Loading...
HomeMy WebLinkAboutagenda.council.regular.20230808AGENDA CITY COUNCIL REGULAR MEETING August 8, 2023 5:00 PM, City Council Chambers 427 Rio Grande Place, Aspen I.Call to Order II.Roll Call III.Scheduled Public Appearances III.A Swearing in of New Aspen Police Officer Josh Bennett IV.Citizens Comments & Petitions V.Special Orders of the Day ZOOM Join from a PC, Mac, iPad, iPhone or Android device: Please click this URL to join. https://us06web.zoom.us/j/86572416335? pwd=cTZsRTcremVMdUtTWkV5UUFkQkxodz09 Passcode: 81611 Or join by phone: Dial(for higher quality, dial a number based on your current location): US: +1 719 359 4580 Webinar ID: 865 7241 6335 Passcode: 81611 International numbers available: https://us06web.zoom.us/u/kdTa3sHSju (Time for any citizen to address Council on issues NOT scheduled for a public hearing. Please limit your comments to 3 minutes) 1 1 VI.Consent Calendar VI.A Resolution #084, Series of 2023 - Arts & Culture Fund Asset & Acquisition Assistance Grant Funding Recommendations VI.B Resolution #113, Series of 2023 - Change order Otak: Maroon Creek Multi Use Trail Phase 2 VI.C Resolution #114, Series of 2023 - Amended and Restated Power Purchase Agreement between City of Aspen and Tri-County Water Conservancy District (Ridgeway Project) VI.D Resolution #118, Series of 2023 - Change Order for 3G Construction for the Water Place Roof Replacement Project VI.E Resolution #120, Series of 2023 - Contract with Integrity Plumbing & Heating for the Replacement of 22 Hot Water Storage Tanks located at Truscott Place Phase I and II VII.Notice of Call-Up VIII.First Reading of Ordinances a) Councilmembers' and Mayor's Comments b) Agenda Amendments c) City Manager's Comments d) Board Reports (These matters may be adopted together by a single motion) 2023.8.8_Asset_Aquisition Grant Funding Recommendations Memo.pdf Attachment B_Resolution No. 84_Series of 2023.pdf Attachment A_2023 Asset & Acquisition Assistance Grant Funding Recommendations.pdf 113-2023_Change Order #2_Otak_Memo.docx 113-2023_Change Order #2_Otak_Reso.doc 113-2023_Change Order #2_Otak_Signed Documents.pdf Council Memo - Ridgway ppa 2023.docx Exhibit A - Resolution 114 Series of 2023.docx Exhibit B - 2023 Amended and Restated TCWCD-Aspen Power Purchase Agreement 7.26.23 FINAL.pdf Exhibit C - MEAN PPA Letter to Purchase and BOD Approvals.pdf 51534_Water_Place_Roof_Replacements_-_Change_Order_#1_3G_Construction_- _Council_Memo.docx Resolution.council.118.23.docx Exhibit A - Resolution #066, 2023 – Contract with 3G Construction.pdf Exhibit B - 3G Construction Change Order #1 & 2 - 07.25.2023.pdf CC.Memo.Approving.Reso120.2023(1).docx Resolution120.2023.Contract.IntegrityPlumbing.doc Procurement Professional Services Agreement- Final.doc.pdf 2 2 IX.Public Hearings IX.A Ordinance #10, Series of 2023 - Lumberyard Affordable Housing Project X.Action Items XI.Adjournment Lumberyard Memo_Council_Second Reading_August 8, 2023.pdf 3 3 1 MEMORANDUM TO: Mayor and City Council FROM: John Barker, Strategy & Innovation Deputy Director & Patrick Quick, Strategy & Innovation Director THROUGH: Alissa Farrell, Administrative Services Director CC: Ann Mullins, Grants Steering Committee Chair MEMO DATE: July 24, 2023 MEETING DATE: August 8, 2023 RE: Resolution No. 084, Series of 2023, approving Asset & Acquisition Assistance grant funding recommendations REQUEST OF COUNCIL: Staff is requesting Council consideration and approval of Resolution No. 084, Series of 2023, concerning the allocation of the Asset & Acquisition Assistance grant funding recommendations from the grants steering committee. SUMMARY AND BACKGROUND: With the goal of promoting innovation and diversification within the city’s grants programs, Council provided staff with direction during a work session on July 5, 2022 to pilot several new grants in 2023, including the Asset & Acquisition Assistance grant. The Asset & Acquisition Assistance grant was designed to supplement eligible arts & cultural institutions with facility improvements and acquisitions that are important to their operations but are otherwise challenging to fund. To this end, this pilot grant provides two paths for support, though each organization is limited to applying for a single option. Facility improvement grants are intended to assist with needed capital maintenance or permanent upgrades within existing facilities, while equipment acquisition grants are intended to assist with the purchase of equipment or assets to increase the effectiveness of organizational programming or operations. Funded by the Arts & Culture Real Estate Transfer Tax (RETT), the program budget for 2023 is $250,000. Additional guidelines include: a maximum contribution of $50,000 to each applicant, a requirement that applicants provide a matching contribution of at least one-third of the total project cost, and eligibility is limited to arts & cultural organizations with a physical presence within the Aspen Urban Growth Boundary, per Council direction. 4 2 The grant window opened on May 4, 2023 and closed on June 2, 2023. DISCUSSION: The Asset & Acquisition Assistance pilot grant is the first grant launched by the city with more restrictive eligibility based on location. Other city grants are open to organizations providing services within the Roaring Fork Valley. As such, there was some uncertainty regarding program demand. Ultimately, the city was pleased to receive seven applications, requesting a total of approximately $256,000. Request highlights include Aspen Historical Society’s application for funding to electrify the Zupancis Barn at Holden Marolt to transform the space into a publicly accessible gallery and Aspen Film’s request to build out a mobile recording studio to allow the organization to adapt their operations to current needs, as well as introduce new youth programming targeted to young filmmakers. After an initial staff review, six applications were deemed eligible and passed along to the review committee for assessment. As this grant is a pilot program, instead of a volunteer review committee, city staff performed the initial reviews, with representatives from the grants program along with the capital asset department. Staff reviewed each application for alignment, community impact, feasibility, and utility, in accordance with set review criteria. These initial reviews were then passed along to the grants steering committee, which evaluated the applications and determined award recommendations. All eligible applications requested support that is alignment with the original vision of the grant, scored highly among staff reviewers, and received unanimous support for funding by the grant steering committee. As total eligible requests are within program budget, staff and the grants steering committee believe that all applications will have a positive impact in the community. ALTERNATIVES: Council may choose to provide staff new direction on how funds should be allocated. FINANCIAL IMPACTS: There are no new financial impacts associated with approval of this resolution, as all necessary funding has already been allocated in the 2023 budget by Council. The total amount recommended for distribution is: • Funding Source: Arts & Culture Fund o 2023 Allocated Funding: $250,000 o Recommended Total Award: $241,812 ENVIRONMENTAL IMPACTS: There are no direct environmental impacts associated with this resolution. However, the overall grants program philosophy, previously adopted by Council, emphasizes the importance of supporting organizations that protect our natural environment. 5 3 RECOMMENDATIONS: Staff recommends approval of Resolution No. 084, Series of 2023, finalizing the grant funding recommendations as described in Attachment A. CITY MANAGER COMMENTS: ATTACHMENT A – 2023 Asset & Acquisition Assistance Grant Funding Recommendations ATTACHMENT B – Resolution No. 084, Series of 2023 6 RESOLUTION #084 (Series of 2023) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING THE RECOMMENDATIONS OF THE GRANTS STEERING COMMITTEE TO PROVIDE GRANT SUPPORT TO NON-PROFIT ORGANIZATIONS SERVING THE ASPEN COMMUNITY WHEREAS, the Aspen area is fortunate to have many non-profit organizations that support the community; and WHEREAS, City Council has established an overall program philosophy for the grants program, supported by strategic focus areas for each grant program; and WHEREAS, City Council has established an Asset & Acquisition grant pilot program; and WHEREAS, City Council has established a grants steering committee to support the City’s grants program; and WHEREAS, the grants steering committee have issued recommendations of funding for the consideration of City Council NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves the funding recommendations attached hereto. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 8th day of August 2023. Torre, Mayor I, Nicole Henning, 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, August 8, 2023. Nicole Henning, City Clerk 7 Funding Recommendations: Asset & Acquisition Assistance Pilot Grant Organization Funding Request Funding Recommendation Aspen Art Museum $50,000 $50,000 Aspen Film $33,500 $33,500 Aspen Historical Society $9,000 $9,000 Aspen Music Festival & School $50,000 $50,000 Aspen Public Radio $50,000 $50,000 Theatre Aspen $49,312 $49,312 8 MEMORANDUM TO: Mayor and City Council FROM: John Spiess, Open Space and Natural Resource Manager THROUGH:Matt Kuhn, Parks and Open Space Director MEMO DATE:July 31 st , 2023 MEETING DATE:August 8th, 2023 RE:Resolution #113 Series 2023: Change order Otak: Maroon Creek Multi Use Trail Phase 2 REQUEST OF COUNCIL: The Parks and Open Space Department is seeking Council approval for a change order to the existing phase 2 contract between the City of Aspen and Otak for the design of the Maroon Creek Multi-Use Trail. SUMMARY AND BACKGROUND: Parks and Open Space staff have been working on the design and permitting for a new multi-use trail that will connect the roundabout with the Aspen Recreation Center on the north and west side of Maroon Creek Road. This important new connection will improve the connectivity to the ARC, Aspen Highlands, and the Maroon Bells, whilst also reducing the complexity of traversing the community campus and inherently improving the safety of the school campus. In September of 2022 the City and Otak entered a contract to produce construction drawings for the Maroon Creek Multi Use Trail. This contract anticipated a traditional design/bid/build process. In the months that followed the Parks department had informal conversations with other departments and construction service companies about the timing for construction of the trail. Considering the demand for construction services in the Roaring Fork Valley, the Parks department pursued a Construction Manager/General Contractor (CM/GC) contract for the construction of the Maroon Creek Trail. The intent of this type of contract is to involve a contractor during the design phase of the project and to anticipate their involvement in the construction. For the past 4 months Gould Construction, Otak and the City of Aspen have been working on the development of drawings and pricing for the Maroon Creek Multi-Use Trail. This work has moved the design and construction process forward in many important ways and has led to changes to the design based on pricing and material availability. 9 DISCUSSION: The addition of a CM/GC to our project team has had many positive impacts to the design and will ultimately improve the final product which is planned for construction in the summer of 2024. The new approach has also resulted in additional scope of work the design team, Otak, including the following: 1.CMGC Coordination: An additional 15 meetings with the project team and response to the 90% drawing submittal. 2. Utility Potholing Oversight: As part of the design refinement Otak helped to supervise a utility potholing project that identified potential conflicts with the future trail. 3. Section B Cross Section Alternatives:Preparation of design alternatives for the trail segment surrounding the ARC. This portion of the trail is the most complex as it includes many uses including the roadway, utilities, and existing trails. 4. Segment D Trail Re-Design:Following the completion of the 90% initial guaranteed maximum price the city asked Otak to redesign 700’ of trail to eliminate some of the costly construction items determined by Gould including the railing and thickened concrete edge. 5.Re-Design to Incorporate Redi Rock Retaining Walls: After lengthy discussions with Gould it was determined that the project should use Redi-Rock precast structures for the retaining walls because of the difficulty in obtaining boulders for this project. This change to the project based on contractor input resulted in changes to the design of the wall profile and proposed grading. The additional expenses detailed above are the result of a change in the structure of the design process that was initiated by the city. While not anticipated at the time of the original contract this process has had a very positive impact on the project design, construction cost, and construction feasibility. FINANCIAL IMPACTS: The existing design contract between the City of Aspen and Otak is $320,250.00. The proposed change order is $43,840.00 which is in addition to change order #1 ($15,220) that covered changes to lighting scope. The Maroon Creek Multi-Use Trail is included in the 2023 Parks (100) Fund Capital Project Budget, project 50964 Maroon Creek Road Trail. The total budget for the design and construction of the project is $4 million. The project budget will be evaluated following the issuance of the guaranteed maximum price on 9/1/23. ENVIRONMENTAL IMPACTS: Trails provide important multi-modal transportation options. This trail is proposed to be constructed with a narrow footprint and will be built relatively close to the road to reduce impacts to adjacent land and open space. ALTERNATIVES:City Council can suggest re-negotiating the terms of the change order. RECOMMENDATIONS:Staff recommend approval of the change order with Gould Construction for Construction Manager/General Contractor services. CITY MANAGER COMMENTS: 10 RESOLUTION #113 (Series of 2023) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CHANGE ORDER BETWEEN THE CITY OF ASPEN AND OTAK. AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a change order to the original contract for Maroon Creek Multi Use Trail – Phase 2 between the City of Aspen and Otak, a true and accurate copy of which is attached hereto as Exhibit “A”; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves a change order to the original contract for Maroon Creek Multi-Use Trail – Phase 2, between the City of Aspen and Otak, a copy of which is annexed hereto and incorporated herein and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 8 th day of August 2023. Torre, Mayor I, Nicole Henning, 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, August 8 th , 2023. Nicole Henning, City Clerk 11 Change Order Form Revision 12/08/2021 Page 1 of 2 Change Order Form General Information Vendor Otak Change Order Number 02 Date of Issuance June 28th, 2023 Project Name Maroon Creek Multi Use Trail Project Number 2022-300 Project Completion Date Fall 2024 Project Manager John Spiess COA Account Code 100.572.81200.57210.50964 Project Information Description Of Service Otak has been producing construction drawings for the Maroon Creek Multi Use Trail. This work includes the delivery of 30%, 90% and ultimately 100% drawings. Description Of Change Order This change order captures several important changes to the project that happened after the approval of the Phase 2 contract. 1. CMGC coordination meeting attendance following Gould construction joining the team 2. Utility Potholing oversight- Potholing was not originally included in project 3. Segment B and D redesign following initial guaranteed maximum price. This effort will help to reduce total project cost 4. Redesign of retaining walls based on material availability. Contract Information DocuSign Envelope ID: D6833497-B954-40A4-81ED-1B5D3E51E83FDocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 12124 Change Order Form Revision 12/08/2021 Page 2 of 2 Original Contract Amount $ 320, 250.00 Previous Change Order(s) $ 15,220.00 Change Order Amount (If Over 50k Change Order To Be Presented To Council For Approval) $ 43,840.00 Final Contract Amount (Including All Change Orders) $ 379,310.00 Revised Completion Date Fall 2024 Signature 1. Contractor (Required) 2. Project Manager (Required) 3. Department Head (Required) 4. Procurement Officer (Required) 5. City Attorney (Required Based On Value Of Thresholds) 6. City Manager (Required Based On Value Of Thresholds) Original contract, if applicable all other change orders, and vendor quote for requested change order must be attached to this document. For additional information: See Procurement Policy “Change Orders And Add Services Request” (page 30). DocuSign Envelope ID: D6833497-B954-40A4-81ED-1B5D3E51E83F 7/21/2023 | 2:51:50 PM MDT DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 7/21/2023 | 3:14:50 PM MDT 7/21/2023 | 2:18:26 PM PDT 7/23/2023 | 8:07:29 AM MDT 13125 371 Centennial Parkway, Suite 210 | Louisville, CO 80027 | Phone 303.444.2073 | otak.com June 28, 2023 John Spiess Open Space and Natural Resource Manager Parks and Open Space City of Aspen (via email: john.spiess@aspen.gov) Re: Amendment #2 – Additional Fee Proposal for CMGC Meetings, Utility Potholing Oversight, Segment B Cross-Section Alternatives, Segment D Trail Re-Design, Wall Re-Design for Redi-Rock Walls Dear John, Per previous discussions, below is a summary of work completed or scheduled to be completed that was not included in our original scope of work for the final design of the Maroon Creek Trail Project. Summary of Work Items and Fees Beyond Original Estimate CMGC Coordination Otak originally estimated $2,700 for 6 meetings with the City of Aspen (City) project team and did not estimate any fee for responding to contractor questions and comments. The Otak team has attended weekly meetings with City Staff and Construction Manager General Contractor (CMGC) representatives. The requested amount includes 15 meetings which have already occurred or are already scheduled between April 4th, 2023 thru August 8th, 2023. This fee also includes time for responding to questions and comments generated by the CMGC team after the 90% plan submittal. Otak Requested Fee Adjustment: $ 13,562.00 Utility Potholing Oversight At the request of the City, Otak provided designer representation for supervision of the utility potholing operation performed by the CMGC and their subconsultant. Fee includes 3 days of on-site supervision, documentation time, and necessary travel expenses. Otak Requested Fee Adjustment: $6,492.00 Segment B Cross-Section Alternatives Otak provided multiple slope treatment options for the Segment B cross-section including a curbed trail with slope paving, a cobble stabilized slope, and a thickened edge option. The process included modeling multiple cross-sections, discussions regarding the alternatives, development of multiple exhibits. Otak Requested Fee Adjustment: $5,410.00 Segment D Trail Re-Design The City has directed Otak to redesign approximately 700’ of trail from a cross-section with a thickened edge slope treatment on the right side of the trail to a cross-section with a short boulder fill wall slope treatment. The CMGC proposed unit cost of the thickened edge with railing is such that using a short boulder wall is likely to bring significant cost savings. Furthermore, the city recognizes that the fill wall alternative will provide a more natural corridor aesthetic and a more open trail experience. The trail will be re-designed from a 11.5’ concrete trail to a 10’ wide asphalt trail in line with City standards. It is DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 14126 Maroon Creek Multi-Use Trail Page 2 of 3 Amendment - Additional Design Services June 28, 2023 371 Centennial Parkway, Suite 210 | Louisville, CO 80027 | Phone 303.444.2073 | otak.com anticipated the right side of the trail cross section (looking up-station) will consist of a 2’ wide shoulder, 3’ of 3:1 slope, a 2’-4’ retaining wall and a 3:1 (max) slope tying into existing grade. The estimated fee assumes no significant impacts to utilities or the 90% proposed drainage design as a result of the cross- section change. Otak Requested Fee Adjustment: $9,702.00 Re-Design to Incorporate Redi-Rock