HomeMy WebLinkAbout820940.tiff m
-(111
m®RAnDUi
01BeTo Drew Scheltinga DateSeptember 20, 1982
COLORADO From Clerk to the Board's Office
subject Speed bumps in Spanish Colony
In the Board meeting of September 20, 1982, the Board referred
this matter to your department. A copy of the petition requesting
the speed bumps is attached for your information.
Please look into this matter and make your recommendation tp the
Board as soon as possible for their consideration. When we receive
your recommendation we will place this matter on the agenda.
Thank you,
alranie
RESOLUTION
RE: APPROVAL OF AMENDED AGREEMENT FOR ROAD MAINTENANCE BETWEEN
WELD COUNTY AND CITY OF FT. LUPTON AND AUTHORIZATION FOR
CHAIRMAN TO SIGN
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, on June 1, 1981, an agreement between Weld County
and the City of Ft. Lupton for road maintenance for various pub-
lic roads which traverse municipal and County boundary lines, and
WHEREAS, an amended agreement has been presented to the Board
for their approval, and
WHEREAS, said amendments are the reversal of the responsi-
bilities as they were written in the previous agreement, and
WHEREAS, the terms shall be as stated in the amended agree-
ment, a copy of which is attached hereto and incorporated herein
by reference, and
WHEREAS, after study and review, the Board deems it advisable
to approve said amended agreement.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the amended agreement
for road maintenance between Weld County and City of Ft. Lupton
be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chairman be,
and hereby is, authorized to sign said amended agreement.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 11th day of
April, A.D. , 1983.
�n , ,j -, , w - BOARD OF COUNTY COMMISSIONERS
ATTEST: `^- ' w. A , `-- WELD COUNTY, COLORADO
Weld County Clerk and Recorder EXCUSED
a • 'erk to the :oar• Chuck Carlson, Chairman
BY: 9✓wu/ / , M1 7 2S ,�i
eputy Co erk . Martin, Pro-Tem
APPRO D AS TO FORM:
Gene R. Bran ner
County Attorney Norman Carlson
J cqu-% ine son
AL i AD _ 4i r DAY FILE: April 18, 1983
G-Q.: a-.. .4 - ms
. s 't l-L cr-." c-
_
CITY/COUNTY ROAD MAINTENANCE AGREEMENT
WHEREAS, there are many roads throughout the County of Weld that
traverse County and municipal boundary lines, and
WHEREAS, for those roads within the jurisdiction of the County,
the County of Weld is responsible for maintenance thereof, and
WHEREAS, for roads within the jurisdiction boundaries of the
municipalities in the County, those municipalities are responsible for the
maintenance thereof, and
WHEREAS, it is the desire of both parties to this Agreement to
provide for a more efficient method of maintaining those roads that traverse
municipal and County boundary lines, and
WHEREAS, Section 29-1-201, et seq., CRS 1973, as amended, provides
that governments may contract with one another for any function, service or
facility lawfully authorized to each of the contracting units.
NOW, THEREFORE, the City/Town of Fort Lupton ,
hereinafter called the "City" and County of Weld, hereinafter called "County"
agree as follows:
I
RECITALS
1. Term
•
The term of this Agreement shall run from April c, 1QR1
, and shall run from year to year unless sooner
terminated by thirty (30) days prior written notice from one
party to the other party.
2. Maintenance
The "maintenance" performed under this contract shall consist of
snow removal , pavement maintenance, culvert maintenance, cindering,
grading of gravel roads and minor bridge repairs. Major repair
items shall not be included within this Agreement, but each party
shall be responsibile for major repair on roads within its own
jurisdiction. For the purposes of this Agreement, major repair
shall include items such as replacement of a bridge, or the replace-
ment or overlay of pavement. Any single item estimated to cost in
L.;..mmmiminimimmmainmmmmmexcess of $500.00 will be considered, per se, a major repair item.
•
3. Cost Sharing
Where a bridge or other major repair item is located in both
jurisdictions of the City and the County, the cost of repair
shall be shared in proportion to the portion of the item in each
party's respective jurisdiction.
4. Maintenance Responsibilities of the City
The City shall be responsibile for maintenance of the following
segments of roads:
Weld County Road 141/2 (aka 14th Street) - Fort Lupton will be
responsibile for all routine maintenance and repair from the
Business Route of U. S. Highway 85 eastward to Weld County
Road 29.
5. County Maintenance Responsibilities
Weld County Road 14 (aka 9th Street) - Weld County will be
responsible for routine maintenance and repair from Chestnut
Street eastward to Weld County Road 31.
Weld County Road 291 - Weld County will be responsible for
routine maintenance and repair from 9th Street south to
Highway 52.
IN WITNESS WHEREOF, the County and the City have caused their respective
names and seals to be hereto affixed the day and year first above written.
:.R BOARD OF WELD COUNTY COMMISSIONERS
ATTEST: '� ' "' WELD COUNTY, COLORADO
Weld County Clerk and Recorder
and Clerk to the Board By:
Ch irman
By: C �
eputy County C erk
CITY/I WNXN FORT LUPTON
By.
Mayor
c
s II
`�+ 4F FORT °ro ettp of fortUpton
ton COUNTY OF WELD
18 �`. ' e x 130 S.PTON.McKINLEY AVENUE FORT LUPTON(303)857-6667
t�_ A P.O.BOX 158 DENVER METRO(303)893-5404
FT.LUPTON.CO 80621 GREELEY METRO(303)356-9225
Cotnfl4
March 30, 1983
Mr. Drew Scheltinga
Department of Engineering
PO Box 758
Greeley, Co 80631
Dear Mr. Scheltinga:
On March 23, Mr. Bud Schnall, Mr. Dave Becker and Mr.
Jim Jackson of your department met with me and Bob Crumb,
Public Works Director, in regards to the maintenance of
W. C. Road 141 and 9th Street. Due to the fact that a sewer
line was installed in W. C. Road 141 and the manholes were
set too high, the county has not been maintaining this road
as was agreed upon in the Agreement beginning June 1, 1981.
As a result, the persons mentioned above, have agreed to
reversing responsibilities as they are written in the agree-
ment.
Please amend our agreement to indicate that the City of
Fort Lupton will be responsible for routine .maintenance and
repair of W. C. Road 141 (aka--34tfi-R+reet) from the Business
Route of U. S. Highway 85 eastward to W. C. Road 29.. Weld
County will be responsible for all routine maintenance and
repair of W. C. Road 14 (aka 9th Street) from Chestnut St.
eastward to W. C. Road 31 and for W. C. Road 291/2 from 9th St.
South to Highway 52.
• If this agreeable with you, please arrange to have our
current agreement amended or a new one written, whichever
you think is best.
If you have any questions, please contact me.
Sincerely,
Rose M. Bowles
City Administrator •
RMB/bs
RESOLUTION
RE: APPROVE STREET GRADING AGREEMENT BETWEEN THE TOWN OF MEAD
AND WELD COUNTY, COLORADO AND AUTHORIZATION FOR CHAIRMAN
TO SIGN SAME
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, the Town of Mead wishes to enter into a contract
with Weld County for the performance of street grading, and
WHEREAS, an agreement, attached hereto and incorporated here-
in by reference, has been presented to the Board of County Com-
missioners of Weld County, Colorado, and
WHEREAS, the Board has studied said agreement and deems it
advisable and in the best interests of the citizens of Weld County
to approve said agreement.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the agreement between
the Town of Mead- and Weld County, Colorado for the performance
of street grading be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chairman be,
and hereby is, authorized to sign said agreement.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 25th day of
May, A.D. , 1983.
BOARD OF COUNTY COMMISSIONERS
ATTEST: rf�:, , ;�" '1 �^ WELD.C , CO
Weld County Clerk and Recorder
and Clerk to the Boar C uck Carlson, Chairman istitaj Y puty County Cle k Martin, Pro-Tem
APPROVE AS TO FORM: (T-
-en, ,, __
Gene R. Brantner
County Att rney Norman Carlson
J cque ne Jo n
DAY FILE: JUNE 1, 1983
• RIB - Cty Roads 502
OF WELD, STATE OF COLORADO
Sx±t w GRADING AGREEMENT THIS AGREEMENT, made and entered into this IC/ day of I/0 04,797 by and between
1 1 c P 1'YFA.e , hereinafter referred to as the "'town", and the
County of Weld, hereinafter referred to as the "County":
WHEREAS, The Ttiwn is desirous of entering into a contract with the County for the per-
formance of street grading,
WHEREAS, The County is agreeable to rendering such services on the terns and conditions
hereinafter set forth,
WHEREAS, such contracts are authorized and provided for by the provisions of 29-1-203..
Colorado Revised Statutes as amended, 1973, and so provided for by the Weld County Hone
Rule Charter, Section 2-3,
NOW, THEREFORE, pursuant to the terms of the aforesaid statute and Weld County Home Rule
Charter, it is agie d as follows:
1. That the County, by way of the Road and Bridge Department, agrees
to provide street grading services upon written request of the
Town.
2. That the County shall furnish and supply all labor, supervision
and equipment to grade streets.
3. The Town shall submit in writing to the County a request and
date for completion. Such work order shall be approved by both
the Town and County. The Town understands that County projects
will be given priority and that grading will be scheduled so as
not to interfere with County work.
4. The Town agrees to pay the County for the services rendered
under this'agreenent at the cost insured by the County. The
TOwn understands that this cost will vary in accordance with the
salary of the personnel completing task and the equipment-used,
but the average cost will be approximately $35.00 per hour as of
the date of this agLetncnt.
5. The County understands that they will not necessarily be the
exclusive contractor for this type of service and that the
Town nay employ whomever they determine to be nest adequate to
perform such services.
6. The Town shall indemnify the County, its officers and employees
against liability for injury or damage caused by any negligent
act or emission of any of its employees or agents in the performance
of this agreement, and shall hold the County harmless from any loss
occasioned as a result of the performnOe of this agreement.
7. This agreement shall run from year to year unless terminated by
either the Town or the County, providing the party seeking to termi-
nate this agreement gives the other party ten (10) days written
notice.
IN WITNESS WHEREOF, the municipality, by resolution duly adopted ;wits governing body,
caused this Agreement to be signed by its mayor and attested by its Clerk, and the County
of Weld, by the County Board of Commissioners has caused these presents to be subscribed
by the Chairperson of said board and the mad of said Board to be affixed thereto and
attested by the Clerk of said Board, all on the day and year first above writtcu.
BOARD OF COUNTY C ONESSIONERS
01 OD, zi WELD COUNTY, COLORADO
ATTEST: Chairmen / �! ��i,,,,j(,����
�Q ATTEST: (/iwt T���w'""` .�/"
OF THE B O TRt7 WEED COUNTY CLERK AND RECORDER
AND CLERK TO THE BOARD
Deputy Couy Clerk
_loam of ea
P_O. Box 217
Mead,Colorado 80542
H Y) is , 1973,
ltd E&AciULkRh
LLisScl eou it
`Cw-*h sf t
C5tk. C .• a7-
e � eLQa LiLukol mte tEd
,z-bouue p`` ` '`oi aunt_.
wXt
C\o-E{ 4ieatit - , - � 4
w,-Eh(LA 1 rwc€ tx L � � Qs f5
bwL e� (� �3 - 44 rin qty C
I aSf eau
40 `fi e da�k 4 G th.
4 h0.( d
Y (lop& ttcx,A-
RESOLUTION
RE: APPROVAL OF MEMORANDUM OF AGREEMENT BETWEEN WELD COUNTY
AND ADAMS COUNTY AND AUTHORIZATION .FOR CHAIRMAN TO SIGN
THE SAME
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County
Home Rule Charter, is vested with the authority of administering
the affairs of Weld County, Colorado, and
WHEREAS, Weld County and Adams County have previously estab-
lished various public roads lying between and within boundaries
of said parties, and
WHEREAS, an agreement between Weld County and Adams County
has been prepared abrogating all arrangements, understandings
and agreements, if any, for the maintenance of said roads which
I.
previously may have been entered into, and which sets forth the
future maintenance of said roads, and
WHEREAS, the Board of County Commissioners has studied
said agreement and deems it advisable to approve the same and
further to authorize the Chairman of the Board to sign said
agreement attached hereto and incorporated herein.
NOW, THEREFORE, BE IT RESOLVED by the Board of County
Commissioners of Weld County, Colorado that the memorandum of
•
agreement between Weld County and Adams County be, and hereby
is, approved.
BE IT FURTHER RESOLVED by the Board of County Commissioners
that the Chairman of the Board, be and hereby is, authorized
to sign said agreement.
The above and foregoing Resolution was, on motion duly
made and seconded, adopted by the following vote on the 25th
day of May, A.D. , 1983.
am TQ ?1.r J BOARD OF COUNTY COMMISSIONERS
ATTEST: C WEL OUNTY, CO
Weld County C3erk and Recorder
and erk to the B rd Chuck Carlson, Chairman
4 BY: si 'T, 72,l144s/
eputy Count kerk Jt' P
s APPROVER AS TO FROM:
Gene R. Brantner 0:2/74-,-,...- 4:::::: a-Cree---)C.--- ->"144-e-e.-a-- - .
0
County Attorney Norman Carlson
`. que\ne Jo i non
4�
s, /. i_ DAY FILE: JUNE 1
,,,. �. r � � 1983
. j
MEMORANDUM OF AGREEMENT REGARDING
MAINTENANCE OF PUBLIC RIGHTS-OF-WAY BETWEEN
COUNTY OF ADAMS AND COUNTY OF WELD
THIS AGREEMENT Is made and entered into this day of
19 , be and between the County of Adams, a body politic and corporate of
the State of Colorado and the County of Weld, a body politic and corporate
of the State of Colorado.
WITNESSETH
WHEREAS, said parties acting through their respective centers of
authority have heretofore entered into various and sundry arrangements,
understandings, and agreements for the maintenance of public roads lying
between and within boundaries of said parties, and it is the desire of both
parties that all such arrangements, understandings, and agreements be
abrogated from and after the date of this instrument, and that the future
maintenance of said roads by said parties be fixed and determined herein.
NOW THEREFORE, in consideration of the prenises and the mutual covenants
and agreements of the parties hereto, it is hereby covenanted and agreed by
and between said parties as follows, to wit:
The COUNTY OF ADAMS agrees to maintain the following: .
168th Avenue (Weld #2) from 300± feet west of 8N-Quebec Street (Weld #17)
east to Colorado State Highway I-76
The COUNTY OF WELD agrees to maintain the following: .
Weld County Rd. #2 (168th Ave.) from Weld #9 to Weld #17 or commencing
at intersection of Colorado State Highway I-25 east to 300± feet west
of 8N-Quebec Street.
Colorado State Highway I-76 to 300- feet east of Weld #49 (24N-Watkins
Mile Road)
Sections 32 and 34, Township 1 North, Range 63 West, roads on south side.
As used in this Agreement, the term "maintenance" means that endeavor
recuired to sustain proper road conditions including parchir.2, seal coating,
crack sealing, blacing and shaping, weed flowing, graveling, shouldering,
ditching, street sweeping, trash removal, drainage and stoma drainage structures,
snow and ice control, dust abatement, pavement markings, appropriate, signing in
co-:reliance with the Manuel of Uniform Traffic Control Devices, and any and all
other routine repairs for the full width of the roadway to sustain proper road
conditions one to insure proper and safe vehicular rio'e:.e-t..
Sheet 1 of 3
It shall not include any major construction, such as, total reconstruction
of roadway, curb and gutter, sidewalk, bridges, large culvert installations,
nor traffic electrically operated control devices. Futhermore, where it is
deemed necessary for a boundary street to be paved or resurfaced, cost for
this paving or resurfacing shall be negotiated on a proportionate basis
between the County of Adams and the County;of Weld before construction
begins. Each party by entering into this agreement, agrees to assume All
liability with respect to the maintenance of the respective roadways and
save harmless the other party.
