen/Pitkin County Employee Housing Guidelines. ATTACHMENTS: Memo dated May 20, 2009, regazding Regulatory Changes Necessitated by Special Assessment Issues at Selected Properties Ordinance No. (Series 2009), Adopting Amendments to the Aspen/Pitkin County Housing Authority Employee Housing Guidelines Exhibit A -Part III, Section 4, addition to the Aspen/Pitkin County Housing Authority Employee Housing Guidelines Exhibit B -Part III, Section 5, addition to the Aspen/Pitkin County Housing Authority Employee Housing Guidelines Exhibit C -Part V, Section 12, addition to the Aspen/Pitkin County Housing Authority Employee Housing Guidelines Exhibit D -Part X, Defmitions, addition to the Aspen/Pitkin County Housing Authority Employee Housing Guidelines MEMORANDUM TO: Mayor and Council Boazd of County Commissioners FROM: The Aspen/Pitkin County Housing Authority (APCHA) THRU: Tom McCabe~~~ t ~j ~ THRU: ~arry Crook, Phylis Mattice L~/ DATE: May 20, 2009 RE: Regulatory changes necessitated by special assessment issues at selected properties. , REQUEST OF COUNCIL: Consider changing appropriate regulations of City of Aspen, Pitkin County, and the APCHA guidelines, to: a) discontinue approval of deed restricted units in existing free market complexes, b) permit the removal of the deed restrictions on certain units, c) permit the free market sale of the same deed restricted units, d) and/or, to re-classify certain category units to the RO designation. PREVIOUS COUNCIL ACTION: This idea was discussed at the Joint CounciUCommission meeting of April 14, 2009,. without the inclusion of the RO component which, the staff has since agreed, is another approach to consider. BACKGROUND: Over time, a variety of approvals were granted which let some developers satisfy their housing mitigation requirements by purchasing one or two units in an existing free market Home Owners Association (HOA) complex and deed restricting them. It later became apparent that such deed restricted. units do not have a meaningful voice about the actions of the HOA. This is a significant issue when the wealthier, free market owners decide to make extensive improvements beyond the ability of the deed restricted owners to afford. APCHA has helped some owners of such units with their special assessments and has spent over $16,426 out of pocket doing so. Additionally, in two instances approvals were granted to allow the listed category increase to category three to compensate for assessments of $38,500 at Aspen West and $16,775 at Winfield Arms. Currently APCHA is being asked to pay for a special assessment for a complete remodel estimated to cost $193,139.00. The APCHA board has voted to discontinue all such bailouts regazdless of the amount and not to consider "adjusting" categories to offset lazge special assessments because that action is in fundamental conflict with the mission of the APCHA. The affected properties are as follows: Alpine Crrove Aspen West E. Cooper Court Little Victorian Pazk Avenue Townhome Pazk Circle Sagewood Condominium Shadow Condominium Villas at Elk Run Water View Winfield Arms 420B Pacific Avenue, AABC 104 West Cooper Avenue #5 939 E. Cooper # C 634 West Main #2 170 Park Avenue #B 425 Pazk Circle A-1 910 West Hallam #11 605 West Main #OOA 7202 Elk Lane & 8208 Elk Run, Basalt 301 Water View 119 East Cooper # 1 DISCUSSION: City Council and the BOCC have believed that having a mix of affordable housing and free market housing would make for a more diverse community and that lights would always be on in a specific neighborhood. No one foresaw what the long term ramifications would be for the one or two deed-restricted homeowners in an otherwise free market complex. The deed restricted owners inability to have a meaningful influence in the votes for special assessments puts such deed restricted units all in an ultimately untenable situation. The City Land Use Code's off-site mitigation option requires APCHA approval of such a unit. However, in order for APCHA to accept the unit in a free-mazket complex, under APCHA policy, the applicant would be required to have the existing homeowner's association change their assessment schedule among all the association units to APCHA's satisfaction. The likelihood of the free mazket HOA agreeing to do so is extremely remote. Newly constructed complexes, where free mazket and deed restricted units are co-mingled, aze now structured to have special assessments apportioned to reflect the very different valuations between free mazket and deed restricted units. It is hoped that this arrangement will assure the affordability of the deed restricted units going forwazd through time. FINANCIAL IMPACTS: The ability of APCHA to purchase the units being discussed is adequate unless several occur at the same time. In that circumstance APCHA would ask for a short term loan from the city or county. As soon as the unit is sold the loan would be repaid. The extent and duration of such a loan would be specific to the unit. ENVIRONMENTAL IMPACTS: None RECOMMENDED ACTION: APCHA is asking the City Council and the County Commission to discontinue approvals that permit the buying out anoff--site unit in an existing free-mazket complex as a way of satisfying mitigation requirements. This request affects certain documents in city, county and APCHA regulations. The changes would be coordinated among the appropriate city, county and APCHA documents as needed. Because there is no legal remedy available to protect the deed restricted owner in older free mazket complexes, the Housing Boazd is also asking for the ability to purchase the identified units at the time of their next resale, then release the deed restriction, and then to sell them as free-mazket units. The seller would receive the normal return consistent with the guidelines, and the proceeds above that amount would be added to the City Development Fund, if in the City or the County Housing Fund, if in the County. If an existing deed restricted owner's unit is required to be changed by the HOA, to an extent that cannot be afforded, or that aze deemed otherwise onerous by APCHA, that APCHA will work with each owner to try and find the least disruptive solution, realizing that re-categorization and bail-outs aze not an option. In order to help offset the disruption (under this circumstance) of the seller's life and facilitate a rapid relocation, the seller would have the highest priority in the next deed restricted lottery in the category they originally qualified for and that they find desirable. Additionally, the sale of their unit to the Housing Authority would not require the owner to pay the customary 2% sales fee to APCHA. While this "solution" is less than ideal, it avoids foreclosure and re-locates the owner in a compazable unit as soon as possible. ALTERNATIVES: An alternative approach, but not one enthusiastically supported by the APCHA boaid, would be to re-classify an at-risk deed restricted unit upon its next sale, to the RO designation. This "solution" may not completely avoid similaz problems, depending on the scale of future HOA approved special assessments. It still displaces the current category owners and it increases the already substantial supply of RO units when the overwhelming demand is consistently demonstrated to be for category 2, 3, and 4 units. On the other hand it is azgued by some staff that conversion to RO units would maintain the goal of inclusionary workforce housing and avoid any loss of workforce housing inventory at a time when replacing such inventory is more challenging than ever. Ordinance No. 17 (Series of 2009) AN ORDINANCE ADOPTING AMENDMENTS TO THE ASPEN/PITHIN COUNTY EMPLOYEE HOUSING GUIDELINES WHEREAS, pursuant to the Municipal Code of the City of Aspen, as amended, the housing income, eligibility guidelines and housing price guidelines are established by the City Council; and WHEREAS, pursuant to prior resolutions and ordinances of the City, the City Council established employee housing income eligibility guidelines and housing price guidelines for prior years; and WHEREAS, the Adopting Amendments to the Employee Housing Guidelines (hereinafter "Guidelines") has been recommended by the Boazd of Directors of the Aspen/Pitkin County Housing Authority, a copy of which is annexed hereto and incorporated herein, has been submitted to City Council which Guidelines set forth the employee housing qualification guidelines for Category 1 through 7 and RO ownership, rental housing projects, lodge and commercial development, and development of residential housing units; and WHEREAS, the City Council desires to adopt said Amendments to the Guidelines, and by virtue of the enactment of this Ordinance to supersede and amend all prior resolutions and ordinances of the City pertaining to housing guidelines, but only to the extent inconsistent with the provisions of this Ordinance. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO: Ordinance No. (Series2009) Section 1 That the City Council of the City of Aspen hereby adopts the Amendments to the Employee Housing Guidelines, as recommended by the Board of Directors of the Aspen/Pitkin County Housing Authority, a copy of said amendments is annexed hereto and incorporated herein as Exhibits A, B, C and D. Section 2 That the regulations and Guidelines set forth and adopted herein shall supersede, to the extent inconsistent with the provisions of this Ordinance, all prior resolutions and ordinances of the City of Aspen; provided further that the provisions of resolutions and ordinance pertaining to employee housing guidelines shall remain in full force and effect to the extent not inconsistent with the regulations and guidelines adopted herein. Section 3 If any section, subsection, sentence, clause, phrase or portion of this Ordinance is for any reason held invalid or unconstitutional in a court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and shall not affect the validity of the remaining portions thereof. Section 4 Nothing in this Ordinance shall be construed to affect any right, duty or liability under any ordinance in effect prior to the effective date of this Ordinance, and the same shall be continued and concluded under such prior ordinances. Section 5 A public hearing on the Ordinance shall be held on the l0a' date of April 2006, in the City Council Chambers, City Hall, Aspen, Colorado. INTRODUCED, READ, AND ORDERED PUBLISHED as provided by law by the City Council of the City of Aspen on the day of July 2009. Michael C. Ireland, Mayor ATTEST: Kathryn S. Koch, City Clerk Ordinance No. (Series2009) 2 FINALLY adopted, passed and approved this day of July 2009. Michael C. Ireland, Mayor ATTEST: Kathryn S. Koch, City Clerk Ordinance No. (Series2009) EXHIBIT A PART III PURCHASING AFFORDABLE HOUSING SECTION 4 MAINTAINING ELIGIBILITY FOR OWNERSHIP OF AFFORDABLE HOUSING Owner's Resuonsibilities: 1. Owner must meet and maintain all of the initial qualifications previously stated in Section 1 except for the income/asset qualification and the minimum occupancy requirement. 