Retaining Walls This fee has been included to account for an anticipated direction from the City to change the proposed retaining walls to Redi-Rock. Otak will not be performing engineering analysis on the Redi-Rock walls, but will provide the necessary alignment and profile data for the design the wall design to be performed by a third party. Otak will perform the necessary plan updates and will incorporate any construction details into the plans as necessary for the construction of the walls. Otak Requested Fee Adjustment: $5,894.00 Project Management This fee accounts for time and effort associated with developing the fee amendment and processing the contract changes. Otak Requested Fee Adjustment: $2,780.00 Total Requested Design Fee Adjustment = $43,840.00 Summary of Fees Requested for Amendment #2 Otak understands that this request for additional fees puts strain on the project budget, however, we feel that the overall design fee is reasonable for the actual design performed. Below is a breakdown of our original design fee estimate and revised fee estimate, each as a percentage of the 90% estimated construction cost. As a percentage of the estimated construction cost, the revised design fee is in line with industry standards. Below is a summary of our overall contract including the original contract amount and Amendments #1 and #2. We respectfully request that the City consider this proposal for additional design services to bring our total budget in line with the work performed to date and the anticipated remaining work. Otak Subconsultant Expense Total 1 Project Management 2,780.00$ -$ -$ 2,780.00$ 2 CMGC Coordination 13,562.00$ -$ -$ 13,562.00$ 3 Utility Potholing Oversight 5,542.00$ -$ 950.00$ 6,492.00$ 4 Segment B Cross Section Alternatives 5,410.00$ -$ -$ 5,410.00$ 5 Segment D Trail Re-Design 9,702.00$ -$ -$ 9,702.00$ 6 Redi-Rock Wall 5,894.00$ -$ -$ 5,894.00$ 42,890.00$ -$ 950.00$ 43,840.00$ Total Task Amendment #2 Fee Summary 5,557,023.40$ % of Construction 320,250.00$ 6% 379,310.00$ 7% Fee as a Percentage of Construction Cost Revised Design Fee Original Design Fee 90% Construction Cost from CMGC (Excluding Continge ncies) DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 15127 Maroon Creek Multi-Use Trail Page 3 of 3 Amendment - Additional Design Services June 28, 2023 371 Centennial Parkway, Suite 210 | Louisville, CO 80027 | Phone 303.444.2073 | otak.com Contract Budget Summary Otak appreciates the opportunity to continue working on this important multi-use trail project for the City of Aspen. Should you have any questions about the proposed scope and estimated fee associated with this contract amendment, please do not hesitate to reach out to me at kevin.dooley@otak.com or at (720) 758-7721. Respectfully submitted, Otak, Inc. Kevin Dooley, PE ENV SP Project Manager 720.758.7721 Contract Amount Original Design Fee 320,250.00$ Amendment #1 (Lighting Scope Change)15,220.00$ Amendment #2 (Otak Misc.)43,840.00$ Revised Design Fee 379,310.00$ DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 16128 Maroon Creek Multi-Use Trail - Phase 2 Amendment #2 Project Cost Worksheet TASK #TASK NAME Senior Project Manager and Trail DesignCivil Eng IXCivil Eng VIIEngineering Designer IIEngineering Technician IVProject CoordinatorOtak Subtotal Otak Expense Otak Total Rates: Belonger Dooley Warren Candell Carlson Woods $ 260 $ 201 $ 163 $ 96 $ 108 $ 122 1.0 Project Management 1 2 10 4 A Scope & Fee Amendment 1 2 10 4 2,780$ -$ 2,780.0$ 2.0 CMGC Coordination 12 26 32 A 15 CMGC Meetings (April 4th Thru Aug 8th)12 24 24 11,856$ -$ 11,856.0$ B Responding to CMGC Questions 2 8 1,706$ -$ 1,706.0$ 3.0 Utility Potholing Oversight 34 A Potholing Oversight 25 4,075$ -$ 4,075.0$ B Follow up documentation 5 815$ -$ 815.0$ C Travel 4 652$ 950.00$ 1,602.0$ 4.0 Segment B Cross Section Alternatives 1 1 23 8 4 A Meetings 1 1 3 950$ -$ 950.0$ A Review Alternatives in C3D Model 12 1,956$ -$ 1,956.0$ B Provide Alternative Typical Sections 8 8 4 2,504$ -$ 2,504.0$ 5.0 Segment D Trail Re-Design 2 4 38 16 6 A Updating Model 12 1,956$ -$ 1,956.0$ B Update base files/Plan & Profiles 8 8 4 2,504$ -$ 2,504.0$ C Fill Wall Detail 6 2 1,194$ -$ 1,194.0$ D Review For Utility/Drainage Impacts 2 326$ -$ 326.0$ E Updating Quantities 8 8 2,072$ -$ 2,072.0$ F QC 2 402$ -$ 402.0$ G Meetings 2 2 2 1,248$ -$ 1,248.0$ 6.0 Redi-Rock Wall 2 4 22 8 2 A Model Updates 8 1,304$ -$ 1,304$ B Plan & Profile Updates 4 4 1,036$ -$ 1,036$ C Update Quantities 4 4 1,036$ -$ 1,036$ D Incorporate Redi-Rock Details 2 2 542$ -$ 542$ E QC 2 2 728$ -$ 728$ F Meetings 2 2 2 1,248$ -$ 1,248$ 17 35 149 32 12 4 249 4,420$ 7,035$ 24,287$ 3,072$ 1,296$ 488$ 42,890$ 950$ 43,840$ PHASE TOTALS 1 Project Management 1 2 10 4 2,780$ -$ 2,780$ 2 CMGC Coordination 12 26 32 13,562$ -$ 13,562$ 3 Utility Potholing Oversight 34 5,542$ 950$ 6,492$ 4 Segment B Cross Section Alternatives 1 1 23 8 4 5,410$ -$ 5,410$ 5 Segment D Trail Re-Design 2 4 38 16 6 9,702$ -$ 9,702$ 6 Redi-Rock Wall 2 4 22 8 2 5,894$ -$ 5,894$ 18 37 159 32 12 4 42,890$ 950$ 43,840$ A Does not include Construction support B Does not include engineering of Redi-Rock wall. C Does not include additional utility coordination Total Hours Total Amount ASSUMPTIONS AND EXCLUSIONS MCT~ Scope Change ~ Fee ~ 2023-06-28 Page 1 of 1 6/28/2023 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 17129 DocuSign Envelope ID: 6CA98178-EC5C-4AB3-8D6C-A9150E36179DDocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 18130 DocuSign Envelope ID: 6CA98178-EC5C-4AB3-8D6C-A9150E36179D 4/3/2023 | 10:53:00 AM MDT 4/3/2023 | 11:31:46 AM MDT DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 19131 RESOLUTION # 110 Series of 2022) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN AND OTAK. AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a contract for Maroon Creek Multi Use Trail — Phase 2 between the City of Aspen and OTAK, a true and accurate copy of which is attached hereto as Exhibit "A"; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves that Contract for. the Maroon Creek Multi -Use Trail — Phase 2, between the City of Aspen and OTAK, a copy of which is annexed hereto and incorporated herein and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 27" day of September 2022. Torre, Mayor I, Nicole Henning, 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, September 27", 2022. Nicole Henning, City Clerk DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 20132 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 21133 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 CITY OF ASPEN STANDARD FORM OF AGREEMENT PROFESSIONAL SERVICES A' SPIN CITY OF ASPEN City of Aspen Contract No.: 2022-300 AGREEMENT made this 9th day of September, in the year 2022. BETWEEN the City: The City of Aspen c/o John Spiess 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 618-6935 And the Professional: Otak c/o Scott Belonger 371 Centennial Parkway, Suite 210 Louisville, CO 80027 Phone:720 758 7717 For the Following Project: Maroon Creek Multi Use Trail — Phase 2 Contract Amount: Total: $320,250 If this Agreement requires the City to pay an amount of money in excess of 50,000.00 it shall not be deemed valid until it has been approved by the City Council of the City of Aspen. Exhibits appended and made a part of this Agreement: Exhibit A: Scope of Work. Exhibit B: Fee Schedule. The City and Professional agree as set forth below. City Council Approval: Date: September 27", 2022 Resolution No.: 2022-110 Agreement Professional Services Page 0 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 22134 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 I. Scope of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit A attached hereto and by this reference incorporated herein. 2. Completion,. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than May I_I, 2023 _. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 3. Pam. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The hourly rates for work performed by Professional shall not exceed those hourly rates set forth at Exhibit B appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. 4. Non -Assignability. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub -Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors' officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub -contractor. 5. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience. 6. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined. 7. Independent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an Agreement Professional Services Page 1 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 23135 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 8. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Profcssional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 9. Professional's Insurance. a) Professional 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 Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above 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) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such Agreement Professional Services Page 2 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 24136 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. i) Worker'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 ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS 1,000,000.00) disease - each employee. Evidence of qualified self -insured status may be substituted for the Worker's Compensation requirements of this paragraph. ii) Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE MILLION DOLLARS ($3,000,000.00) 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. iii) 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 Professional's owned, hired and non - owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. iv) Professional Liability insurance with the minimum limits of ONE MILLION DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000) aggregate. c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. d) The certificate of insurance provided to the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and Agreement Professional Services Page 3 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 25137 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 minimum limits are in full force and effect, and shall be reviewed and approved by the City 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 coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, conditions, and minimum limits shall constitute a material breach of contract upon which City may immediately tenninate 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, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. 0 City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. g) The parties hereto understand and agree that City is relying on, and does not waive or intend to waive by any provision of this contract, the monetary limitations (presently 350,000.00 per person and $990,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. 10. C_ity's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Proper- ty/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 11. Completeness of Agreement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 12. Notice. Any written notices as called for herein may be hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 13. Non -Discrimination. No discrimination because of race, color, creed, sex, marital status, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non-discrimination in employment. 14. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or Agreement Professional Services Page 4 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 26138 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 15. Execution of Agreement by City. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless duly executed by the Mayor of the City of Aspen (or a duly authorized official in his absence) following a Motion or Resolution of the Council of the City of Aspen authorizing the Mayor (or a duly authorized official in his absence) to execute the same. 16. Worker Without Authorization prohibited — CRS 8-17.5-101 & 24-76.5-101 Purpose. During the 2021 Colorado legislative session, the legislature passed House Bill 21- 1075 that amended current CRS §8-17.5-102 (1), (2)(a), (2)(b) introductory portion, and 2)(b)(III) as it relates to the employment of and contracting with a "worker without authorization" which is defined as an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States. As amended, the current law prohibits all state agencies and political subdivisions, including the Owner, from knowingly hiring a worker without authorization to perform work under a contract, or to knowingly contract with a Consultant who knowingly hires with a worker without authorization to perform work under the contract. The law also requires 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. Definitions. The following terms are defined by this reference are incorporated herein and in any contract for services entered into with the Owner. 1. "E-verify program" means the electronic employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, that is jointly administered by the United States Department of Homeland Security and the social security Administration, or its successor program. 2. "Department program" means the employment verification program established pursuant to Section 8-17.5-102(5)(c). 3. "Public Contract for Services" means this Agreement. 4. "Services" means the furnishing of labor, time, or effort by a Consultant or a subconsultant not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. 5. "Worker without authorization" means an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States By signing this document, Consultant certifies and represents that at this time: Agreement Professional Services Page 5 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 27139 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 1. Consultant shall confirm the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services; and 2. Consultant has participated or attempted to participate in either the e-verify program or the department program in order to verify that new employees are not workers without authorization. Consultant hereby confirms that: 1. Consultant shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 2. Consultant shall not enter into a contract with a subconsultant that fails to certify to the Consultant that the subconsultant shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 3. Consultant has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services through participation in either the e-verify program or the department program. 4. Consultant shall not use the either the e-verify program or the department program procedures to undertake pre -employment screening of job applicants while the Public Contract for Services is being performed. If Consultant obtains actual knowledge that a subconsultant performing work under the Public Contract for Services knowingly employs or contracts with a worker without authorization, Consultant shall: 1. Notify such subconsultant and the Owner within three days that Consultant has actual knowledge that the subconsultant is employing or subcontracting with a worker without authorization: and 2. Terminate the subcontract with the subconsultant if within three days of receiving the notice required pursuant to this section the subconsultant does not stop employing or contracting with the worker without authorization; except that Consultant shall not terminate the Public Contract for Services with the subconsultant if during such three days the subconsultant provides information to establish that the subconsultant has not knowingly employed or contracted with a worker without authorization. Consultant 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. If Consultant violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the Owner may terminate this Agreement. If this Agreement is so terminated, Consultant shall be liable for actual damages to the Owner arising out of Consultant's violation of Subsection 8-17.5-102, C.R.S. Agreement Professional Services Page 6 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 28140 DocuSign Envelope ID: C6EF28F4-C848-4A41-65E0-8134531D4ADC1 It is agreed that neither this agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. If any of the provisions of this agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. 17. Warranties Against Contingent Fees Gratuities Kickbacks and Conflicts of Interest. a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. b) Professional agrees not to give any 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 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 Agreement, or to any solicitation or proposal therefore. c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: 1. Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, contractor or subcontractor under City contracts; 3. Deduct from the contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 18. Fund Availabilitv. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability of those funds for payment pursuant to the terms of this Agreement. 19. General Terms. Agreement Professional Services Page 7 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 29141 DocuSign Envelope ID: C6EF28F4-C848-4A41-65E0-8134531D4ADC1 a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. c) The parties acknowledge and understand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. Venue is agreed to be exclusively in the courts of Pitkin County, Colorado. 20. Electronic Signatures and Electronic Records This Agreement and any amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and all of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the grounds that it is an electronic record or electronic signature or that it is not in its original form or is not an original. 21. Successors and Assl Its. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. 22. Third Parties. 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 Professional or City may assign this Agreement in accordance with the specific written permission, any right to claim damages or to bring any suit, action or other proceeding against either the City or Professional because of any breach hereof or because of any of the terms, covenants, agreements or conditions herein contained. 23. Attorney's Fees. In the event that legal action is necessary to enforce any of the provisions of this Agreement, the prevailing party shall be entitled to its costs and reasonable attorney's fees. Agreement Professional Services Page 8 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 30142 DocuSign Envelope ID: C6EF28F4-C848-4A41-135E0-8134531D4ADC1 24. Waiver of Presumption. This Agreement was negotiated and reviewed 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 the Agreement. 25. Certification Regarding Debarment Suspension, Ineligibility, and Voluntary Exclusion. Professional certifies, by acceptance of this Agreement, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in any transaction with a Federal or State department or agency. It further certifies that prior to submitting its Bid that it did include this clause without modification in all lower tier transactions, solicitations, proposals, contracts and subcontracts. In the event that Professional or any lower tier participant was unable to certify to the statement, an explanation was attached to the Bid and was determined by the City to be satisfactory to the City. 26. In#egration and Modification. This written Agreement along with all Contract Documents shall constitute the contract between the parties and supersedes or incorporates any prior written and oral agreements of the parties. In addition, Professional understands that no City official or employee, other than the Mayor and City Council acting as a body at a council meeting, has authority to enter into an Agreement or to modify the terms of the Agreement on behalf of the City. Any such ,Agreement or modification to this Agreement must be in writing and be executed by the parties hereto. 27. Authorized Representative. The undersigned representative of Professional, as an inducement to the City to execute this Agreement, represents that he/she is an authorized representative of Professional for the purposes of executing this Agreement and that he/she has full and complete authority to enter into this Agreement for the terms and conditions specified herein. