Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
IGA; State of Colorado, CDOT; wetland mitigation
PROJECT # C R600-409(18753)CMS ROUTING # 12 HA6 37128 REGION 6 (PCO)SAP OIL # 331000473 r CONTRACT THIS CONTRACT made this 3f day of TAIQUAkY 20 by and between the State of Colorado for the use and benefit of the Colorado Department of Transportation, hereinafter referred to as the "State" and City of Boulder, 1777 Broadway, Boulder, Colorado,80306, CDOT Vendor 2000011, hereinafter referred to as the "Local Agency", the State and the Local Agency together shall be referred to as the "Parties." RECITALS 1. Authority exists in the law and funds have been budgeted, appropriated and otherwise made available and a sufficient uncommitted balance thereof remains available for payment of project and Local Agency costs in Fund Number 400, Function GL Acct 4231200010, WBS Element or Cost Center Contract Encumbrance Amount: $0.00). 2. Required approval, clearance and coordination have been accomplished from and with appropriate agencies. 3.The Colorado Department of Transportation (CDOT) and the Regional Transportation District R'I'D) jointly prepared an Environmental Impact Statement (EIS) under the direction of the Federal Highway and Federal Transit Administrations (FHWA and FTA) for the US 36 Corridor project. A Record of Decision (ROD) was signed by FHWA and FTA on December 22, 2009. 4 The City of Boulder is the owner of real property located in Boulder County (Parcels 146322300006, 146322300015, and 146322300003) and collectively referred to as the "Colorado Open Lands site" as shown on Exhibit A. A City of Boulder sanitary sewer line crosses Parcels 146322300015 and 146322300003. 5 CDOT will construct wetland mitigation on portions of the Colorado Open Lands site (Exhibit A). The wetland mitigation that will be constructed on the Colorado Open Lands site is to mitigate for impacts to wetlands by the US 36 Corridor project Preferred Alternative, as identified in the US 36 Corridor project Final EIS/ROD. 6.The City of Boulder owns a utility easement on the Colorado Open Lands Site. 7.Through on-going coordination with CDOT, City of Boulder, and the US Army Corps of Engineers (USACE), the Colorado Open Lands site was identified as the preferred location for the wetland mitigation. THE PAR'T'IES NOW AGREE THAT: Section 1. Scope of Work CDOT will construct wetland mitigation on portions of the Colorado Open Lands site. The wetland mitigation that will be constructed on the Colorado Open Lands site is to mitigate for impacts to wetlands by the US 36 Corridor project Preferred Alternative, as identified in the US 36 Corridor project Final EIS/ROD, in the City of Boulder, Colorado, as more specifically described in the Scope of Work and Exhibits AB, and C attached. Section 2. Order of Precedence In the event of conflicts or inconsistencies between this contract and its exhibits, such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: 1,This contract 2.Scope of Work) Exbibits A, B and C 3.Other Exhibits in descending order of their attachment. Section 3. Term This contract shall be effective upon approval of the State Controller or designee, or on the date made, whichever is later. The term of this contract shall continue through the completion and final acceptance of the Project by the State, FHWA and the Local Agency. Section 4. Project Funding Provisions A. The Colorado Department of Transportation has estimated the total cost of the work and is prepared to provide the funding for the work. The City of Boulder is not expected to contribute to this cost, except for those items outlined as follows : 1.The City of Boulder will permit CDOT to construct wetland mitigation on the Colorado Open Lands site and to fulfill the requirement of monitoring and Assessment of the site as required under the US. 36 Corridor project Section 404 Individual Permit. 