2. Owner must make timely payment of all regular and special assessments duly imposed upon the property by the applicable homeowners' association. Once an owner receives a Notice of Violation letter from the Housing Office, the owner must provide the documentation requested by the deadline stated in the letter. EXHIBIT B PART III PURCHASING AFFORDABLE HOUSING EXCEPTIONS TO PRIORITIES SUBJECT TO (SPECIAL REVIEW): 4. It is within the discretion of APCHA to determine that any deed-restricted unit located in a condominium or subdivision, which also includes free-market units, has been rendered unaffordable as adeed-restricted unit as a result of general or special assessments. The owner(s) of the deed-restricted unit will have the highest priority to move into a like unit at the same category of the unit currently owned. The APCHA, City of Aspen, or Pitkin County will have the highest priority to purchase the unit that the owner is currently in at the maximum resale price according to the deed-restriction recorded on said property and subject to the provisions of these Guidelines. The APCHA may release the deed-restriction on said property and sell the property at fair-mazket value as afree-mazket property. The APCHA will be reimbursed the amount of the purchase price of said unit plus a 2% sales fee with the balance of the funds going to the City or County for future development of deed-restricted housing. If the APCHA, City or County paid in any additional assessments, those funds shall also be reimbursed to APCHA, City or County. The APCHA shall only approve deed-restricted units in mixed projects IF the condominium declazations include adequate provisions limiting assessments on the deed-restricted units so that they will remain affordable. EXHIBIT C PART V PURCHASING AFFORDABLE HOUSING SECTION 12 LEASING POLICY FOR QUALIFIED RETIREES An owner of adeed-restricted property who has retired consistent with the definition of retirement in the Guidelines, may apply at the APCHA to lease their unit for up to six months (less one day in order to maintain the unit as their principal residence) out of each calendar year. To obtain the benefits of this APCHA program the owner and prospective tenant must complete the following: • The owner must complete a leave of absence form at the APCHA and qualify for the leave of absence as provided in these Guidelines. • The owner and tenant must complete and sign a lease agreement with terms acceptable to APCHA. • The owners Homeowner Association (if applicable) shall be notified of the rental and tenant information. • The owner must continue to use the APCHA deed restricted unit as their primary place of residence as evidenced by filing a Colorado Income Tax Return at that address. • The owner shall provide proof of adequate owners insurance covering the period of the lease. • The owner must designate a responsible person or entity to act as the owner's agent in the owner's absence. • The owner has the right to choose the tenant; however, the tenant must be a qualified employee as specified in the Guidelines, except the tenant does not have to comply with the income or asset limitations. If an owner wishes to lease the property to a qualified Pitkin County employer, then the employer who rents the unit shall pay an additional surcharge to the owner of $100 per month. The employer cannot pass this surcharge on to the tenant. The tenant must, however, meet all applicable requirements as stated in these Guidelines. • The tenant must work for 750 hours during the six month lease period. • The tenant must complete a rental application at the APCHA_ For the purpose of this program neither the minimum occupancy nor the category requirements in the APCHA Guidelines will apply. The permitted rental rate and security deposit will be determined by the APCHA and recorded in the lease. This procedure must be followed for each request for asix-month leave of absence. At no time shall a retiree be allowed to be absent for more than six months out of any calendar year, unless they have received approval from the APCHA. EXHIBIT D PART X DEFINITIONS Ownership Exclusion Zone -Any developed residential property that has an address within the Roaring Fork River Drainage situated in Eagle, Pitkin, Garfield or Gunnison Counties, or within the Colorado River Drainage from and including the unincorporated No Name area to and including Rifle, and including, but not limited to, the towns of Aspen, Basalt, Carbondale, El Jebel, Glenwood Springs, Marble, Meredith, New Castle, No Name, Redstone, Rifle, Snowmass, Snowmass Village, Woody Creek. VI~Ic MEMORANDUM TO: Mayor Ireland and Aspen City Council FROM: Errin Evans`; L;urrent Planner ~~~~ THRU: Chris Bendon, Community Development Director 11111, DATE OF MEMO: July 20, 2009 V"~ MEETING DATE: July 27, 2009 RE: Jerome Professional Building - 201 North Mill Street -Vested Rights Extension Continued -Public Hearing of Resolution No. 42 Series of 2009 SUMMARY: The Applicant requests of the Cotmci] to approve the extension of vested rights of an approval. The current approval is vested through February 4`", 2011. A three year extension would vest the approval through February 4`h, 2014. The project consists of demolishing the existing building and constructing commercial/office space, sub grade parking, five affordable housing units and five free market units. APPLICANT /OWNER: Jerome Professional Building Condominium Owners Association REPRESENTATIVE: Herb Klein, Klein, Cote, & Edwards, LLC LOCATION: 201 North Mill Street; Legal Description - Jerome Professional Building, Parcel Identification Numbers - 2737-073-17- O10 - 2737-073-17-028 CURRENT ZONING & USE Located in the Mixed-Use (MU) zone district with a building containing mixed office and commercial uses. PROPOSED LAND USE: The Applicant proposes to demolish the existing building and construct a new building containing commercial/office space, five affordable housing units, five free market units and sub grade parking. The applicant requests that Council approve an extension of vested rights. STAFF RECOMMENDATION: Staff recommends that the Mayor and City Council approve the request to extend vested rights to construct the new building. Revised 7/20/2009 Page 1 of 4 Photo of subject property. STAFF COMMENTS: The applicant requested the meeting to be continued because one Council member was absent. This land use case is continued from the June 22"d Aspen City Council meeting. Please note the original staff memo incorrectly listed the number of approved housing units. The project was actually approved for five free market units and five affordable housing units. The memo that was provided from the meeting on June 22"d has been included. INFORMATION FOR NNE 22nd MEMO: LAND USE REQUEST AND REVIEW PROCEDURES: The applicant is requesting the following land use approvals from the City Council: • Extension or Reinstatement of Vested Riehts The City Council may by resolution at a public hearing noticed by publication, mailing and posting (see section 26.304.060(E)(3)(a)(b)(c) approve an extension or reinstatement of expired vested rights or a revoked development order in accordance with this section. City Council is the final review authority who may approve or deny the proposal. PROJECT SUMMARY: The applicant has requested an extension of their vested rights for the project approved by Ordinance No. 25, Series of 2007, which allows for the demolition of the existing commercial/office building to construct a new building consisting of mixed commercial/office space, five affordable housing units, five free market units and sub grade parking (See Figure 1 for Vicinity Map). Revised 7/20/2009 Page 2 of 4 `v` N'~?E sueiea Parcel * 0°®iee~ 5 Figure 1: Vicinity Map The applicant has not yet begun construction of the project. Due to the current economic climate, the applicant states that they would be more successful in securing financial commitments to assist with the project if the vested rights expiration date was extended. The applicant's architect estimates that it will take 18 - 24 months to complete plans, obtain permits, and construction bids. Potential lenders are concerned about pre-sales and securing permits during the vested rights period. The applicant has not yet applied for a building permit because of the cost to complete construction plans. The ordinance vested the approval until February 4`h, 2011. The applicant requests that the Council extend the approval for an additional three yeazs. This would vest the approval through February 4`h, 2014. STAFF COMMENTS: Vested Rights Extension: The applicant is requesting an extension of their vested rights until March 20, 2012 pursuant to Section 26.308.010 C. of the Land Use Code. The applicant is requesting the extension of the vested rights because they believe that several financial factors are an issue and the extension of the expiry period will assist them with securing financial commitments. Staff believes that the project is suitable for the proposed location, close to pedestrian amenities, the commercial core and mass transit. Figure 2: East Elevation Drawing The total floor azea ratios for the project meet requirements for this zone district with Special Review. The floor area ratio for commercial uses are the same as the zone district requirements. At the time of the original approvals, the applicant was permitted under Special Review to negotiate those numbers and maintained numbers below the negotiable threshold. If this project proceeded again through the land use process, it would again be required to receive the same approvals for the commercial/office space. Because of changes to the Land Use Code the applicant would now be permitted 14,433 square feet of net livable azea for free market housing. The free market floor area requirements were changed from a 1:1 ratio to 150% of the commercial space. This would allow the applicant to have 14,433 square feet of free market net Revised 7/20/2009 Page 3 of 4 MILL S"I"BEET VIEW livable area as long as the cap for the entire lot is not exceeded. The application proposes 9,622 squaze feet of floor area for commercial/office uses and 10,442 squaze feet of floor azea for free mazket uses. Affordable housing has no restrictions for floor area. The height restrictions have also been changed. At the time of approvals, mixed use buildings were permitted to be up to 32 feet high. Under the current Code, mixed use buildings can be 32 feet high through Commercial Design Review. RECOMMENDATION: While reviewing the proposal, staff believes that the application provides a project that will make a good transition from the historic commercial district to the Service Commercial Industrial (S/C/I) district. By 2009 Land Use Code standards, the total floor azea ratios for the project meet requirements for this zone district with Special Review for the commercial space and the net livable space for free market uses aze now slightly lower than the zone district requirements. The project also supplies more affordable housing than what is required for mitigation. The only significant changes that have been made to the zoning or review process that would affect this proposal since the original approval in 2006 are the floor area requirements and height. The moratorium has since expired. Community Development Department staff recommends that the City Council approve the request to extend the vested rights for an additional three years with the following condition: That the establishment herein of a vested property right shall not preclude the application or regulations which are general in nature and aze applicable to all property subject to the land use regulation by the City of Aspen including, but not limited to, building, fire, plumbing, electrical, and mechanical codes, and all adopted impact fees that aze in effect at the time of building permit, unless an exemption is granted in writing. CITY MANAGER'S COMMENTS: RECOMMENDED MOTION: "I move to adopt Resolution No. ~7r, Series of 2009." ATTACHMENTS: Exhibit A -Staff Findings duplicated from the packet provided for the meeting on June 22, 2009 Exhibit B -Application (Provided for the meeting on June 22, 2009) Revised 7/20/2009 Page 4 of 4 RESOLUTION NO.