The right and responsibility to issue street cut permits shall be
vested in that jurisdiction having maintenance responsibility under this
agreement. Public Improvement permits shall remain vested in that jurisdiction
in which the public improvement is located. A copy of the public improvement
permit shall be furnished to the party of this Agreement which does not issue
the said permit.
Each party hereby agrees to allow the other party having maintenance
authority and responsibility to have the authority to enact traffic controls
including placing of speed limit signs and weight restrictions, and, other
traffic control signing as required. If both parties have maintenance'
•
responsibility for different portions of the above designated roadways, the
respective parties shall cooperate and coordinate traffic signing as per the
Manual of Uniform Traffic Control Devices.
Where and when it is deemed necessary by the parties to iuit3ate ar.y of
those non-routine reconstruction and construction projects as defined a V've,
the parties hereto may share the cost.thereof on a proportionate basis as
set forth by separate agreement entered into prior to commencing any such
project.
This Agreement shall remain in effect for one (1) year 'and shall be
automatically renewed from year to year thereafter, unless eitherparty shall
npt_y the other it writing sixty (60) calendar days prior to the expiration
date at which time a new agreement may be negotiated. Amendments endments or revisions
may be made to this Agreement in writing by mutual consent, from tine to time
as annexations or deannexations take place. A copy of t is Agreement shall
be furnished to the Colorado Department of Highways, Division of Planning and
Records, to be used in escb parties highway Users Tax Report and Inventory.
Sheet 2 .of 3
•
4111
This Agreement represents the complete understanding of the parties
and may be notified, in writing only, by mutual consent.
IN WITNESS WHEREOF, the said parties have caused their respection
names and seals to be hereto affixed the day and year first above written.
ATTEST: BOARD OF COUNTY COMMISSIONERS
OF THE COUNTY OF ADAMS
Clerk of the Board Chairman of the Board
APPROVED AS TO FORM: RECOMMENDED AND APPROVED:
County Attorney Director of Public Works
Director of Highway •
ATTEST:.,•_. BOARD OF COUNTY COMMISSIONERS
OF THE COUNTY OF WELD
Clerk and Recorder, } �_ .�
Chairman of the Board
APPROVED AS TO FORM: U RECOMMENDED AND APPROVED:
County Attorney Director of Engineering
Operations Manager
firtiC-itIO *.,.-Ri 11 DLIT-1-1
ai
• :. /4,
,,
\tu®
To /1cc� / Date
gr.
COLORADO From
n, /
Subject: / 1
257(e, yeazionf, ih,frodzi
bi Azifizze"
att
r;
,•
• • z..'. r
, ; I ahaM1'.1 °.. *
f1 'VI;
n __
Ff y�`yK
` `1 W
J.,;',1:44
y,ft, $, _ y I Yr
ar
f 1
r : ft
RESOLUTION
RE: REGULATING, WARNING AND GUIDING TRAFFIC DURING EMERGENCY
CLOSURES OF CERTAIN WELD COUNTY ROADS DUE TO FLOODING
CONDITIONS
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, pursuant to Section 42-4-410 (6) (a) , CRS, as amended,
. .local authorities, with their respective
jurisdiction, may for the purpose of road
construction and maintenance, temporarily
close to through traffic or to all vehicular
traffic any highway or portion thereof for
a period not to exceed a specified number
of work days for project completion and
shall, in conjunction with any such road
closure establish appropriate detours or
provide for an alternative routing of the
traffic affected, . . . " and
WHEREAS, pursuant to said statute, the Board has determined,
upon the basis of traffic and personal investigation, that con-
ditions exist which make it necessary to temporarily close to
through traffic and to regulate, warn and guide vehicular traffic
on the County Roads, which are listed on Exhibit "A" attached here-
to and incorporated herein by reference, by posting signs thereon.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the Board deems it neces-
sary to regulate, warn and guide traffic on County Roads and any
intersections thereof, and it hereby authorizes and orders the
posting of such traffic control devices as shall be reasonably
necessary to regulate, warn and/or guide traffic thereon for the
safety of the general public and that said traffic control devices
shall conform to the Federal Manual on Uniform Traffic Control
Devices.
BE IT FURTHER RESOLVED that the Board of County Commissioners
does declare and establish that those County Roads listed on Ex-
hibit "A" to be temporarily closed, said closure to become effective
when standard official traffic control devices are erected and in
place giving notice of the restrictions.
• • • 'f
Page 2
RE: EMERGENCY ROAD CLOSURES
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 30th day of
April, A.D. , 1984.
• `Yy1_ // �` � BOARD OF COUNTY COLORADO
OLORMMISSIONERS
ATTEST: �� fLbuo¢�Y+wH WELD COUNTY, COLORADO
Weld County Clerk and Recorder EXCUSED
and Clerk to the Boar Norman Carlson, Chairman
D uty County Cl rk J glYene Jo on, Pro-Tem
APPROVED AS TO FORM: EXCUSED
Gene R. Brantner
County At o Cey Chuck Carlson
T1)2,26V,Skri
J T. Martin
050284
EXHIBIT "A"
.. mtmoRAnD
To Board of County Commissioners Dam April 27, 1984
COLORADO From Drew L. Scheltinga, Director of Engineering
subject: EMERGENCY ROAD CLOSURES
The following is submitted by the Weld County Engineering Department to the
Board of County Commissioners meeting of April 30, 1984 for Board action
and resolution.
As of April 23rd through April 27, 1984, the fOl/owing Weld County emergency
road closures were necessitated by flooding conditions:
Weld County Road 36 btn CR 49 & 53
Weld County Road 91 btn CR 4 & SH 52
Weld County Road 81 btn CR 14 & 16
Weld County Road 4 btn CR 83 & 87
Weld County Road 74 btn CR 69 & 79
Weld County Road 41 btn CR- 86 & 88_
WeldCounty Road 16 btn CR 49 & 51
Weld County Road 10 btn CR 73. & SH 79
Weld County Road-4 btn CR- 49:& 53
Weld County Road 386 btn SH 34 & I-76
Weld County Road 87 btn SH 52 & CR 4
Weld County Road 14 btn CR 87 &-89
Weld County Road 95 btn CR 24 & 261.
Weld County Road 106 btn CR 83 & 85
Weld County Road 49 btn CR 22 & 30
Weld County Road 751/2 btn CR 18 & I-76
Weld County Road 10 btn CR 49 & 51
Weld County Road 49 btn SH S2 & I-76
Weld County Road 8 btn SH 79 & CR 73
Weld County Road 16 btn CR 71 & 73
Weld County Road 94 btn CR 37 & 39'
INTERSECT-IONS
WCR 55 & 40
WCR 36 & 53
WCR 32: &. 44
WCR 51 & 34
DLS/bf
m moRAnDum
To Board o.a April 30, 1984
COLORADO From Clerk to the Board's Office
Subject: Emergency Road Closures
Because of the many road closures which have been necessary, the
Engineering Department is requesting that they be considered by
the Board as one item so that only one Resolution will be neces-
sary.
Y checked with Lee Morrison, Assistant County Attorney, and he
said that so long as the roads were all closed for the same
reason, he could foresee no problem with putting them all on
one Resolution.
The list of all the roads to be included is attached.
Thank you,
•
RESOLUTION
RE: APPROVE PERFORMANCE AGREEMENT FOR STREET GRADING SERVICES
BETWEEN CITY OF DACONO AND WELD COUNTY, COLORADO, AND
AUTHORIZATION FOR CHAIRMAN TO SIGN SAME
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, a Performance Agreement has been presented to the
Board of County Commissioners of Weld County, Colorado, for street
grading services to be provided to the City of Dacono by Weld
County, a copy of said agreement being attached hereto and
incorporated herein by reference, and
WHEREAS, after study and review, the Board deems it advisable
and in the best interests of the citizens of Weld County to
approve said agreement.
NOW, THEREFORE, BE IT RESOLVED by the Board of, County
Commissioners of Weld County, Colorado, that the 'Performance
Agreement between the City of Dacono and Weld County, Colorado,
be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chairman be, and
hereby is, authorized to sign said agreement.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 25th day of
March, A.D. , 1985.
BOARD OF COUNTY COMMISSIONERS
• ATTEST: La WELD COUNTY, COLORADO
Weld County C erk and Recorder
and Clerk to the Board J • ine son, Chairman
Qe R.
BY: Gene R. Brantner, Pro-Tem
Deput,CountW lerk
APPROVED AS TO-FORM: C.W. R
rdon Lacy '
County Attorney
Fran Y guc
n£ a S-Hrte. (lo . lrS. ^e;')=4. rpc cony - Ae-c+'
s Ollir OF wEID, STATE OF COLORADO All
STR t;i GRADING AGREEMENT
THIS AAaREE wr', made ankentered into this f day o _,19d -rby
.,and between
(, / I / o� A�C/r O , hereinafter-rete] a
as the sown", and the
County of Weld, hereinafter referred to as the "County":
WHEREAS, The Tbwn is desirous of entering into a contract with the County for the per-
formance of street grading,
WHEREAS, The County is agreeable to rendering such services on the terms and Conditions
hereinafter set forth,
WHEREAS, such contracts are authorized and provided for by the provisions of 29-1-203,
Colorado Revised Statutes as amended, 1973, and so provided for by the 1 1d County Home
Rule Charter, Section 2-3,
_MM, TEEREFoRE, piastant-to-the terms of the aforesaid statute and Weld:County-Home Rule
Charter, it is agreed as follows:
1. That the County, by way of the load and Bridge Deparient, agrees
to provide street grading services upon written request of the
Town.
2. That the County shall furnish and supply all labor, supervision
and equipament to grade streets.
3. The Mown shall submit in writing to the County a request and
date for completion. Str h work order shall be approved by both
the Mown and County. The Town understands that County projects
will be given priority and that grading will be scheduled so as
not to interfere with County work.
4. The Town agrees to pay the County for the services rendered
under this agreement at the cost incurred by the County. The
Town understands that this cost will vary in accordance with the
salary of the personnel completing task and the equipment used,
but the average cost will be approximately $35.00 per hour as of
the date of this aye =nl.
5. The County understands that they will not necessarily be the
exclusive contractor for this type of service and that the
TbwnF nay enpley wlhd i r tliey deteaia`ne thTbe nost`ada;uate to
perform such services.
6. The Tbwn shall indemnify the County, its officers and employees
against 1iahility for injury or damage caused by any negligent
act or emission of any of its employees or agents in the perform
of this agreement, and shall hold the County hah>xiless from any loss
occasioned as a result of the performance of this agreement.
7. This agiv Ent shall rums frcn year to year unless terminated by
either the Town or the County, providing the party seeking to termi-
nate this agreement gives the other party ten (10) days writ.t:ea
notice.
IN WITNESS WHEREOF, the m nicipa]ity, by resolution duly adoptel by its governing body,
caused this Agreemnt to be signed by its mayor and attested by its Clerk, and the County
of Weld, by the County Board of-Ontdssioners has caused these-presents to be subscribed
by the Chairperson of said board and the seal of said Board to be affixed thereto and
attested by the Clerk of said Board, all on the day and year first above written.
BOARD-OF COUNTY CCWILSSIONERS
WFSD COUNTY,_COLORADO
MAYOR
q f �Mn `1(
ATTEST:
C r�u� ,01±17 -a
73:F TEE BOARD OF TRUSTEES WED COt3N1'Ytr C"At�3
AND afEFIC zo el*)
C DePutit (perk
r
I City of Dacono, Colorado
March 15, 1985
Mr. Dave Becker
Director, Road & Bridge
Weld County, Colorado 80634-
RE: Maintenance of Dacono Gravel Streets
Within the City limits of Dacono there are approximately
1 .25 miles of gravel streets to be maintained.
These streets include appromixately 0.5 miles of Colo
Blvd. from County Road 12, north to the paved surface
on the south side of the City; approximately 0.5 miles
on Forest Avenue from the fire house, north to S.11.52;
and approximately 0.25 miles on Second Street, west
from Forest Avenue to Cherry Street.
The City of Dacono wishes to contract Weld County to
maintain these three streets, according to the
signed and attached contract.
I would like to start this contract on April 1, 1985,
with the first grading as soon as possible. Subsequent
gradings to be every six weeks with the last grading
being in the middle of September, unless the County
contacts us to change the schedule.
In the event of a large snowstorm, I would like to have
the service of the County available for snow removal
on these streets. Snow removal would be on a
telephone contact basis.
If there are any problems with this scheduling, please
feel free to contact me or Mayor Everett Conner.
Thank you,
'CGL[ / ( rtt7t
Robert Stetson
Dacono Street Commissioner MAR 181985
18btOOEIY. ..➢EPA6fY
RESOLUTION
RE: APPROVE PERFORMANCE AGREEMENT FOR STREET GRADING SERVICES
BETWEEN TOWN OF FIRESTONE AND WELD COUNTY AND AUTHORIZE
• CHAIRMAN TO SIGN SAME
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, a Performance Agreement has been presented to the
Board of County Commissioners of Weld County, Colorado, for street
grading services to be provided to the Town of Firestone by Weld
County, and
WHEREAS, after review, the Board deems it advisable to
approve said Agreement, a copy being attached hereto and
incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of :County
Commissioners of Weld County, Colorado, that the Performance
Agreement between the Town of Firestone and Weld County, Colorado,
be, and hereby is approved.
BE IT FURTHER RESOLVED by the Board that the Chairman be, and
hereby is, authorized to sign said Agreement.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 30th day of
October, A.D. , 1985.
BOARD OF COUNTY, ORADSSIONERS
ATTEST- t�.t vwk4er WELD COUNTY, COLORADO
Weld County Clerk and Recorder
and Clerk to the Board J- . a "ne Jo,n-on, C airman
�»2�-pf ne R. Brantaer, Pro-Tem
Cy677
puty Count erk J
APPROVED AS TO FORM: C.W. Ki
CL7L 5-- -)CeCelta
GOT iT� : La• ` I
/�
County Attorney
Fran Yama ch
e &sit e
�; C � -� -
• •
COUNTY OF WELD, STATE OF WIDRADO
S Eraa' GRADING AGREMENT
THIS AGREEMENT', made and entered into this 30th day of October ,
1985, by and between TC7N OF FIRESTONE, hereinafter referred to as the "TOHm", and
COONrr OF h'ELD, hereinafter referred to as the "County".
4REAS, the Town is desirous of entering into a contract with the County
for the performance of street grading,
WHEREAS, the County is agreeable to rendering such services on the tents
and conditions hereinafter set forth,
WHEREAS, such contracts are authorized and provided for by the provisions
of 29-1-203, Colorado Revised Statutes as amended, 1973, and so provided'for by
the held County Home Rule Charter, Section 2-3,
NOW, THEREFORE, pursuant to the terms of the aforesaid statute and Weld
County Hone Rule Charter, it is agreed as £ollaas:
1. That the County, by way of the Road and Bridge Department, ayiees
to Provide street grading services upon written request of the
Town.
2. That the County shall furnish and supply all labor, supervision
and equipment to grade streets.
3. The Tarn shall submit in writing to the County a request and date
for completion. Such work order shall be approved by both.the
Town and County. The Tarn understands that County Projects will
be given priority and that grading will be scheduled so as not to
interfere with County wodc.
4. The Town agrees to pay the County for the services rendered under
this agreamerrt at the cost incurred by the County. The Tom
understands that this cost will vary in accordance with the
salary of the personnel carpleting task and the equipment used,
but the average cost will be approximately $35.00 per hour as of
the date of this agreement.
5. The County understands that they will not necessarily be the
exclusive contractor for this type of service and that the Town
may employ whomever they determine to be most adequate to perform
such services.