2.The City of Boulder will, at its own expense, provide for the design, permitting, and construction of the crossing of South Boulder Creek and the multi -use trail along the south side of the site, east of South Boulder Creek. If timing and funding allows, The design and construction of the multi-use trail may be incorporated or accommodated by this project. for the portions of the path running parallel to the street. If timing and funding allows, the design and construction of the multi-use trail may be incorporated or accommodated by this Project (per Section 4-A-2 of this document). B.Construction 1.If the work includes construction, the responsible parry shall perform the construction in accordance with the approved design plans and/or administer the construction all in accord with the Local Agency Contract Administration Checklist. Such administration shall include project inspection and testing; approving sources of materials; performing required plant and shop inspections; documentation of contract payments, testing and inspection activities; preparing and approving pay estimates; preparing, approving and securing the funding for contract modification orders and minor contract revisions; processing contractor claims; construction supervision; and meeting the Quality Control requirements of the FHWA/CDOT Stewardship Agreement, as described in the Local Agency Contract Administration Checklist. 2.If the. State is the responsible party: a.it shall appoint a qualified professional engineer, licensed in the State of Colorado, as the State Agency Project Engineer (SAPS), to perform that administration. The SAPE shall administer the project in accordance with this contract, the requirements of the cotistruction contract and applicable State procedures. b.if bids are to be let for the construction of the project, the State shall, advertise the call forbids and will award the construction contract(s) to the low responsive, responsible bidder(s). 1) in advertising and awarding the bid for the construction of a federal- aid project, the State shall comply with applicable requirements of23 USC § 112 and 23 CFR Parts 633 and 635 and C.R.S. § 24-92-101 et seq. Those requirements include, without limitation, that the State/contractor shall incorporate Form 1273 in its entirety verbatim into any subcontract(s) for those services as terms and conditions therefore, as required by 23 CFR 633.102(e). C.If all or part of the construction work is to be accomplished by CDOT personnel (i.e. by force account), rather than by a competitive bidding process, CDOT will ensure that all such force account work is accomplished in accordance with the pertinent State specifications and requirements with 23 CFR 635, Subpart B, Force Account Construction. Permit requirements) and the City of Boulder (through the City of Boulder Stream, Wetland and Water Body Protection Program Ordinance anal the City of Boulder OSMP Wetland Mitigation Policy requirements) 4etermines the mitigation areas have met success criteria and goals and terminates monitoring. Only areas failing to meet success standards will require additional work and remediation measures. This process will continue until the standards for year five (5) are met, or until the USACE determines that the mitigation requirements have been fulfilled. c) CDOT will implement any corrective actions determined to be necessary during the USACE through the Section 404 Permit requirements) and the City of Boulder (through the City of Boulder Stream, Wetland and Water Body Protection Program Ordinance and the City of Boulder OSMP Wetland Mitigation Policy requirements) established monitoring period to achieve the success criteria and the associated mitigation credits identified in the US 36 Corridor project Section 404 Individual Permit. In the event of damages to the wetland mitigation site caused by a natural catastrophe such as a major flood, prolonged drought, disease, or regional