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement of which shall be deemed an original on the date first written above. CITY OF A GQWRADO: L tt {{- 211=T942B... Signature] Sara ott By: Name] Title: City Manager Date: 9/28/2022 i 10:46:21 AM PDT Approve as to Form: FJ L-S lpnW by: K 'IZto, City Attamey J3QU— „§SIONAL: SC,OTz Q r DN 03,4583ZGiGFdpB Signature] ERSCOTTBELONGBy: _ Name] Title: senior Project Manager Date: 9j19/2022 i 12:26:40 PM EDT Agreement Professional Services Page 9 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 31143 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 General Conditions and Special Conditions can be found on City of Aspen Website. https://www.cityofaspen.com/497/Purchasing Agreement Professional Services Page 10 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 32144 DocuSlgn Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 EXHIBIT A PROFESSIONAL SERVICES AGREEMENT Scope of Work Agreement Professional Services Page 11 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 33145 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 Otak September 15, 2022 Mr. John Spiess Open Space and Natural Resource Manager Parks and Open Space City of Aspen Re: Maroon Creek Multi -Use Trail Project Number: 2021-235 Phase 2 (Final Design) — Fee Proposal Dear John: As requested, our fee proposal for final design services for the Maroon Creek Multi -Use Trail is attached. Building off our Phase 1 work, we will provide final construction documents. The attached Phase 1 Conceptual Design will be used as the basis for this design. The design will be refined based on the newly acquired ground survey provided by the City of Aspen / Sopris Engineering. Key aspects of the design include the following: 5000 linear feet of multi -use path design divided into 4 segments Additional ramp connection to existing trail overpass in Segment 1 Retaining wall (boulder or modular block) and railing design in steep locations in Segments 1 and 2 Concrete barriers in constricted areas beneath existing overpasses in Segments 1 and 3 Driveway and access crossings Structural modifications to the existing ARC overpass, west approach ramp in Segment 3 Pedestrian access improvements at the ARC maintenance drive intersection Modifications to the ARC bus stop area Modifications to the ARC parking lot and crossing of the ARC entrance drive Drainage improvements to the Moore Drive intersection and associated modifications to Maroon Creek Road. The details of our expected scope of work are outlined in the attached fee worksheet. Otak's assumptions are listed at the bottom of the worksheet. Design submittals will be provided at the 30%, 90% and 100% construction document levels. Below is our proposed schedule, based on an assumed start date of October 1, 2022. A more detailed schedule is included in Attachment C. Initial Target Schedule 371 Centennial Parkway, Suite 210, Louisville, Colorado 80027 - Phone (503) 287-6825 - otak.com Page 1 of 2 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 34146 DocuSign Envelope ID: C6EF28F4-C848-4A41-135E0-8134531D4ADC1 Otak Mj3 We propose to bill this work on an hourly basis for the costs provided herein. Otak will not exceed the proposed project total or modify our scope without prior approval in writing from the City. Thank you for the opportunity to submit this proposal. We are pleased to partner with the City of Aspen to develop this long-awaited project. Please feel free to contact me anytime at (720) 758-7717 or scott.belonger@otak.com if you have questions or if you need additional information. I would be happy to discuss this in detail if needed. Sincerely, 5aw-/A4''y` Scott Belonger, P.E. Otak, Inc. Attachments Attachment A: Otak Scope of Work and Fee Attachment B: Phase 1 Conceptual Design Attachment C: Project Schedule Attachment D: CTL Proposal Attachment E: Clanton Proposal Page 2 of 2 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 35147 s r, r a gg g z _ _ p g 3ggr.$..E E 9 E Y 8 'E p E 8 E 3 E ' ' Y E o sso?s a9 aeRsao o ssaaoasesa m = q S r E o E e u t 9 J` 2 m` n m a v E i E a °—;' i pS3 u ' g c t •£3{ a Y x x x x a x 9 x ^ R.;IR x a x'xi Matt :s a'; x.c Y ; a'e pxsi: :4 7 I:5' G•'C'RilllilitlJii l6 l DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 36148 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5ED-8B4531D4ADC1 EXHIBIT B PROFESSIONAL SERVICES AGREEMENT Fee Schedule Agreement Professional Services Page 12 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 37149 N m La t` Q F- +' C E ' Y N 7 W a0i R Y LL aCD U c00 Cm L c 1 N w w n q w w is F- U WU E pG t i 1 N R 41 1 1 N w µN µn q w ww N w 4 N µ 225 q J ri i i Id w ti n ri ti r w w w N ri w N w iti w z w N D N N N ill N N 5u R V 5 1 0 m r e m r u a a a a N H yy 1J. tl• @ s a aa E o Ec us 72 Y E EE @c$$ N mm B S1 E Cp LS ry. e o•a o p a a m z s 8, a gm" gora Bill 3 F e IV) Q maw rsg° €01 g9pv m m'- I€.°m o'3c K.ffyy 8bueA- y f.19m wE m U AV W O I Q 0 U g a m a a 13 4R4 4 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 38150 N NU) mLa Fa a w N w w N w w w N w a N w a w ti U CRU d Nn N ai N M id N Id' w M N N N w IN N µy w .N a N m M d ti N ti N m u ena N N N m iN ti a al`la m Ya U wme@' 3 0 m 5 mdE m coo Oia U r L7 Q e9 iI.bj offmg=1 P E3 E rSi j E9 g' m p { co? 0 rp to'yo fp a •a i5° d Y°N O IeSF+ yy 3 p3 0 o p m£ f a:ILI qv G85 O co d E p 25 m 11 a a it DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 39151 y 3{ IEEE:! I 3g 3p( E : F Nb N NbN N N N N N N ei NNNM M I I w N N g N w w F V CQ C C.1 1 C 6 K b Nti N b y Nh.$ N N M F Yi N Id µ ni NNtiF'h i6'y b i V N y- r.- •i 16 M F N n Di F d m ry ti f i O 1 r N N s N 11 sc6 N m M 1, a pq a 9 ••1 210 to Q.rffi 2 S,E e p 6 c"co aw m i ° o x¢¢au'ca`a`mw a¢ S a: m U W x O I cn S N N n y^ N N S cc a m a r6 n n e m 9 i, q m[7 P.NN Wi if a aa4 A fC m m 01 " s qNqn q p q qqpqpq O N mI a d[JNNl4NQQNN'1 ri7"'! N n DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 40152 N Q I q q b N qN NN iq qiq NNwN y N q 1 w N N N N M w N w N q F U w M CR N 3i F .: n N f •ni' iS ti N w NNNnN a N N•N RN 8N N N p y N q M yN n qn Nn q N iq NN NN n q N a E Sa VV Om N U N j N i N '- 8 m i U U p m N 6 k N YYY N W C5.2 u O gym. p p p L- i N L rs—fig t. q Ey A4 LL Li lC li 1C lL Y Z Z Z nNI51KiKan Ti13 f i ri ri tln 4mUow DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 41153 1 MEMORANDUM TO:Mayor and City Council FROM: Phil Overeynder, Special Projects Engineer Steve Hunter, Utilities Resource Manager THROUGH:Justin Forman, Utilities Director Tyler Christoff, Deputy Public Works Director MEMO DATE:July 31, 2023 MEETING DATE:August 8, 2023 RE:Resolution # 114, Series of 2023—Amended and Restated Power Purchase Agreement between City of Aspen and Tri-County Water Conservancy District (Ridgway Project) REQUEST OF COUNCIL: Staff requests approval of Resolution # 114, Series of 2023, authorizing an amendment to the 20-year Power Purchase Agreement (PPA) with Tri-County Water Conservancy District (TCWCD) for power generated at the Ridgway hydroelectric facility located in Ouray County, Colorado. The amendment pertains to exercising Aspen’s right of first refusal to purchase energy during the summer months for the remaining ten-year term of the existing agreement beginning in October 2024. PREVIOUS COUNCIL ACTION:On August 13, 2012, Aspen entered into a 20-year power purchase agreement with TCWCD for the winter output from the Ridgway facility. The plant was constructed and began producing energy in 2014. That existing agreement provides an option for Aspen to purchase the summer output for the remaining 10-year period beginning in 2024. In 2012, City Council approved certain modifications to Aspen’s “All Requirements” energy purchase agreements with the Municipal Energy Agency of Nebraska (MEAN) which allowed Aspen to purchase the winter output from the Ridgway facility. In a June 13th, 2022 Council work session City staff presented a list of potential projects intended to enhance Aspen’s existing renewable energy portfolio. Council expressed unanimous support for further exploration of the options presented by staff. Based on this direction staff continued a review of options including increasing capacity of existing hydroelectric facilities, additional hydroelectric purchased power agreements, and local utility scale solar. From this meeting Staff committed to returning to Council with any contract obligations, procurement decisions, or general guidance or direction on these projects. 42 2 BACKGROUND: In 2002, as the bonds for the Ruedi plant were being retired, Aspen began participating in development of a hydroelectric plant at the existing Ridgway Dam and Reservoir. Together with TCWCD, Aspen funded a feasibility study to develop a project that would be similar in scale and output with the Ruedi project. Aspen’s goals were to increase energy production from a new renewable energy source as well as to benefit financially through long term participation in a low-cost renewable energy source. The Ridgway project received regulatory approvals and began construction a decade after the initial study. At that time, Aspen determined that it would only be able to balance energy deliveries to its customers with the new plant during the period from October through May. The MEAN board was consulted regarding potential participation in the project by purchasing the summer energy, MEAN declined to participate financially in 2012 when construction was initiated. The parties agreed to include a right for Aspen to purchase the summer output beginning in 2024. It was anticipated that future conditions would allow for other MEAN members to participate in the project. Aspen believed that growth in energy sales would allow for an increase in the amount of energy purchased during the second half of the contract period. DISCUSSION:At the time that it entered the 20-year PPA with TCWCD, Aspen set goals to achieve delivery of 100% renewable energy to its electric customers. Hydroelectric energy, including production from the Ridgway agreement, played a major role in reaching this objective in 2015. The preferred energy mix was adopted to achieve a balance from energy purchases compared with energy demand as well as to maintain rates that were competitive. Aspen purposefully chose an energy mix that included 46% from hydroelectric sources, with the majority of the balance derived from wind energy delivered by MEAN. Balancing the energy mix in this manner has played an important role in providing system reliability, has kept Aspen’s energy rates low and allowed Aspen to consistently meet its renewable energy goals each year since 2015. However, load growth on the Aspen system, together with changes in water release patterns at existing dams, has reduced the percentage of hydroelectric energy received by Aspen over the last decade. Since the original power purchase at Ridgway, MEAN has created new contractual methods for other members to participate in renewable energy projects and is now able to participate in the purchase of energy from the Ridgway Project. Beginning in 2023, a “Green Energy” option allows MEAN members to subscribe to purchase a blend of energy including hydroelectric, wind, landfill gas and solar energy sources. The MEAN Board of Directors has approved purchasing approximately 50% of the annual energy output generated at Ridgway above Aspen’s needs. This arrangement allows Aspen to utilize this cost effective, in-state energy source while allowing other communities that are part of the MEAN’s joint action agency to enjoy the benefits of this renewable generation. FINANCIAL BUDGET IMPACTS:The increase to the City’s expenditure appropriation necessary to implement this agreement is $227,000; however, this does not reflect the true bottom-line impact to the City. Ultimately, this agreement will help the City cost avoid roughly $112,000 by not purchasing as much power under the current MEAN agreements, and it will also help the City avoid expense wheeling charges and other fixed costs under MEAN power purchase. 43 3 $963,000 City's Current Cost for Agreement at Ridgway $227,000 Cost Increase Included in this Agreement $1,190,000 Total Proposed Cost of New Agreement ($630,000)Aspen's Cost for Kept Share of Energy Production* $560,000 Remaining Cost of Energy Available to Sell ($536,000)MEAN's Power Purchase from Aspen $24,000 Net Additional Cost to City * * It’s important to note that potential savings associated with Aspen’s wholesale energy were omitted due to annual demand variability. If energy was bought under current MEAN agreements, the City would pay ~$742,000, so this agreement would help the City cost avoid ~$112,000. Additionally, the City will save in wheeling charges and other fixed costs tied to MEAN purchased power as a result. Staff’s financial modeling indicate an immediate and long-term cost savings from this proposal. ENVIRONMENTAL IMPACTS: The energy produced at Ridgway results from water releases at an existing dam that primarily serves agricultural uses downstream. The same release volumes would occur without the Ridgway project. Aspen’s participation in this project does not create any changes to the existing operations or release regimes. There is a well-established fishery downstream of the dam that will continue to be maintained. ALTERNATIVES:City Council could decide not to exercise the right of first refusal for the summer Ridgway energy and continue existing purchase arrangements with only the winter energy at Ridgway and filling in the balance of its energy needs through MEAN. RECOMMENDED ACTION: Staff recommends that Council move to approve Resolution #114, Series of 2023. PROPOSED MOTION:I move to adopt Resolution No.114, Series of 2023. CITY MANAGER COMMENTS: ATTACHMENTS: Exhibit A: Resolution # 114, Series 2023 Exhibit B: Amended and Restated Power Purchase Agreement between City of Aspen and Tri County Water Conservancy District Exhibit C: MEAN PPA Intent to Purchase Letter and January 19, 2023, Minutes Board of Directors Approval 44 RESOLUTION #114 (Series of 2023) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING AN AMENDED POWER PURCHASE AGREEMENT BETWEEN THE CITY OF ASPEN AND TRI-COUNTY WATER CONSERVANCY DISTRICT (RIDGWAY PROJECT), AUTHORIZING THE CITY MANAGER TO EXECUTE SAID AGREEMENT ON BEHALF OF THE UTILITIES DEPARTMENT OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council an amended and restated power purchase agreement for the purchase of hydroelectric power, between The Aspen Utilities Department, an enterprise owned and operated by the City of Aspen and Tri-County Water Conservancy District (TCWCD), a substantially complete copy of which is attached hereto as Exhibit “B”; NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves an amended and restated power purchase agreement for the purchase of hydroelectric power, between The Aspen Utilities Department, an enterprise owned and operated by the City of Aspen and TCWCD, a substantially complete copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager to execute said agreement on behalf of the Utilities Department of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 8th day of August 2023. Torre,Mayor I, Nicole Henning, 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 8th day of August 2023. Nicole Henning, City Clerk 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 MEAN Board of Directors Meeting January 19, 2023 Aspen, Colorado Agreements Regarding Ridgway Hydropower Project: Aspen, Colorado, and Tri- State are both contracted for the output of the Ridgway Hydropower Generation plant. Tri-State’s contract ends in September of 2023 and Aspen will have first right of refusal for all generation. MEAN has the opportunity to contract for any generation that exceeds what Aspen is allowed per their Service Schedule M agreement. MEAN would be able to obtain ten to twelve thousand MWh/yr for a term of approximately ten years. Discussion ensued. At its January 18, 2023, meeting the Power Supply Committee recommended the MEAN Board of Directors authorize the Executive Director to negotiate and execute an agreement with the City of Aspen, Colorado. Motion: Darrel Wenzel moved to approve the following Resolution. Chris DesPlanques seconded the motion, which carried on a 26-0-1 roll call vote. (Bill Hinton did not vote) Note: Votes were accepted using the following available options: on-line remote voting; on-line meeting chat messaging; or by voice vote. Ayes: Chris Brader, Kirby Bridge, James DePue, Chris DesPlanques, Will Dowis, Edward Dunn, Nathan Francis, Tom Goulette, Duane Hoffman, Jim Kerr, Todd Kielkopf, Jeff Kohrs, Matt Langhorst, Andrew Lee, Bob Lockmon, Perry Mader, Brent Nation, Tom Ourada, Mike Palmer, Doug Parker, Janine Schmidt, Adam Suppes, Jeremy Tarr, Darrel Wenzel, Mark Wickard, and Dana Youtz. Nayes: None Abstain: Tyler Christoff RESOLUTION WHEREAS, the Municipal Energy Agency of Nebraska (“MEAN”) desires to purchase renewable energy and associated capacity from the City of Aspen, Colorado (“Aspen”) to meet MEAN’s 2050 Vision for carbon neutrality; and WHEREAS, in order to accommodate such sale to MEAN, Aspen desires to purchase additional renewable energy and associated capacity from the Ridgway Hydroelectric resource located near Ridgway, Colorado and owned and operated by Tri-County Water Conservancy District (“Ridgway Hydroelectric Resource”), a portion of which will be resold by Aspen to MEAN and a portion of which will be utilized by Aspen to the extent allowed by Aspen’s previously approved contractual arrangements with MEAN. NOW, THEREFORE, BE IT RESOLVED BY the MEAN Board of Directors that the Executive Director is hereby authorized to negotiate and execute an agreement for MEAN to purchase from Aspen available additional capacity and energy from the Ridgway Hydroelectric Resource, to effectuate the transaction as presented, subject to final legal and management review. BE IT FURTHER RESOLVED BY the MEAN Board of Directors, that the Executive Director of MEAN is hereby authorized to do any and all things and to execute and deliver any and all documents which he deems necessary or advisable in order to consummate the execution and delivery of the agreement approved by this Resolution. Notwithstanding any provision of this Resolution authorizing the Executive Director to take any action or execute any document to the contrary, in the absence of the Executive Director or in lieu of the Executive Director, the person designated in writing by the Executive Director, may take such action or execute such document with like effect as fully as though named in this Resolution instead of the Executive Director. 69 MEMORANDUM TO:Mayor Torre and City Council FROM:Ben Levenson, Project Manager II, Asset Management THROUGH:Robert Schober, Director, Asset Management MEMO DATE:July 26th, 2023 MEETING DATE:August 8th, 2023 RE:3G Construction Change Order #1 & 2– Water Place Roof Replacement, Resolution #118 (Series of 2023) REQUEST OF COUNCIL: Staff is requesting City Council approve a resolution to continue work to replace the roof assemblies and roof ice melt systems of 15 buildings in Water Place. Specifically, staff requests approval of: Resolution #118 (Series of 2023), a change order for 3G Construction. SUMMARY AND BACKGROUND: The existing asphalt shingle roofs of 15 buildings in Water Place have reached the end of their usable life. The existing roofs are approximately 25 years old. The existing ice melt systems are inefficient and underperform. Project scope will include removal and disposal of the existing roof assemblies, and installation of a new roof assemblies and ice melt systems. Units included in scope: 1-17 E Water Pl. (8 buildings), 18-22 W Water Pl. (5 buildings), 480 Doolittle Dr. (1 building), and 455 Doolittle Dr. (1 building) Resolution #066 (Series of 2023) was approved by Council in May of 2023 for construction services with 3G Construction to replacing the existing roof assemblies of 15 buildings in Water Place. At the time of original contract approval, the roof ice melt system design had not been finalized. Capital Asset staff and 3G Construction have worked with two vendors to improve the original design and competitively price products from each vendor. A final roof ice melt design and specification that balances energy efficiency, performance, and cost has been selected. 