6. The Tam shall indemnify the County, its officers and ermloyeco
against liability for injury or damage caused by any negligent
act or emission of any of its aployees or agents in the nerformance
of this agreement, and shall hold the County harmless from any loss
occasioned as a result of the performance of this agreement, to the
extent that the Town is insured against such losses and is not
exert by statute: from such liability.
7. This agreement shall run from year to year unless terminated by
either the Town or the County, providing the party seeking,to
terminate this agxttatett gives the other party ten (10) days
written notice.
IN WITLESS WHEREOF, the municipal i ty, by resolution duly adopted by its
governing body, caused this Agrearent to be signed by its mayor and attested
by its Clerk,and the County of Weld, by the County Board of. Commissioners has
caused these presents to be subscribed by the Chairperson.. of said board and
the gral of said Board to be affixed thereto•and attested by the Clerk to said
Board, all on the day and year first above written.
TOWN OF FIRESTONE HOARD OF.COUNTY meuSSICNE.RS
fr YOR WELD occur?, ODI OBADO
BY: c? JJ BY
ATTTS`P: Al-Issi- llnnwJ Lc," nr:r nr ,� a-?
WELD COUNTY CF RIC'AND RECORDER
AND CIERR TO THE BOARD
BY: a
DeeCountyy
•
Phan.: 8323291
TOWN OF FIRESTONE
WELD COUNTY
FIRESTONE, COLORADO 80520
August 9, 1985
Weld County Department of Highways
c/o Dave Becker
P.O. Box 758
Greeley, Colorado 80631-0758
RE: Street grading agreement.
Dear Mr. Becker,
Enclosed you will find a signed copy of the proposed street
grading agreement between the Town of Firestone and Weld
County. On the advice of the Town Attorney and our insurance
agent, we have changed the wording somewhat in paragraph 6.
Please have the appropriate people sign the agreement and
return one copy to me as soon as possible.
Once that the agreement is signed, Road 18 between Road 15
and Fourth Street in the Town of Firestone needs to be graded
as soon as possible. Please contact me as soon as this is
possible.
If you have any questions feel free to call me.
Sincerely, `x� n�
Trudy Peterson !
Town Clerk , Vt
/ WI/ y n
Town of Firestone
(
S�J � ,f�`�[
J
r<1;\ / ✓, 1 f-lr flrla�N5r:T r
+�j S
iA •
JyU / 1 �4 T;
\f AUG 1a1985
WELD 04.; N •
:r aia,^r
• INSURANC�ASSOCIATES " THIS
MESSAGE RENY
P. O. Box 4190 1655 Walnut 5t., Suite 200 444470
Estes Park, CO 80517 Boulder, CO 80302
Phone: 586-5856 586-4407 Phone: 411 4666
owh
7a 10/15/85
P 0-Box 1948 ___...— soma
- Greeley,-00- 80632 ---- Town of Firestone
— Wleaeaele
Dear Mr- Kelly,
Attached-zs -a-request-form-tip:Li was-sent-to g3`U insurance--- — a
in behalf of the Town of Firestone. This will cover the
Weld--Co Lintyroad--opeLetirm-air Firestone. - o
If you have any questions-,� please do--not-hesitate-to ca₹l-;— _ ._-_ —_o
o
O . .
ADDRESSEE-RETURN WHITE COPY
NAME AND ADDRESS OF AGENCY COMPANY
Insurance Associates of Estes
P 0 Box 4190 POLICY NUMBER POUCY TYPE
Estes Park,CO 80517 AIU-X2470678 Coast Pik
NCE UCY
CODE 5-2185 SUB CODE:
NAME
pAND
�MAILING ADDRESS j OF INSURED EFFFCjI`�[�4'�ifj�CHANGE TIME * :0 A.M.Town Of Firestone 1LVV��jjVJJ QQ�J iL 1
150 Buchanan This is an acknowledgement of your request Upon approval,the com-
pany's records will be adjusted accordingly and if a premium adjust-
Forestone. CO 80520 ment is required,it will be done at premium audit or by endorsement,_
TYPE OF CHANGE ADO,CHANGE OR DELETE
EHICLE DESCRIPTION/LIMITS
TYPE Of 0WIGE VTH.• YEAR MAKE,MODEL BODY TYPE VIWSERIAL NUMBER
GARAGE LOCATION-CITY,STATE,ZIP CODE SYM./AGEI COST NEW USE RADIUS GVW/GCW CLASS SIC TEAR FACTOR'..
LIABILITY PIP ADDT PIP MEDICAL PAYMENT UNINSURED MOTORIST COMPREH. O,yy SPECIFIED PERILS M I ISION. TOEING
DEDICY ctsiogi off any.
$ $ $ $ $ $ $ ❑FBT ❑ESP.$meow' oFnucT
$ $
NEE OF CNMIa PEN.• YEAR MAKE MODEL BODY TYPE IAN/SERIAL NUMBER
l
GARAGE LOCATION•CITY,STATE,ZIP CODE SYM./AGE COST NEW USE RADIUS GVW/GCW - CLASS SIC TERR FACTOR
$
LIABILITY PIP ADOPTPIP MEDICAL PAYMENT UNINSURED MOTORIST COMPREH. Qom' SPECIFIED PERILS COLLISION TOMS.:
DEDUCT osr e ❑F LUriW. °Meer DEDUCT
$ $ $ $ $ $ •
$ OFBT OLSP,$ $ $
PROPERTY DESCRIPTION
TYPE OF CHANGE EOC.• LOCATION ADDRESS
DESCRIPTION OF OPERATIONS/OCCUPANCY
TYPE OF GNANGE # SUBJECT OF INSURANCE AMOUNT DEDUCT. COINS. ACV/RC PERILS.FORMS AND CONOmONS TO APPLY
•
$ .•
CONSTRUCTION TYPE iPPOT.CLASS •STORIES •MASEMENT YEAR GUILT TOTAL AREA OTHER OCCUPANCIES
ADDITIONAL CHANGES •
O NAMED INSURED O MAILING ADDRESS O DEDUCTIBLE O DRIVER INFORMAT1ON (ADDITIONAL INTEREST
-EMARKS • •
Please add as additional insured the following as the Toe of Firestone
has turned over the maintenance of their roads to the eounty-
Weld County and rbwtr employees
Box 758
Greeley,CO 80631
For rha4r operations of grading and naiataintag the roads
of the Town of Firestone.
❑ ATTACHMENT • \ \\\ �_A��L�
• \ G TU �� tiRII5tKt SIGNATURE OFAU[HOFEZFD . A71VE,_
NAME AND ADDRESS OF AGENCY CAMPAMY- ta1►A.3Ifa�, Casualty
Insurance
of Estes
P 4190 Pli 9 � taatTM ebrel a
Estes Park,CO 80517 i ysro * TE OF POUCY E E�Y7QN LIE
CODE: 126 SUB CODE: E 2f 3OJap
NAME AND MAILING ADDRESS OF INSURED EFiVf+i/i+F CHANGE T
Town of Firestone
150 $5Chanon This is an acknowledgement of your request.Upon approvai,41e com-
pany's records will be adjusted accordingly and if a premium adjust-
Firestoae,CO
ment is required,it will be done at premium audit or by endorsement.
TYPE OF CHANGE:-ADD,CHANGE OR DELETE
VEHICLE DESCRIPTION/LIMITS
VPE OF CHANGE VEe.0 YEAR MAKE,MODEL,BODY TYPE - •VIN/SERIAL NUMBER
GARAGE LOCATION-CITY.STATE,ZIP CODE SYM./AGEI*C.OST NEW USE RADIUS GVw/GCW i CLASS SIC "[ERR. ^ FACTOR
LIABILITY I PIP ADO'T PIP MEDICAL PAYMENT UNINSURED MOTOFnST COMPREH. aAN SPECIFIED PERILS JUCUSIOH TOWItid
DEDUCT osti, , O F oFsw DEDUCT DEDUCT
$ $ $ $ $ $ $. -❑Fn ❑Ls.P.$ • •:$ ,
'YOE OF CHANGE VEn.M YEAR MAKE.MODEL BODY TYPE VIN/SERIAL NUMBER
• GARAGE LOCATION-CITY,STATE.ZIP CODE , .YM:JAGEI,COST NEW IUSE RADIUS GVW/GCW CLASS I SIC TERR. FACTOR
LIABILITY PIP *DDT PIP MEDICAL PAYMENT UNINSURED MOTORIST COMPREM. OKp: SPECIFIED PERILS COLLISION TOWING
❑A�"., Os rw oEa c oEoucr
MIMESMOEN$ $ $ 13FaT OLS.P.$ $. $
PROPERTY DESCRIPTION
TYPE OF CHANGE LOC.• LOCATION ADDRESS
DESCRIPTION OF OPERATIONS/OCCUPANCY
TVPE OP CHANGE # SUBJECT OF INSURANCE AMOUNT DEDUCT. COINS. ACV/RC PERnS,FORMS AND CONDITIONSTO,APPLY
_
$
$
• CONSTRUCTION TYPE Peer.0)55 *STORKS •BASEMENTS YEAR cum TOTAL AREA OTHEROCCUPANCIES
ADDITIONAL CHANGES
0 NAMED INSURED O MAIUNG ADDRESS El DEDUCTIBLE 0 DRIVER INFORMATION f ADDITIONAt1NTEREST
REMARKS
`
Please add as addit; the 1 insured the following as Town of Firestone"
bas turned the grading and aainteaence of their roads over to thole:.
' Weld County and their elaployaee
Box 75g
Greeley,CA
For their operations of grading and maintaining the roads
of the Town of Firestone
..
❑ATTACHMENT \A\(C. aOQ \\\iC \X�.V\b1',
SIGNAIUREOF AUTHORIff9 REPRESENTAT1VE, ,
ACORD 175 tinffit)
RESOLUTION
RE: ESTABLISHING ASPHALT, LOW DENSITY AND SEAL COATING
PRIORITIES ON WELD COUNTY ROADS FOR 1977.
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, the following priorities have been recommended
by the Weld County Engineer to the Board of County Commissioners
for asphalt paving, low density surfacing and seal coating for
Weld County roads for 1977:
ASPHALT PAVING
Road 2 4 miles
83rd Ave. 2 miles
20th St. 1 mile
35th Ave. 3 miles (due to widening)
64th Ave. 1 mile
Total 11 miles 2" asphalt paving
LOW DENSITY SURFACING
Road 90 7 miles
Road 74 7 miles '
Road 49 10 miles
Keenesburg 18
and 59 1 mile
47th Ave 1 mile
Undetermined 10 miles
Total 36 miles
SEAL COATING
20 miles of seal coating at
undetermined locations, and
WHEREAS, the Board of County Commissioners of Weld County,
Colorado desire to establish as priorities for asphalt paving,
low density surfacing and seal coating, the above-set forth
schedule for the year 1977.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado, that priorities be, and here-
by are established for asphalt paving, low density surfacing and
seal coating as the same are set forth in this Resolution.
(` fg • ' ca � `wire' X503
The above and foregoing Resolution was, on motion duly
made and seconded, adopted by the following vote on the 27th
day of April, A.D. , 1977.
The above and foregoing Resolution was read into the
record and signed on the 2nd day of May, A.D. , 1977.
BOARD OP COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
l
ATTEST: \I ` Unnv� T���L ,"0-
Weld County,Clerk and Recorder
and Clerk to the Board
B
Deputy County lerk
AP O D AS TO FORM:
/ County Attorney
-2
•
WELD COUNTY COLORADO
„i n ,_ ,., For Action Ton-Omni cci nnar Stei nmsrkDote APri 1 14-, 1077
way.Miff CEMSVPIE
For Info To Your Action M
a
Subject: On Or Before
APR 181977 N.
GREELEY. COLO.
Weld County has a total of 4400 miles of roads. The County has
approximately 600 miles of paved roads (asphalt) , 3000 miles of
graveled and graded roads of earth, and 800 miles of unimproved 'J
or primitive roads.
The County maintains 3600 miles of roads on a regular maintenance
schedule. For comparison the State of Wyoming has a total of
approximately 4000 miles of roads and highways.
The County of Weld also has approximately 1400 bridges. The State
of Colorado in total has 4200 bridges; therefore, 33% of the state's
total is located in Weld County.
The Engineering Department prepared a theoretical study in the Fall
of 1976 and determined that if we replaced bridges at the rate of
twenty sevenper year it would take until the year 2011 to reach a
basis of being even.
Based on a ten year program of bringing the paved roads in Weld
County up to present day standards, it will require sixty miles of
paving per year. The Engineering Department is looking at stage
construction in this program and will work to achieve a 60 mile
per year average. The Department of Engineering is presently working
to achieve this result by stage construction as mentioned and also by
recycling all asphalt surfacing in the future.
Due to the increase in asphalt product prices the amount of asphalt
paving for 1977 will be approximately 12 to 15 miles. There is a
projected expenditure for 26 miles of low density surfacing and
this would result in 20 miles of seal coating`. Based on'`these pro-
jections the $243,000.00 for asphalt products would be totally
expended.
Presently all roads scheduled for work in 1977 have been "counted"
by the Traffic Division_ Presently, the Traffic Division is
counting the traffic on all paved county roads and will start counts
on graveled roads when the paved count is complete
B rr�w1� i `�f 1/7 7
At t
2.
Proposed Priority (asphalt paving)
Road 2 4 miles
Road-l3 — 2 miles
83rd Ave. 2 miles
20th St. 1 mile
35th Ave . . 3 miles (due to widening)
64th Ave. + l mile
TOTAL 13 miles 2" asphalt paving
Low Density Surfacing
Road 90 7 miles
Road 74 7 miles
Road 49 10 miles
Keenesburg 18
and 59. l •mile
47th Ave 1 mile
TOTAL 26 miles
Seal Coating
20 miles AJAar-10CG Frank Smith, Jr.
mfm
RESOLUTION
RE: APPROVAL OF THE WELD COUNTY ROAD AND BRIDGE MAINTENANCE AND
CONSTRUCTION PLAN FOR 1978.
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, the Chairman of the Board of County Commissioners
reviewed the purpose, intent and objectives of the Weld County
Road and Bridge Maintenance and Construction Plan for 1978, a
copy of which is attached hereto and incorporated herein by this
reference, and
WHEREAS, the Board of County Commissioners deems it advisable
and in the best interest of Weld County, Colorado to approve said
Maintenance and Construction Plan for 1978.
NOW, THEREFORE, BE IT RESOLVED by the Board o€ County Com-
missioners of Weld County, Colorado, that the aforementioned plan,
a copy of which is attached, be, and hereby is approved.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 9th day of
November, A.D. , 1977.
BOARD OF COUNTY COMMISSIONERS
WE COUNTY, CO O
rif₹ / Ww,.�T ,;.) q to off`
ATTEST: 1(
Weld County Clerk and Recorder
a Clerk to the B r
to
eputy County er
O D AS TO FORM
County Attorney
"cp.. ,
/� O 9 �r
�n4 " CG,Pd �ror ✓� Date Presented
Ce; ,• 9 November 21, 1977
tiS • •
ROAD AND BRIDGE MAINTENANCE AND CONSTRUCTION PLAN -- 1978.
I. Purpose.
A. The purpose of the Weld County Commissioners in the writing
of this Road and Bridge Construction and Maintenance Plan
is to more efficiently and economically provide for the
citizens of Weld County a system of roads and bridges
which will adequately protect their health, safety and
welfare.
II. Intent.
A. The Board of Weld County Commissioners perceives the
intent of the Road and Bridge Maintenance and Construction
Plan to be a listing of overall priorities and concerns,
giving annual direction to the County Engineer.
B. The County Engineer shall develop specific priorities
for construction and maintenance and an annual work plan
within the overall guidelines given him by the Board's
Road and Bridge Maintenance and Construction Plan.
III. Objectives.
A. The Board wishes to adopt and implement a quality standard
for the construction and surfacing of roads in Weld County.