pest infestation, CDOT, USACE, and the City of Boulder will confer in a timely manner to determine what action, if any, should be taken. Section 8. Record Keeping CDOT shall maintain a complete file of all records, documents, communications, and other written materials, which pertain to the costs incurred under this contract. The State shall maintain such records for a period of three (3) years after the date of termination of this contract or final payment hereunder, whichever is later, or for such further period as may be necessary to resolve any matters which may be pending. The State shall make such materials available for inspection at all reasonable times and shall permit duly authorized agents and employees of the Local Agency and FHWA to inspect the project and to inspect, review and audit the project records. Section 9. Termination Provisions This contract may be terminated as follows: A. Termination for Convenience. The State may terminate this contract at any time the State determines that the purposes of the distribution of moneys under the contract would no longer be served by completion of the project. The State shall effect such termination by giving written notice of termination to the Local Agency and specifying the effective date thereof, at least twenty (20) days before the effective date of such termination. B. Termination for Cause. If, through any cause, the Local Agency shall fail to fulfill, in a timely and proper manner, its obligations under this contract, or if the Local Agency shall violate any of the covenants, agreements, or stipulations of this contract, the State shall thereupon have the right to terminate this contract for cause by giving written notice to the Local Agency of its intent to terminate and at least ten (10) days opportunity to cure the default or show cause why termination is otherwise not appropriate. In the event of termination, all finished or unfinished documents, data, studies, surveys; drawings, maps, models, photographs and reports or other material prepared by the Local Agency under this contract shall, at the option ofthe State, become its property, and the Local departments, institutions, agencies, boards, officials and employees is controlled and limited by the provisions of § 2440-101, et seq., C.R.S., as now or hereafter amended and the risk management statutes, 24-30-1501, et seq., C.R.S., as now or hereafter amended. Section 13. Severability To the extent that this contract may be executed and performance of the obligations of the parties may be accomplished within the intent of the contract, the terms of this contract are severable, and should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. Section 14. Waiver The waiver of any breach of a term, provision, or requirement of this contract shall not be construed or deemed as a waiver of any subsequent breach of such term, provision, or requirement, or of any other term, provision or requirement. Section 15. Entire Understanding This contract is intended as the complete integration of all understandings between the parties. No prior or contemporaneous addition, deletion, or other amendment hereto shall have any farce or effect whatsoever, unless embodied herein by writing. No subsequent novation, renewal, addition, deletion, or other amendment hereto shall have any force or effect unless embodied in a writing executed and approved pursuant to the State Fiscal Rules. Section 16. Survival of Contract Terms Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions of this contract and the exhibits and attachments hereto which may require continued performance, compliance or effect beyond the termination date of the contract shall survive such termination date and shall be enforceable by the State as provided herein in the event of such failure to perform or comply by the Local Agency. Section 17. Modification and Amendment This contract is subject to such