~~ (SERIES 2009) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN TO APPROVE AN EXTENSION OF VESTED RIGHTS GRANTED BY ORDINANCE N0.25 OF 2007 BY THE CITY OF ASPEN COUNCIL FOR THE PROPOERTY COMMONLY DESCRIBED AS 201 NORTH MILL STREET, LEGALLY DESCRIBED AS JEROME PROFESSIONAL BUILDING, CITY OF ASPEN, PITHIN COUNTY, COLORADO Parcel Identification Number 2737-073-17-010 - 2737-073-17-028 WHEREAS, the Community Development Department received an application from Herb Klein, requesting a Vested Rights Extension for three years pursuant to Ordinance No. 25, Series of 2007; and WHEREAS, The City Council adopted Ordinance No. 25, Series of 2007, which approved a Subdivision Review and Vested Property Rights for the Jerome Professional Building Redevelopment Vested Property Rights status for the demolition of the existing building and the construction of a new building that consists of commercial/office space, three affordable housing units and six free market units until February 4`s, 2011; and, WHEREAS, the applicant submitted the application for extension of vested property rights on March 24`h, 2009 before the vested rights expired in on February 4`h, 2011. The property rights were approved via Ordinance No.25, Series of 2007; and, WHEREAS, pursuant to Section 26.308.010 Vested Property Rights of the Land Use Code, City Council may grant an extension of vested rights after a public hearing is held and a resolution is adopted; and, WHEREAS, the Community Development Director has reviewed the application and recommended approval of an extension of vested rights for the 201 North Mill Street Development under the City Council; and Page 1 of 3 WHEREAS, the Aspen City Council has reviewed and considered the request of vested rights extension for the 201 North Mill Street Jerome Professional Building Development approval under the provisions of the Municipal Code as identified herein, has reviewed and considered the recommendation of the Community Development Director, and has taken and considered public comment at a public hearing; and, WHEREAS, the City Council finds that the extension of the vested rights proposal meets or exceeds all applicable land use standards and that the approval of the extension of vested rights with conditions, is consistent with the goals and elements of the Aspen Area Community Plan; and, WHEREAS, the City Council finds that this resolution furthers and is necessary for the promotion of public health, safety, and welfaze. NOW, THEREFORE, BE IT RESOLVED BY THE CITY OF ASPEN COUNCIL AS FOLLOWS: Section 1• Pursuant to the procedures and standards set forth in Section 26 of the City of Aspen Municipal Code, the City Council hereby approves the request for an extension of vested rights for the Jerome Professional Building until Februazy 4, 2014 that were approved by Ordinance No. 25, Series of 2007 by the City Council with the following conditions: 1. That the establishment herein of a vested property right shall not preclude the application or regulations which are general in nature and aze applicable to all property subject to the land use regulation by the City of Aspen including, but not limited to, building, fire, plumbing, electrical, and mechanical codes, and all adopted impact fees that aze in effect at the time of building permit, unless an exemption granted in writing. Section 2• All material representations and commitments made by the Applicant pursuant to the development proposal approvals as herein awazded, whether in public hearing or documentation presented before the City Council, are hereby incorporated in such plan development approvals and the same shall be complied with as if fully set forth herein, unless amended by an authorized entity. Section 3: This resolution shall not affect any existing litigation and shall not operate as an abatement of any action or proceeding now pending under or by virtue of the resolutions repealed or amended as herein provided, and the same shall be conducted and concluded under such prior resolutions. Page 2 of 3 Section 4• If any section, subsection, sentence, clause, phrase, or portion of this resolution is for any reason held invalid or unconstitutional in a court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and shall not affect the validity of the remaining portions thereof. Section 5: A public hearing on this resolution was held the day of _, 2009, in the City Council Chambers, 130 S. Galena, 15 days prior to which public notice was published in a newspaper of general circulation within the City of Aspen. FINALLY adopted, passed and approved this day of March, 2009 by a - _ vote. Attest: Kathryn S. Koch, City Clerk Michael C. Ireland, Mayor Approved as to form: John P. Worcester, City Attorney Page 3 of 3 EXHIBIT A 26.440.050 Review Standards for development in a Specially Planned Area In reviewing a request for the extension or reinstatement of vested rights the City Council shall consider, but not limited to, the following criteria: a. The applicant's compliance with any condition requiring performance prior to the date of application for extension or reinstatement; To date, the applicant has completed the conditions of approval required for Ordinance 25, Series of 2007. The applicant has entered into a subdivision improvement agreement with the City and recorded the document. The conditions will still apply when the applicant submits the building permit. Staff finds this criterion to be met. b. The progress made in pursuing the project to date including the effort to obtain any other permits, including a building permit, and the expenditures made by the applicant in pursuing the project; The applicant has spent approximately $150,000 on architectural, planning and engineering fees to date. The applicant has been working to secure financing, working with brokers, engineers and architects to keep the project moving forward. Building permit fees will be collected when the applicant submits the building permit. Staff finds this criterion to be met. c. The nature and extent of any benefits already received by the City as a result of the project approval such as impact fees or dedications; Not applicable. Stafffrnds this criterion to be met. d. The needs of the City and the applicant would be served by the approval of the extension or reinstatement request. The applicant, staff, Planning and Zoning Commission, and Council have spent countless hours arranging for the approvals of this project. The project is a worthy project, supplies affordable housing and a good transition from the historic district to the service commercial industrial district. Staff finds this criterion to be met. Revised 7/20/2009 Page 1 of 1 v~i~e MEMORANDUM TO: Mayor Ireland and Aspen City Council FROM: Chris Bendon, Development Deputy Director '/~n RE: Lift One Conceptual PUD/Timesbare Review -Public Hearing DATE: July 27, 2009. SUMMARY: The Lift One area has had multiple development applications proceeding through development review during the past few yeazs. The owners of the Lodge at Aspen Mountain project, the Lift One Lodge project, the Aspen Skiing Company, and the City of Aspen jointly initiated a master planning process in eazly 2008 -the Lift One Neighborhood Master Plan COWOP. That process incorporated a citizen task force and developed a master plan for the entire neighborhood. The master plan was not adopted and that process has been terminated. Prior to entering into the master planning process, the Lift One Lodge project had received positive recommendations for the Planning and Zoning Commission and the Historic Preservation Commission for their Conceptual PUD application. The Conceptual application was not forwarded to City Council, but rather tolled for the term of the master planning effort. Resolution No. 13, Series of 2008, maintained the Lift One Lodge application as "active" and preserved the land owner's ability to renew the review if the master planning effort terminated. The Conceptual PUD application for the Lift One Lodge does not incorporate the newer ideas of the master planning exercise (as it was prepared prior to that effort). Some of the ideas were for items off this property and may not be accommodated on the smaller land area. But, some of the ideas may still be valid and worth pursuing. The applicant has indicated a willingness to pursue concepts from the master planning effort and amendments to the application. Staff suggests that this heazing be used for orientation to the application and a discussion of the ideas and elements from the master planning process that may be worth pursuing. Some ideas may require trade-offs and the following hearing on August 10~' can be used to understand and evaluate those trade-offs. Upon direction on changes to the project, the applicant would likely need some additional time for redesign. Subsequent hearings this fall will be scheduled accordingly. CONCEPTUAL REVIEW: Conceptual Review is an opportunity to determine if a project meets the basic parameters expected of new development. It is also an opportunity to determine what changes aze necessary to the project and the submission requirements for final review. Although conceptual approval does not guazantee a final approval, there is a tacit expectation that the fundamental aspects of a proposal are acceptable and the remaining reviews aze