B. The Board wishes to adopt a set of criteria for reviewing
the upgrading or changing status of roads in Weld County.
C. The Board wishes to review the adopted Thoroughfare Plan
of Weld County to consider any amendments which may be
necessary because of changes in circumstances existent
at the time of the plan's adoption.
S
Maintenance and Construction Plan: Page 2
D. The Board wishes to adopt a priority listing for the
construction of roads and bridges for the 1978 season,
and to allot the miles of paving and low-density surfacing
which can be accomplished in 1978 from a listing recommended
by the County Engineer.
1. The Board wishes to set its priorities on a county-wide
basis and not by district allotment.
2. The Board wishes to commence surfacing of roads on
the priority list by May 1, 1978.
3. The Board wishes to complete, during the year 1978,
at least 75% of its priorities as adopted.
E. The Board wishes to have a complete work plan for the
construction and maintenance of roads within Weld County
(1978 Work Plan) by April of 1978. Said work plan shall
detail work to be completed, including time and cost
estimates.
F. The Board wishes a specific listing of organizational
and/or administrative problem areas within the Road
and Bridge Department, as seen to exist by the County
Engineer.
G. The Board wishes to emphasize, during the 1978 season,
the following general criteria:
1. General safety characteristics.
• 2. Completion of projects detailed in the 1977 Work Plan
but not completed in 1977.
3. School bus routing.
•
IIP
Maintenance and Construction Plan: Page 3
4. Construction of a North-South road in the southern
portion of Weld County.
5. Farm-to-market roads.
6. The upgrading of existing asphalt.
H. The Board wishes to adopt and implement a plan for the
cross-training of employees.
I. The Board wishes to adopt and implement a plan for
the safety training of equipment operators.
J. The Board wishes to adopt and implement a plan for an
8-hour work day for Road and Bridge employees.
K. The Board wishes to hold regular weekly or biweekly
meetings with the County Engineer to receive reports
on the progress of the adopted 1978 Work Plan.
L. The Board wishes to undertake a preventive:maintenance
program during 1978 for all motorized vehicles.
M. The Board wishes to undertake a study of vehicle downtime
as it relates to accidents involving Road and Bridge
employees.
0 A
Request to open access road to 20 acres of inaccessable property
Discussed at Board Meeting, March 2, 1977 -ii /5Es"7
referred to County Engineer for study and recommendation (S&...,.r as
PcL Gifu fa.
7
ke
Petition to open County Road 14 from County Road 55 east to Hudson Canal
Discussed at Board Meeting, March 21, 1977
request.denied per Canty Engineer's reocune elation
2d F,c t, i'/..
'Request to open portion of County Road 33 /3.4.a -.-. Coo _kd /i0/4
Discussed at Board Meetings, May 23, May 25, and June 1 and June 6, 1977
referred to County on June 6, 1977
sea nc41.,- f✓ °s f. /7/77 e-74- CO AZ A29
r'‘•• ,Request to open Canty Road 23 between County Road 18 and County Road 28
Discussed at Board Meeting June 15, 1977 for low density paving
Discussed at Board Meeting June 20, 1977 and set as asphalting priority in 1978
Petition for culverts near Stoneham
Discussed at Board Meeting August 24, 1977
Petition to re-open County Road 33 between Canty Road 14 and County Road 16
Discussed at Board Meeting August 24,1977
Sam n.�..ro �.,�-,� �'`Q"°'`"��° 41/7/17 7 O-,- moo, 2w
Petition to open a public way by the:extension of County Road 21
Discussed at'the Board Meeting, Septenber'12, 1977
Gil.Olson reconnended ',dropping the matter for the time being"
Pe✓u�¢ J ///9/77, /1/ai/7,7
Petition for the improvement of West 24th Street. fran 54th Avenue west to Fairway Lane,
and North to 20th Street
Discussed at Board Meeting September 26, 1977, referred to County Engineer
Discussed at Board Meeting October 5, 1977, petition denied as this StteeL is in -
Highland Billc Subdivision in which the streets were accepted for maintenance
only on August 28, 1977
anti .. owl- !7, '9 ?
Petition to rebuild County Road 7 south of Mead &/or to Pave Canty Road
Discussed at Board Meeting September 26, 1977, referred to County E gineer
Discussed at Board Meeting October 5, 1977, listed as high priority-its for 1978
R S tCP74,r 117, l”7
Petition to open a continuous north-south road east of U.S. 85 &-ease of UPRR tracks in
Fort Lupton School District
Discussed at Board Meeting September 28, 1977, referred to County Engineer
Discussed at Board Meeting October 5, 1977, sent back to Engineer for further study
Still-pending A
c c .rte-„a ri/7/7 7 4
121'8 4,012L3
0.
Request by Tri Area Planning Cannision that Frederick and Fireston deannex property
to allow the construction of County Road 13 va 'of the xazlioad tracks
Discussed at Board Meeting April 6, 1977
Request by Ed Dunbar for repairs and upgrading of County Road 120
Disc2ssed at Board Meeting August 22, 1977, to be included in 1978 Plan for rdhui1ding'.
Request for maintenance of County Road 23 north,=of Bigbway 52 to.Read 18
Discussed at Board Meeting August 29, 1977, C'tnni qginner Carlson was asked to
talk to Ed Glendenning regarding the maintenance
•
RESOLUTION
RE: ACCEPTANCE OF THE WELD COUNTY ENGINEER'S PROPOSED PAVING
PRIORITIES FOR 1978 IN WELD COUNTY, COLORADO.
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, the Weld County Engineer has set forth the following
recommended scheduling and priority listing of road projects for
1978:
DISTRICT I
Reconstruction
County Road 74 7 miles
County Road 90 7 miles
County Road 120 6 miles
County Road 392 2 miles new construction, right-of-way
ztst be acquired before con-
struction may begin
County Road 392 4.5 miles asphalt surfacing
26.5 miles
Icy Density Surfacing
None
Chip and Seal
County Road 108 5 miles
County Road 126 3 miles
County Road 31 2 miles
10.0 miles
DISTRICT II
Reconstruction
County Road 7 2 miles
County Road 54 2 miles
County Road 66 1.5 miles
County Road 13 2 miles right-of-way be acquired before
construction may begin
35th Avenue 3 miles
10.5 miles
Low Density Surfacing
County Road 23 5.5 miles
County.Road 28 2 miles
County Bead 5 2 miles
County Road 52 2 miles
11.5 miles
Chip and Seal
County Road 2 4 miles
83rd Avenue 2 miles
20th Street 1 mile
35th Avenue 3 miles
10.0 miles
DISTRICT III
Reconstruction
County Road 49 10.5 miles
County Road 59 3 miles
13.5 miles
oL ; Fr eo, Vic}, 40O. SGd
J Q
•
LAW Density Surfacing
County Road 77 2 miles
County Road 16 3 miles.
County Road 69 2 miles .
County Road 59 2 miles
9.0 miles
Chip and Raa1
County Road 54 4 miles
County Road 394 3 miles
County Road 39 3 miles
10.0 miles
Budget 1978
2" asphalt paving 40 miles
Low density surfacing 30 miles
Chip and Seal 30 miles
WHEREAS, the Weld County Engineer has recommended that the
construction begin in District II, thereafter moving to District
III, and then moving to District I. This would eliminate as
much relocation time as possible.
WHEREAS, after careful consideration of the Engineer's
proposal, the Board of County Commissioners have agreed to
accept the aforementioned schedule with the exception of
eliminating one mile of County Road 29 and to add 3 miles to
35th Avenue.
WHEREAS, it is further designated that low denisty lr
surfacing on newly. constructed roads,-:as listed for District II,
could be changed to other roads of older vintage.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado, that the aforementioned
paving projects, be and hereby are,approved for 1978 with the
conditions and recommendations as more fully set forth above.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 22nd day of
March, A.D. , 1978.
'-/7nt /7 BOARD OF COUNTY COMMISSIONERS
ATTEST: I '• WELD COUNTY, COLORADO
Weld County Clerk and Recorder
d, Clerk to the Bo- d
Deputy County lerk II ��`�
VED AS RM: NO
0 r Ro- .P gas
County Attorney
-2-
Date Presented: April 3, 1978
•
-$ y �� Of I ICI. OF BO Alit) <)f COUNT Y COMMISSIONERS
PRONE:13031 356.4000: ex r.2(10
PO."BOX 758
WI I C GREELEY,COLORADO 80631
COLORADO
March 29, 1978
Mrs. John Willard
15518 Weld County Road 4
Brighton, CO 80620
Dear Mrs. Willard:
The Board of Weld County Commissioners has adopted the paving and
reconstruction priorities for the 1978 season. Your request for
oiling of County Road 4 was not included in this year's oiling
priorities.
The County has a limited amount of money to be used for paving of
roads. The number of requests for paving far exceed both the
budget constraints and the feasibility of accomplishing the
requested miles in one year.
I regret that we are unable to grant your request for calendar
year 1978,
If you would care to re-submit your request to be considered in
next year's budget, I can assure you it will be given due
consideration. The timing of your request should be approximately
the same time as last year's letter., because we begin the budget
process in earnest during the month of September.
Thank you for contacting us with your concerns in this matter.
Sincerely,
�4�U :.
Leonard L. Roe
Weld County Commissioner
LLR/clb
R
.r <
-) ; u
Of f 1(1 (>I �;On��u 0! c(ux�E v � r�au�(ss�UrvI_ R5
d
PHONE: (303)3564000 EXT,200
WI P O 8CX 758
Dc C,REE LE V,COLORADO 80637 ll
COLORADO
March 29, 1978
Mayor Robert A. Clark
Town Hall
Mead, CO 80543
Dear Mayor Clark:
Among the priorities for paving and reconstruction adopted by
the Board of Weld County Commissioners for the 1978 season
is the reconstruction and paving of two miles of County Road 7,
between Mead and State Highway 66. I thought you would appreciate
knowing the plans for this portion of County Road 7. In addition,
included in the low density priorities is the surfacing of
County Road 5, from State Highway 66 north approximately 21 miles.
In order to proceed with the paving projects in a more efficient
manner during 1978, the crews will complete the work, area by
area. The Board has agreed to a schedule order of District 2,
District 3, and District 1. Hopefully, this schedule will allow
us to decrease the amount of equipment movement and also to start
in the district which is the most prepared to start projects in
May. A more definitive timetable of specific projects should be
available by June.
Thank you for your concern in this matter.
Si erely,
tine K. Steinmark
Weld County Commissioner
JKS/clb
4. •
`aaw
OFFICE Of- BOARD OF COUNTY COMMISSIONERS
- PHONE: (303)3564000 EXT.200
P O.BOX 758
WI Il
eGREELEY,COLORADO 80631
COLORADO
March 29, 1978
Mr. David Honebein
454 5th
Mead, CO 80543
Dear Mr. Honebein:
Among the priorities for paving and reconstruction adopted by the
Board of Weld County Commissioners for the 1978 season is the
reconstruction and paving of two miles of County Road 7, between
Mead and State Highway 66. In addition, included in the low
density priorities is the surfacing of County Road 5 from
State Highway 66 north approximately 21/2 miles.
Since you were involved in the petition of August, 1977; concerning
these projects, I thought you would appreciate knowing the plans
for these portions of County Roads 5 and 7.
In order to proceed with the paving projects in a more efficient
manner during 1978, the crews will complete the work, area by
area. The Board has agreed to a schedule order of District 2, f
District 3, and District 1. Hopefully, this schedule will allow
us to decrease the amount of equipment movement and also to start
in the district which is the most prepared to start projects in :t
May. A more definitive timetable of specific projects should be' f
available by June.
Thank you for your concern in this matter.
Si cerely,
/
J,.
A
1
June K. Steinmark
Weld County Commissioner t
I
JKS/clb
•
'tom w • OFFICE OF BOARD OF COUNTY COMMISSIONERS
•
PHONE: (303).3564000: EXT.200
P.O.WI IP
X766
C
GREELEY,COLORADO 80637
COLORADO
March 29, 1978 •
Ms. Margaret Johnson
1004 Francis Street
Longmont, CO 80501
Dear Ms. Johnson:
Among the priorities for paving and reconstruction adopted by the
Board of Weld County Comissioners for the 1978 season is the
reconstruction and paving of two miles of County Road 7, between
Mead and State Highway 66.
Since you had taken the time to write the Board with your concerns •
about this road, I thought you would appreciate knowing the plans
for this portion of County Road 7.
In order to proceed with the paving projects in a more efficient
manner during 1978, the crews will complete the work, area by
area. The Board has agreed to a schedule order of District 2,District 3, and District 1.. Hopefully, this schedule will allow
us to decrease the amount of equipment movement and also to start
in the district which is the most prepared to start projects in
May. A more definitive timetable of specific projects should be
available by June.
•
Thank you for your concern in this matter.
//J6�: !�/L 11 ZOCJ(;erely,
K. Steinmark'
Weld County Commissioner
JKS/clb •
tr
r Y OI 1 ICI 01 BoAlit) Of (M 0N I Y COMMISSIONERS
PHONE (303)356,4000- EXT,200
PO:SOX 758
WI I P
C� GREELEY.COLORADO 80631
COLORADO
March 29, 1978
Mr. and Mrs. Gene Wagner
9990 Weld County Rd. 23
Fort Lupton, CO 80621
Dear Mr. and Mrs. Wagner:
Among the low density surfacing projects approved by the
Board of Weld County Commissioners for the 1978 season
was the surfacing of 5.5 miles of County Road. 23 and
2 miles of County Road 28. j}
Since you were involved in the petitions concerning this
stretch of county road, I thought you would be interested
in the future of this project.
In order to proceed with the paving projects in a more efficient
manner during 1978, the crews will complete the work, area by
area. The Board has agreed to a schedule order of District 2,
District 3, and District 1. Hopefully, this schedule will allow
us to decrease the amount of equipment movement and also to start
in the district which is the most prepared to start projects in
May. A more definitive timetable of specific projects should be
available by June. -
Thank you for your concern in this matter. •
S" cerely, s
yy4/
he K. Steinmark
Weld County Commissioner
JKS/clb
1
OI I ICE- ( l;(>AI;f> UI Cot'N I Y COMMISSIONERS
. PHONE. (303)356-0000.::£XT.200
• P.O BOX 758
® GREELEY,COLORADO 80631
COLORADO
March 29, 1978
Mrs. Doris Eberhardt
Rt. 1, Box 111
Berthoud, CO 80513
Dear Mrs. Eberhardt:
The Board of Weld County Commissioners has adopted the paving and
reconstruction priorities for the 1978 season_ Your request for
paving of County Road 7 from Highway 60 to Highway 56, and County
Road 46 from Road 13 to west of I-25 was not included in this
year's paving priorities.
t
The County has a limited amount of money to be used for paving
of roads. The number of requests for paving far exceed-both the
• budget constraints and the feasibility of accomplishing the
requested miles in one year.
I regret that we are unable to grant your request for calendar
year 1978.
If you would care to re-submit your request to be considered
in next year's budget, I can assure you it will be given due
consideration. We will also keep the petition on file so that
the projects requested can again be considered in calendar
year 1979. The timing of any renewed request should be approx-
imately the same time as last year's letter, as we begin the
budget process in earnest during the month of September.
Thank you for contacting us with your concerns in this matter.
Sincerely,
acnn a 2. oat
Leonard L. Roe
Weld County Commissioner
LLR/clb
•
e •.
• � ,: g
<)I I IC 01 1'UnF,h OI COUNIY (;OMMISSIONLBS
PHONE (303)356-4000 EXT.200
P BOX 758
WI P C
GREELEY,COLORADO 80631
COLORADO
March 29, 1978
Mrs. Cheryl Hoffman •
Rt. 1, Box 123
Berthoud, CO 80513
Dear Mrs. Hoffman:
The Board of Weld County Commissioners has adopted the paving and
reconstruction priorities for the 1978 season. As you know, your.
request for paving of County Road 46 in your area was not included
in this year's paving priorities.