70 Resolution #118 is for a 9.6% material price escalation for the specified shingle and the cost of materials and labor related to the finalized roof ice melt system. DISCUSSION: 3G Construction was selected via a formal RFP procurement process. Staff agrees that 3G Construction is a qualified contractor who will be able to perform the work in a timely manner and will work around resident’s schedules. The ice melt system is protected by a 20-year warranty and will prolong the life of the new roofs at Water Place. An RFP is currently issued soliciting bids for an electrical contractor to terminate and provide power to the revised ice melt system. Once a contractor is selected, the contract is anticipated to be presented to council September 12, 2023. FINANCIAL IMPACTS: The project is funded from the 505 Employee Housing Fund. Spending authority for the Water Place Roof Replacements (Project #51534) equal to $1,112,000 was approved in 2022 and was approved re-appropriation in the Spring Supplemental for 2023. A summary of the 3G Construction contract should the change order be approved is shown below: 3G Construction original contract amount:$279,600.00 3G Construction change order #1 and 2 amount: $76,993.13 New contract amount:$356,593.13 ENVIRONMENTAL IMPACTS: The roof ice melt system will consist of self-regulating heat cable, controlled by temperature and moisture sensors. This system will be more energy efficient than the existing system which runs off timers. ALTERNATIVES: If the project is not performed the existing roof systems will continue to age, and inadequate ice melt systems will continue to underperform. This will continue to create ice dams and water intrusion issues during winter months. RECOMMENDATIONS: Staff recommends approval of the 3G Construction change order #1 & 2 CITY MANAGER COMMENTS : 71 ATTACHMENTS: Exhibit A:Resolution #066, 2023 – Contract with 3G Construction Exhibit B: 3G Construction Change Order #1 72 RESOLUTION # 118 (Series of 2023) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CHANGE ORDER BETWEEN THE CITY OF ASPEN AND 3G CONSTRUCTION LLC.AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CHANGE ORDER ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a change order for Water Place Roof Replacements, between the City of Aspen and 3G Construction LLC., a true and accurate copy of which is attached hereto as Exhibit “B”; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves that change order for $76,993.13, between the City of Aspen and 3G Construction LLC., a copy of which is annexed hereto and incorporated herein and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ, AND ADOPTED by the City Council of the City of Aspen on the 8th day of August 2023. Torre, Mayor I, Nicole Henning, 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, August 8th, 2023. Nicole Henning, City Clerk 73 RESOLUTION # 066 Series of 2023) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN AND 3G CONSTRUCTION LLC. AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a contract for Water Place Roof Replacements, between the City of Aspen and 3G Construction LLC., a true and accurate copy of which is attached hereto as Exhibit "A"; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves that Contract for 279,600.00, between the City of Aspen and 3G Construction LLC., a copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 9th day of May, 2023. 7agE' Torre, Mayor I, Nicole Henning, 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, May 9th, 2023. Nicole Henni g, City Clerk 74 75 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 t+l Al j 1W. CITY OF ASPEN STANDARD FORM OF AGREEMENT CITY OF ASPEN PROFESSIONAL SERVICES City of Aspen Contract No.: 2023-150 AGREEMENT made this 17 day of April, in the year 2023. BETWEEN the City: The City of Aspen c/o Sara Ott 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 920-5079 And the Professional: 3G Construction LLC 835 East Platte Avenue Colorado Springs, Colorado 80903 Phone:714-422-2027 For the Following Project: Water Place Roof Replacement Project Contract Amount: Total: $279,600 If this Agreement requires the City to pay an amount of money in excess of 50,000.00 it shall not be deemed valid until it has been approved by the City Council of the City of Aspen. Exhibits appended and made a part of this Agreement: Exhibit A: Scope of Work Exhibit B: Cost/Schedule City Council Approval: Date: 5/9/23 Resolution No.: #066 Agreement Professional Services Page 0 76 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 The City and Professional agree as set forth below. 1. Scope of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit A attached hereto and by this reference incorporated herein. 2. Completion. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than September 301h, 2023. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 3. Pa ent. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The hourly rates for work performed by Professional shall not exceed those hourly rates set forth at Exhibit B appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. 4. Non -Assignability. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub -Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors' officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub -contractor. 5. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience. 6. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined. Agreement Professional Services Page 1 77 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 7. Inde endent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 8. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Professional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 9. Professional's Insurance. a) Professional 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 Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above 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) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such Agreement Professional Services Page 2 78 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. i) Worker'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 ONE MILLION DOLLARS 1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS ($1,000,000.00) disease - each employee. Evidence of qualified self -insured status may be substituted for the Worker's Compensation requirements of this paragraph. ii) . Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE MILLION DOLLARS ($3,000,000.00) 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. iii) 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 Professional's owned, hired and non - owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. iv) Professional Liability insurance with the minimum limits of ONE MILLION DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000) aggregate. c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. d) The certificate of insurance provided to the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and Agreement Professional Services Page 3 79 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 minimum limits are in full force and effect, and shall be reviewed and approved by the City prior to commencement of the contract. No other form of certificate shall be used. The certifi- cate shall identify this contract and shall provide that the coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, 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, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. f) City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. g) The parties hereto understand and agree that City is relying on, and does not waive or intend to waive by any provision of this contract, the monetary limitations (presently 350,000.00 per person and $990,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. 10. Ci 's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Proper- ty/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 11. Completeness of AgLeement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 12. Notice. Any written notices as called for herein may be hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 13. Non -Discrimination. No discrimination because of race, color, creed, sex, marital status, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non- discrimination in employment. 14. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or Agreement Professional Services Page 4 80 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 15. Execution of A ement by City. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless duly executed by the Mayor of the City of Aspen (or a duly authorized official in his absence) following a Motion or Resolution of the Council of the City of Aspen authorizing the Mayor (or a duly authorized official in his absence) to execute the same. 16. Worker Without Authorization prohibited — CRS 8-17.5-101 & 24-76.5-101 Purpose. During the 2021 Colorado legislative session, the legislature passed House Bill 21- 1075 that amended current CRS §8-17.5-102 (1), (2)(a), (2)(b) introductory portion, and 2)(b)(I11) as it relates to the employment of and contracting with a "worker without authorization" which is defined as an individual who is unable to provide evidence that the individual is authorized by the federal governmcnt to work in the United States. As amended, the current law prohibits all state agencies and political subdivisions, including the Owner, from knowingly hiring a worker without authorization to perform work under a contract, or to knowingly contract with a Professional who knowingly hires with a worker without authorization to perform work under the contract. The law also requires 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. Definitions. The following terms are defined by this reference are incorporated herein and in any contract for services entered into with the Owner. 1. "E-verify program" means the electronic employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, that is jointly administered by the United States Department of Homeland Security and the social security Administration, or its successor program. 2. 'Department program" means the employment verification program established pursuant to Section 8-17.5-102(5)(c). 3. "Public Contract for Services" means this Agreement. 4. "Services" means the furnishing of labor, time, or effort by a Professional or a subprofessional not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. 5. "Worker without authorization" means an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States By signing this document, Professional certifies and represents that at this time: Agreement Professional Services Page 5 81 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 1. Professional shall confirm the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services; and 2. Professional has participated or attempted to participate in either the e-verify program or the department program in order to verify that new employees are not workers without authorization. Professional hereby confirms that: 1. Professional shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 2. Professional shall not enter into a contract with a subprofessional that fails to certify to the Professional that the subprofessional shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 3. Professional has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services through participation in either the e-verify program or the department program. 4. Professional shall not use the either the e-verify program or the department program procedures to undertake pre -employment screening of job applicants while the Public Contract for Services is being performed. If Professional obtains actual knowledge that a subprofessional performing work under the Public Contract for Services knowingly employs or contracts with a worker without authorization, Professional shall: 1. Notify such subprofessional and the Owner within three days that Professional has actual knowledge that the subprofessional is employing or subcontracting with a worker without authorization: and 2. Terminate the subcontract with the subprofessional if within three days of receiving the notice required pursuant to this section the subprofessional does not stop employing or contracting with the worker without authorization; except that Professional shall not terminate the Public Contract for Services with the subprofessional if during such three days the subprofessional provides information to establish that the subprofessional has not knowingly employed or contracted with a worker without authorization. Professional 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. If Professional violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the Owner may terminate this Agreement. If this Agreement is so terminated, Professional shall be liable for actual damages to the Owner arising out of Professional's violation of Subsection 8-17.5-102, C.R.S. Agreement Professional Services Page 6 82 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 It is agreed that neither this agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. If any of the provisions of this agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. 17. Warranties Against Contingent Fees Gratuities Kickbacks and Conflicts of Interest. a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. b) Professional agrees not to give any 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 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 Agreement, or to any solicitation or proposal therefore. c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: 1. Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, contractor or subcontractor under City contracts; 3. Deduct from the contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 18. Fund Availabilily. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability of those funds for payment pursuant to the terms of this Agreement. Agreement Professional Services Page 7 83 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 19. General Terms. a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. c) The parties acknowledge and understand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. Venue is agreed to be exclusively in the courts of Pitkin County, Colorado. 20. Electronic SigLiatures and Electronic Records This Agreement and any amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and all of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the grounds that it is an electronic record or electronic signature or that it is not in its original form or is not an original. 21. Successors and Assigns. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. 22. Third Parties. 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 Professional or City may assign this Agreement in accordance with the specific written permission, any right to claim damages or to bring any suit, action or other proceeding against either the City or Professional because of any breach hereof or because of any of the terms, covenants, agreements or conditions herein contained. 23. Attorne 's Fees. In the event that legal action is necessary to enforce any of the provisions of this Agreement, the prevailing party shall be entitled to its costs and reasonable attorney's fees. Agreement Professional Services Page 8 84 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 24. Waiver of Presumption. This Agreement was negotiated and reviewed 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 the Agreement. 25. Certification Regarding Debarment Suspension. Ineligibility, and VolugIM Exclusion. Professional certifies, by acceptance of this Agreement, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in any transaction with a Federal or State department or agency. It further certifies that prior to submitting its Bid that it did include this clause without modification in all lower tier transactions, solicitations, proposals, contracts and subcontracts. In the event that Professional or any lower tier participant was unable to certify to the statement, an explanation was attached to the Bid and was determined by the City to be satisfactory to the City. 26. 1mecratiori and Modif7cat ian. This written Agreement along with all Contract Documents shall constitute the contract between the parties and supersedes or incorporates any prior written and oral agreements of the parties. In addition, Professional understands that no City official or employee, other than the Mayor and City Council acting as a body at a council meeting, has authority to enter into an Agrcement or to modify the terms of the Agreement on behalf of the City. Any such Agreement or modification to this Agreement must be in writing and be executed by the parties hereto. 27. Authorized Representative. The undersigned representative of Professional, as an inducement to the City to execute this Agreement, represents that he/she is an authorized representative of Professional for the purposes of executing this Agreement and that he/she has full and complete authority to enter into this Agreement for the terms and conditions specified herein. Agreement Professional Services Page 9 85 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement of which shall be deemed an original on the date first written above. CITY OF ASPPN,,CQL,.ORADO: icunt, OS{W Signature] By: Diane Foster Name] Title: Assistant city Manager Date: 5/10/2023 1 4:44:16 PM MDT Approve as to Form: occuftned by: City Attorney PROFESSIONAL: Signature] By: Mike Trichak Name] Title: owner Date: 4/18/2023 1 11:53:37 AM PDT General Conditions and Special Conditions can be found on City of Aspen Website. Purchasing I Aspen, CO Agreement Professional Services Page 10 86 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 EXHIBIT A: SCOPE OF WORK Approach to Project Foreman Parking I Material Staging Dumpater (if naaded) Portable Restroom Labor Parking Scope of Work For Waterplace All 15 buildings within the scope of work are asphalt -based roofing (excluding a small section of dead valley on one unit), and will be approached with the same construction phases as follows: r: 1. Initial perimeter tarping to protect personal items and streamline daily clean up. 3 2. Existing roof tear off and n disposal to closely parked trailer (trailer to be removeda from property daily to allow open roads while roofing isn't in progress). 3. Grace high temp ice and water dry -in. 4. Preliminary Hot Edge installed p on designated eaves and valleys along with starter rNo' shingles and necessary roof flashings,jacks, etc. E 5. Remaining gutter & field Qshingle install. Q . 6. Hip and ridge shingles. a c 7. New vent caps, painting toQ dmatch, etc. S.Installation of heat cables in downspouts/gutters. _1y Agreement Professional Services Page 11 87 DocuSign Envelope ID: 5AE01434-AF13-4CDF-87B0-74E9A0858881 EXHIBIT B. COST/SCHEDULE 7 A 11 , Base Bid Cost: $279,600 518" Damaged Plywood Cost: $129 per 4'x8' Sheet (INSTALLED) Agreement Professional Services Page 12 88 89 3G Construction & Roofing 835 E. Platte Ave. Suite 1 Colorado Springs, CO 80903 (719) 422-2027 3gconstruction@gmail.com www.3GRoofs.com CHANGE ORDER ADDRESS City of Aspen 427 Rio Grande Place Aspen, CO 81611 CHANGE ORDER #E-68671 DATE 07/25/2023 ACTIVITY QTY RATE AMOUNT Waterplace Roof Replacement Project. 2023 -150 . CHANGE ORDER #1 SUMMARY . Original estimate included roofing materials that have since increased in price by the manufacturers and or suppliers due to the roof industry price increases. I have attached letters from the manufacturers and suppliers. Change order to reflect difference between original estimate and new requested changes per provided percentage increases as follows: . BREAKDOWN . Original roof material cost $94723.69 New roof material price $103845.82 $9122.13 1 9,122.13 9,122.13 CHANGE ORDER #2 SUMMARY . Original estimate included 10 control modules, de-icing cable system at all gutters and at roof locations per original bid documents. Change order to reflect difference between original estimate and new requested changes per red lined plans and provided documents as follows: BREAKDOWN . 1. 10 qty - ( Wi-Fi ) hcm1002 modules CHANGE to 22 qty. -aseds8c modules and 2 qty. -aseds9c modules . 1 67,871.00 67,871.00 90 ACTIVITY QTY RATE AMOUNT 2. 225 ft. of flat metal hot panel CHANGE to 800 ft. . 3. 1800 ft. of heat cable CHANGE to 5000 ft. . 4. 175 ft. of hot valley metal CHANGE to 330 ft. . 5. 44 pieces joint transitions CHANGE to 159 pieces. . 6. 10 qty. power connection kits CHANGE to 27 qty. . 7. 