for detailed issues. Page 1 of 3 PLANNING AND ZONING COMMISSION REVIEW: Below, the concerns voiced by the Planning and Zoning Commission during their review in 2007. These are also included in the proposed Resolution: a. Overall Site Plan. Evaluate the feasibility of increasing the setback of the lodge's east wing location in relation to the eastern property line and the Caribou Condominiums for skier access to the condominiums by potentially allowing a zero lot line along Lift 1 Park to provide a greater setback adjacent to the property line shared with the Caribou Condominiums. Consider additional ways to incorporate the history and significance of Lifr 1 into the site. b. Architecture and Neighborhood Compatibility. Sketch-up or similar three-dimensional modeling is required of the entire site to provide additional perspectives of the project. Specifically, the Commission is interested in seeing the relationship of the lodge component and its neighbors at the east and the relationship of the site to the immediate neighborhood. The Commission would like to see the following perspectives: looking up towards the lodge from Lifr 1 and looking down to Lift 1. c. Park Sites. The museum location should be evaluated to consider a transit drop-off/group gathering area near the museum. It is important to promote Willoughby Pazk as an active rather than passive park. Advantageous uses associated with the museum to energize the park should be evaluated: a restaurant or cafe at the museum may be an opportunity for added vitality. The Applicant will need to successfully address how the existing volleyball courts will be accommodated either on-site (to retain some active use of the pazk) or off-site, as well as the timing of the court replacement, with concurrence from the Parks Department. d. Maintenance & Storage for City Parks Equipment. Parks staff requests that the Applicant consider the feasibility of a maintenance/storage facility for the use by the Department in the Willoughby pazking garage design. e. fordable Housing. The proposal meets the requirements for affordable housing mitigation based on proposed type and intensity of uses. A recommendation from the Housing Board is required during final review. Housing staff recommends that the affordable units at the lodge have assigned parking. f Deen Powder Cabins. Evaluate additional affordable housing opporhrnities on-site (in excess of what is already provided and code compliant) by potentially using the Deep Powder cabins as affordable housing and consider funding options, including funds from the Aspen/Pitkin County Housing Authority, for their rehabilitation. REFERRAL AGENCY ISSUES: The proposed application was referred to the City Engineering Deparment, Parks Department, Public Works Department, Environmental Health Department, Building Department, Aspen Consolidated Sanitation District, Transportation Department, and Aspen Fire Protection District for comments on technical issues. Page 2 of 3 Initial general comments from the referral agencies have been incorporated into the proposed conditions of approval as appropriate and detailed requirements will be part of any final ordinance. STAFF RECOMMENDATION: Staff recommends City Council receive an overview presentation of the project, discuss ideas and elements of the Lift One Neighborhood Master Plan that could potentially be incorporated into this project, and continue the hearing to August lOs'. RECOMMENDED MOTION: "I move to continue Resolution No. S~Series of 2009, to August l0a'." ALTERNATE MOTION: "I move to approve Resolution No. Series of 2009." ATTACHMENTS: Exhibit A: July 10 Memorandum from Bob Daniel Exhibit B: Application Page 3 of 3 RESOLUTION N0. S~ (SERIES OF 2009) A RESOLUTION OF THE CITY OF ASPEN CITY COUNCIL APPROVING A CONCEPTUAL PLANNED UNIT DEVELOPMENT AND A CONCEPTUAL TIMESHARE APPLICATION FOR THE LIFT ONE LODGE ON PROPERTY COMMONLY KNOWN AS 233 GILBERT STREET, 710 SOUTH ASPEN STREET, AND 720 SOUTH ASPEN STREET, CITY OF ASPEN, PITKIN COUNTY, COLORADO Parcel ID: 2735-131-168-51, 2735-131-210-01, 2735-131-210-02, 2735-131-198-S1, 2735-131-190-01, 2735-131-260-01 WHEREAS, the Community Development Department received an application (the Application) from the Roaring Fork Mountain Lodge -Aspen, LLC (Applicant), represented by Sunny Vann of Vann Associates, and with consent from the Aspen Skiing Company, the City of Aspen, and the Historical Society of Aspen, for approval of a Conceptual Development Plan for a Planned Unit Development (PUD) and a Conceptual Timeshare for the Lift One Lodge; and, WHEREAS, the Property is commonly known as Willoughby Park, Lift One Park, 233 Gilbert Street, 710 South Aspen Street, and 720 South Aspen Street, City of Aspen, Colorado, and as more fully described in Exhibit A, attached hereto; and, WHEREAS, the Application for the Lift One Lodge proposes on Parcel 1: • A multi-story structure consisting of 32 timeshare lodging units divided into one- eighth (1/8) interests with a total of 256 member interests. With "lock-off' capability, the 32 units represent a total of 97 keys. • Five (5) affordable housing units. • A sub-grade parking garage with approximately 216 spaces. • A public restaurant and apres ski area. • Fitness facilities. • Aspen Skiing Company facilities and Guest Services. On Parcel 2: • 6 affordable housing units within the historic portion of the Skiers Chalet Steakhouse. • One lift tower of the historic Lift One apparatus. On Parcel 3 (Lift One Park): • A public park. • One lift tower of the historic Lift One apparatus. • Underground parking (part of the 216 spaces on Lot 1) On Parcel 4 (Willoughby Park): • A public park. City Council Reso No. Series of 2009 Page 1 of 7 • A Historical Society Ski Museum (the Skiers Chalet Lodge will be relocated for this purpose). • The Deep Powder cabins will be retained on Willoughby Pazk. • The historic Lift One and original ticket office will be refurbished. • A shuttle stop will be developed. • A sub-grade parking garage with approximately 115 spaces (to replace lost parking on South Aspen Street and the current Willoughby Park surface pazking). and, WHEREAS, pursuant to Section 26.415.070.D., Certificate of Appropriateness for Major Development, of the Land Use Code, Conceptual approval may be granted by the Historic Preservation Commission (HPC) at a duly noticed public heazing and was granted for the review of Willoughby Pazk, Lift 1 Park, and Skier's Chalet Steakhouse by the HPC on August 9, 2006, via Resolution No. 21, Series of 2006; and, WHEREAS, the Community Development Department received referral comments from the Aspen Consolidated Sanitation District, City Engineering, Building Depaztment, Fire Protection District, Envirorunental Health Department, Pazks Department, Pazking Department , Aspen/Pitkin County Housing Authority, Public Works Department and Transportation Depaztment as a result of the Development Review Committee meeting; and, WHEREAS, pursuant to Section 26.470.040.0.7, Affordable Housing, of the Land Use Code, a recommendation from the Aspen/Pitkin County Housing Authority is required and a recommendation for approval by the boazd was provided at their June 20, 2007, regular meeting; and, WHEREAS, said referral agencies and the Aspen Community Development Department reviewed the proposed Conceptual PUD and Conceptual Timeshaze and recommended approval with conditions; and, WHEREAS, pursuant to Chapter 26.445 of the Land Use Code, Conceptual PUD approval may be granted by the City Council at a duly noticed public hearing after considering recommendations by the Planning and Zoning Commission, the Community Development Director, and relevant referral agencies; and, WHEREAS, pursuant to Chapter 26.590 of the Land Use Code, Conceptual Timeshare approval may be granted by the City Council at a duly noticed public heazing after considering recommendations by the Planning and Zoning Commission, the Community Development Director, and relevant referral agencies; and, WHEREAS, Conceptual PUD and Conceptual Timeshaze review by the Planning and Zoning Commission requires a public heazing and this application was reviewed at multiple public heazings where the recommendations of the Community Development Director and comments from the public were heazd; and, WHEREAS, during a regulaz meeting on June 19, 2007, the Planning and Zoning Commission opened a duly noticed public hearing to consider the project and continued the public heazing to July 10, 2007 for further discussion. At the July 10, 2007 public hearing, the Planning and Zoning Commission opened a duly noticed public heazing to consider the project City Council Reso No. _ Series of 2009 Page 2 of 7 and continued the hearing until July 17, 2007 for further discussion. At the July 17, 2007 public hearing, the Planning and Zoning Commission opened a duly noticed public hearing to consider the project and continued the project to July 24, 2007 for further discussion. At the July 24, 2007 public hearing, the Planning and Zoning Commission opened a duly noticed public hearing to consider the project and continued the project to August 7, 2007 for fitrther discussion. At the August 7, 2007, public heazing the Planning and Zoning Commission opened a duly noticed public hearing to consider the project and recommended City Council approve the Conceptual Planned Unit Development and Conceptual Timeshaze application by a three to one (3-1) vote, with the findings and conditions listed hereinafter; and, WHEREAS, after the recommendations from the City of Aspen Planning and Zoning Commission and the Historic Preservation Commission were obtained and prior to City Council reviewing the Application, City Council adopted Resolution No. 13, Series of 2008, initiating a master plazming effort known as the Lift One Neighborhood Master Plan involving properties within this Application, properties held by the City of Aspen, and properties held by others; and, WHEREAS, the Applicant entered into the master planning process willingly with certain conditions regazding the continued "active" status of the Lift One Lodge Application and the potential withdrawal from the master planning process among other conditions memorialized in Resolution No. 13, Series of 2008; and, WHEREAS, the City of Aspen, the other parties, and the Applicant all actively pursued the master planning effort with the assistance of a citizen task force throughout 2008 and early 2009 although the master plan was never adopted; and, WHEREAS, pursuant to Resolution No 13, Series of 2008, Section 10 "Master Planning Process may be Terminated," the Applicant withdrew from the master planning process and the City renewed review of the Lift One Lodge Application; and, WHEREAS, pursuant to Resolution No. 13, Series of 2008, Section 12 "Lifr One Lodge Application on Hold," for the purposes of Section 26.304.070(f) of