The County has a limited amount of money to be used for paving
of roads. The number of requests for paving far exceed both the
budget constraints and the feasibility of accomplishing the
requested miles in one year.
I regret that we are unable to grant your request for calendar
year 1978.
If you would care to re-submit your request to be considered
in next year's budget, I can assure you it will be given due
consideration. We will also keep the petition for paving of
Road 46 and Road 7 on file so that the projects requested can
again be considered in calendar year 1979. The timing of any
renewed request should be approximately the same time as last
year's request, as we begin the budget process in earnest
during the month of September.
•
Thank you for contacting us with your concerns in this matter. •
Sincerely, �-
•
hETnoAc. 2 Ko£
Leonard L. Roe
Weld County Commissioner
LLR/clb
K
• .
•
OFF CI OF _ROAM) OF COUN I Y COMMISSIONERS
e;%-n•
PHONE. (303)3564000:..,EXT.200, 3:
PO: BOX 758'
C OREELEY, COLORADO 80637
COLORADO
March 29, 1978
Mrs. Donna Kiehn
Rt. 1, Box 158
Berthoud, CO 80513
Dear Mrs. Kiehn:
The Board of Weld County Commissioners has adopted the paving and
reconstruction priorities for the 1978 season. Your request for t
paving of County Road 7 from Highway 60 to Highway 56, and: County
Road 46 from Road 13 to west of 1-25 was not included in this
year's paving priorities.
The County has a limited amount of money to be used for paving
of roads. The number of requests for paving far exceed both the
budget constraints and the feasibility of accomplishing the
requested miles in one year.
I regret that we are unable to grant your request for calendar
year 1978.
If you would care to re-submit your request to be considered
in next year's budget, I can assure you it will be given due tr
consideration. We will also keep the petition on file so that
the projects requested can again be considered in calendar
year 1979. The timing of any renewed request should be approx-
imately the same time as last year's letter, as we begin the
budget process in earnest during the month of September.
Thank you for contacting us with your concerns in this matter.
Sincerely,
furna.A.al e.
Leonard L. Roe
Weld County Commissioner
LLR/clb
rm
(H FI(;I or LTOARD OF COUNTY-COMMISSIONERS
PRONE (CO3)3564000 EXT.200
WI D C P C 80X 758
GREELEY.COLORA00 80637
•
COLORADO
March 29, 1978
•
Mr. Frank Suckla
4468 Weld County Road 19
Fort Lupton, CO 80621
Dear Mr. Suckla
The Board of Weld County Commissioners has adopted the paving and
reconstruction priorities for the 1978 season. Your request for
paving of County Road 21 was not included in this year's paving
priorities.
The County has a limited amount of money to be used for paving of
roads. The number of requests for paving far exceed both the
budget constraints and the feasibility of accomplishing the
requested miles in one year.
I regret that we are unable to grant your request for calendar
year 1978.
If you would care to re-submit your request to be considered in
next year's budget, I can assure you it will be given due
consideration. If possible, please contact the Board prior
to September, as we begin the budget process in earnest during
that month. �.
Thank you for contacting us with your concerns in this matter. z'
€.
Sincerely, nn - *'
Leonard L. Roe
Weld County Commissioner
LLR/clb
- Of MCI OF 9OARf) OF COUNTY COMMISSIONERS
i:n at i
PHONE: (303) 3%4000.. £XT 200
. C VO.BOX 77 GREELEY, COLORA6O 80637
COLORADO
March 29, 1978
Mr. Jack Berger
9821 Colorado Hwy 52 -
Fort Lupton, CO 80621
Dear Mr. Berger:
The Board of Weld County Commissioners has adopted the paving and
reconstruction priorities for the 1978 season. Your request for •
paving of County Road 21 was not included in this year's paving
priorities. iit
The County has a limited amount of money to be used for paving of
roads. The number of requests for paving far exceed both the
budget constraints and the feasibility of accomplishing the
requested miles in one year.
I regret that we are unable to grant your request for calendar r
year 1978.
If you would care to re-submit your request to be considered in
next year's budget, I can assure you it will be given due consideration. If possible, please contact the Board prior
to September, as we begin the budget process in earnest during {
that month.
Thank you for contacting us with your concerns in this matter.
Sincerely,
r
p (J
Raz
Leonard L. Roe
Weld County Commissioner
LLR/clb •
I
STATE DEPARTMENT OF HIGHWAYS
JACK KINSTLINGER EXECUTIVE DIRECTOR
DIVISION OF HIGHWAYS �'. COLORADO STATE PATROL
E. N. HAASE Y � COL. C. WAYNE KEITH.
CHIEF ENGINEER �smemmJ CHIEF
,TATS O. COIOMDO
4201 CAST ARKANSAS AVENUE • DENVER. COLORADO 80222 • (303> 737.9011
May 1, 1978
Board of County Commissioners
Weld County
P. 0. Box 459
Greeley, Colorado 80631
Gentlemen:
The presentation made by your representatives at the State Highway
Commission meetings in January 1978 has been reviewed by the Department
of Highways. The following data is transmitted to you in response to
your specific highway construction requests:
1. Most of the requests listed in your request form are projects that are in
the 5-Year Highway Construction Plan. We appreciate your consideration of
the 5-Year Highway Construction Plan and your evaluation.
2. One of the requests that was not in the 5-Year Highway Construction Plan
was the SH 34 Bypass and the construction and interchange on 35th Avenue.
There are insufficient funds to accomplish this particular project.
3. Your request for additional work on SH 392 near Windsor and between Barns-
ville and Brigsdale are elements for which there are insufficient funds to
accomplish.
The State Highway Commission appreciates your presentation at the
annual hearings. This forum provides the Commission with a more complete
understanding of your problem areas.
Very truly yours,
Jack.Kinstlinger
Executive Director
KWM/jms
Ce(//'j, q e 11 /a veyuit/ �� o oa 1)17-6. S~�2 !y
S
•
F r
y,~ t--
C,
47
C y
� N M.Mnw[AVC�
mEm , An�um = �}
to
To Commissioner Roe ot, May c11.,_1978 •
GREEDY,. GO;p
COLORADO From
Subject: Construction Schedule,. . 1978
The schedule is based on 26 weeks with no allowance for equipment
availability, delivery of material, or weather delays.
DISTRICT III
County Road 49 Begin construction - April 26, 1978
Complete construction — June 14, 1978
County Road 59 Begin construction - June 8, 1978
Complete construction - June 20, 1978'
DISTRICT I
County Road 120 Begin construction -June 20, 1978
Complete construction - July 20, 1978
County Road 90 Begin construction - July 18, 1978
Complete construction - August 18, 1978
County Road 74 Begin construction - August 21, 1978
Complete construction —September 19, -1978
County Road 392 Begin construction - September 18, 1978
Complete construction 7 September 29; 1978
DISTRICT II
35th Avenue Begin construction - May 15, 1978
Complete construction - June 1, 1978
County Road 66 Begin construction-7 October 2, 1978
Complete construction - October 12, 1978
County Road 54 Begin construction .October 11, 1978
Complete construction - October 19, 1978
County Road 7 Begin construction - October 23, 1978
Complete construction - October 30, 1978
The low density surfacing and chip and seal. will begin approximately
June 1, 1978 and be completed August- 15, 1978.
This schedule will be continually revised 'to keep-'current with actual
time on each-job. A revised schedule will be presentedto the Commissioners
on a monthly basis.
'IL 71.44144:151 .
'G. Frank Smith,--J
•
RESOLUTION
RE: APPROVAL OF AGREEMENT FOR SOIL TESTING AND PAVEMENT DESIGN
BETWEEN WELD COUNTY, COLORADO AND C.E. MAGUIRE, INC. AND
AUTHORIZATION FOR CHAIRMAN TO SIGN SAME.
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, an agreement for soil testing and pavement design
between Weld County, Colorado and C.E. Maguire, Inc. has been
presented to the Board of County Commissioners of Weld County,
Colorado, said agreement being attached hereto and incorporated
herein by reference at this point, and
WHEREAS, said services shall be performed°on, but not limited
to the following roads:
Road 120 & 87 Fran Grover 51/2 miles West
laud 90 Fran Ptn:oell 4 miles East
. Road 74 2 miles Between Eat n and Galeton
with locaticens to be determined
on site
WHEREAS, remuneration for said services shall not exceed the
total sum of Three Thousand Seven Hundred Twenty-Two and no/100
Dollars ($3,722.00) without the prior written authorization of
Weld County, Colorado, and
WHEREAS, said services shall commence upon the verbal request
of Weld County, Colorado on the areas designated by Weld County,
Colorado and shall be completed within three (3) weeks for each
designated area, and
WHEREAS, the Board of County Commissioners of Weld County,
Colorado deems it in the best interests of Weld County, Colorado
to approve said agreement.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the agreement for soil
testing and pavement design between Weld County, Colorado and
C.E. Maguire, Inc. be, and hereby is, approved..
BE IT FURTHER RESOLVED by said Board that the Chairman of
the Board of County Commissioners of Weld County, Colorado be,
and hereby is, authorized to sign said agreement.
lr cc%w 6
ee y
6 .ei4 do, ed. �ogtcc. -3—ca
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 20th day of
September, A.D. , 1978.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
A
`i1 LhU , ,
ATTEST:
Weld County Clerk and Recorder
Clerk to the Bo
By:/'' -. .a,_P.CM chigieW
Deputy County erk
cmc7• �R DASTOF
County Attorney
Date Presented: Septcter 25, 1978
AGREEMENT FOR PROFESSIONAL SERVICES
1HIS AGREEMENT• made this. 20th day of September , 1978 ,by and between
WELD COUNTY, COLORADO
•
hereinafter called the Client,and GE MAGUIRE, INC.;hereinafter called the Consultant,collectively referred to as the •
P.rues.
The services to be performed hereunder are incidental to the following PROJECT: SOIL TESTING AND.PAVEMENT
DESIGN ON, BUT NOT LIMITED TO THE FOLLOWING ROADS:
Road 120 t, 87 From Grover 5-1/2 Miles West
Road 90 From Purcell 4 Miles East
Road 74 2 Miles Between Eaton and Galeton with Locations
• to be Determined on Site
WITNESSETH: That for.and M consideration of the mutual covenants and agreements hereinafter contained, the
Panics hereto have mutually agreed and do agree as follows:
ARTICLE I. SERVICES BY THE CONSULTANT — The Consultant agrees to perform all services, hereunder, using
reasonable skill and judgment in accordance with sound business and professional standards. He agrees to keep
the Client thoroughly informed of his progress through periodic reports,and to maintain accurate records relating
to his services in connection with this project.
•
The Consultant agrees to pi oviee,directly or by association with such other Consultants or Contractors as it may deem
necessary to further the interest of the Client,the following basic services:
•
1.1
1 . FIELD SOILS INVESTIGATION
Drilling and sampling with a 4-inch power auger at intervals of approximately
1 ,000 feet with frequency increasing with variations in soil characteristics:
• 2. LABORATORY TESTING
Gradai on by iaechanical Analysis, Atterberg Limits, Moisture-Density Relation-
ship, Soil Classification and California Bearing Ratios are included in the
basic requirements for preparation for thickness design of flexible pavements.
3. PAVEMENT THICKNESS DESIGN
The consultant will arrive at a total thickness of surface course,,base and
sue-base required for each road designated from the traffic counts to- be
supplied by the client. In addition, the client agrees to supply the
structural member graphs necessary to complete the thickness design.
• • ..
ARTICLE 2. ADDITIONAL OR SPECIAL SERVICES—The following additional or special services,which are outside
the scope of basic services as above described, ,hall be performed by the Consultant upon authorization from the
Client and paid for as hereinafter provided:
2.1 The consultant is prepared to .provide the following additional services upon
request:
1. Alignment Surveys and Design
2. Drainage Structure Designs
3. Plan and Profile Drawings
4. Field Inspection and/or Quality Control
•
•
•
•
•
•
•
-2
MOO1 0477
ARTICLE 3. RESPONSIBILITIES OF TILE CLIENT
3.1 The Client shall provide and make av,nlablc to the. Consultant,for his use,all maps,property descriptions,surveys.
previous reports, historical data, and other information within its knowledge and possessionrelative to the services
to be furnished hereunder, and shall provide full programming requirements.Data so furnished to the Consultant
shall remain the property of the Client and will be returned upon completion of its services.
3.2 The Client shall designate a representative who shall he fully acquainted with the Project and who has authority to
render decisions relative to the Consultant's services as necessary for the .orderly progress of the work. The
rep'esentative shall be responsible for receiving and processing all information and documentation relative to the
project in behalf of.the Client.
3.3 The Client shall establish and maintain procedures for receiving,reviewing,recorcfing,and acting on all information,
documentation, payments, and acceptances of work and services relative to this project in an expeditious and.
proper manner.
3.4 The Client shalt guarantee access and make provisions for the Consultant to enter upon public and private
- properties as required for the Consultant to per its services hereunder.
•
•
ARTICLE 4. .TIME OF PERFORMANCE — The services to be provided under this Agreement shall,unless otherwise
provided, be commenced upon execution of this Agreement and be performed in general accordance with the
following schedule:
Services will begin upon verbal request of the client on the areas that he
designates. The consultant agrees to complete basic services for each
designated area within three (3) weeks.
•
•
3_
M00t 0477
•
ARTICLE 5. REMUNERATION FOR SERVICES — The Client agrees to compensate the Consultant in accordance
with the following schedule,and the Terms and Conditions of.this Agreement:'
5.1 For Basic Services as described in Article 1,remuneration shall be made on the following basis:
Drilling and Sampling $3/vertical. ft.
Mobilization $125/trip
Field Technician $18/hr.
Sieve Analysis $20/ea.
Atterberg Limits $15/ea.
CDR & Proctor Curve $100/ea.
Pavement Design $27/hr.
Remuneration for Basic Services shall not exceed the total sum
of $3,722.00 without the prior written authorization of client.
5.2 For additional or Special Services as described in Article 2,remuneration shall be made on the following basis:
A. LABOR
All labor reasonably and necessarily expended by employees of the Consultant
in connection with the project will be billed at direct personnel cost
(including regular hourly wage and average payroll taxes, insurance and
employer contributions to fringe benefits) times a multiplier of 2.20.
B. EXPENSES
Vehicles (owned or on long-term lease by Consultant) $ 0.18 Per Mile
Meals and lodging per diem (per person) $35.00 Per Day
Meals only (if lodging unnecessary) +
Commercial carrier travel, car rental, parking +
Long distance telephone expense +
Equipment rentals or expendable purchase
Materials consumed in project
Outside consultants or contractors * .
Other miscellaneous project expenses
Laboratory materials testing **
Computer services **
Reproduction and photo lab services **
+Actual Reasonable Cost
*Actual reasonable cost plus 10 percent handling charge
**Consultant's standard charge rates (available upon request)• MO0t 0477
5A An initial Payment of
DOLLARS(S -O )
shall he made upon execution of this Agreement and credited to the Client's account.
5.5 Unless otherwise provided herein, all payments for Basic, Additional or Special Services and for Reimbursable
Expenses shall be made monthly in proportion to services performed and shall be due and payable at the.Consul
tant'$ ofiire at the address hereinafter designated upon presentation by the Consultant in accordance with this
Agreement. Payments not made within 30 days of the billing date shall bear interest at the rate of 1-1/2%per
month which is an annual int^.rest rate of 18^.'0.
5.6 No deductions shall be made, nor any amounts retained from the Consultant's compensation on account of
delays,penalties,liquidated damages,or other sums withheld from payment to Contractors.