modifications as may be required by changes in federal or State law, or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this contract on the effective date of such change as if fully set forth herein. Except as provided above, no modification ofthis contract shall be effective unless agreed to in writing by both parties in an amendment to this-contract that is properly executed and approved in accordance with applicable law. SCOPE OF WORK d) The City of Boulder will, at its own expense, provide for the design, permitting, and construction of the crossing of South Boulder Creek and the multi-use trail along the south side of the site, east of South Boulder Creek. If timing and funding allows, the design and construction of the mutt-use trail may be Incorporated or accommodated by this Project. C.Colorado Department of Transportation Responsibilities a) MOT will obtain the proper clearance or approval from any utility and irrigation ditch company that may be involved in this Project. b) COOT will design and construct the relocated sections of the existing multi-use trail that currently existing on the north side of Pearl Parkway/Valmont Road between Boulder Creek and South Boulder Creek (southwest portion of the mitigation site) (Exhibit B). The relocated multi-use trail sections will be constructed in a manner consistent with the existing multi-use. trail and will generally provide a minimum 30-foot separation from the northern edge of the existing Pearl Parkway/Valmont Road edge of pavement for the portions of the path running parallel to the street. c) CDOT will perform all work in accordance with the requirements of the current federal, state, and local environmental regulations, as applicable, including the National Environmental Policy Act of 1969 (NEPA). d) COOT will obtain all permits, including right-of-entry that may be required for this Project, including those from the City of Boulder and Boulder County. e) COOT will coordinate with the Colorado Division of Water Resources (CDWR) and the City of Boulder on the potential for the project to create a new consumptive use of water in the Boulder Creek/South Boulder Creek basins resulting from the development of wetlands for this project. COOT will develop a written report quantifying the consumptive use associated with the development of the wetlands for this project, and a practicable and applicable augmentation plan In coordination with and that is acceptable to the CDWR and the City of Boulder. If it is determined through this coordination that the Project is required to replace water, COOT, CDWR, and the City of Boulder will reach an agreement to replace that water. If necessary, CDOT will be responsible for pursuing the acquisition of any water rights that are necessary, and will be responsible for obtaining any approvals for an augmentation plan through the established legal process. The City will be allowed to participate in any Water Court d) The City of Boulder will review, provide comments and approve the construction plans and specifications within ten (10) business days of submittal to the City of Boulder, unless an agreement between CDOT and the City of Boulder is reached on an alternate schedule at that time. e) The City of Boulder has a long-range vision for design and construction of a multi-use trail connection from the existing South Boulder and Boulder Creek multi-use trails to 61st Street (Exhibit B). The multi-use trail connection will generally provide a minimum 30-foot separation from the northern edge of the existing Pearl Parkway/Valmont Road edge of pavement for the portions of the path running parallel to the street. If timing and funding allows, the design and construction of the multi-use trail may be incorporated or accommodated by this Project (per item 3-A-(d) of this document). E.Construction a) CDOT will perform and administer the construction in accordance with the approved Project