the Land Use Code, the Application for Lift One Lodge remained "active" during the Lift One Neighborhood Master Plan COWOP process and any and all deadlines or expiration dates associated with the Lift One Lodge Application were tolled until the date on which processing of the Application was resumed. All previously obtained consents and all previously obtained approvals or recommendations of approval, in particular the approvals of the Planning and Zoning Commission and the Historic Preservation Commission remain in effect. The Application will continue to be processed and considered pursuant to the City's Land Use Regulations in place on the date that the Application to the Historic Preservation Commission was deemed complete in Mazch of 2006; and, WHEREAS, pursuant to Resolution No. 13, Series of 2008, Section 13 "Holland House Redevelopment Credits," the time period for utilization of replacement credits for employees, lodging and other pertinent matters related to the former Holland House Lodge have been extended to 24 months after final approval, denial, or withdrawal of the current Application for Lift One Lodge; and, WHEREAS, Conceptual PUD and Conceptual Timeshare approval shall only grant the ability for the applicant to submit a Final PUD and Timeshare application and the proposed development is further subject to Final PUD review, Conditional Use, Special Review, GMQS City Council Reso No. _ Series of 2009 Page 3 of 7 Allotment, Mountain View Plane Review, Subdivision, Subdivision Exemption, Rezoning, Timeshare and aright-of--way vacation approval pursuant to the Municipal Code; and, WHEREAS, the City Council of the City of Aspen finds that the Application meets or exceeds the development review standards for a Conceptual PUD and Conceptual Timeshaze, is consistent with the goals and elements of the Aspen Area Community Plan, that this Resolution furthers and is necessazy for the promotion of public health, safety, and welfaze as long as certain conditions are implemented. NOW, THEREFORE BE IT RESOLVED that the City Council of the City of Aspen hereby grants Conceptual Planned Unit Development Review Approval and Conceptual Timeshare Review Approval to the Lift One Lodge Application, subject to the conditions listed hereinafter: Section 1-Amendments: The applicant shall make the following revisions to the development proposal: a. Overall Site Plan. Evaluate the feasibility of increasing the setback of the lodge's east wing location in relation to the eastern property line and the Caribou Condominiums for skier access to the condominiums by potentially allowing a zero lot line along Lift 1 Park to provide a greater setback adjacent to the property line shazed with the Caribou Condominiums. Consider additional ways to incorporate the history and significance of Lift 1 into the site. b. Architecture and Neighborhood Compatibility. Sketch-up or similar three-dimensional modeling is required of the entire site to provide additional perspectives of the project. Specifically, the Commission is interested in seeing the relationship of the lodge component and its neighbors at the east and the relationship of the site to the immediate neighborhood. The Commission would like to see the following perspectives: looking up towards the lodge from Lift 1 and looking down to Lift 1. c. Park Sites. The museum location should be evaluated to consider a transit drop-off/group gathering area neaz the museum. It is important to promote Willoughby Park as an active rather than passive pazk. Advantageous uses associated with the museum to energize the park should be evaluated: a restaurant or cafe at the museum may be an opportunity for added vitality. The Applicant will need to successfully address how the existing volleyball courts will be accommodated either on-site (to retain some active use of the pazk) or off-site, as well as the timing of the court replacement, with concurrence from the Pazks Department. d. Maintenance & Storage for City Parks Equipment. Pazks staff requests that the Applicant consider the feasibility of a maintenance/storage facility for the use by the Department in the Willoughby parking garage design. e. Affordable Housing. The proposal meets the requirements for affordable housing mitigation based on proposed type and intensity of uses. A recommendation from the Housing Board is required during final review. Housing staff recommends that the affordable units at the lodge have assigned pazking. f Deep Powder Cabins. Evaluate additional affordable housing opportunities on-site (in excess of what is already provided and code compliant) by potentially using the Deep Powder City Council Reso No. _ Series of 2009 Page 4 of 7 cabins as affordable housing and consider funding options, including funds from the Aspen/Pitkin County Housing Authority, for their rehabilitation. Section 2: Final PUD Application The Final PUD application shall include: a. An application for Final PUD and Timeshaze application and the proposed development is further subject to Final PUD review, Conditional Use, Special Review, GMQS Allotment, Mountain View Plane Review, Subdivision, Subdivision Exemption, Rezoning, Timeshaze, and aright-of--way vacation approval pursuant to the Municipal Code. Apre-application conference with a member of the Community Development Department is required prior to submitting an application. b. Delineation of all dimensional provisions to become requirements of the PUD. c. A proposed subdivision and vacation plat and PUD plans. d. A proposed PUD Agreement. e. A detailed timeshare/membership operational plan. f An architectural character plan showing the character and materials of proposed buildings. This may be a model, digital model, detailed elevations, or renderings. A sketch-up 3-D model is recommended. g. A landscape plan. A formal vegetation protection plan shall be required with building permit application. An approved tree permit will be required before any demolition or access infrastructure work takes place. A detailed excavation plan may be required for work in the vicinity of certain lazge trees. Further review and detail of excavation distances is necessary. All right-of way improvements shall meet city codes. Final layout of the plantings and pazk designs require Pazk Department approval. Additional detailed comments are included in the Development Review Committee minutes of April 11, 2007. h. A plan for the replacement of the volley-ball courts, which may include off-site options. i. A drainage report and grading & drainage plan developed using the criteria and specifications of the City Engineer. This analysis must account for all uphill off site basins and must consider downstream facilities and whether these facilities aze sized appropriately. Attention should be paid to the design of surface drainage from the snowmelt system where it transitions to Durant Avenue to avoid any water runoff to non-snow melted surfaces at the intersection of Durant and Aspen Streets. A system development fee for stormwater may be required. j. A detailed civil plan showing the geometric design for grading improvements to Lift lA and South Aspen Street, including an accessible path to primary lodging, commercial and restaurant uses, and the snow surface, vehicle fuming radii, shuttle staging and skier drop-off azeas. k. A detailed operational plan for the pazking garage including ownership of the facility, pazking hours and fees. 1. A detailed operation plan of the rubber fire shuttle shall be submitted as part of the final PUD application. The operation plan should include the information listed in the Development Review Committee minutes of April 11, 2007. The rubber fire shuttle proposed should be an electric or hybrid type vehicle. m. The Applicant shall comply with the City of Aspen Water System Standazds, with Title 25, and with the applicable standards of Title 8 (Water Conservation and Plumbing Advisory City Council Reso No. _ Series of 2009 Page 5 of 7 Code) of the Aspen Municipal Code, as required by the City of Aspen Water Department. Utility placement and design shall meet adopted City of Aspen standards. Special consideration for utilities in relation to snowmelt shall be considered prior to final approval as indicated in the Development Review Committee minutes of April 11, 2007. n. Additional information regarding the energy requirements for the snowmelt proposal for South Aspen Street and strategies to mitigate such energy usage. o. Additional information regarding the creation of a Special Improvement District. p. A draft construction schedule and Construction Mitigation Plan. Section 3: Ground Stability Monitoring An inclinometer shall be installed within 6 months of the conceptual approval and bi-monthly readings shall be provided to the City through the review of a final application to analyze any slope movement. The final approval may require continuation of the monitoring until or past issuance of a Certificate of Occupancy. The Final application shall include additional information and evaluation on uphill conditions including: off-site drainage, geo hazards, stability issues and groundwater mitigation. Additional detailed comments are included in the Development Review Committee minutes of April 11, 2007. Section 4: Sanitation District Requirements Service is contingent upon compliance with the District's rules, regulations, and specifications, which aze on file at the District office. An upgraded main sanitary sewer line is necessary to serve the proposed development, therefore a "Collection System Agreement" is required. Section 5: Environmental Health Department The state of Colorado mandates specific mitigation requirements with regazd to asbestos. Additionally, code requirements to be aware of when filing a building permit include: a prohibition on engine idling, regulation of fireplaces, fugitive dust requirements, noise abatement and pool designs. Additional detail is provided in the Development Review Committee minutes of April 11, 2007. Section 6: School Lands Dedication and Imnact Fees The Applicant shall pay all impact fees and the school lands dedication assessed at the time of building permit application submittal and paid at building permit issuance. Section 7: Conceptual Approval Approval of this conceptual development plan does not constitute final approval or permission to proceed with any aspect of the development. Approval of this conceptual development plan authorizes the Applicant to submit an application for a final PUD development plan in accordance with the City Council Resolution granting conceptual PUD approval. A final PUD application shall be submitted within one year of the adoption of this resolution, unless otherwise extended or exempted. Section 8• City Council Reso No. _ Series of 2009 Page 6 of 7 This Resolution shall not affect any existing litigation and shall not