5.7 If Direct Personnel Cost times.a Multiplier is to be used as the basis for determining remuneration hereunder, - -
the following definitions shall apply,unless otherwise provided herein:
1, Direct Personnel Cost shall include the wages or salaries of the en:ptovees of the Consultant who perform
direct services as required hereunder in connection with the Project, plus average Payroll additives,,based
upon regular hourly rates charged at the actual number of hours for which time is expended.
2. The Multiplier will include general and administrative expense and profit of the Consultant
SB+;.T�Consstruction Cost is to be used as the Basis for determining remuneration hereunder, it shall be der
as the tots at•.2-ne-to_tthe Owner of all construction designed or specified by the Consultant. ^• . r-furnished
directly by the Client its t:tom. ys, or others, at fair market rates including the' o management of con-
struction and a reasonable allowance fo ovstieed„and profit-'Constr cost shall be determined as follows
with precedence in the orde•listed-
1. For completed constriretion. . va ue to the Owner of all work performed. •
2. For work des% cc₹-r;;' sp iified but not constructed, the !owes:. bona fide bid received from a qua
bi
Otherwise,the Consultant's latest cost estimate.
ARTICLE 6. DELAYS— If the Consultant is delayed at any time in the proeress of work by any act or neglect of the
Client or its agents, employees or contractors; or by changes in the work,or by labor disputes,unavoidable mat•:
vial delivery delays, fire, unavoidable casualties, or by any causes beyond the Consultants control, the time
schedule shall be extended for a reasonable length of time, and the remuneration schedule shalt be subject to
renegotiation for increased expenses due to escalation of prices,extended services, relocation or other expenses
incidental to such delays.
ARTICLE 7. OWNERSHIP OF DOCUMENTS - All drawings,specifications reports,records,and other work product
developed by the Consultant in connection with this project are instruments of service for this project only and.
shall remain the intellectual property of the Consultant whether the project is completed or not.The Consultant
shall furnish originals or copies of such work product to the Client in accordance with the services required here
under. Reuse of any of the work product of the Consultant by the Client on extension of this Project or on any
other project without the written permission of the Consultant shall be at the Client%risk and the Client agrees:
to defend,indemnify and hold harmless the Consultant from all claims,damages and expenses includingattorneys
fees arising out of such unauthorized reuse by the Client or by others acting through the Client Any reuse or
adaptation of the Consultant% work product shall entitle the Consultant to further equitable compensation.
•
_5
'
•
ARTICLE S. INSURANCE— The Consultant shall purchase and maintain insurance to protect-himscIf from claims
under workmen's compensation acts;claims for damages because of bodily injury including personal injury,sick-
ness or disease, or death of any of his employees or of any person other than his employees;and from claims for
damages because of injury to or destruction of tangible property including loss of use resulting therefrom.
ARTICLE 9. TERMINATION - •
•
9.1 Either party may terminate this Agreement upon seven days: written notice should the project be unreasonably
delayed or should the other party be unable or fail substantially to perform in accordance with its terms through
no fault of the party initiating termination.In the event of such termination,the Consultant shall bepaidfor
services performed prior to receipt of said Notice of Termination including reimbursable expenses then incurred:
9.2 If the remuneration scheduled hereunder is based upon a fixed fee or definitely ascertainable sum. the portion
of such sum payable shall be proportionate to the percentage of Services completed by the Consultant: Other-
wise, remuneration shall be bated upon the applicable unit charges or costsas specified herein or,if not so speci-
fied, then upon the Consultant's direct personnel costs times a multiple of 2.3 plus.Reimbursable Expenses.
9.3 If termination is not due to the fault of the Consultant, the Consultant shall in addition to remuneration for
services performed hereunder prior to such termination,and Reimbursable Expenses.be entitled to an additional
amount computed as ten percent of the total remuneration then due,for scheduling and assignment readjust-
ments and related costs incurred due to termination. - -
ARTICLE 10. DISPUTES -. As a condition precedent to the right to bring any action in court pertaining to any
claim, dispute or other matter in question between the Parties to this Agreement, arising out of,or relating
to this Agreement or the breach thereof, the party having such claim or dispute shall first make a written offer
to the other party to.arbitrate the question(s) in accordance with the Construction Industry Arbitration Rules
of the American Arbitration Association then obtaining if within ten days after receipt of said offer the party
to whom the offer is made does not affirmatively agree in writing to such arbitration, then the claiming party •
shall have no ooligation to arbitrate and may pursue other remedies for relief.
ARTICLE 11. GOVERNING LAW— Unless otherwise agreed in writing,thi, Agreement and the interpretation thereof
shall be governed by the law in effect at the location of the offices of the Consultant as hereinafter designated.
ARTICLE 12. SUCCESSORS AND ASSIGNS — The Client and the Consultant each binds himself and his partners,
successors.executors, administrators and assigns o the other party of.this Agreement and to the partners.succes-
sors,executors, administrators and assigns of such other party with respect to all convenants of this Agreement.
Neither party shall assign or transfer his interest in this Agreement without the written consent of the other.
ARTICLE 13. EXTENT. OF AGREEMENT—This Agreement represents the entire and integrated agreement between
the parties and supersedes all prior negotiations and representations. Nothing herein shall be deemed to create
any contractual relationship between the Consultant and any other Consultant or contractor or material supplier.
on the project, nor to furnish any notices required under other such contracts, nor shall anything herein be
deemed to give anyone not a party to this Agreement any right of action against a party which does not otherwise •
exist without regard to this Agreement.
ARTICLE 14. NOTICES— All notices and instructions given by either party to the other shall be in writing,and shall •
be deemed to be properly served if delivered to the address of record shown below,or if deposited in the United
State: Mail properly stamped with the required postage and addressed to such party at the address shown below.
The date of service of a notice sent by mail shall be deemed terbe the day following the date on which said notice
is so deposited. Either party hereto shall have the right to change its address by giving the other party written
notice thereof.
•
_6_
ACKNOWLEDGEMENT OF COMPLETE AGREEMENT: This Agreement includes
this and the preceding pages consecutively numbers 1 through 7
and the attachments thereto, identified as: NONE
IN WITNESS WHEREOF, the parties hereto have executed this Agree-
ment the day and year first written above.
CLIENT: CONSULTANT:
Board of County Commissioners C-E MAGUIRE, INC.
WELD COUNTY, COLORADO
•
By 1,9 02 f�aiv By lora
Title: Chairman of the Board of Title Principal
Weld County Commissioners'
Address: 915 10th Street Address 2021 Clubhouse Drive
Greeley, Colorado 80631 Greeley, Colorado 80631
_7_
RESOLUTION
RE: APPROVAL OF THE 1979 ROAD AND BRIDGE PLAN.
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, the Weld County Engineer has presented the 1979
Road and Bridge Plan to the Board of County Commissioners of
Weld County, Colorado. A copy of said Plan is attached hereto
and incorporated herein by reference, and
WHEREAS, said Board has determined that it would be in the
best interests of Weld County to include four miles of low density.,
paving in said Plan. These four miles of low density paving
include Weld County Road 69 from Weld County Road 16 South to
State Highway 52; and from the 1-76 overpass at Keenesburg (Weld
County Road 18) Northeast one mile to Weld County Road 59, then
one mile North on Weld County Road 59 to Weld County Road 20. It
is understood, however, that said paving will be completed only
if funds and road and bridge staff time are available, and
WHEREAS, the Board deems it advisable and in the best interests
of Weld County to approve the 1979 Road and Bridge Plan with the
addition of the low density paving as mentioned above.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commis-
sioners of Weld County, Colorado that the 1979 Road and Bridge
Plan, with the addition of the low density paving aforementioned,
be, and hereby is, approved.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 10th day of
January, A.D. , 1979.
/J �.,, BOARD OF COUNTY COMMISSIONERS
ATTEST: (&ts.n i �D COUNTY, COLORADO
County Clerk and Recorder
a Cl rk to the B d
•uty Count ei'k
APP D AS TO FORM: APyraeoli
County Attorney
r � , �,y J DATE PRESENTED: JANUARY 15, 1979
e •
•
e
•
•
•
•
1979
•
ROAD AfID BRIDGE
•
BUDGET AND 14ORK PLAN
e
SUBMITTED TO:
BOARD OF COMMISSIONERS •
WELD COUNTY, COLORADO
JANUARY 1, 1979 .
AYNE S. CGIYT •
I''ELD COUNTY ENGINEER •
•
•
• CONTENTS •
•
•
I . AssumPTIONS
II . APPROACH
III . BUDGET
A) . EFFECT OF INFLATION
B) . 1979 BUDGET OVERVIEW
IV. ROAD PLAN
A) . ASPHALT OVERLAY PROJECTS
B) . NEW CONSTRUCTION PROJECTS
C)'. CHIP AND SEAL PROJECTS
• D) . 1979 Low DENSITY SCHEDULE
V. BRIDGE PLAN
A) BUDGET PLAN
B) REPLACEMENT SCHEDULE
C) . OPTIONS
VI . I .G.A. EQUIPMENT
A) . CONTINUOUS REPLACEMENT COST
B) . 1979 REPLACEMENT SCHEDULE
S ASSUMPTIONS S
6 Road and Bridge planning for 1979 and beyond is based on the
following assumptions :
A) . That the budget will be limited to a 5% increase each year.
B) . Maximum resources will be devoted to maintaining existing
roads and bridges , i .e. , new construction will be held to
a minimum.
C) . All Road and Bridge expenditures will stay within the approved
total budget.
D) . No rebuilding of road foundations will be undertaken unless
the foundation has failed .
E) . Contracting out Road and Bridge Engineering and Construction
projects or portions will be done:
(1 ) . To augment the capacity of County forces.
(2) . When clearly the more economical choice.
F) . Purchase of replacement construction equipment will be consistent
with the approved mix of County/Contractor work.
G) . County employees will be required to put in eight (8) hours
a day at the field jobsite in accordance with the County
Commissioners Resolution dated , January 25, 1978.
S
•I . APPROACH a
The following approaches will be used in planning for 1979 and
• future years :
A) . The County Engineer will conduct and maintain a thorough
quantitative and qualitative inventory of all roads and bridges
to be used as a basis for recommended project priorities each
year .
B) . The County Engineer will develop and submit for approval a
master network of County arterial and connecting roads to be
used as a guide in determining the priorities in planning
construction , repairs, and maintenance.
C) . The County Engineer will prepare and submit annually to the
Commissioners a detailed plan for the coming year for accomplishment
of road and bridge projects . He will also submit annually ,
an updated plan for the ensuing four (4) years, indicating the
anticipated annual budget, road and bridge projects , cost
estimates , equipment replacement recommendations , and any
anticipated state or federally financed projects .
0) . Insofar as possible, estimates of cost and time will be
prepared in advance for each project to approval or
undertaking .
E) . Laying of aspahlt will be confined , as a general rule, to a
• radius of 15 miles of the County asphalt plant to minimize
the expense and time of hauling . The plant can be moved
annually from one zone to another more economically than
keeping it in place and hauling long distances . Paving done
outside the 15 mile radius will be done by contract.
F) . The County Engineer and the Finance Director will jointly
undertake to implement an aggressive equipment management
system within the I.G.A. shops with goals of:
1 ) . Complete and accurate inventory of all equipment with
equipment history files .
2) . Eliminating unneeded equipment.
3) . Providing positive cost controls on labor and material
usage.
4) . Establishment of economic life and replacement analysis
schedules for all pieces of equipment.
5) . Modernizing cost reporting system.
6) . Establishing and enforcing an effective preventive maintenance
program for all pieces of equipment.
inn gp 7 ) . Providing operator training for all new service workers as
well as experienced workers who skills need updating and
improving .
8) . Minimizing the cost of owning, maintaining , and operating
County equipment.
•
EF F ECT OF 10 % CONSTRUCTION
INFLATION ON ROAD t BRIDGE
BUDGET •
Q • - x712',.000
O 7 — .
A .
ti$
aJP�
hie
6 —
R<
OL11-1
Q
ra C4, •
•11s
AQ�
FR
5 -
936, o00
• 79 80 81 82 83
YEAR
C1
Q
_il g 1g ,
J
Q
Q
I
cs CO C`4 CF) g N O CO Cp C'> f
CO
>.
W > 1
�I
O
I-- CT)
W Imoc.o al.l -.
§ Ly
N 8 CV 0O ILL.1
CC
Pa
.1..t_
C31 a I� CU 11 rrI v1� .y M Cf ,.� C � C t% ell ... ,
O
CC
FT...)
CI I
I\!.7 e-1 NCO ��-t ��..�7' .ff oo O l',.. O „ { fc`.��
w
LIN
o
•
a Z z 'IC • CC c- W' Lt., E ¢ s
W 8
8op
x X X •
+. V U U O
d
•
CC 8 6 a a
•
*
f- q
v
•
Q 4:F.•..
W
CC
•
•
•
LJ
= ` LL M ^J N N CV N CI N N
S
rn x �r\
WG CO O - N•
•
ri O
Q
--I
•
•
a
O
� H
I
W: CL• > H •
Q z
•
•
# .:
COO
O O) -O O
C-J -, •.
r-1 O
V3 fY1. L11 C:O
.-1 •
rH
•
T ,,--.
I-
J .-. LL. M C'.!
= O v
O
LSI
s
U
C,O -
s
O
H
U Zr-.
= H - L.'1 t1'1
c� rn
wLL,G, J
•
.
U
Q
O
0-I1 C-I
Lf1
O{ HCC ICO
VJ .
O
I--
•
•
•%-
a LO..
CC !
LL
•
r-1 M
O M '-1
•
CO
CC PU C] Pq
O O O_ O O O
Cl) O O O O O O
ri •.. N CO
4
cA e.
CL a � O
O LIl O O O
_
Ill O
Y O r -I � N Lil
U I - CV
v
LU
J
A
w s_ •
4 [ CO v CV Lfl CO S N
�1t+ a � M
Q { .-. co O O. O a
Q - co O O O a
o LL J-' O a O O O
U
L\
Crt
1— I co M M `r-I`MI—I
r
O
txl CO LIl CO
£ I >
LL 2
1 Cr) N VI
•
a
CC
LCl Gl CV Lel O
M •-. LIl a
O
U
•
>-
12.1
C
p
V) Q7 CO
Q
w
K
4
w
W
W: U'
v w
V• ) w:U-1 CO
Cwt. ..
J
Q
0• .1 O I O (0
r- N .—t W
C'f
tx
Lf1 i W
N
Q
Lit
0' O
•
c0
0 CO
1979 BRIDGE BUDGET
FUNDS
TOTAL FUNDS AVAILABLE $792,000.00
LESS FIXED EXPENSES $ 6,000.00
LESS CULVERT EXPENSES
EQUIPMENT $ 20,000.00
MATERIALS $ 20,000.00
LABOR $131,000.00 $171,000.00
REMAINING FOR BRIDGE DEPARTMENT $615,000.00
NESS BRIDGE R PAIR EXPENSES`
((ESTIMATE - 100 REPAIRS)
EQUIPMENT $ 22,000.00
MATERIALS $ 10,000.00
' LABOR $ 44,000.00 $ 76,000.00
•
REMAINING FOR BRIDGE REPLACEMENTS $539,.000.00
' CAPABILITIES
2 - 4 C'. N CREWS
ESTIMATED PRODUCTION CAPACITY OF 80 CREW WEEKS/YEAR.
FIXED LABOR Cosi- - $117,000.00
. • « i8 8 8 8 888888 .8 .888:
ri ri .--1 _ N Q
E Vr ter 49-64). Kl 6'► t.,4 ' tEr tR es b4 tl} 49- 64 U
W. W. WitY w w cc a cc w w cc Cu W
R.
% % % 6 % % ?) U U % PAR U % % (''' . '
)-
W..
pp (�
. d N M S M 00 .�-1 ri M CO N . • -1 co 0 cc cc
- - - ^ W..
W
(,) .-. 8 N ' W
d X -J '- O K1 .t S M M M M M M M -4- M M L , z
vJ 02 U.