Construction Plans. Such administration will include Project inspection and testing; approving sources of materials; documentation of contract payments; preparing and approving pay estimates; preparing, approving, and securing the funding for contract modification orders and minor contract revisions; processing contractor claims; construction supervision; and meeting the Quality Control requirements of the FHWA/CDOT Stewardship agreement. b) CDOT will notify the City of Boulder of any change to the Project Construction Plans or specifications during construction and will obtain City of Boulder approval within ten (10) business days, unless an agreement between CDOT and the City of Boulder is reached on an alternate schedule at that time. c)CDOT and the City of Boulder will reach an agreement on which MS4 permit will be followed and the applicable best management practices (BMPs) for use during construction. d) CDOT will be responsible for the management, cleanup and/or disposal of hazardous materials within the surface and sub-surface limits of disturbance of this project, as identified on Exhibit B and the Project Construction Plans. Any hazardous materials management, cleanup and/or disposal required beyond the direct surface and sub-surface limits of disturbance of the project will be the responsibility of the pro perty owner, the City of Boulder. EXHIBIT A EXHIBIT B 10 WOE i l0 U N a 8 s a A tt v4oc x O m o y .p I.I p N nmi6 ~ t0 R m a Z Z cp J f{U OO~ c cltl c co oci 3 m A X t a,z 0 (D U m m U Z Z /N N o E m a~ o,m m y z wU Q Q 0 r z zw w m y a v N v o° m Z z z z w a u. o qLuL)i C~ C~x Ecc _ 73 O z0 UQ Q QQ w Q C)T i aO0 y 4 6- C6 U" z 7 u Q 9 Q Q W rv J 3 4-'f!w J- n I a J 3: n 7 F u ~8iTr`tiJ.~l C r- -Lis- t c 1,~ 4 \a r t l U L I - j Afi t+ 1l o rte. aaK , r C to r L? co J O C•:. 'SJ L vw11:,:11_ z C t A 1 f ir {tyCt^~.+1I` d W G O~l=. 1I/<1 Ir" ~"'ts r J Y 8 n E Yi -7•tiS ~ O 1Zr(xT flit Y 1 U II k~ B+rItt'~+Lk r '•+1r+ l ~ l41~~ wofff##` e4t'1 r4i 'fit .4`~tiK:y p!' ya. h1'11100006 E ~ L ~ 1~2 I t h1~~1y~t~`+o FtF,tt t1 ~ ~f s Ir.r..F.F1•f- 1 ~I` 7-~; r D r wI~F ^Q to F g U O a opro f~~ lNl+u ypp+o 100+0 U V CWC-D Z S E ~ °z ~ Y o ~ • Ga.rr «eu.x+A a ye .WsLero~t+usr/nti .a., exnnsnu»a +alrva •.L ;.~i;w..t~ Jb>Kr Rs.•J, a U S m Z W Z Q J a la~~Z Z Z, V to ~ a 0 v n LL.0 YE z 9 C9 C7 L7 X 3 a g y~U z d a Q Op u~li dz gg by tl B 8 nc Crpy: o 0 o I- g J ~ I ro c W U 51.Q 5 J-~. 11~ 1 I I w! lel ~ d~S~X17 yQ S Q O n O 1... O st w d oaw9L y a o i m z a a I~I O v a JnEy r y V h e U tt tl n s y v erA~3 W. M 0flM Q O I..L L7 Y 1j,t,. 8 IJ_ZOJ C) O YltiW J t y~ ,w o IQ^000LLI uj cuel/J/1'~/y t5 0 C) Q O O a` 14xj >Qj9_ N O F I y F CO d C53! Z W J e z t~ O F- a a i LLJ U fn g R 8 8 R N 40 p e a e v u' z i v a ~ x 5 isC1MY smnuN [ no mwvmu NoC"mmolaw-4 muvmNOWA&*Y Im FMK u L k c F s F 888sSS88ooS888888800 m e 6 z~ 1 m KF'as Lw a 3l'°~w$a~~ii w IJ±O1YYe"'' ~ 1155 i ~r y F. Asa OZ cn y~-{$~'~b' a`~'ppSS9gm ~qry t~^E7 yTy, {~[q~i w 4' vj O ZL.'•2~Ft~'S ~ 41~~F~Fn C1NN~T~~~~<CI~7U 6 4 ulap 8 g I a i _~ii4s ggtt yyll s~o~ V Vbf~~~~lh iYG~ n F~°n ~n°n°" ?<52C~FF&~n~n~$N C r z~NM*- w=air d;c of a g ka g~ g ag s 1 Raw j° Lk~i`~pyIyyI44~, F T'< ga ~,~a ~b• s qul Snd"Iu Kai gbh ie,_ s O0V ff ~ZBQ IN NN`' j]o a FPs ajl H q~OuCryCvl OaK ti4L7 rl~pLf F o~ 1y9i qj H U f K c IWy s c g~ Q a P t;I%ia I iWll H dSS4 11" x S U 0 KXX J 10:21ii 103 5~~~~rF4~.0000 t I- ggg Y W NL i F~-~.UViO Y m m ° ~e3" 'd~~ ~2 0 69.Oki a z 619 il, , Is 5 1 Z IyJ R xis. v 9g q yr , ,Qq `rxLia#~r.f P Z O1f[OgSFi"O ]V~[gpF Wa ° F-.yl3~~]c3N`~ Pill9.1WP 6pag ce4a P;g ~R aio,m2 ~ ~ t!8 10 < 1<~ . U Y cullomlT/~ iurow av l4nc wanwn vma/:K+uc ~va to a Wnu/us+vWz r o r t r r r Jr I W M, rj I r D r C ry. r I r I'I r 1 I1 1'~t c 1 n g ~ ~ is ZID C Y 3 3 1 c r r mrQz$ 1 d 1 I S~ ~~ALl g V O E C3 LC S 1 cgc19I 1 1 r 11m ~I ob Jw a9r}f ~l}i3L~1D0'fr 1` q: U y 0 ffJr, f~rr I I r~' r r r 1 0 sS Yr;z- c o u o i 10 UU3 ON JJ 1r y r•I. J J r I r 1 t 1 1 1 a r'` t r r rr r r t{ r J J J~ t!it t`J r+ J l i t r I 1 rr I 4 Ia ~ ,n O cm a m C 77 11: Soo` o ts~fqxU~ QQ.4 r4. 