10 qty. splice tee kits CHANGE to 27 qty. 8. CHANGE, add necessary hardware to support new system. . Total cost difference from original estimate = $67,871.00 TOTAL $76,993.13 Accepted By Accepted Date 91 MEMORANDUM TO:City Council and Mayor Torre FROM:APCHA Property Management THROUGH:Matthew Gillen, Executive Director MEMO DATE:July 31, 2023 MEETING DATE:August 8, 2023 RE:Approval of Resolution No. 120 (Series of 2023), Approving Contract between City of Aspen and Integrity Plumbing & Heating for the replacement of 22 Hot Water Storage Tanks located at Truscott Place Phase I and II REQUEST OF COUNCIL: To approve Resolution No. 120 (Series of 2023). SUMMARY AND BACKGROUND: The replacement of the Hot Water Storage Tanks is an approved capital project to be completed in 2023. DISCUSSION: There are a total of 22 hot water storage tanks that need to be replaced. Sixteen of them are located within the Truscott I buildings (400 through 1000), and six are located within the Truscott II Buildings. The hot water storage tanks have been scheduled to be replaced for the last couple of years and was approved as a 2023 Capital Project. The Truscott Phase I buildings contain 58 units and the Truscott Phase II buildings contain 41 units (the 200 and 300 buildings are excluded). FINANCIAL IMPACTS: The total amount of $240,711.02 is approximately $10,941.41 per tank. By property, this amounts to $175,062.56 for Truscott Phase I and $65,649 for Truscott Phase II. A capital project (#50647) was budgeted in Truscott I in 2023 (original adopted budget plus Spring Supplemental) for the 16 tanks at $142,720. Based on the quoted work in the contract, this appropriation is $32,323 short of the funds needed to complete. If Council supports this contract, a technical adjustment of $32,323 will be incorporated into the Fall Supplemental to support this work. There was no capital project within the Truscott II budget for 2023 for this work. APCHA just received an updated needs assessment report for all properties and the hot water storage tanks in Truscott Phase II were noted in disrepair and in need of replacement. Because of the economies of scale and adjacency of the 92 properties, staff felt that it made sense to do all of the replacements for the hot water storage tanks at the same time. As such, if Council supports this contract, a technical adjustment of $65,649 will be incorporated into the Fall Supplemental to fund this work. ENVIRONMENTAL IMPACTS: The new tanks should be more energy efficient. ALTERNATIVES:There are no alternatives. RECOMMENDATIONS:To approve Resolution No. 120 (Series of 2023). CITY MANAGER COMMENTS: 93 RESOLUTION NO. 120 (Series of 2023) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN AND INTEGRITY PLUMBING & HEATING AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE ASPEN/PITKIN COUNTY HOUSING AUTHORITY WHEREAS, there has been submitted to the City Council a contract for replacement of 22 hot water storage tanks for Truscott Place Phase I and Phase II, between the City of Aspen and Integrity Plumbing & Heating, a true and accurate copy of which is attached hereto as Exhibit “A”; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves that Contract for replacement of 22 hot water storage tanks for Truscott Place Phase I (16 tanks) and Truscott Place Phase II (6 tanks), between the City of Aspen and Integrity Plumbing & Heating copy of which is annexed hereto and incorporated herein, and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 8 th day of August 2023. Torre, Mayor I, Nicole Henning, 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, August 8, 2023. Nicole Henning, City Clerk 94 Agreement for Procurement and Professional Services Page 0 Updated 6/7/2023 SUPPLY PROCUREMENT AND PROFESSIONAL SERVICES City of Aspen Project No.: 2023-167 AGREEMENT made as of 26th day of July, in the year 2023. BETWEEN the City: Contract Amount: The City of Aspen c/o Sara Ott 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 920-5055 And the Professional: Integrity Plumbing & Heating c/o Kate Leibinger 1676 County Road Unit 02 Carbondale, CO 81623 Phone: (970) 927 -2474 For the Following Project: 22 Hot Water Storage Tanks Replacement Project at Truscott Exhibits appended and made a part of this Agreement: If this Agreement requires the City to pay an amount of money in excess of $50,000.00 it shall not be deemed valid until it has been approved by the City Council of the City of Aspen. City Council Approval: Date: Resolution No.: Exhibit A: List of supplies, equipment, or materials to be purchased. Exhibit B: Scope of Work. Exhibit C: Hourly Fee Schedule. Total $240,711.02 DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 95110 Agreement for Procurement and Professional Services Page 1 Updated 6/7/2023 The City and Professional agree as set forth below. SUPPLY PROCUREMENT 1. Purchase. Professional agrees to sell and City agrees to purchase the supplies, equipment, or materials as described in Exhibit A, appended hereto and by this reference incorporated herein, for the sum of set forth above. 2. Delivery. (18 Truscott Place, CO 81611). 3. Contract Documents. This Agreement shall include all Contract Documents as the same are listed in the Invitation to Bid or Request for Proposals and said Contract Document are hereby made a part of this Agreement as if fully set out at length herein. 4. Warranties. All material is guaranteed to be as specified, and the above work is to be performed in accordance with the drawings and specifications submitted or provided for the above work and completed in a substantial workmanlike manner. Integrity Plumbing and Heating Inc. shall correct work not conforming to these requirements up to 12 months after substantial completion. Materials furnished are to be new and unused. All materials furnished or work performed are to be guaranteed free from defects. 5. Successors and Assigns. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. PROFESSIONAL SERVICES 6. Scope of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit B attached hereto and by this reference incorporated herein. 7. Completion. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than November 30, 2023, with the installation and operation of all the equipment no later than November 30, 2023. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 8. Payment. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The hourly rates for work performed by Professional shall not exceed those hourly rates set forth at Exhibit C appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 96111 Agreement for Procurement and Professional Services Page 2 Updated 6/7/2023 forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. 9. Non-Assignability. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub-Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors’ officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub-contractor. 10. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience. 11. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined. 12. Independent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 13. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 97112 Agreement for Procurement and Professional Services Page 3 Updated 6/7/2023 account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Professional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 14. Professional's Insurance. (a) Professional 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 Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above 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) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. (i) Worker'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 ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS ($1,000,000.00) disease - each employee. Evidence of qualified self-insured status may be substituted for the Worker's Compensation requirements of this paragraph. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 98113 Agreement for Procurement and Professional Services Page 4 Updated 6/7/2023 (ii) Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE MILLION DOLLARS ($3,000,000.00) 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. (iii) 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 Professional's owned, hired and non- owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. (iv) Professional Liability insurance with the minimum limits of ONE MILLION DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000) aggregate. (c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. (d) The certificate of insurance provided by the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and minimum limits are in full force and effect, and shall be reviewed and approved by the City 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 coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. (e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, 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, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 99114 Agreement for Procurement and Professional Services Page 5 Updated 6/7/2023 (f) City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. (g) The parties hereto understand and agree that City is relying on, and does not waive or intend to waive by any provision of this contract, the monetary limitations (presently $150,000.00 per person and $600,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. 15. City's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Proper- ty/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 16. Completeness of Agreement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 17. Notice. Any written notices as called for herein may be hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 18. Non-Discrimination. No discrimination because of race, color, creed, sex, marital status, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non-discrimination in employment. Any business that enters into a contract for goods or services with the City of Aspen or any of its boards, agencies, or departments shall: (a) Implement an employment nondiscrimination policy prohibiting discrimination in hiring, discharging, promoting or demoting, matters of compensation, or any other employment-related decision or benefit on account of actual or perceived race, color, religion, national origin, gender, physical or mental disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. (b) Not discriminate in the performance of the contract on account of actual or perceived race, color, religion, national origin, gender, physical or mental disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. (c) Incorporate the foregoing provisions in all subcontracts hereunder. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 100115 Agreement for Procurement and Professional Services Page 6 Updated 6/7/2023 19. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 20. Execution of Agreement by City. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless duly executed by the Mayor of the City of Aspen (or a duly authorized official in his absence) following a Motion or Resolution of the Council of the City of Aspen authorizing the Mayor (or a duly authorized official in his absence) to execute the same. 21. Worker Without Authorization prohibited – CRS §8-17.5-101 & §24-76.5-101 Purpose. During the 2021 Colorado legislative session, the legislature passed House Bill 21- 1075 that amended current CRS §8-17.5-102 (1), (2)(a), (2)(b) introductory portion, and (2)(b)(III) as it relates to the employment of and contracting with a “worker without authorization” which is defined as an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States. As amended, the current law prohibits all state agencies and political subdivisions, including the Owner, from knowingly hiring a worker without authorization to perform work under a contract, or to knowingly contract with a Professional who knowingly hires with a worker without authorization to perform work under the contract. The law also requires 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. Definitions. The following terms are defined by this reference are incorporated herein and in any contract for services entered into with the Owner. 1. "E-verify program" means the electronic employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, that is jointly administered by the United States Department of Homeland Security and the social security Administration, or its successor program. 2. "Department program" means the employment verification program established pursuant to Section 8-17.5-102(5)(c). 3. "Public Contract for Services" means this Agreement. 4. "Services" means the furnishing of labor, time, or effort by a Professional or a subprofessional not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 101116 Agreement for Procurement and Professional Services Page 7 Updated 6/7/2023 5. “Worker without authorization” means an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States By signing this document, Professional certifies and represents that at this time: 1. Professional shall confirm the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services; and 2. Professional has participated or attempted to participate in either the e-verify program or the department program in order to verify that new employees are not workers without authorization. Professional hereby confirms that: 1. Professional shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 2. Professional shall not enter into a contract with a subprofessional that fails to certify to the Professional that the subprofessional shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 3. Professional has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services through participation in either the e-verify program or the department program. 4. Professional shall not use the either the e-verify program or the department program procedures to undertake pre-employment screening of job applicants while the Public Contract for Services is being performed. If Professional obtains actual knowledge that a subprofessional performing work under the Public Contract for Services knowingly employs or contracts with a worker without authorization, Professional shall: 1. Notify such subprofessional and the Owner within three days that Professional has actual knowledge that the subprofessional is employing or subcontracting with a worker without authorization: and 2. Terminate the subcontract with the subprofessional if within three days of receiving the notice required pursuant to this section the subprofessional does not stop employing or contracting with the worker without authorization; except that Professional shall not terminate the Public Contract for Services with the subprofessional if during such three days the subprofessional provides information to establish that the subprofessional has not knowingly employed or contracted with a worker without authorization. Professional 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. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 102117 Agreement for Procurement and Professional Services Page 8 Updated 6/7/2023 If Professional violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the Owner may terminate this Agreement. If this Agreement is so terminated, Professional shall be liable for actual damages to the Owner arising out of Professional’s violation of Subsection 8-17.5-102, C.R.S. It is agreed that neither this agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. If any of the provisions of this agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. 22. Warranties Against Contingent Fees, Gratuities, Kickbacks and Conflicts of Interest. (a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. (b) Professional agrees not to give any 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 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 Agreement, or to any solicitation or proposal therefore. (c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. (d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: 1. Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, contractor or subcontractor under City contracts; 3. Deduct from the contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 23. Fund Availability. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 103118 Agreement for Procurement and Professional Services Page 9 Updated 6/7/2023 made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability of those funds for payment pursuant to the terms of this Agreement. 24. General Terms. (a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. (b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. (c) The parties acknowledge and understand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. (d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. 25. Electronic Signatures and Electronic Records. This Agreement and any amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and all of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the ground that it is an electronic record or electronic signature or that it is not in its original form or is not an original. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three copies each of which shall be deemed an original on the date first written above. CITY OF ASPEN, COLORADO: PROFESSIONAL: ________________________________ ______________________________ [Signature] [Signature] By: _____________________________ By: _____________________________ [Name] [Name] Title: ____________________________ Title: ____________________________ DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 President Danny Mundlein 104119 Agreement for Procurement and Professional Services Page 10 Updated 6/7/2023 Date: ___________________ Date: ___________________ Approved as to form: _______________________________ City Attorney’s Office General Conditions and Special Conditions can be found on City of Aspen Website. Purchasing | Aspen, CO DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 7/29/2023 | 8:30:23 PM MDT 105120 Agreement for Procurement and Professional Services Page 11 Updated 6/7/2023 EXHIBIT A List of supplies, equipment, or materials to be purchased With attached specification sheets, cut sheets, information, etc.  22 HTP SSU-119N SuperStor Ultra 119 Gallon Residential / Commercial Indirect Electric Water Heater Replace 22 indirect 119 gallon water heaters in the 20, 50, 400-1000 buildings. Replace the water heater expansion tanks in each of the buildings. Replace the water heater zone valves and mixing valves in each building. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 106121 Agreement for Procurement and Professional Services Page 12 Updated 6/7/2023 EXHIBIT B Scope of Work Integrity Plumbing and Heating Inc. propose to provide the material and labor for:   Provide 22 high efficiency hot water storage tanks to replace our existing storage tanks.  Replace the water heater expansion tanks in each of the buildings.  Removal and disposal of 22 existing hot water storage tanks  Replace or make corrections to any piping and/or plumbing as necessary to ensure efficient operation.  