D_ y
CD
w w 1 _CZ)
® J �_ _
•
1 II
a 0 W W W W W r W LLI W 1.11 p p g o Q
as 0] z . >- >- >- >- >- >- >- r} .p- Z z 2 W h
LC
T.
3
i . i Cl r. 00 st s M N CD Cpl O0 O.. V
NI— 1 z
. pppp Q �r O
La (L(Y�C!��1 . n ^� Cff���I ^ OC]'1 �vM G� �OCA'r 0�.. p�j td t�.7 (�
X88 V a � R • #
,
0 .--I N M -o- Lc\ LD r•-.. 00 O •� N M �i
o
O_
•
Trial #1 •
3 - S.O.S. PROJECTS BY CONTRACT - 54/13A, 17/50A, 27/623 $213,000.00
- PROJECT By COUNTY CONTRACT - 58/47A $103,000.00
4-6 PROJECTS BY COUNTY FORCES $226;000.00
TOTAL $539,000.00
DISADVANTAGE: 40% CAPACITY OF COUNTY FORCES
ADVANTAGE: RECIEVE $379,000.00 IN FEDERAL FUNDS
°PTIOrI #2
3 - S.O.S. PROJECTS By CONTRACT - 54/3A, 17/50A, 27/62A $213,000:00
8-10 PROJECTS BY COUNTY FORCES $326,000.00
TOTAL $539;000:00
DISADVANTAGE: 58/47A BY COUNTY FORCES
66% CAPACITY OF COUNTY FORCES
VANTAGE: RECIEVE $379,000.00 IN FEDERAL FUNDS
OPTION #3 (APPROVED)
2 - S.O.S. PROJECTS BY CONTRACT - 54/13A, 17/50A $1SS,000,00
1 - PROJECT BY COUNTY CONTRACT - 58/4'•7A $1OJ,OOD.OO
14-16 PROJECTS BY COuuIY FORCES $381,000.00
TOTAL $639,0J0.!0
LESS AVAILABLE• - $539,000.00
CONTINGENCY $100,000.00
DISADVANTAGE: /5', CAPACITY OF COUNTY FORCES
ADVANTAGE: RECIEVE $222,000.00 IN FEDERAL FUNDS IN 1979' .
RECIEVE $157,0(0.00 IN FEDERAL FUNDS IN 1930
• 58/47A COMPLETED BY CONTRACT
OPTI tt f
S.O.S. PROJECTS $003,000,00
1 - PROJECT (58/47A) BY Coumx CONTRACT $100,000.00
18-20 PROJECTS .BY COUNTY FORCES (W.fO
TOTAL $539400.03
DISADVANTAGE: LOSE X2,000.00 IN FEDERAL FUNDS
3 - S.O.S. PROJECTS DELAYED
ADVANTAGE: 93% CAPACITY OF COUNTY FORCES
OPTIO"' #15'
3 - S.O.S. PROJECTS BY CONTRACT - 54/13A., 17/50A, 27/63 $2135,000.00
1 - PROJECT BY COUNTY CONTRACT - S$/47A 5,100,000.00
20-22 PROJECTS BY COUNTY FORCES $479, .c70
• TOTAL $797,003.00
ftss AvAILasEE' - $539;010.410,
CONTINGENCY $253,000.(3(}
DISADVANTAGE: REDUCE CONTINGENCY FUND
ADVANTAGE: RECIEVE $379,000.00 IN FEDERAL FUNDS
ALL S.O.S. PROJECTS COMPLETED
58/47A COMPLETED BY CONTRACT
10(11. CAPACITY OF COUNTY FORCES
a
• 1979 EQUIPMENT PROCUREMENT PLAN
TIDING PRIORITY ITEM COST RESOURC
® E
BUY OUTRIGHT
1 3 TRACTORS $150,000. $350,000.
NOW 2 3 PICKUPS 15,000. BUDGETED
3 3 SEMI-DUMPS 195,000.
350,000. .
A BT FINANCING •
NOW 4 4 GRADERS 204,534 CONTINGENCY
24 MONTHS CAPITAL OUTLAY
IGA ADDIT.IOflAL CASH
5 2 SEMI-DUMPS 130,000. ADDED FUND
• FEB 6 1 35 T ROLLER 25,000. BALANCE OF
1.979 7 s/p S.F. ROLLER 44,000*. IGA
* INCL. TRADE • $109,000
$200,000.
TOTAL 763,534.
ROAD MID BRIDGE
CONTINUOUS REPLACEMENT. COSTS
FLEET MILES/ LIFE/ REPLACE/ COST INCL., COST/
YEAR MILE YEAR TRADE YEAR
15 TANDEMS 750,000 250,000 3 47,000 141,000
5 BELLY DUMPS 250,000 250,000 1 59,000 59,000
5 SEMI DUMPS 250,000 250,000 1 42,000 42,000
30 PICKUPS 720,000 60,000 ' ` 12 3,000 36,000
. HOURS/ LIFE
YEAR
48 GRADERS 67,200 16,800 4 60,000 240,000
6 FRONT END
LOADERS 8,400 16,800 .5 105,000 52,500
6 DOZERS 8,400 16,800 - .5 130„000 65,:000
• 4 BACKHOES 2,000 4,000 . .5 20,000 10,090
SUPPORT EQUIP
(ROLLERS, ASPHALT
MACHINERY, CRUSHER, 2OO,000
TRAILERS, ETC. )
845,000
•
•
•
•
RESOLUTION
RE: CANCELLATION OF CERTAIN ROAD PROJECTS FOR 1979.
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
• WHEREAS, the Director of Finance and Administrative Services
has informed the Board of County Commissioners that if certain
road projects are completed, the road and bridge budget for 1979
will be exceeded by approximately $250,000.00, and
WHEREAS, the County Engineer and the Director of Finance
and Administrative Services have -recommended that the following
1979 road projects be cancelled.
1. Eight (8) miles of overlay on Weld County Road 44
2. One (1) mile of overlay on Weld County Road 59
3. Two (2) miles of overlay on Weld County Road 7.
4. Seven and one-half (7h) miles of overlay on Weld
County Road 23
5. Six and one-half (6h) miles of chip and seal on
Weld County Road 100.
•
WHEREAS, the Board of County Commissioners deems it advisable
and in the best interest of Weld County to cancel the hereinabove
stated road projects.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the 1979 road projects
as stated above be, and hereby are, cancelled.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 29th day of
August, A.D., 1979.
‘1110RhAV t r1 BOARD OF COUNTY COMMISSIONERS
ATTEST: LD COUNTY, COLORADO
Weld County Clerk and Recorder (144 (Aye)
and Clerk to the Boar - Norman Carlson, Chairman
BY: �.� v i2 /S/1/ivr �tt / (Aye)
ty, County Clerc L Dunbar
P O AS TO F RM: �f �/ (Aye)
C. W. Kirby /
. ounty Attorney 110.,AA cp. (No)
and L. Roe
0 ,4,41,(Aye)
S e K. St inmark
DATE PRESENTED: SEPTEMBER 5, 1979
• * ROAD AND BRIDGE BUDGET f
1979
CANCELLATION OF PROJECTS
RESOURCES:
1/1/79 Fund Balance $ 659,247
1979 Revenue 5,523,296
Salary Savings Adjustment 90,440
TOTAL $ 6,272,983
EXPENDITURES:
Administration/Engineering $ 676,926
Bridge & Culvert 1 ,016,183
Construction 2,541 ,163
Grader 1 ,156,842
Traffic 230,591
Easements & Right of Ways 5,135
Capital Outlay 124,039
Municipalities 522,104
TOTAL $ 6,272,983
12/31/79 Fund Balance -0-
* * * * * * * * * * * * * * * * * * * * * * * * * *
Impacts: Causing Cancellation of Projects Totalling $250,000:
Revenues: •
Highway Users Tax $( 80,000) Negative
Negative
Moving Permits ( 38,000) Negative
Fund Balance 186,279 Positive
Costs:
Fuel/Asphalt/IGA $(200,000) Negative
Road 13 ( 58,000) Negative
Nineth Street ( 12,000) Negative
Road 392 ( 50,000) Negative
1979
ROAD PROJECTS CANCELLED
OVERLAY:
ROAD MILES
•
44 8
59 1
7 2
23 71
•
CHIP & SEAL:
ROAD MILES
100
•
•
•
•
•
•
•
RESOLUTION
RE: APPROVAL OF SNOW REMOVAL PLAN FOR WELD COUNTY, COLORADO
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, the Weld County Department of Engineering Services
has prepared a snow removal plan for Weld County, Colorado, and
WHEREAS, said snow removal plan has been presented to the
Board of County Commissioners for approval, and
WHEREAS, the Board of County Commissioners has studied the
snow removal plan as presented by the Weld County Engineer and
deems it to be in the best interests of Weld County to approve
said plan.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the snow removal plan
as presented by the Weld County Engineer be, and hereby is,
approved.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 26th day of
November, A.D. , 1980.
BOARD OF COUNTY ,COMMISSIONERS
ATTEST: i' LL4- !2 .1- • WELD COUNTY, COLORADO
Weld County CIerk and Recorder (Aye)
and k to the Boar C. W. Ki11-4-*
( irman
By:
/ g (Aye)
-'Ceputy County Clerk Leonard L. Roe, Pro-Tem
PRO AS TO ORM: C l N rim - (Aye)
� Norman Carlson
County Attorney (A e)
Du ar
•
ne K. Stei rk
,C 4(3. i`'h 'J 6O DATE PRESENTED: DECEMBER 1, 1980
f'Y EmoRAnD m
hiDeTo Weld County Commissioners Ome November 21, 19R0
COLORADO From wayne$. Smyth. Director of Engineering
sub : Snow Removal Plan
The attached snow removal plans A and B have been discussed at a previous
work session and the suggestions made by the Commissioners have been in-
corporated therein. It is recommended that this plan be approved by
resolution and distributed as indicated thereon.
wn
yt
Director of Engineering
WSS:sad
cc: Weld County Attorney
Clerk to the Board
WELD COUP DEPARTMENT OF ENGINEERIN,SERVICES
SNOW REMOVAL PLAN A
I . ASSUMPTION
Accumulation of snow can be cleared in a timely manner with available equipment
and personnel .
II . OBJECTIVES
To clear of snow and maintain clear and safe for the travelling public all Weld
County roads as a result of snow storms.
III . PRIORITIES
Roads will be cleared in the following order of priority:
A. Emergencies involving human life and safety.
B. National Defense (Air Force Missile Site access roads).
C. Essential dairy-livestock access roads.
D. Main arterial roads.
E. School bus routes.
F. Mail delivery routes.
G. Remaining collector roads (including subdivisions and unincorporated
towns).
IV . PERSONNEL-EQUIPMENT
The following personnel and equipment resources are available to be employed in
Weld County Snow Removal Operations:
EQUIPMENT OPERATORS
•
29 Motorgraders with V-plow (primary) Maintenance
6 Motorgraders with V-plow (reserve) Maintenance
4 Motorgraders with V-plow (construction) Production
6 Front-end loaders with bucket or V-plow Production
6 Tandem axle dump trucks with front plow Production
4 Cinder trucks with spreaders Maintenance Support
4 Dozers Production
V. COMMAND AND CONTROL
A. Will be exercised through the following chain of authority:
Board. of Weld County Commissioners
Director of Engineering Services
Operations Manager
Head, Maintenance Section
B. Control of operations will be exercised at the Operations office- and -radio -
room (snow. desk) at the Weld County Shop Complex, 1500 Second Street, Greeley,
Colorado. Communications with regional supervisors and operators will be'
primarily by high and low band radio. The Operations Manager will be in
Page 1 - 11-80
charge of all isie removal operations and will illiff the operations office
as necessary t arry out operations efficientl
C. All incoming callsregarding snow removal or emergencies will be routed to the
snow desk, 356-4000 X-777, from the communications switch board, unless a
specific person is asked for.
VI . OPERATIONS
•
A. Individual grader operators in zones 1-20 are responsible for knowing the
priority of clearing the roads within their zones, as assigned by their
supervisors. When snow accumulations warrant,according to priority, .indivdual
operators will take independent action to start clearing 'within their zones
as early as practicable.
B. The snow desk will be manned as soon as determined necessary by the Operations
Manager or higher authority. The first supervisor to reach the snow desk will
assume charge immediately by making radio contact with all possible units in
the field and determining their status, and will direct operations in accordance
with the priorities established herein. As additional equipment and personnel
are needed, they will be called into service at the direction of the Operations
Manager or higher authority.
C. If weather. information is available or operations are otherwise anticipated
the, day before, the Operations Manager will direct specific operators to be
at work and ready to commence plowing as soon as practicable on the following
day. If more than two (2) days of continuous operations are anticipated, no
operator will work more than (12) hours in a day without approval of. the'
Operations Manager or Director of Engineering Services.
D. Status of all snow removal operations will be maintained by the Maintenance
Section Head at the snow desk as long as required. Reports to higher authority
will be made as directed by the Director of Engineering Services. Regional
'supervisors will deploy to the field as directed and remain in the area of
their units, unless'.btherwise'directed.
E. Plow operators are directed that the first priority is to get the roads cleared
as fast as possible, emergencies excepted. Operators are authorized to stop
and assist disabled or stuck vehicles only if it is necessary to clear the
road or if life or health is in danger. Requests for assistance from stranded
vehicles not involving an emergency will be radioed into the snow desk dispatcher
who will attempt to obtain assistance for the stranded party.
F. If an abandoned vehicle blocking the roadway is encountered, the operator
coming upon it will radio in the location and description to the dispatcher
and will attempt to move the vehicle as carefully as possible. If the
vehicle cannot be moved or cannot be moved without damaging it, the operator
will request instructions from his supervisor. No private roads or driveways
will be cleared by County equipment unless directed by higher authority or
requested by the school district. In the absence of instructions, the operator
will use his best judgement.
G. Plow trucks will be used only on paved roads and will be assigned routes or
zones as dictated by the distribution of snow in the County. Cinder trucks `
will be dispatched as necessary by the Maintenance Section Head or the Maintenance
Support Branch Head to predetermined locations.
Page 2 11-80
•
H. Back-up suppormill be furnished as necessary IlDthe Equipment Services
Division and tNOWBridge Section to maintain and repair snow removal equipment.
Personnel from these divisions will be on stand-by or on duty as directed by
by Director of Engineering Services. First priority will go to maintenance
and repair of snow removal equipment.
I. Nothing in this plan is intended to preclude an employee from acting and
using his best judgement in the absence of directions from higher authority.
VII . PLANNING AND PREPARATION
A. All supervisors of units providing snow removal are responsible for ensuring
that their equipment is ready and that their personnel are briefed on their
duties. Prior to the first snow, each piece of equipment will be checked out
with its plow to ensure readiness. All other equipment, such as tire and
tow chains, flares, priority route maps, vehicle lights, flashlights, and
etc. , will also be checked out at this time.
B. Fuel stocks at grader sheds will be monitored by the individual lone operators
and status reported as directed by the Head of the Maintenance Section. If a
fuel delivery from a supplier is necessary, the Head of the Maintenance Section
may direct the delivery route to be cleared on a priority basis.
•
•
•
Page 3 11-80
WELD CO•Y DEPARTMENT OF ENGINEER* SERVICES
•
. t
SNOW REMOVAL PLAN B
I . ASSUMPTION
Accumulation of snow is too heavy too clear in a timely manner with available
County equipment and personnel.
II . OBJECTIVES
To clear snow and maintain clear and safe for the travelling public all Weld
County roads as a result of snow storms.