1 } C4 N Aa S Cu, O r r r. rr r r r r Pi r r O r r r b©r r r r o r r r r r r r r r r I I r r r i r I r• r r p I 1 r r r I r Ua ~O I I t 0^Ng ^ v7r y~iU ~9C_ 1 StuF r I 1 r^ 1 3 S~r 1 m 1 r lI rrtr c c ~ r 1 d Q o K' r R g P O V Or1SCP II O T.. II m rf r t s ga3 b~ ~3 Cl) r I d I I M r I I 1 CIA LOCAL AGENCY CONTRACT ADMINISTRATION CHECKLIST The following checklist has been developed to ensure that all required aspects of a project approved for Federal funding have been addressed and a responsible party assigned for each task. After a project has been approved for Federal funding in the Statewide Transportation improvement Program, the Colorado Department of Transportation (CDOT) Project Manager, Local Agency project manager, and CDOT Resident Engineer prepare the checklist. It becomes a part of the contractual agreement between the Local Agency and CDOT. The CDOT Agreements Unit will not process a Local Agency agreement without this completed checklist. It will be reviewed at the Final Office Review meeting to ensure that all parties remain in agreement as to who is responsible for performing individual tasks. RESPONSIBLE NO. DESCRIPTION OF TASK PARTY LA CDOT PROJECT DEVELOPMENT CIVIL RIGHTS AND LABOR COMPLIANCE 6.1 Set Underutilized Disadvantaged Business Enterprise (UBDE) Goals for Consultant and X Construction Contracts CDOT Region EEO/CMI Ri hts Specialist) 6.2 Determine Applicability of Davis-Bacon Act X This project 0 Is is not exempt from Davis-Bacon requirements as determined by the functional classtflcati in of the project location (Projects located on local roads and rural minor collectors may he exempt.) CDOT Resident Engineer (Signature on File Date 6.3 Set On-the-,lob Training Goals. Goal Is zero if total construction is less than $1 million (CDOT X Region EEO/CMI RI tb S list) 6.4 Tftle VI Assurances X Ensure the correct Federal Wage Decision, all required Disadvantaged Business Enterprise/On-the-Job Training special provisions and FHWA Form 1273 are included In the Contract (CDOT Resident Engineer)X F DVERTISE, BID AND AWARD 1 Obtain Aperoval for Advertisement Period of Less Than Three Weeks x 7.2 Advertise for [aids x 7.3 Distribute "Advertisement Set" of Plans and Specifications X T.4 Review Worksite and Plan Details with Prospective Bidders While Project Is Under x Advertisement 7.5 Open Bids x 7.6 _ Process Bids for Compliance Check CDOT Form 715 - Certificate of Proposed Underutilized DBE Participation when the low 61dd*r awft LMME goals X Elw~ C= Foam 718 - Underutilized DBE Good Faith Effort Documentation and do(wrribts If ft Qwiwctor has made a good faith effort when the low bidder does not meet X DBE goals Submit required documentation for COOT award concurrence x 7.7 Concurrence from CDOT to Award X 7.8 Approve Rejection of Low Bidder X 7.9 Award Contract x 7.10 Provide 'Award' and "Record" Sets of Plans and Specifications x CONSTRUCTION MANAGEMENT 8.1 Issue Notice to Proceed to the Contractor x 8.2 Project Safety X 8.3 Conduct Conferences: Pre-Construction Conference endix B x Pretisurvey Construction staking x Monumentation X Partnering (o tlonet x Structural Concrete Pre-Pour iftenda Is in CDOT Consbudion Manua X Concrete Pavement Pre-Paving (Agenda is in CDOT ConshvgUan Manual X HMA Pre-Paving nda is in CDOT Construction Manual x 8.4 Develop and distribute Public Notice of Planned Construction to media and local residents x 8.5 Supervise Construction A Professional Engineer (PE) registered in Colorado. who will be 'in responsible charge of construction supervision.' Local Agency Professlonal Engineer or Phone number X CDOT Resident En ineer Previous editions are obsolete and may not be uses CONSTRUCTION CIVIL RIGHTS AND LABOR COMPLIANCE 10.1 Fulfiff Project Bulletin Board and Pre-Construction Packet