operate as an abatement of any action or proceeding now pending under or by virtue of the ordinances repealed or amended as herein provided, and the same shall be conducted and concluded under such prior ordinances. Section 9• If any section, subsection, sentence, clause, phrase, or portion of this Resolution is for any reason held invalid or unconstitutional in a court of competent jurisdiction, such portion shall be deemed a separate, distinct and independent provision and shall not affect the validity of the remaining portions thereof. FINALLY, adopted, passed and approved this day of , 2009. Attest: Kathryn S. Koch, City Clerk Michael C. Ireland, Mayor. Approved as to form: John P. Worcester, City Attorney ExhibitA -Property Descriptions Exhibit B -Site Plan and renderings of Application City Council Reso No. _ Series of 2009. Page 7 of 7 Roaring Fork Lodging Company MEMORANDUM TO: FROM: RE: DATE: Chris Bendon, Commtulity Development Director Mayor Ireland and Aspen City Council Members Bob Daniel, Roaring Fork Lodging Company Lift One Conceptual PUD/Timeshare Review July 10, 2009 Since our land use application was submitted to the Historic Preservation commission in March of 2006, we have worked with neighbors, City staff and boards, and with a COWOP task force created by the City to master plan the area at the base of Lift One. While our project team has learned something from each of these efforts, we appreciate the opportunity to present to the City Council the project and master plan reviewed and recommended for approval by the Historic Preservation Commission and Planning and Zoning Commission for the east side of Aspen St. Below is a brief overview of events and activities to date: 2005 Land Assemblage and initial master planning March 2006 Submitted Land Use application for Conceptual Approval to HPC August 2006 Conceptual Approval by HPC November 2006 Submitted for Conceptual Approval to P & Z August 2007 Conceptual Approval by P & Z October 2007 City Council Denial of Lodge at Aspen Mountain PUD application February 2008 City Council approves Resolution 13 establishing COWOP April 2008 COWOP Task Force begins work October 2008 COWOP completes work and approves Master Plan January 2009 Ciry Counci] votes 2-2 on Master Plan June 2009 Lift One Lodge Terminates COWOP in order to pick up PUD Application processing Resolution 13 directed that Council would initiate review of the PUD application for the Lift One Lodge upon COWOP termination. For a variety of technical reasons, the appropriate mechanism to reinitiate the review of the Lift One Lodge PUD application was through the termination of the COWOP process as allowed in Resolution 13. The attached letter and site plan were originally prepared for the City in 2006 as an introduction to the Lift One Lodge project and to establish an overview of the key issues identified during the planning process. I recognize that once we have presented our original plan there will be questions and comments related to ideas that emerged from the COWOP process. Based upon Council direction, our team will use future meetings to continue to present our original application or discuss Council priorities about ideas from the COWOP plan. The Conceptual PUD Approval process gives the City and applicant the opportunity to discuss community goals for the base of Lift One and we look forward to discussing the collective four years of planning work in this area. 0027 Burnt Mountain Cirele ~ P.O. Box 6237 ~ Snowmass Village, Colorado 8'1615 G 9701923.4500 phone -. 9701923.450'1 ja No~arilxi~?2,z006 Paget of 9 November 22, 2006 City of Aspen, Mayor and City Council City of Aspen, Planning and Zoning Commission 130 S. Galena St. Aspen, CO 81611 Dear Mayor, Council Members, and Planning Commissioners: Please consider this a letter an introduction and executive summary for the Lift One Lodge. I am writing this based upon my experience at one of the Town Meetings on growth at the Hotel Jerome this past summer and the subsequent discussion at my table about development proposals. I was struck by the voting on one of the questions in which participants seemed to think that applicants submitted projects that included much more than they wanted and then expected to get an approval for something smaller that would still meet their needs. Based upon the work over the last year to understand the opportunities and constraints related to our redevelopment plans, I did not want you or the public to think that our application was submitted with such an approach. We have worked hard to put together a proposal that optimizes benefits, implements City planning goals, addresses neighborhood impacts, and will result in a project with long-term benefits. We initially completed the information required for submittal last April. After review of that submittal we realized as a project team that we could step back and spend more time working in order to propose a project that was more in keeping with the specific stated goals of the community and was more sensitive to potential neighbor impacts. The last six months have been spent revising and reducing our project and meeting with neighbors and City staff to resolve as many impacts as possible prior to submission. The project that we are submitting is the project that we hope to build rather than a "straw man" that we are offering up for sacrifice. About Us The principals in the project aze Jim Light, Jim Chaffin, and David Wilhelm. The principals are responsible for the Roazing Fork Club in Basalt, which has been recognized for innovations related to green golf course management and for the voluntary real estate transfer fee that created and has provided ongoing financial support for the Roaring Fork Conservancy. Chaffin and Light were eazly developers at Snowmass Village and have resort community experience around the country. I am working with them on this project and have been a member of the community and involved in engineering, construction and development related activities in Aspen and the Roaring Fork Valley since 1988. The business plan for this project calls for constructing, owning, and operating the lodge over the long term. The financial plan is based on long-term returns derived from the sale of membership interests, similar to the long-term perspective used by lodges that have operated in Aspen over the last 50 years. rr~~~n,zoob Page3 of 9 Our planning approach began with an understanding of what the Lodge zone district would allow, reviewing City plans for the area, talking with adjacent property owners, and conducting detailed market analysis to determine the financial viability of the Lodge. All of these influences have resulted in a project that we are very proud to the present to the City. Lift One Lodge Overview The lodge concept for Lift One Lodge is relatively simple; replace the dilapidated Skiers Chalet Lodge and Holland House with updated and market appropriate beds at the base of a new high speed ski lift. The assemblage of land included acquisition of the two lodges and a parcel from the Aspen Skiing Company that includes the location of the existing lift. Lift One is due to be replaced slightly uphill of its current location. Aspen has experienced a net loss of more than 1,000 visitor rooms since 1991 and has tried vazious approaches to increase its bed base and to encourage the upgrade of older lodges. The Lift One Lodge program will increase "hot beds" and offers significant community assets in order to rejuvenate the Lift One area. The site is currently occupied by the former Holland House, which included twenty lodge units, the Skier Chalet Lodge, which included ten lodge units and the Skier Chalet Restaurant, which included the restaurant and eight lodge units. The proposed Lift One Lodge includes thirty-two "lodge suites" which will contain a total of ninety- seven keys of separately rentable rooms. The lodge rooms will be made available to the general public when not in use by members. Other facilities in the lodge include a new public restaurant and apr8s ski deck to serve skiers and lockers, spa and fitness facilities for lodge members and guests. The Aspen Skiing Company will also have space within the lodge for ticket sales, public restrooms, and lockers for Skico workers. Our first iteration of the plan was based on what the underlying Lodge zoning allows without any deviations to the underlying dimensional requirements. After meeting with neighbors, we reduced the building height and set the building further back from the eastern property line than required to reduce impacts to our most immediate neighbors. In order to maximize the number of beds and minimize impacts to the area, we are not proposing to utilize the 25% free market component offered under the Lodge zoning. As part of the approval process for the Lodge at Aspen Mountain, a new high-speed lift was proposed for Lift One that would allow greater access to Aspen Mountain from this location. The Lift One azea serves local residents and visitors to area rental properties, serves as focus for azea ski racers and the Aspen Valley Ski Club racing program, hosts World Cup competitions, and provides a second entrance to Aspen Mountain during busy periods. r ~ zaob Pa~4 of 9 Review Process A four-step review process will be required for the project. The public pazking facility, ski museum, and other improvements at Willoughby Pazk require action by the Historic Preservation Commission (HPC). The Planned Unit Development (PUD) and associated requests require City Planning and Zoning Commission and Council action. On August 9, 2006, we were pleased to receive unanimous Conceptual Approval from the HPC to our proposal related to the historic museum, undergound parking, and other site improvements at Willoughby and Lift One parks. The attached application is for Conceptual Approval of the Lift One Lodge PUD and associated requests. If the City approves the concept, then final applications to the HPC and City Council will be submitted in the future. We have identified several key issues associated with the Aspen Area Community Plan that have been addressed in the application. I would like to highlight the specific components of character, neighborhood impacts, energy consumption greenhouse gases, transportation, and affordable housing. Character ' There is no one meaning to the concept of Aspen's chazacter. It maybe that chazacter is tied to the context of a specific site in addition to the City as a whole. Our project focuses on character through its relationship to skiing history and specifically to implementing the community's goal for a museum at Willoughby Park in partnership with the Aspen Historical Society. The Lift One Lodge also focuses on implementing City transportation improvement goals for South Aspen and Dean Streets and addressing neighborhood impacts. The area is