Replace the water heater zone valves and mixing valves in each building. Tanks to be replaced at Truscott: 20 building – 3 tanks 50 building – 3 tanks 400 building – 2 tanks 500 building – 2 tanks 600 building – 3 tanks 700 building – 2 tanks 800 building – 2 tanks 900 building – 3 tanks 1000 building – 2 tanks Exclusions: o Framing or demolition to framing o Line voltage electrical prior to disconnect o Concrete cutting/core drilling and removal of spoils o Painting o Excavation/Trenching o Concrete/housekeeping pads o Drywall repair o Fire protection systems o Roofing or roofing repair o Gas line from meter to mechanical room o Fresh air into the mechanical room o Purge boiler system of old fluid DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 107122 Agreement for Procurement and Professional Services Page 13 Updated 6/7/2023 EXHIBIT C For the proposed sum of: $240,711.02 DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 108123 MEMORANDUM TO: Mayor Torre and Aspen City Council FROM: Kevin Rayes, Principal Planner THRU: Amy Simon, Planning Director RE: 2nd Reading | Ordinance #10 | Lumberyard Affordable Housing Project Major Public Project | Amendments to Official Zone District Map | Planned Development (Project Review & Detailed Review) | Major Subdivision | Transportation & Parking | Growth Management Quota System MEETING DATE: August 8, 2023; Continued from June 6 and June 13, 2023 Applicant: City of Aspen, c/o Sara Ott, City Manager Representative: Chris Everson, City of Aspen Capital Asset Department Location: Aspen Mini Storage Facility, Aspen Lumberyard and Burlingame Triangle Parcel Lot 1D Current Zoning: The Mini Storage Facility and Aspen Lumberyard properties are located within the Service/Commercial/Industrial (SCI) zone district and contain a Planned Development (PD) overlay. The Burlingame Triangle Parcel Lot 1D is located in the Rural Residential (RR) and Conservation (C) zone districts. Summary: The Applicant requests amendments to the official zone district map, Planned Development Review (Project Review & Detailed Review), Major Subdivision, Transportation & Parking Review, Growth Management Review to develop affordable housing and multiple infrastructure improvements, including a neighborhood street network, drainage facilities, common area open space, and landscaping. As a one hundred percent affordable housing project owned and developed by the City, the application was submitted as a Major Public Project to provide a more flexible and coordinated review process. On May 23rd, Council approved Ordinance No. 10, Series of 2023 at First Reading to set a public hearing date for June 6th. Update from Previous Hearings: After reviewing the proposed project at a duly noticed public hearing on June 6th and June 13th, Council held a work session on August 24th to further refine the project. Council directed the Applicant team to make certain project modifications and asked staff to revise the ordinance to maximize design flexibility. Staff recommends that Council continue the hearing scheduled for August 8th to September 12th to provide the Applicant team and staff sufficient time to respond to Councils direction. Staff Recommendation: Staff recommends that Council continue the public hearing to September 12th. 109 Agreement for Procurement and Professional Services Page 0 Updated 6/7/2023 SUPPLY PROCUREMENT AND PROFESSIONAL SERVICES City of Aspen Project No.: 2023-167 AGREEMENT made as of 26th day of July, in the year 2023. BETWEEN the City: Contract Amount: The City of Aspen c/o Sara Ott 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 920-5055 And the Professional: Integrity Plumbing & Heating c/o Kate Leibinger 1676 County Road Unit 02 Carbondale, CO 81623 Phone: (970) 927 -2474 For the Following Project: 22 Hot Water Storage Tanks Replacement Project at Truscott Exhibits appended and made a part of this Agreement: If this Agreement requires the City to pay an amount of money in excess of $50,000.00 it shall not be deemed valid until it has been approved by the City Council of the City of Aspen. City Council Approval: Date: Resolution No.: Exhibit A: List of supplies, equipment, or materials to be purchased. Exhibit B: Scope of Work. Exhibit C: Hourly Fee Schedule. Total $240,711.02 DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 95110 Agreement for Procurement and Professional Services Page 1 Updated 6/7/2023 The City and Professional agree as set forth below. SUPPLY PROCUREMENT 1. Purchase. Professional agrees to sell and City agrees to purchase the supplies, equipment, or materials as described in Exhibit A, appended hereto and by this reference incorporated herein, for the sum of set forth above. 2. Delivery. (18 Truscott Place, CO 81611). 3. Contract Documents. This Agreement shall include all Contract Documents as the same are listed in the Invitation to Bid or Request for Proposals and said Contract Document are hereby made a part of this Agreement as if fully set out at length herein. 4. Warranties. All material is guaranteed to be as specified, and the above work is to be performed in accordance with the drawings and specifications submitted or provided for the above work and completed in a substantial workmanlike manner. Integrity Plumbing and Heating Inc. shall correct work not conforming to these requirements up to 12 months after substantial completion. Materials furnished are to be new and unused. All materials furnished or work performed are to be guaranteed free from defects. 5. Successors and Assigns. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. PROFESSIONAL SERVICES 6. Scope of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit B attached hereto and by this reference incorporated herein. 7. Completion. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than November 30, 2023, with the installation and operation of all the equipment no later than November 30, 2023. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 8. Payment. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The hourly rates for work performed by Professional shall not exceed those hourly rates set forth at Exhibit C appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 96111 Agreement for Procurement and Professional Services Page 2 Updated 6/7/2023 forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. 9. Non-Assignability. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub-Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors’ officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub-contractor. 10. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience. 11. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined. 12. Independent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 13. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 97112 Agreement for Procurement and Professional Services Page 3 Updated 6/7/2023 account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Professional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 14. Professional's Insurance. (a) Professional 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 Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above 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) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. (i) Worker'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 ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS ($1,000,000.00) disease - each employee. Evidence of qualified self-insured status may be substituted for the Worker's Compensation requirements of this paragraph. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 98113 Agreement for Procurement and Professional Services Page 4 Updated 6/7/2023 (ii) Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE MILLION DOLLARS ($3,000,000.00) 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. (iii) 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 Professional's owned, hired and non- owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. (iv) Professional Liability insurance with the minimum limits of ONE MILLION DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000) aggregate. (c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. (d) The certificate of insurance provided by the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and minimum limits are in full force and effect, and shall be reviewed and approved by the City 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 coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. (e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, 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, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 99114 Agreement for Procurement and Professional Services Page 5 Updated 6/7/2023 (f) City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. (g) The parties hereto understand and agree that City is relying on, and does not waive or intend to waive by any provision of this contract, the monetary limitations (presently $150,000.00 per person and $600,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. 15. City's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Proper- ty/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 16. Completeness of Agreement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 17. Notice. Any written notices as called for herein may be hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 18. Non-Discrimination. No discrimination because of race, color, creed, sex, marital status, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non-discrimination in employment. Any business that enters into a contract for goods or services with the City of Aspen or any of its boards, agencies, or departments shall: (a) Implement an employment nondiscrimination policy prohibiting discrimination in hiring, discharging, promoting or demoting, matters of compensation, or any other employment-related decision or benefit on account of actual or perceived race, color, religion, national origin, gender, physical or mental disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. (b) Not discriminate in the performance of the contract on account of actual or perceived race, color, religion, national origin, gender, physical or mental disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status. (c) Incorporate the foregoing provisions in all subcontracts hereunder. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 100115 Agreement for Procurement and Professional Services Page 6 Updated 6/7/2023 19. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 20. Execution of Agreement by City. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless duly executed by the Mayor of the City of Aspen (or a duly authorized official in his absence) following a Motion or Resolution of the Council of the City of Aspen authorizing the Mayor (or a duly authorized official in his absence) to execute the same. 21. Worker Without Authorization prohibited – CRS §8-17.5-101 & §24-76.5-101 Purpose. During the 2021 Colorado legislative session, the legislature passed House Bill 21- 1075 that amended current CRS §8-17.5-102 (1), (2)(a), (2)(b) introductory portion, and (2)(b)(III) as it relates to the employment of and contracting with a “worker without authorization” which is defined as an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States. As amended, the current law prohibits all state agencies and political subdivisions, including the Owner, from knowingly hiring a worker without authorization to perform work under a contract, or to knowingly contract with a Professional who knowingly hires with a worker without authorization to perform work under the contract. The law also requires 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. Definitions. The following terms are defined by this reference are incorporated herein and in any contract for services entered into with the Owner. 1. "E-verify program" means the electronic employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, that is jointly administered by the United States Department of Homeland Security and the social security Administration, or its successor program. 2. "Department program" means the employment verification program established pursuant to Section 8-17.5-102(5)(c). 3. "Public Contract for Services" means this Agreement. 4. "Services" means the furnishing of labor, time, or effort by a Professional or a subprofessional not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 101116 Agreement for Procurement and Professional Services Page 7 Updated 6/7/2023 5. “Worker without authorization” means an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States By signing this document, Professional certifies and represents that at this time: 1. Professional shall confirm the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services; and 2. Professional has participated or attempted to participate in either the e-verify program or the department program in order to verify that new employees are not workers without authorization. Professional hereby confirms that: 1. Professional shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 2. Professional shall not enter into a contract with a subprofessional that fails to certify to the Professional that the subprofessional shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 3. Professional has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services through participation in either the e-verify program or the department program. 4. Professional shall not use the either the e-verify program or the department program procedures to undertake pre-employment screening of job applicants while the Public Contract for Services is being performed. If Professional obtains actual knowledge that a subprofessional performing work under the Public Contract for Services knowingly employs or contracts with a worker without authorization, Professional shall: 1. Notify such subprofessional and the Owner within three days that Professional has actual knowledge that the subprofessional is employing or subcontracting with a worker without authorization: and 2. Terminate the subcontract with the subprofessional if within three days of receiving the notice required pursuant to this section the subprofessional does not stop employing or contracting with the worker without authorization; except that Professional shall not terminate the Public Contract for Services with the subprofessional if during such three days the subprofessional provides information to establish that the subprofessional has not knowingly employed or contracted with a worker without authorization. Professional 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. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 102117 Agreement for Procurement and Professional Services Page 8 Updated 6/7/2023 If Professional violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the Owner may terminate this Agreement. If this Agreement is so terminated, Professional shall be liable for actual damages to the Owner arising out of Professional’s violation of Subsection 8-17.5-102, C.R.S. It is agreed that neither this agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. If any of the provisions of this agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. 22. Warranties Against Contingent Fees, Gratuities, Kickbacks and Conflicts of Interest. (a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. (b) Professional agrees not to give any 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 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 Agreement, or to any solicitation or proposal therefore. (c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. (d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: 1. Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, contractor or subcontractor under City contracts; 3. Deduct from the contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 23. Fund Availability. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 103118 Agreement for Procurement and Professional Services Page 9 Updated 6/7/2023 made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability of those funds for payment pursuant to the terms of this Agreement. 24. General Terms. (a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. (b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. (c) The parties acknowledge and understand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. (d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. 25. Electronic Signatures and Electronic Records. This Agreement and any amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and all of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the ground that it is an electronic record or electronic signature or that it is not in its original form or is not an original. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in three copies each of which shall be deemed an original on the date first written above. CITY OF ASPEN, COLORADO: PROFESSIONAL: ________________________________ ______________________________ [Signature] [Signature] By: _____________________________ By: _____________________________ [Name] [Name] Title: ____________________________ Title: ____________________________ DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 President Danny Mundlein 104119 Agreement for Procurement and Professional Services Page 10 Updated 6/7/2023 Date: ___________________ Date: ___________________ Approved as to form: _______________________________ City Attorney’s Office General Conditions and Special Conditions can be found on City of Aspen Website. Purchasing | Aspen, CO DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 7/29/2023 | 8:30:23 PM MDT 105120 Agreement for Procurement and Professional Services Page 11 Updated 6/7/2023 EXHIBIT A List of supplies, equipment, or materials to be purchased With attached specification sheets, cut sheets, information, etc.  22 HTP SSU-119N SuperStor Ultra 119 Gallon Residential / Commercial Indirect Electric Water Heater Replace 22 indirect 119 gallon water heaters in the 20, 50, 400-1000 buildings. Replace the water heater expansion tanks in each of the buildings. Replace the water heater zone valves and mixing valves in each building. DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 106121 Agreement for Procurement and Professional Services Page 12 Updated 6/7/2023 EXHIBIT B Scope of Work Integrity Plumbing and Heating Inc. propose to provide the material and labor for:   Provide 22 high efficiency hot water storage tanks to replace our existing storage tanks.  Replace the water heater expansion tanks in each of the buildings.  Removal and disposal of 22 existing hot water storage tanks  Replace or make corrections to any piping and/or plumbing as necessary to ensure efficient operation.  Replace the water heater zone valves and mixing valves in each building. Tanks to be replaced at Truscott: 20 building – 3 tanks 50 building – 3 tanks 400 building – 2 tanks 500 building – 2 tanks 600 building – 3 tanks 700 building – 2 tanks 800 building – 2 tanks 900 building – 3 tanks 1000 building – 2 tanks Exclusions: o Framing or demolition to framing o Line voltage electrical prior to disconnect o Concrete cutting/core drilling and removal of spoils o Painting o Excavation/Trenching o Concrete/housekeeping pads o Drywall repair o Fire protection systems o Roofing or roofing repair o Gas line from meter to mechanical room o Fresh air into the mechanical room o Purge boiler system of old fluid DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 107122 Agreement for Procurement and Professional Services Page 13 Updated 6/7/2023 EXHIBIT C For the proposed sum of: $240,711.02 DocuSign Envelope ID: 268524EC-646A-49B6-9D66-CDB4AF9177D6 108123 Change Order Form Revision 12/08/2021 Page 1 of 2 Change Order Form General Information Vendor Otak Change Order Number 02 Date of Issuance June 28th, 2023 Project Name Maroon Creek Multi Use Trail Project Number 2022-300 Project Completion Date Fall 2024 Project Manager John Spiess COA Account Code 100.572.81200.57210.50964 Project Information Description Of Service Otak has been producing construction drawings for the Maroon Creek Multi Use Trail. This work includes the delivery of 30%, 90% and ultimately 100% drawings. Description Of Change Order This change order captures several important changes to the project that happened after the approval of the Phase 2 contract. 