Requirements x 10.2 Process CDOT Form 205 - Sublet Permit Application Review and sign completed CDOT Form 205 for each subcontractor, and submit to x EEO/Civil Rights Specialist 10.3 Conduct Equal Employment Opportunity and Labor Compliance Verification Employee x Interviews. Complete CDOT Form 280 10.4 Monitor Disadvantaged Business Enterprise Participation to Ensure Compliance with the x Commerclall Useful Function' Requirements 10.5 Conduct Interviews When Project Utilizes On-th"ob Tralnees. Complete CDOT Form 200 -X OJTTraining Questionnaire 10.6 Check Certified Payrolls Contact the Region EEO/Civil Rights S ecfalists for training requirements.)x 10.7 Submit FHWA Form 1391 - Highway Construction Contractor's Annual EEO Report x FINALS 11.1 Conduct Final Project Inspection. Complete and submit CDOT Form 1212 - Final x Acceptance Report (Resident Engineer with mandatory Local Agency participation-) 11.2 Write Final Project Acceptance Letter x 11.3 Advertise for Final Settlement x 11.4 Prepare and Distribute Final As-Constructed Plans x 11.5 Prepare EEO Certification x 11.6 Check Final Quantities, Plans, and Pay Estimate; Check Project Documentation; and submit x Final Certifications 11.7 Check Material Documentation and Accept Final Material Certification See Cha ter 9 x 11.8 Obtain CDOT Form 17 from the Contractor and Submit to the Resident En ineer x 11.9 Obtain FHWA Form 47 - Statement of Materials and Labor Used from the Contractor x 11.10 Complete and Submit CDOT Form 1212 - Final Acceptance Report (by CDOT)x 11.11 Process Final Pavment x 11.12 Complete and Submit CDOT Form 950 - Prefect Closure x 11.13 Retain Project Records for Six Years from Date of Project Closure x 11.14 Retain Final Version of Local Agency Contract Administration Checklist x cc: CDOT Resident Engineer/Project Manager CDOT Region Program Engineer CDOT Region EEO/Civil Rights Specialist CDOT Region Materials Engineer CDOT Contracts and Market Analysis Branch Local Agency Project Manager Previous editions are obsolete and may not be used STATE OF COLORADO DEPARTMENT OF TRANSPORTATION Center for Procurement and Contract Services C? T 4201 East Arkansas Avenue, 0 Floor Denver, Colorado 80222 Telephone: (303) 757-9399 Facsimile: (303) 757-9868 February 1, 2012 Mr. Doti Damico City of Boulder 66 South Cherryvale Road Boulder, Colorado 80303 RE: City of Boulder - US 36 Wetland Mitigation - 18753 Dear Mr. hamico: Enclosed please fmd a fully executed copy of the above referenced contract. Sincerely t'a I- L- Lj ivcat C ntracting Officer oiorado Department of Transportation 42U 1 h. Arkansas Avenue Denver, CO 80222 Phone: (303) 757-9399 e-mail: Patricia.O'Neal@dot.state.co.us Contract Tracking > Thank You Page 1 of 1 OFFICE OF THE ATTORNEY LIE'' u6MI STANDARD Contract Routing Cover Sheet TO: Please print and attach to your document You can view the status of your contract using the Contract Tracking Status Page. Routing Number 20111206-6951 Originating Dept Planning Contact Person Juliet Bonnell Phone Number 303-441-1881 Project Manager / Contract Bev Johnson E-mail johnsonb@bouldercolorado.gov Administrator Counter Parties State of Colorado Contract Title / Type Intergovernmental Agreement for wetland mitigation Number Description Contract with CDOT to allow use of OSMP property for US 36 wetland mitigation. Special Instructions This contract has already been signed by the City Manager and Assistant City Attorney, Erin Poe, but an additional original signed copy is needed as soon as possible. Amount 0.00 Expense Type INCOMING Dept. Head Signature NOTE; Originating Department: Identify with a check mark all areas document needs to be routed. Purchasing-l_'C't+ e c c%"~L~Ck Budget Sales Tax CAD City Manager Central Records Contract Tracking Home I Signature Routing Form I Track Contract Status I Update Contract Status http://i n traweb. ci.boul der.co.us/ContractTracking/servlet/Controller 12/6/2011