evolving toward an interesting mix of historic and contemporary uses and the Lift One Lodge will contribute to that evolution. We have made a major commitment to working with the City and Aspen Historical Society to create and implement a historic park. Ina 1991 vote, the citizens of Aspen overwhelmingly supported the use of Willoughby Park for a ski museum, however to date the Historical Society has been unable to establish this facility. We have committed to move the Skier Chalet Lodge to Willoughby Pazk and rehabilitate/renovate it for use as the Ski Museum. After rehabilitation and relocation are complete, we will donate the facility to the Historical Society. In addition, at our expense, the original Lift One towers will be refurbished and the original ticket booth rehabilitated so that these pieces of Aspen ski history are preserved for the future. The City has been pursuing improvements along Dean Street to establish a link between the two access points to Aspen Mountain. The Gondola Plaza would anchor one end of the link and the proposed ski museum at Willoughby Park would anchor the other end. Pedestrian-friendly improvements along Dean Street have been under consideration by the City and would create an enjoyable walking experience that might include some interpretive elements about Aspen's skiing history. rr~„t~2z,zoo6 Pa~eS of 9 Through time spent at the site and discussions with area residents and long-time skiers, another aspect to the character of the azea was discovered. Some skiers enjoy skiing to points along Aspen Street, to their adjacent property, or to Dean Street. This informal ski route crossed private and public property, including Lift One Park and Willoughby Pazk. Instead of stopping use of the private property for such activities, we believe that the chazacter of the area can be honored while embracing new development. In response to these informal traditions in the area, the Lift One Lodge was redesigned to create a "ski through" lodge that will allow skiing through the center of the project. Skiers will ski through the property and along the towers of the original Lift One to the pazk, ski museum, and the underground parking gazage. Neighborhood Impacts The neighborhood generally enjoys good ski access and the properties immediately adjacent to the Lift One Lodge are largely used for ski rental or second homes. Many of the owners in the area have owned their property for more than a decade and aze regular visitors. With the exception of the Dolinseks along the eastem boundary of the Skier's Chalet Steakhouse, there are virtually no full-time residents immediately adjacent to the property. Over the last year, project team members have met with property owners, Homeowner Board representatives, and property managers to better understand the context for our project and to better understand neighbor issues. These discussions helped to shape our proposal for Willoughby Park, South Aspen Street, the underground parking gazage, skier access through the property, and building setbacks. We believe that neighbors and the entire community will enjoy safety improvements to South Aspen Street, sidewalk and streetscape improvements to South Aspen and Dean Streets, park improvements to Willoughby and Lift One parks and proposed ski access through the property. While there is no way to develop the site in an economically viable manner without having some impact to units at the Cascade, Silver Shadow, Shadow Mountain and Caribou condominium buildings, we have made significant changes to our proposal in order to accommodate concerns expressed to date. The primary issues expressed included: maintaining ski access to units, minimizing impacts on views to town, Shadow Mountain and Red Butte, and minimizing the impact of roof mounted mechanical systems. While the City's code is not designed to protect the views from every property, the neighbors to the east of our property have enjoyed the benefits of the lack of expansion of the existing structures. The primary views from the living rooms of a majority of the units along the east side of the property are toward Monarch Street rather than Aspen Street, however each unit enjoys a view towazd Shadow Mountain, Red Butte, or the ski area. There aze also several units that look directly towazd the Lift One Lodge site. Team members have had discussions with property owners of every property along the eastern boundary and have been inside most of the units in order to better understand the unique characteristics of each unit and how owners use their unit. xo~,t~zz,zaob Page6 of 9 Based on those visits and discussions, the Lodge was redesigned from the initial concepts. These changes allowed the building to move farther from the adjacent properties than the five-foot setback required by code to over ten feet from the property line. Additionally the building was articulated along the southern edge to create a viable ski access to southernmost adjoining properties. The expanded setback shrinks the building footprint and allows adjacent property owners to continue skiing to a location between the Silver Shadow and Cazibou that serves as access to several owners and to the ski gate at Caribou. In addition, there has been a focus on the architecture along the eastern portion of the building. The design and materials were selected to make sure that this does not appear as the `back of the building'. In addition to shrinking the building footprint, great caze was given to establishing the roofline for the lodge. The northernmost section of the building has a roof that is similaz in height to the existing Skiers Chalet Lodge. While other sections of the roofline are higher than adjacent properties, the building footprint and lower roofline toward Gilbert Street will allow preservation of some vistas. The Lodge was redesigned to allow public access to the lobby from the eastern boundary of the property. This will allow convenient access from Monazch Street and adjacent property owners to the Lodge, the public restaurant, and ski lift. The property owners to the north (Lift One, South Point, Telemazk, etc.) maintain all of the current benefits enjoyed by skier access while also enjoying significant park area, road and pedestrian improvements. Owners of these units will also enjoy convenient ski access to the new lift via the proposed shuttle stop at Willoughby Park. The entire terminus of South Aspen Street is being improved to address several significant issues in front of the Shadow Mountain complex. Currently there is an unsightly mixture of pazking, equipment storage and dilapidated structures in this area. With no appropriate cul-de-sac, there is not adequate fire access to the properties at the end of South Aspen Street. The right-of--way for South Aspen Street does not provide adequate space to accommodate these improvements, so these improvements have been designed to extend onto the Lift One Lodge property. The lack of road definition and improvements creates impacts for the Shadow Mountain residents during the ski season. From a building perspective, the rooflines and improvements along the southern edge of Lift One Lodge are set back significantly from the property line and articulated down the hill to minimize the visual impact of the project on the Shadow Mountain units. The Mountain Queen and Shadow Mountain complexes will experience some changes when Lift One moves uphill. The location of the new lift has been established by lift engineering and operational requirements. Ski-in access has been maintained to all units and changes to ski-out accesses aze triggered by the change in lift location. Energy/Greenhouse Gases Energy consumption and greenhouse gas emissions aze important community and Global issues. The City of Aspen has taken a leadership role on this issue through its Canary Initiative. Addressing these issues in a new development works best when energy efficiency is addressed at every stage, from the initial conceptualization of the building through construction and operation. N~„t~zz,~ Pa~7 of 9 The Lift One Lodge team includes engineer David Houghton of Resource Engineering Group, who has extensive experience in designing mechanical systems that exceed City energy code requirements. David is leading our effort to implement a renewable energy approach for the project that allows for the snowmelt of South Aspen Street, by minimizing the carbon footprint of the Lodge using geothermal exchange energy for heating and cooling. We are also proposing "green roofs" on a large portion of the lodge to reduce energy consumption, minimize storm water runoff and pollution, and to soften views from properties above our site, such as the Shadow Mountain units and the ski azea. To date there is only one other development (the EPA headquarters in Denver) in Colorado that has included this innovative rooftop approach. In addition to these active efforts in the design and operation of the Lodge, we are making the commitment to purchase renewable energy and/or renewable energy credits for the operation of the Lodge to assist in offsetting the remaining energy demand from heating, cooling, and normal electric uses. These energy credits and energy sources will be sought from reliable sources to insure that we are providing the greatest benefit possible for this project. Transportation It often seems that transportation issues dominate discussion of land use applications. Even though the Lift One Lodge is only expected to generate about 36 peak winter hour trips, major transportation improvements are proposed to address existing deficiencies in the neighborhood. The current winter road conditions, lack of sidewalks, and lack of transit access limit the use of one of the two gateways to skiing on Aspen Mountain. Users currently experience dangerous walking and driving conditions along South Aspen Street due to the average grade of 14% between Durant Street and the current lift location. The conditions aze so severe that the City changes stop signs in the winter to stop cazs on Durant Street to avoid vehicles sliding down Aspen Street and striking cars on Durant Street. In addition, there are stories about vehicles parked along Aspen Street suddenly sliding downhill into other parked cazs. While the grades along Aspen Street are fixed, the City has identified employing snowmelt as a potential tool for improving public safety. In addition, the lack of sidewalks in the area forces skiers to walk in South Aspen Street, thereby creating additional safety hazazds for both pedestrians and vehicles. Finally, there is currently no transit service to Lift One, forcing locals, visitors, and participants in Aspen Valley Ski Club racing programs to drive to the site. A parent cannot currently send their child to the ski club program unless they drive up the hill or have their child walk in the road. During