1. CMGC coordination meeting attendance following Gould construction joining the team 2. Utility Potholing oversight- Potholing was not originally included in project 3. Segment B and D redesign following initial guaranteed maximum price. This effort will help to reduce total project cost 4. Redesign of retaining walls based on material availability. Contract Information DocuSign Envelope ID: D6833497-B954-40A4-81ED-1B5D3E51E83FDocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 12124 Change Order Form Revision 12/08/2021 Page 2 of 2 Original Contract Amount $ 320, 250.00 Previous Change Order(s) $ 15,220.00 Change Order Amount (If Over 50k Change Order To Be Presented To Council For Approval) $ 43,840.00 Final Contract Amount (Including All Change Orders) $ 379,310.00 Revised Completion Date Fall 2024 Signature 1. Contractor (Required) 2. Project Manager (Required) 3. Department Head (Required) 4. Procurement Officer (Required) 5. City Attorney (Required Based On Value Of Thresholds) 6. City Manager (Required Based On Value Of Thresholds) Original contract, if applicable all other change orders, and vendor quote for requested change order must be attached to this document. For additional information: See Procurement Policy “Change Orders And Add Services Request” (page 30). DocuSign Envelope ID: D6833497-B954-40A4-81ED-1B5D3E51E83F 7/21/2023 | 2:51:50 PM MDT DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 7/21/2023 | 3:14:50 PM MDT 7/21/2023 | 2:18:26 PM PDT 7/23/2023 | 8:07:29 AM MDT 13125 371 Centennial Parkway, Suite 210 | Louisville, CO 80027 | Phone 303.444.2073 | otak.com June 28, 2023 John Spiess Open Space and Natural Resource Manager Parks and Open Space City of Aspen (via email: john.spiess@aspen.gov) Re: Amendment #2 – Additional Fee Proposal for CMGC Meetings, Utility Potholing Oversight, Segment B Cross-Section Alternatives, Segment D Trail Re-Design, Wall Re-Design for Redi-Rock Walls Dear John, Per previous discussions, below is a summary of work completed or scheduled to be completed that was not included in our original scope of work for the final design of the Maroon Creek Trail Project. Summary of Work Items and Fees Beyond Original Estimate CMGC Coordination Otak originally estimated $2,700 for 6 meetings with the City of Aspen (City) project team and did not estimate any fee for responding to contractor questions and comments. The Otak team has attended weekly meetings with City Staff and Construction Manager General Contractor (CMGC) representatives. The requested amount includes 15 meetings which have already occurred or are already scheduled between April 4th, 2023 thru August 8th, 2023. This fee also includes time for responding to questions and comments generated by the CMGC team after the 90% plan submittal. Otak Requested Fee Adjustment: $ 13,562.00 Utility Potholing Oversight At the request of the City, Otak provided designer representation for supervision of the utility potholing operation performed by the CMGC and their subconsultant. Fee includes 3 days of on-site supervision, documentation time, and necessary travel expenses. Otak Requested Fee Adjustment: $6,492.00 Segment B Cross-Section Alternatives Otak provided multiple slope treatment options for the Segment B cross-section including a curbed trail with slope paving, a cobble stabilized slope, and a thickened edge option. The process included modeling multiple cross-sections, discussions regarding the alternatives, development of multiple exhibits. Otak Requested Fee Adjustment: $5,410.00 Segment D Trail Re-Design The City has directed Otak to redesign approximately 700’ of trail from a cross-section with a thickened edge slope treatment on the right side of the trail to a cross-section with a short boulder fill wall slope treatment. The CMGC proposed unit cost of the thickened edge with railing is such that using a short boulder wall is likely to bring significant cost savings. Furthermore, the city recognizes that the fill wall alternative will provide a more natural corridor aesthetic and a more open trail experience. The trail will be re-designed from a 11.5’ concrete trail to a 10’ wide asphalt trail in line with City standards. It is DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 14126 Maroon Creek Multi-Use Trail Page 2 of 3 Amendment - Additional Design Services June 28, 2023 371 Centennial Parkway, Suite 210 | Louisville, CO 80027 | Phone 303.444.2073 | otak.com anticipated the right side of the trail cross section (looking up-station) will consist of a 2’ wide shoulder, 3’ of 3:1 slope, a 2’-4’ retaining wall and a 3:1 (max) slope tying into existing grade. The estimated fee assumes no significant impacts to utilities or the 90% proposed drainage design as a result of the cross- section change. Otak Requested Fee Adjustment: $9,702.00 Re-Design to Incorporate Redi-Rock Retaining Walls This fee has been included to account for an anticipated direction from the City to change the proposed retaining walls to Redi-Rock. Otak will not be performing engineering analysis on the Redi-Rock walls, but will provide the necessary alignment and profile data for the design the wall design to be performed by a third party. Otak will perform the necessary plan updates and will incorporate any construction details into the plans as necessary for the construction of the walls. Otak Requested Fee Adjustment: $5,894.00 Project Management This fee accounts for time and effort associated with developing the fee amendment and processing the contract changes. Otak Requested Fee Adjustment: $2,780.00 Total Requested Design Fee Adjustment = $43,840.00 Summary of Fees Requested for Amendment #2 Otak understands that this request for additional fees puts strain on the project budget, however, we feel that the overall design fee is reasonable for the actual design performed. Below is a breakdown of our original design fee estimate and revised fee estimate, each as a percentage of the 90% estimated construction cost. As a percentage of the estimated construction cost, the revised design fee is in line with industry standards. Below is a summary of our overall contract including the original contract amount and Amendments #1 and #2. We respectfully request that the City consider this proposal for additional design services to bring our total budget in line with the work performed to date and the anticipated remaining work. Otak Subconsultant Expense Total 1 Project Management 2,780.00$ -$ -$ 2,780.00$ 2 CMGC Coordination 13,562.00$ -$ -$ 13,562.00$ 3 Utility Potholing Oversight 5,542.00$ -$ 950.00$ 6,492.00$ 4 Segment B Cross Section Alternatives 5,410.00$ -$ -$ 5,410.00$ 5 Segment D Trail Re-Design 9,702.00$ -$ -$ 9,702.00$ 6 Redi-Rock Wall 5,894.00$ -$ -$ 5,894.00$ 42,890.00$ -$ 950.00$ 43,840.00$ Total Task Amendment #2 Fee Summary 5,557,023.40$ % of Construction 320,250.00$ 6% 379,310.00$ 7% Fee as a Percentage of Construction Cost Revised Design Fee Original Design Fee 90% Construction Cost from CMGC (Excluding Continge ncies) DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 15127 Maroon Creek Multi-Use Trail Page 3 of 3 Amendment - Additional Design Services June 28, 2023 371 Centennial Parkway, Suite 210 | Louisville, CO 80027 | Phone 303.444.2073 | otak.com Contract Budget Summary Otak appreciates the opportunity to continue working on this important multi-use trail project for the City of Aspen. Should you have any questions about the proposed scope and estimated fee associated with this contract amendment, please do not hesitate to reach out to me at kevin.dooley@otak.com or at (720) 758-7721. Respectfully submitted, Otak, Inc. Kevin Dooley, PE ENV SP Project Manager 720.758.7721 Contract Amount Original Design Fee 320,250.00$ Amendment #1 (Lighting Scope Change)15,220.00$ Amendment #2 (Otak Misc.)43,840.00$ Revised Design Fee 379,310.00$ DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 16128 Maroon Creek Multi-Use Trail - Phase 2 Amendment #2 Project Cost Worksheet TASK #TASK NAME Senior Project Manager and Trail DesignCivil Eng IXCivil Eng VIIEngineering Designer IIEngineering Technician IVProject CoordinatorOtak Subtotal Otak Expense Otak Total Rates: Belonger Dooley Warren Candell Carlson Woods $ 260 $ 201 $ 163 $ 96 $ 108 $ 122 1.0 Project Management 1 2 10 4 A Scope & Fee Amendment 1 2 10 4 2,780$ -$ 2,780.0$ 2.0 CMGC Coordination 12 26 32 A 15 CMGC Meetings (April 4th Thru Aug 8th)12 24 24 11,856$ -$ 11,856.0$ B Responding to CMGC Questions 2 8 1,706$ -$ 1,706.0$ 3.0 Utility Potholing Oversight 34 A Potholing Oversight 25 4,075$ -$ 4,075.0$ B Follow up documentation 5 815$ -$ 815.0$ C Travel 4 652$ 950.00$ 1,602.0$ 4.0 Segment B Cross Section Alternatives 1 1 23 8 4 A Meetings 1 1 3 950$ -$ 950.0$ A Review Alternatives in C3D Model 12 1,956$ -$ 1,956.0$ B Provide Alternative Typical Sections 8 8 4 2,504$ -$ 2,504.0$ 5.0 Segment D Trail Re-Design 2 4 38 16 6 A Updating Model 12 1,956$ -$ 1,956.0$ B Update base files/Plan & Profiles 8 8 4 2,504$ -$ 2,504.0$ C Fill Wall Detail 6 2 1,194$ -$ 1,194.0$ D Review For Utility/Drainage Impacts 2 326$ -$ 326.0$ E Updating Quantities 8 8 2,072$ -$ 2,072.0$ F QC 2 402$ -$ 402.0$ G Meetings 2 2 2 1,248$ -$ 1,248.0$ 6.0 Redi-Rock Wall 2 4 22 8 2 A Model Updates 8 1,304$ -$ 1,304$ B Plan & Profile Updates 4 4 1,036$ -$ 1,036$ C Update Quantities 4 4 1,036$ -$ 1,036$ D Incorporate Redi-Rock Details 2 2 542$ -$ 542$ E QC 2 2 728$ -$ 728$ F Meetings 2 2 2 1,248$ -$ 1,248$ 17 35 149 32 12 4 249 4,420$ 7,035$ 24,287$ 3,072$ 1,296$ 488$ 42,890$ 950$ 43,840$ PHASE TOTALS 1 Project Management 1 2 10 4 2,780$ -$ 2,780$ 2 CMGC Coordination 12 26 32 13,562$ -$ 13,562$ 3 Utility Potholing Oversight 34 5,542$ 950$ 6,492$ 4 Segment B Cross Section Alternatives 1 1 23 8 4 5,410$ -$ 5,410$ 5 Segment D Trail Re-Design 2 4 38 16 6 9,702$ -$ 9,702$ 6 Redi-Rock Wall 2 4 22 8 2 5,894$ -$ 5,894$ 18 37 159 32 12 4 42,890$ 950$ 43,840$ A Does not include Construction support B Does not include engineering of Redi-Rock wall. C Does not include additional utility coordination Total Hours Total Amount ASSUMPTIONS AND EXCLUSIONS MCT~ Scope Change ~ Fee ~ 2023-06-28 Page 1 of 1 6/28/2023 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 17129 DocuSign Envelope ID: 6CA98178-EC5C-4AB3-8D6C-A9150E36179DDocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 18130 DocuSign Envelope ID: 6CA98178-EC5C-4AB3-8D6C-A9150E36179D 4/3/2023 | 10:53:00 AM MDT 4/3/2023 | 11:31:46 AM MDT DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 19131 RESOLUTION # 110 Series of 2022) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN AND OTAK. AUTHORIZING THE CITY MANAGER TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN, COLORADO. WHEREAS, there has been submitted to the City Council a contract for Maroon Creek Multi Use Trail — Phase 2 between the City of Aspen and OTAK, a true and accurate copy of which is attached hereto as Exhibit "A"; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ASPEN, COLORADO, That the City Council of the City of Aspen hereby approves that Contract for. the Maroon Creek Multi -Use Trail — Phase 2, between the City of Aspen and OTAK, a copy of which is annexed hereto and incorporated herein and does hereby authorize the City Manager to execute said agreement on behalf of the City of Aspen. INTRODUCED, READ AND ADOPTED by the City Council of the City of Aspen on the 27" day of September 2022. Torre, Mayor I, Nicole Henning, 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, September 27", 2022. Nicole Henning, City Clerk DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 20132 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 21133 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 CITY OF ASPEN STANDARD FORM OF AGREEMENT PROFESSIONAL SERVICES A' SPIN CITY OF ASPEN City of Aspen Contract No.: 2022-300 AGREEMENT made this 9th day of September, in the year 2022. BETWEEN the City: The City of Aspen c/o John Spiess 427 Rio Grande Place Aspen, Colorado 81611 Phone: (970) 618-6935 And the Professional: Otak c/o Scott Belonger 371 Centennial Parkway, Suite 210 Louisville, CO 80027 Phone:720 758 7717 For the Following Project: Maroon Creek Multi Use Trail — Phase 2 Contract Amount: Total: $320,250 If this Agreement requires the City to pay an amount of money in excess of 50,000.00 it shall not be deemed valid until it has been approved by the City Council of the City of Aspen. Exhibits appended and made a part of this Agreement: Exhibit A: Scope of Work. Exhibit B: Fee Schedule. The City and Professional agree as set forth below. City Council Approval: Date: September 27", 2022 Resolution No.: 2022-110 Agreement Professional Services Page 0 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 22134 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 I. Scope of Work. Professional shall perform in a competent and professional manner the Scope of Work as set forth at Exhibit A attached hereto and by this reference incorporated herein. 2. Completion,. Professional shall commence Work immediately upon receipt of a written Notice to Proceed from the City and complete all phases of the Scope of Work as expeditiously as is consistent with professional skill and care and the orderly progress of the Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement shall be completed no later than May I_I, 2023 _. Upon request of the City, Professional shall submit, for the City's approval, a schedule for the performance of Professional's services which shall be adjusted as required as the project proceeds, and which shall include allowances for periods of time required by the City's project engineer for review and approval of submissions and for approvals of authorities having jurisdiction over the project. This schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by the Professional. 3. Pam. In consideration of the work performed, City shall pay Professional on a time and expense basis for all work performed. The hourly rates for work performed by Professional shall not exceed those hourly rates set forth at Exhibit B appended hereto. Except as otherwise mutually agreed to by the parties the payments made to Professional shall not initially exceed the amount set forth above. Professional shall submit, in timely fashion, invoices for work performed. The City shall review such invoices and, if they are considered incorrect or untimely, the City shall review the matter with Professional within ten days from receipt of the Professional's bill. 4. Non -Assignability. Both parties recognize that this Agreement is one for personal services and cannot be transferred, assigned, or sublet by either party without prior written consent of the other. Sub -Contracting, if authorized, shall not relieve the Professional of any of the responsibilities or obligations under this Agreement. Professional shall be and remain solely responsible to the City for the acts, errors, omissions or neglect of any subcontractors' officers, agents and employees, each of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due which may be due to any sub -contractor. 5. Termination of Procurement. The sale contemplated by this Agreement may be canceled by the City prior to acceptance by the City whenever for any reason and in its sole discretion the City shall determine that such cancellation is in its best interests and convenience. 6. Termination of Professional Services. The Professional or the City may terminate the Professional Services component of this Agreement, without specifying the reason therefor, by giving notice, in writing, addressed to the other party, specifying the effective date of the termination. No fees shall be earned after the effective date of the termination. Upon any termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Professional pursuant to this Agreement shall become the property of the City. Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may withhold any payments to the Professional for the purposes of set-off until such time as the exact amount of damages due the City from the Professional may be determined. 7. Independent Contractor Status. It is expressly acknowledged and understood by the parties that nothing contained in this agreement shall result in, or be construed as establishing an Agreement Professional Services Page 1 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 23135 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 employment relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City. City is interested only in the results obtained under this contract. The manner and means of conducting the work are under the sole control of Professional. None of the benefits provided by City to its employees including, but not limited to, workers' compensation insurance and unemployment insurance, are available from City to the employees, agents or servants of Professional. Professional shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees, servants and subcontractors during the performance of this contract. Professional shall indemnify City against all liability and loss in connection with, and shall assume full responsibility for payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, social security and income tax law, with respect to Professional and/or Professional's employees engaged in the performance of the services agreed to herein. 8. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers, employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this contract, to the extent and for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error, professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the Professional, or any officer, employee, representative, or agent of the Professional or of any subcontractor of the Professional, or which arises out of any workmen's compensation claim of any employee of the Professional or of any employee of any subcontractor of the Professional. The Professional agrees to investigate, handle, respond to, and to provide defense for and defend against, any such liability, claims or demands at the sole expense of the Profcssional, or at the option of the City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in connection with, any such liability, claims, or demands. If it is determined by the final judgment of a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the Professional for the portion of the judgment attributable to such act, omission, or other fault of the City, its officers, or employees. 9. Professional's Insurance. a) Professional 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 Professional pursuant to Section 8 above. Such insurance shall be in addition to any other insurance requirements imposed by this contract or by law. The Professional shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to Section 8 above 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) Professional shall procure and maintain, and shall cause any subcontractor of the Professional to procure and maintain, the minimum insurance coverages listed below. Such Agreement Professional Services Page 2 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 24136 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 coverages shall be procured and maintained with forms and insurance acceptable to the City. All coverages shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Professional pursuant to Section 8 above. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. i) Worker'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 ONE MILLION DOLLARS ($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00) disease - policy limit, and ONE MILLION DOLLARS 1,000,000.00) disease - each employee. Evidence of qualified self -insured status may be substituted for the Worker's Compensation requirements of this paragraph. ii) Commercial General Liability insurance with minimum combined single limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE MILLION DOLLARS ($3,000,000.00) 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. iii) 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 Professional's owned, hired and non - owned vehicles assigned to or used in performance of the Scope of Work. The policy shall contain a severability of interests provision. If the Professional has no owned automobiles, the requirements of this Section shall be met by each employee of the Professional providing services to the City under this contract. iv) Professional Liability insurance with the minimum limits of ONE MILLION DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000) aggregate. c) The policy or policies required above shall be endorsed to include the City and the City's officers and employees as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the City, its officers or employees, or carried by or provided through any insurance pool of the City, shall be excess and not contributory insurance to that provided by Professional. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Professional shall be solely responsible for any deductible losses under any policy required above. d) The certificate of insurance provided to the City shall be completed by the Professional's insurance agent as evidence that policies providing the required coverages, conditions, and Agreement Professional Services Page 3 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 25137 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-BB4531D4ADC1 minimum limits are in full force and effect, and shall be reviewed and approved by the City 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 coverages afforded under the policies shall not be canceled, terminated or materially changed until at least thirty (30) days prior written notice has been given to the City. e) Failure on the part of the Professional to procure or maintain policies providing the required coverages, conditions, and minimum limits shall constitute a material breach of contract upon which City may immediately tenninate 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, and all monies so paid by City shall be repaid by Professional to City upon demand, or City may offset the cost of the premiums against monies due to Professional from City. 0 City reserves the right to request and receive a certified copy of any policy and any endorsement thereto. g) The parties hereto understand and agree that City is relying on, and does not waive or intend to waive by any provision of this contract, the monetary limitations (presently 350,000.00 per person and $990,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Section 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its officers, or its employees. 