drop- off and pick-up times, the azea near the base of the lift is snarled with traffic, while South Aspen Street and the pazking lot of the Shadow Mountain Townhomes becomes a staging area for pazents. The Lift One Lodge, in conjunction with the Lodge at Aspen Mountain is proposing a series of improvements to address the safety and accessibility issues in the azea. The revised roadway will be reconstructed to two traffic lanes with no on-street parking. New improvements include sidewalks, landscaping and the aforementioned snowmelt system. rr~gzz,x~o~ Pa~B of 9 Deane Street will also be improved in accordance with the Dean Street Improvement Plan, which includes an improved roadway, curb and gutter, stormwater improvements, and new sidewalks along the perimeter of Willoughby Park. All of these improvements will make this section of Aspen safer and more pedestrian friendly. Another significant improvement to the area is a proposed transit service. A shuttle system could connect Rubey Park, Lifr One, and the walkway to the Gondola Plaza at Dean St. during the winter months with a level of service similaz to the Galena Street Shuttle. The service would be funded by an improvement district made of area lodge properties, including the Lift One Lodge and Lodge at Aspen Mountain. The final significant transportation improvement in the area is a proposed 75-space underground parking garage to replace the on-street parking along South Aspen Street and the unsightly surface parking in the lot that currently dominates Willoughby Park. This is a safer and more aesthetically pleasing alternative to the current pazking conditions. We believe that the combination of transportation improvements described above will serve the community at-large and provide a viable alternative to the gondola for accessing Aspen Mountain, which will benefit all area property owners. These public improvements, which typically require major public investment aze community benefits offered by the redevelopment of lodging properties in the area. Affordable Housing All of the Lodge employee housing requirements will be met on-site and all of the units will be above grade. The Skiers Chalet Restaurant, which has historic designation, will be renovated and converted into six one-bedroom employee housing units. The building will benefit from the renovation and workers will enjoy the historic nature of the building in a great ski-in location. Three one-bedroom and two, two-bedroom units are be included in the lodge building. The eleven units will house over 20 employees, more than the required mitigation under the code requirements. All but one of the units are Category 2, offering truly affordable rental rates in a great location. Due to the significant subsidy required to provide lower Category housing, it is notable for a private sector project to supply Category 2 units to the housing inventory. Closing While the application for the Lift One Lodge is relatively complex, including rezoning, rights-of--way vacations, and improvements to public parks, the core idea is relatively simple; lodging at the base of Aspen Mountain coupled with numerous community benefits. Our project team has taken care to meet all of the dimensional requirements and height limitations of the Lodge zone district and to address many neighborhood and community issues. I look forward to presenting this project to the Planning and Zoning Commission and City Council for Conceptual Review and appreciate you taking the time to consider the work that we have put into bringing forward the best project possible. r~» t~ n, zaob Page9 of 9 Sincc~ly, k6b~'rt ~. Dvnicl, ?r. Roaring Fork I~dging i:ompany ~- -- -~ -~ o s :° i _ .i ( _ ~ _ , J.-~ L--~ !' i I ~ ~ ~ ~~- ~ u~ _ ____ .: - ~ r . - ,----- `.~ ~, II j !rte - ii -- ~ !/ -~ ~ L l~i _ L_ i~ ``i /\ \l ~$ - ~ ti`'_ ~a 1~. ' _ ~-. s ;~ 4 '~ ti~: ~,. ~~: '~ ~ `~ ~~ a ~; *~, `~`~,~. ~ ~~ 0 z a z 0 z c~_,, ~~;, . I z~ 0 gm +i ~<g a~~ '~'_~_ ~ a a c~ O a w ~a U Q Y 133lLLS Ntl30 ~ w '~ ws o ~~ 4 o J _. o ~` ~~ J ~~~~~~ ` ~ iN~ i __ ~ °o~ --' ~ =N s~ ~~ n3^e ~ ~J _ -. poi `~ -- i --~ ~ >a~ ~ H$ l-~ i '\ ~$ ~ ~8 \~' 'o z ~_ Y W z w a x F- Lift One dodge -, ; ~ ,, _,~.:. poss ~~ft ~,~,.~ ~_~~~",_ LIFT ONE PARTNERS • Roaring Fork Club • Snowmass Village • Record of partnerships and responsibility to community and environment • Long term business plan-plan, build, & operate properties pOSS Lift One Lodge MASTER PLAN EVOLUTION • Holland Skiers Chalet House • Steakhouse • SkiCo • dodge Property • City Parcels • Willoughby Park • Lift One Park PLANNING PROCESS Discovery: Learn about the social, physical, and planning environment. Identify Master Plan Goals: Establish desired outcomes to assess options. Build Up Site Plan: Balance physical, social, and develoQment needs in plan and test for economic viability. PQS$ - _ _ _ _ _I ift One Lodge pQ$$ Lift One Lodge I~ ^ AACP • Economic Sustainability Report • Lodge Incentive Zone District Ongoing dialogue with neighbors ^ Lodge development pattern. Hot beds at base of mountain. Lift One Lodge Transit: • Regional • City • Neighborhood Pedestrian: • Sidewalks • Deane Street Plan Skiing: • Through Site pOSS Lift One Lodge DISCOVER COMMUNITY INFLUENCES DISCOVER CONNECTIVITY INFLUENCES DISCOVER PLANNING INFLUENCES ,- '~-~,._ ~ History Proud Past ..; Q ~ ~ ~`~ .. ' ~ ~ ~• ' I-K -/, :. ~~ I .J ~~ !~ ---- --- pUSS I ift One I odye • Site Historic Preservation Ticket Booth Skiers Chalet Steak House Deep Powder Cabins DISCOVER PLANNING INFLUENCES ~..: '< j ;k ~r f .,~ ~ ~ ~ 4. • Use Skiing Evolving Patterns Unsafe Conditions Public /Private Use PUSS Lift One Lodge PUSS Lift One Lodge DISCOVER PLANNING INFLUENCES • Site Neighborhood Issues ~_ ~~ Ski Access Views Public Amenities Unit Specific Impacts pOSS l ift One. Lodge MASTER PLAN GOALS History: Changes will honor the ski heritage and reinforce the role of skiing in the future Accessibility: Changes will lead to increased safety, better connectivity, and more mobility ~/I tc711 t y Changes will increase the activities and use of the area for more residents and visitors. Changes will lead to more hot beds at base of ski area. PUSS ~ fi One Lodge SITE PLANNING • Vitality and Connectivity Points of Interest Ski Museum Ticketing /Lift Access Access Lift one Lodge SITE PLANNING • Affordable Housing On Site ,AHU _-` ~, ~l .~ ~ ~ - i i5 ~ AHU- "" ~' y~~ ;f' . T ~ ~~». ~ y ~ ~/ ~~ ~ ~ % .mil ~ A ` ~~ Apr s _ ift Ski Mu m/: X ,. .. Ticketing ~~" : _ I -- . .~ - ~ ----- ----- -- AHU- - ~_- Lift Access pflSS Lift One Lodge SITE PLANNING • Lodge Amenities Activity Areas Public Interaction ~= - - Access Lift One Lodge Ac~ti~t~jlity Atlaoo~as~ali®~61i~b~t+~es ~~p .,~ a~ei~~~ioSdeeof L ~~_-~r ~~''"'=~'-~' morekiasgi~itf~~r~idtuis~tors ~,_- ~ with more hot beds at base of ski area. pOSS Lift One Lodge History- Willoughby Park -Existing • Lack of Museum Funding • Lift 1 and historic assets in disrepair • Parking dominates site ^ Minimal volleyball use pOSS Lift One Lodge • New Ski Museum • Stop deterioration of historic assets • Relocated Volleyball Courts • Parking Moved Underground • Deep Powder and Skiers Chalet Lodge adaptive reuse and Historic Designation pOSS Lift One Lodge Skiers Chalet Steakhouse -Existing Continued Deterioration of Historic Structure pOSS • Non-Historic Addition Constrains Skiing • No Permanent Ski Access Lift One Lodge History- Willoughby Park -Revived History- Skiers Chalet Steakhouse -Revived pOSS • Affordable Housing • Preservation of Historic Asset • Removal of Non- Historic Addition Lift One Lodge Accessibility -Existing ~- r • •=,. pOSS • Icy, Dangerous Road • No Pedestrian Access • Difficult Mountain Access • No Sense of Destination or Arrival ^ No Transit Service Lift One Lodge • Deane and Aspen Street improvements • Improved Skiing Experience ~i'' • Sidewalks for safe pedestrian access • Disabled access • Transit service • Sense of arrival pOSS Accessibility -Revived • Public Experience Uti 7 Full C •. .. . v _. I _.. ~i~:;- --~-,-a---n ~~_ 1 ~ _ :. __. Ticket SOUTN ~SFEN STREfI Loi pOSS E.i.:, N., _ __ Lift One Lodge Accessibility -Revived Accessibility -Revived I"-- -_ - r., uNtv.r `' ~, SCIVTN ASGEN STPEEI - ~~~ poss • Public Experience Public Restaurant and Apres Ski Lift One Lodge • Lost V ita I ity- 3 % of Aspen Mountain Skiers • No Gathering Place • Dilapidated Facilities • Racing Headquarters ^ Parking on Aspen St. pOSS Lift One Lodge Vitality- Skiing -Existing Vitality- Skiing -Revived ~- ,, .., . ~-~~ pOSS Lik One Lodge • Skiers Chalet Steakhouse and Lodge pOSS • Not Viable • Formerly Housed Holland House • Total of 38 Keys Lift One Ladge ~' • Public Restaurant with Apres Ski Deck 3,850 s.f. • New High Speed Lift • Improved World Cup ,, Facilities • Permanent and Improved Ski Access through Site • Meets Standards of Lodge Incentive District • Hot Beds at Base of Lift • Combination of Fractional and Nightly Rental • 97 Keys pl)$$ Lift One Lodge Lift 1 Neighborhood -Existing • Strong • Questions about ^ Lack of history future gathering place • Neglected ' Little connection present to greater community Vitality- Lodging -Revived ~. p~$$ Lift One Lodge Lift 1 Neighborhood -Revived • Integrated Lift 1 'Gathering Places neighborhood ^ Activity centers ^ Pedestrian, transit, & street improvements Lift One Lodge Lift One Lodge -Conceptual PUD Community Benefits Accessibility . Vitalir Park Improvements Street Improvements Apres Ski Gathering Place AHS Museum New High Speed Lift Public Restaurant Stabilized Historic Assets Safe Accessible Parking public Ski Facilities Transit Services Lod in Hot Beds 9 9- Pedestrian Improvements Historical Society Museum Dedicated Ski Access On-Site Affordable Housing Park Improvements ~OSS Lift One Lodge _ pOSS Lift One Lodge -Conceptual PUD Asking: ^ Vacate Unused and Isolated Rights of Way ^ Rezoning of Parks to Public for Museum and other Public Facilities ^ Rezoning of Lift 1A Base Area from Conservation to Lodge to Increase Bed Base and Public Amenities at the Base PUSS Lift One Lodge Lift One Lodge -Conceptual PUD Not Asking: ^ Free Market Residential Units ^ Height Variance ^ Setback Variance •(Beyond P&Z Recommended Setback at Lift One Park) ^ Additional FAR ^ Off-Site Employee Housing pOSS ~ ~1~ cane ~~,i.~e Recommendations HPC: Conceptual Approval for Historic Components: August 2006 P&Z: Conceptual PUD and Timeshare Approval: August 2007 p U S S ', ift One Lodge COWOP Concepts City Creates COWOP: Unconstrained by Zoning Code City Assets in Play _.._ - pUSS UR One lodge COWOP Concepts / \. Affordable Housing ~ o~ ~°c~,, ,5~' ~ a~ ~ ' 6.~~ \ Skiing ~ 1 l Site Plan =E5°Rr ~ ' ,, Program \~ G. ,~~~ I \ `~ ~J5 r , ,.- ~ edge Next Steps Continue with Conceptual Review of Current PUD Plan or Amend Current PUD Plan to Incorporate Council Priorities from COWOP Plan poss ~~f~ C)~,e ~oage Lift One Lodge poss Lift One Lodge