10. C_ity's Insurance. The parties hereto understand that the City is a member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA Proper- ty/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk Management Department and are available to Professional for inspection during normal business hours. City makes no representations whatsoever with respect to specific coverages offered by CIRSA. City shall provide Professional reasonable notice of any changes in its membership or participation in CIRSA. 11. Completeness of Agreement. It is expressly agreed that this agreement contains the entire undertaking of the parties relevant to the subject matter thereof and there are no verbal or written representations, agreements, warranties or promises pertaining to the project matter thereof not expressly incorporated in this writing. 12. Notice. Any written notices as called for herein may be hand delivered or mailed by certified mail return receipt requested to the respective persons and/or addresses listed above. 13. Non -Discrimination. No discrimination because of race, color, creed, sex, marital status, affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion shall be made in the employment of persons to perform services under this contract. Professional agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non-discrimination in employment. 14. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition of this Agreement can be waived except by the written consent of the City, and forbearance or Agreement Professional Services Page 4 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 26138 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant, or condition to be performed by Professional to which the same may apply and, until complete performance by Professional of said term, covenant or condition, the City shall be entitled to invoke any remedy available to it under this Agreement or by law despite any such forbearance or indulgence. 15. Execution of Agreement by City. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding anything to the contrary contained herein, this Agreement shall not be binding upon the City unless duly executed by the Mayor of the City of Aspen (or a duly authorized official in his absence) following a Motion or Resolution of the Council of the City of Aspen authorizing the Mayor (or a duly authorized official in his absence) to execute the same. 16. Worker Without Authorization prohibited — CRS 8-17.5-101 & 24-76.5-101 Purpose. During the 2021 Colorado legislative session, the legislature passed House Bill 21- 1075 that amended current CRS §8-17.5-102 (1), (2)(a), (2)(b) introductory portion, and 2)(b)(III) as it relates to the employment of and contracting with a "worker without authorization" which is defined as an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States. As amended, the current law prohibits all state agencies and political subdivisions, including the Owner, from knowingly hiring a worker without authorization to perform work under a contract, or to knowingly contract with a Consultant who knowingly hires with a worker without authorization to perform work under the contract. The law also requires 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. Definitions. The following terms are defined by this reference are incorporated herein and in any contract for services entered into with the Owner. 1. "E-verify program" means the electronic employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, that is jointly administered by the United States Department of Homeland Security and the social security Administration, or its successor program. 2. "Department program" means the employment verification program established pursuant to Section 8-17.5-102(5)(c). 3. "Public Contract for Services" means this Agreement. 4. "Services" means the furnishing of labor, time, or effort by a Consultant or a subconsultant not involving the delivery of a specific end product other than reports that are merely incidental to the required performance. 5. "Worker without authorization" means an individual who is unable to provide evidence that the individual is authorized by the federal government to work in the United States By signing this document, Consultant certifies and represents that at this time: Agreement Professional Services Page 5 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 27139 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 1. Consultant shall confirm the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services; and 2. Consultant has participated or attempted to participate in either the e-verify program or the department program in order to verify that new employees are not workers without authorization. Consultant hereby confirms that: 1. Consultant shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 2. Consultant shall not enter into a contract with a subconsultant that fails to certify to the Consultant that the subconsultant shall not knowingly employ or contract with a worker without authorization to perform work under the Public Contract for Services. 3. Consultant has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services through participation in either the e-verify program or the department program. 4. Consultant shall not use the either the e-verify program or the department program procedures to undertake pre -employment screening of job applicants while the Public Contract for Services is being performed. If Consultant obtains actual knowledge that a subconsultant performing work under the Public Contract for Services knowingly employs or contracts with a worker without authorization, Consultant shall: 1. Notify such subconsultant and the Owner within three days that Consultant has actual knowledge that the subconsultant is employing or subcontracting with a worker without authorization: and 2. Terminate the subcontract with the subconsultant if within three days of receiving the notice required pursuant to this section the subconsultant does not stop employing or contracting with the worker without authorization; except that Consultant shall not terminate the Public Contract for Services with the subconsultant if during such three days the subconsultant provides information to establish that the subconsultant has not knowingly employed or contracted with a worker without authorization. Consultant 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. If Consultant violates any provision of the Public Contract for Services pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the Owner may terminate this Agreement. If this Agreement is so terminated, Consultant shall be liable for actual damages to the Owner arising out of Consultant's violation of Subsection 8-17.5-102, C.R.S. Agreement Professional Services Page 6 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 28140 DocuSign Envelope ID: C6EF28F4-C848-4A41-65E0-8134531D4ADC1 It is agreed that neither this agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. If any of the provisions of this agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. 17. Warranties Against Contingent Fees Gratuities Kickbacks and Conflicts of Interest. a) Professional warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Professional for the purpose of securing business. b) Professional agrees not to give any 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 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 Agreement, or to any solicitation or proposal therefore. c) Professional represents that no official, officer, employee or representative of the City during the term of this Agreement has or one (1) year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, except those that may have been disclosed at the time City Council approved the execution of this Agreement. d) In addition to other remedies it may have for breach of the prohibitions against contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right to: 1. Cancel this Purchase Agreement without any liability by the City; 2. Debar or suspend the offending parties from being a Professional, contractor or subcontractor under City contracts; 3. Deduct from the contract price or consideration, or otherwise recover, the value of anything transferred or received by the Professional; and 4. Recover such value from the offending parties. 18. Fund Availabilitv. Financial obligations of the City payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. If this Agreement contemplates the City utilizing state or federal funds to meet its obligations herein, this Agreement shall be contingent upon the availability of those funds for payment pursuant to the terms of this Agreement. 19. General Terms. Agreement Professional Services Page 7 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 29141 DocuSign Envelope ID: C6EF28F4-C848-4A41-65E0-8134531D4ADC1 a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions, representations or covenants can be modified, changed, terminated or amended, waived, superseded or extended except by appropriate written instrument fully executed by the parties. b) If any of the provisions of this Agreement shall be held invalid, illegal or unenforceable it shall not affect or impair the validity, legality or enforceability of any other provision. c) The parties acknowledge and understand that there are no conditions or limitations to this understanding except those as contained herein at the time of the execution hereof and that after execution no alteration, change or modification shall be made except upon a writing signed by the parties. d) This Agreement shall be governed by the laws of the State of Colorado as from time to time in effect. Venue is agreed to be exclusively in the courts of Pitkin County, Colorado. 20. Electronic Signatures and Electronic Records This Agreement and any amendments hereto may be executed in several counterparts, each of which shall be deemed an original, and all of which together shall constitute one agreement binding on the Parties, notwithstanding the possible event that all Parties may not have signed the same counterpart. Furthermore, each Party consents to the use of electronic signatures by either Party. The Scope of Work, and any other documents requiring a signature hereunder, may be signed electronically in the manner agreed to by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement solely because it is in electronic form or because an electronic record was used in its formation. The Parties agree not to object to the admissibility of the Agreement in the form of an electronic record, or a paper copy of an electronic documents, or a paper copy of a document bearing an electronic signature, on the grounds that it is an electronic record or electronic signature or that it is not in its original form or is not an original. 21. Successors and Assl Its. This Agreement and all of the covenants hereof shall inure to the benefit of and be binding upon the City and the Professional respectively and their agents, representatives, employee, successors, assigns and legal representatives. Neither the City nor the Professional shall have the right to assign, transfer or sublet its interest or obligations hereunder without the written consent of the other party. 22. Third Parties. 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 Professional or City may assign this Agreement in accordance with the specific written permission, any right to claim damages or to bring any suit, action or other proceeding against either the City or Professional because of any breach hereof or because of any of the terms, covenants, agreements or conditions herein contained. 23. Attorney's Fees. In the event that legal action is necessary to enforce any of the provisions of this Agreement, the prevailing party shall be entitled to its costs and reasonable attorney's fees. Agreement Professional Services Page 8 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 30142 DocuSign Envelope ID: C6EF28F4-C848-4A41-135E0-8134531D4ADC1 24. Waiver of Presumption. This Agreement was negotiated and reviewed 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 the Agreement. 25. Certification Regarding Debarment Suspension, Ineligibility, and Voluntary Exclusion. Professional certifies, by acceptance of this Agreement, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in any transaction with a Federal or State department or agency. It further certifies that prior to submitting its Bid that it did include this clause without modification in all lower tier transactions, solicitations, proposals, contracts and subcontracts. In the event that Professional or any lower tier participant was unable to certify to the statement, an explanation was attached to the Bid and was determined by the City to be satisfactory to the City. 26. In#egration and Modification. This written Agreement along with all Contract Documents shall constitute the contract between the parties and supersedes or incorporates any prior written and oral agreements of the parties. In addition, Professional understands that no City official or employee, other than the Mayor and City Council acting as a body at a council meeting, has authority to enter into an Agreement or to modify the terms of the Agreement on behalf of the City. Any such ,Agreement or modification to this Agreement must be in writing and be executed by the parties hereto. 27. Authorized Representative. The undersigned representative of Professional, as an inducement to the City to execute this Agreement, represents that he/she is an authorized representative of Professional for the purposes of executing this Agreement and that he/she has full and complete authority to enter into this Agreement for the terms and conditions specified herein. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement of which shall be deemed an original on the date first written above. CITY OF A GQWRADO: L tt {{- 211=T942B... Signature] Sara ott By: Name] Title: City Manager Date: 9/28/2022 i 10:46:21 AM PDT Approve as to Form: FJ L-S lpnW by: K 'IZto, City Attamey J3QU— „§SIONAL: SC,OTz Q r DN 03,4583ZGiGFdpB Signature] ERSCOTTBELONGBy: _ Name] Title: senior Project Manager Date: 9j19/2022 i 12:26:40 PM EDT Agreement Professional Services Page 9 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 31143 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 General Conditions and Special Conditions can be found on City of Aspen Website. https://www.cityofaspen.com/497/Purchasing Agreement Professional Services Page 10 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 32144 DocuSlgn Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 EXHIBIT A PROFESSIONAL SERVICES AGREEMENT Scope of Work Agreement Professional Services Page 11 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 33145 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5E0-8B4531D4ADC1 Otak September 15, 2022 Mr. John Spiess Open Space and Natural Resource Manager Parks and Open Space City of Aspen Re: Maroon Creek Multi -Use Trail Project Number: 2021-235 Phase 2 (Final Design) — Fee Proposal Dear John: As requested, our fee proposal for final design services for the Maroon Creek Multi -Use Trail is attached. Building off our Phase 1 work, we will provide final construction documents. The attached Phase 1 Conceptual Design will be used as the basis for this design. The design will be refined based on the newly acquired ground survey provided by the City of Aspen / Sopris Engineering. Key aspects of the design include the following: 5000 linear feet of multi -use path design divided into 4 segments Additional ramp connection to existing trail overpass in Segment 1 Retaining wall (boulder or modular block) and railing design in steep locations in Segments 1 and 2 Concrete barriers in constricted areas beneath existing overpasses in Segments 1 and 3 Driveway and access crossings Structural modifications to the existing ARC overpass, west approach ramp in Segment 3 Pedestrian access improvements at the ARC maintenance drive intersection Modifications to the ARC bus stop area Modifications to the ARC parking lot and crossing of the ARC entrance drive Drainage improvements to the Moore Drive intersection and associated modifications to Maroon Creek Road. The details of our expected scope of work are outlined in the attached fee worksheet. Otak's assumptions are listed at the bottom of the worksheet. Design submittals will be provided at the 30%, 90% and 100% construction document levels. Below is our proposed schedule, based on an assumed start date of October 1, 2022. A more detailed schedule is included in Attachment C. Initial Target Schedule 371 Centennial Parkway, Suite 210, Louisville, Colorado 80027 - Phone (503) 287-6825 - otak.com Page 1 of 2 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 34146 DocuSign Envelope ID: C6EF28F4-C848-4A41-135E0-8134531D4ADC1 Otak Mj3 We propose to bill this work on an hourly basis for the costs provided herein. Otak will not exceed the proposed project total or modify our scope without prior approval in writing from the City. Thank you for the opportunity to submit this proposal. We are pleased to partner with the City of Aspen to develop this long-awaited project. Please feel free to contact me anytime at (720) 758-7717 or scott.belonger@otak.com if you have questions or if you need additional information. I would be happy to discuss this in detail if needed. Sincerely, 5aw-/A4''y` Scott Belonger, P.E. Otak, Inc. Attachments Attachment A: Otak Scope of Work and Fee Attachment B: Phase 1 Conceptual Design Attachment C: Project Schedule Attachment D: CTL Proposal Attachment E: Clanton Proposal Page 2 of 2 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 35147 s r, r a gg g z _ _ p g 3ggr.$..E E 9 E Y 8 'E p E 8 E 3 E ' ' Y E o sso?s a9 aeRsao o ssaaoasesa m = q S r E o E e u t 9 J` 2 m` n m a v E i E a °—;' i pS3 u ' g c t •£3{ a Y x x x x a x 9 x ^ R.;IR x a x'xi Matt :s a'; x.c Y ; a'e pxsi: :4 7 I:5' G•'C'RilllilitlJii l6 l DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 36148 DocuSign Envelope ID: C6EF28F4-C848-4A41-B5ED-8B4531D4ADC1 EXHIBIT B PROFESSIONAL SERVICES AGREEMENT Fee Schedule Agreement Professional Services Page 12 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 37149 N m La t` Q F- +' C E ' Y N 7 W a0i R Y LL aCD U c00 Cm L c 1 N w w n q w w is F- U WU E pG t i 1 N R 41 1 1 N w µN µn q w ww N w 4 N µ 225 q J ri i i Id w ti n ri ti r w w w N ri w N w iti w z w N D N N N ill N N 5u R V 5 1 0 m r e m r u a a a a N H yy 1J. tl• @ s a aa E o Ec us 72 Y E EE @c$$ N mm B S1 E Cp LS ry. e o•a o p a a m z s 8, a gm" gora Bill 3 F e IV) Q maw rsg° €01 g9pv m m'- I€.°m o'3c K.ffyy 8bueA- y f.19m wE m U AV W O I Q 0 U g a m a a 13 4R4 4 DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 38150 N NU) mLa Fa a w N w w N w w w N w a N w a w ti U CRU d Nn N ai N M id N Id' w M N N N w IN N µy w .N a N m M d ti N ti N m u ena N N N m iN ti a al`la m Ya U wme@' 3 0 m 5 mdE m coo Oia U r L7 Q e9 iI.bj offmg=1 P E3 E rSi j E9 g' m p { co? 0 rp to'yo fp a •a i5° d Y°N O IeSF+ yy 3 p3 0 o p m£ f a:ILI qv G85 O co d E p 25 m 11 a a it DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 39151 y 3{ IEEE:! I 3g 3p( E : F Nb N NbN N N N N N N ei NNNM M I I w N N g N w w F V CQ C C.1 1 C 6 K b Nti N b y Nh.$ N N M F Yi N Id µ ni NNtiF'h i6'y b i V N y- r.- •i 16 M F N n Di F d m ry ti f i O 1 r N N s N 11 sc6 N m M 1, a pq a 9 ••1 210 to Q.rffi 2 S,E e p 6 c"co aw m i ° o x¢¢au'ca`a`mw a¢ S a: m U W x O I cn S N N n y^ N N S cc a m a r6 n n e m 9 i, q m[7 P.NN Wi if a aa4 A fC m m 01 " s qNqn q p q qqpqpq O N mI a d[JNNl4NQQNN'1 ri7"'! N n DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 40152 N Q I q q b N qN NN iq qiq NNwN y N q 1 w N N N N M w N w N q F U w M CR N 3i F .: n N f •ni' iS ti N w NNNnN a N N•N RN 8N N N p y N q M yN n qn Nn q N iq NN NN n q N a E Sa VV Om N U N j N i N '- 8 m i U U p m N 6 k N YYY N W C5.2 u O gym. p p p L- i N L rs—fig t. q Ey A4 LL Li lC li 1C lL Y Z Z Z nNI51KiKan Ti13 f i ri ri tln 4mUow DocuSign Envelope ID: 21802817-7CA3-4E8D-AE50-48D480B385F6 41153