III . PRIORITIES
See PLAN A, Section III
IV . PERSONNEL-EQUIPMENT
A. In addition to County resources referred to in Plan A, Section IV, the
County will utilize, as funds are available, the resources of local
contractors, including, but not limited to the following: •
Bestway Paving, Greeley -
Bucklen Equipment, Greeley
Flatiron Paving, Greeley
Marick, Grover
Don Mais, Stoneham
Melvin Geib, Pierce
B. These and any other contractors will work where ever assigned, but will
be primarily on high-priority roads. Equipment supplied by contractor
will be with operator and his own fuel support, if available. The type
of equipment will be specified by the Operations Manager, but will normally
be motorgraders or front-end loaders.
V . AUTHORIZATION FOR CONTRACT
A. Upon recommendation by the Director of Engineering Services and approval by
the Board of Commissioners, the Director of Engineering Services will contact
available contractors in the area of need and obtain the necessary contractor
equipment and personnel to augment the County work forces. In case of
emergency, and the Board of Commissioners cannot be reached for decision, the
Director of Engineering Services will obtain whatever contract support he
deems necessary and will notify the Chairman of the Board and other Commissioners
as soon as possible of the action he has taken.
B. The Director of Engineering Services will negotiate a fair and equitable
equipment rate with each contractor, but in no case will it exceed the maximum
rates set by the most recent edition of the Colorado Department of Highways,
"Equipment Rental Rate Schedule".
Page 4 11-80
VI; COMMAND AND COOL
. : Control of contractor equipment will be exercised the same as in Section V,
Plan A, that is through the snow desk. The Operations Manager will coordinate
and control the efforts of all contractor equipment.
•
VII . OPERATIONS
•
A. County and contractor work forces will be employed so as to maximize the
efficiency of the snow removal operation. Contractor equipment will be
paired off where ever possible to compliment County equipment and to take
advantage of County radio control.
B. As soon as it is apparent that the County forces can handle the remaining;
snow removal on a timely basis, the Director of Engineering will terminate
the contractor operations.
C. The Operations Manager will ensure that careful records are kept on all
contractor time and equipment on the job in order to validate later invoices .
submitted for payment. If a contractor requires fuel from County supplies,
the Operations Manager will ensure that the issue ticket is signed by the
contractor's operator.
•
D. Contractor's will submit invoices to the Department of Engineering for
validation of time and charges.
VIII . SUBDIVISIONS
A. If funds are available the Board of Weld County Commissioners may contract
out snow removal in certain subdivisions in the County. If this is done,
all personnel concerned will be notified as to which subdivisions to clear
and which will be done by contract.
B. Sudivision clearing by contract will not be accomplished unless it is
determined that subdivision streets cannot be cleared in a timely manner
by County equipment. Separate yearly contracts for subdivision snow
removal will be executed by the Board of Weld County Commissioners, and will
be utilized as funds are available. If contractors are not used, sudivision
streets will be cleared by County equipment in accordance with the priority
established herein.
IX . PLANNING AND PREPARATION
The Director of Engineering Services will maintain lists of available contractors
and their equipment for use in emergency Snow removal. Insofar as possible, the
listing will contain the contractors rates of labor, equipment and overhead.
DISTRIBUTION:
Weld County Commissioners Weld County Road and, Bridge Supervisors
Director of Finance Director of Engineering Services
Director of Communications Weld County Grader,Operators
Director of Planning Buildings and Grounds-
Schedule Coordinator Public Works Director, Greeley
School Districts Incorporated Towns
Warren Air Force Base Colorado Department of Highways, Region IV
Contractors
Pa9e 5 11-80'
RESOLUTION
RE: DIRECTING CERTIFICATION OF GENERAL HIGHWAY MAPS OF WELD COUNTY
AS OF JANUARY 1, 1981 AND AUTHORIZATION FOR THE BOARD OF COUNTY
COMMISSIONERS TO CERTIFY AS TO ACCURACY.
WHEREAS, the Board of County c'nmnissioners of Weld County, Colorado,
pursuant to Colorado statute and the Weld County Hare Rule Charter, is vested with
the authority of administering the affairs of Weld County, Colorado, and
WHEREAS, Section 43-4-207(2)(b), CRS 1973, as amended, provides for the
formula for the County allocation of the Highway Users Tax Fund, and
WHEREAS, the Weld County Engineer has prepared general highway maps of
Weld County, Colorado dated January 1, 1980 which cotstvtly reflects the County
Road System as of January 1, 1981, and
WHEREAS, the Board of County Commissioners of Weld County, Colorado
desires to certify the said general highway maps of Weld County, Colorado re- '
flecting the County Road System effective January 1, 1981 to the Department of
Highways, Division of Transportation Planning, Planning Support Branch, 4201
East Arkansas Avenue, Denver, Colorado 80222, as required by statute. .
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners
of Weld County, Colorado that said Board sign the attached Certification showing
the general highway maps of Weld County, Colorado effective January 1, 1981.
The above and foregoing Resolution was, on motion duly made and seconded,
adopted by the following vote on the llth day of March, A.D., 1981.
�.y� BOARD OF COUNTY COMMISSIONERS
ArmsT:/'j 4ecAtewitz;;;, VELD COUNTY,
Weld County Clerk and Recorder �
and Clerk to the Bo d chtirck CarlsonO` aaixman
(Z BY: A -,.Arid L' J\! hit A 1. ABSENT
_./Deputy County Clerk - \ Norman Carlson, Pro-Tem
ABSENT
APPRI6 AS 10 FORM: C.W. Kirby
County Attorney T. Martin
e K. St inrark
`r v
DATE PRESENTED: MARCH 11, 1981
• CC
8 88 i8 8 48
0
rl gal a v a ,1 a C r a ca
S2 V1 .fl A ,a C�7 .0 ,4 ett §
i... 2 i Q-i � i a a- o�i" o $ �i •
saimoIs3o
sruvu X s
= DNVN91,+vw ci ci c3 d 0 CU 0 ci
S3NV7 JO
_
_ 839WfN N NN N N .'N N N
H1OIM c°i. A A A A rQi A
co 39V38fIS
0 in 0 0 0 0 0 0 u?
Li H19N31; e-1 14 oi - rf r-1. .. -N N 4
3€MI o o o oowwo
at 33VJHQS
W Hco
211 1.5 ig ig .23 ..- 2 a a z
CC 5ED
lit Q $ $ $ W` as fL ! r-I -rt..
Q O N rc. W i m_ °-t.Q W Q! O = 00 Sr rf 1-� O `=¢i" a',2y —
y z V �+ +"O V. N � 12 '0
� 'O al'
@-U] .s
iss 2 p fII Rl
C co = G p u In LO :. 'O �; at:.co csN '"M :.
- LLK��..
Z C
o 4- CO CORZ� C $ 6 U p (Z
0
c ' w ci k e;
g-4, Lei R:c9, $8 ig&ri
W
m
Za
O
CO t=i
3; $ W 1 I I I i I 1 1
p Q W Cr) cO 0) CO CO CO CO 0
_ m = TS
CC Ceis 12C 5 a : . C a +
W
CO W
a z § M � Cr) O m §'o _ 0 0 14 Sol
c z 8 8 8 8 _ $:. 8 8 $
Z A ..444. CC
W W rl N ... r-f rl W W .
N CD m4 Fit co
.' m...
d „p ._
I cm CM
OC el
0
W
t 6 C r-4
a - CD .
Z. 0 rI Z S~ C K C.: C ❑ 'iFC
'�'. - C O O - -O 0.- O O O-.Et; Ez S ! C __I
w 'M ‘H CH._. „et
W W
Q '' COv iO Am M� 8O U _ C08 CCU
ro
n;
z
^n 3 Hzes ear
Z .Y.. .O:'24..E.
•
m µ O:C a
- O n.:.-'
PsCO
g.. m _,—
-`�..
D.. Q
2 > Z
2 c o
z z
CD 3 C;
mW x
T
y co
w
m D b
4
W -0 ce-
c 32
W � Z
m
m
a g
o, . .
bt> ¢ c'=
m z-
A
en
4.
a co
�N D C
a
_
ref 1
SURFACE
TYPE
EN6TH
o -
SURFACE as
WIDTH
NUMBER = -
[v OF LANES
A ` M A 11BWC
. STATUS
to < SYSTEM
DESCC I4A11011
•
ro x .
_ m
e I
t State of Colorado
Department of Highw
'Transportation Planning Division •
DOH Form No. 503
Revised December, 1978
ROAD SUPERVISOR
As Required By
Colorado Statutes 120-13-11
The County Commissioners of Weld County act as road super-
visors, as permitted by the statutes, for all roads constituting the.County
Road-System.
Yes No % (Check One)
If the answer is no to the above, the number, name, and nailing address of the
person (or personsT appointed as Road Supervisor shall be indicated beiow:
Number of road supervisors 1 Office Telephone
1. Name Weld County Engineering-Dept. 356-400O. X-750
Office Address 915 10th St. #301
City Greeley
2. Name
Office Address
City
3. Name
Office Address
City
Done at Greeley ,' Colorado this ' 11th day of _ March ,
19 81 .
Wayne S. Smyth
Director of Enezneerina
Title',
RETURN TO: DEPARTMENT OF HIGHWAYS, DIVISION OF TRANSPORTATION PLANNING, PLANNING
SUPPORT BRANCH, 4201 East Arkansas Avenue, Denver, CO 80222
Planning Support Bran
Worksheet No. (02243).
Revised December, 1980
CERTIFICATION
I hereby certify that the General Highway Maps of" Weld
County, dated January I, 1980 plus any changes to these maps, as indicated
on Appendix A, attached herewith, are a complete, true, and accurate
accounting of the county road system in Weld. County,.
as of January 1, 1981.
I also certify that, unless otherwise noted, the system of roads accounted for
has been accepted by Weld County as a part of its road
system and was maintained in 1980 in accordance with CRS 1973-43-4-207(2)(b).
It is understood that roads not county:._maintained may still be declared a
part of the county road system, although the mileage of these non-maintained
roads is ineligible for Highway Users Tax Fund allocations.
Certified by
We}d- County Commissioners
Done at Greeley , Colorado
this Iith day of March ; 19,:81 • -
ATTEST •
Aeputy County Clerk
t
RESOLUTION
RE: APPROVAL OF AGREEMENT BETWEEN WELD COUNTY, COLORADO AND RALPH
L. FINCH CONCERNING INSPECTION OF COUNTY ROADS
WHEREAS, the Board of County Commissioners of Weld County,
Colorado, pursuant to Colorado statute and the Weld County Home
Rule Charter, is vested with the authority of administering the
affairs of Weld County, Colorado, and
WHEREAS, an agreement between Weld County and Ralph L. Finch
has been presented to the Board of County Commissioners, whereby
Ralph Finch will physically inspect Weld County roads for condi-
tion, evaluate for repair and maintenance alternatives, and report
to the Weld County Director of Engineering the results of such
inspections and evaluation, and
WHEREAS, the term of the agreement shall be from March 16,
1981 through June 16, 1981 and the rate of compensation shall
be $15.00 per hour, the total sum paid by the County to Ralph
Finch shall not exceed $4,500.00, and
WHEREAS, the Board of County Commissioners, after studying -
said agreement, deems it advisable to approve the same.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Com-
missioners of Weld County, Colorado that the agreement between
Weld County and Ralph L. Pinch for the above described services
be, and hereby is, approved.
The above and foregoing Resolution was, on motion duly made
and seconded, adopted by the following vote on the 16th day of
March, A.D. ,D/' 1981.�J
ATTEST: �• IG &t y,1 BOARD OF COUNTY COMMISSIONERS
Q �+F" WELD COUNTY,:C .ORkDO
Weld County Clerk and Recorder C - , ,-- (Aye)
and Clerk to the Board C cit.,-
Carl , Chairman
By: t/C4---25,--v 7,-/7 `I ;1 (Aye)A.A.
Deputy County/Clerk Norman Carlson, Pro-Tem
�D AS TO FORM:Cirateec (ABSENT)
C. W Kirby
D
County Attorney (A e)
T. Ma n
e)`
e K. einmark
DATE PRESENTED: MARCH 18, 1981
No. 0011
COUNTY OF WELD, STATE OF COLORADO
STANDARD AGREEMENT •
THIS AGREEMENT„made and entered into this 16th day of -March A ',` 19 81 ,
by and between the COUNTY OF WELD, State of^l;a6rado,, hereinafter'called'the
County, and
Ralph L. Finch,-1821 24th Avenue Court, Greeley, Colorado__ 80631' ,
hereinafter called the Contractor.
WITNESSETH: That the Contractor for and in consideration of the covenants,
conditions, agreements, and stipulations of the -County-rhereinafter expressed,
does hereby agree to furnish to the County services'an4<materials-, as follows,
and/or as described on exhibits attached to and incorporated herein
(Set forth service..to be rendered by Contractor,C County Department receiving•
service, Contractor's qualifications, and additional provisions incorporated.)
Contractor will:physically inspect for condition, evaluate'forrepair:=and
maintenance alternatives, and report to the Weld County:Director''of engineering
the results such,inspection and evaluation on format to be provided by the
Engineering office.
The County will furnish for the Contractor's use--a.vehicle_forthe inspection,
office space, if necessary, and secretarial service,'if necessary: The County
will also furnish all forms and will provide orientation-to tbe-Contractor in
• the manner in which the survey is to be conducted
The Contractor will keep daily reports on the road segments inspected as well
as hours.worked.;
CONTRACT PERIOD will be from March 16, 1981 through ,June,` 16, 1981
COMPENSATION: County agrees to pay Contractor for services performed hereunder
at a rate of $ 15.00 _ per hour and/or
The total amount paid by County to Contractor under this=`agteeuent'shall not
exceed the sum of $ 4,500.00
ADDITIONAL PROVISIONS set forth on the reverse s;dchereof constitute a part
of this agreement.
IN WITNESS WHEREOF, the parties hereto have executed'thisagreement as of the
day and year first above written.
• COUNTY 0 D CONTRACTOR
By <is
C . rman, oard o Count ... ' __. .- _
Commissioners By
•
Title
pprov T
D' ec o o n nce
Administration \
ADDITIONAL PROVISIONS
1. Contractor agrees that it is an independent Contractor and that its officers
and employeesddo not become employees_of County:nor are they -entitled to`any
employees benefits.as. County employees' as a result of`.the execution ,of- this
agreement.
2. Contractor sha,ll ;indemnify. County,. its :officers and employees against lia-
bility for injury or damage caused by any negligent act or omission -of'any
of its employees or volunteers or agents in the performance of this agree
meat-and shall hold County harmless from- any loss occasioned asa result
of-the performance of this contract by Contractor. . The)'Contractor shall'
provide necessary workman's compensation insurance at own cost
and expense.
3. No officer, member or employee of County and:no member of their governing
bodies shall have any pecuniary interest, ,direct or indirect, in this' agree-
ment or the proceeds thereof. No employee of Contractor nor any member of
an employee's'family shall serve on a'County boardomnittee 'or hold any
such position which either by rule, practice or action nominates,=reconmends,
supervises Contractor's operations, or -authorizes funding-to' Contractor_
4. Contractor may not assign or transfer this agreement, any interest therein
or claim thereunder without the prior written approval-of County.
5. Payment to Contractor wilt be made-only'upon presentatrion of a-proper claim
by Contractor subject to ;the.approval of the County: Department or Agency
for which the services have been performed. 1
6. County shall have access to Contractor's financial records for-purposestof
audit. Such records shall be complete and available for audit 90 days after
final payment hereunder and shall be retained and available for audit pur-
poses for five years after final payment hereunder.
7,. County may terminate this agreement at any time by giving Contractor a ten
day written-.notice-of such -sooner-.termination-and-maybe-terminated at any
time without-;notice upon a material breach of .the'terms•of this agreement;
by Contractor.
•
8. Time is of the essence in each and all the provisions of this agreement.
9. No alteration or variation of the terms of this agreement shall be. valid
unless made in writing and signed by the parties hereto:
10. Contractor._shall not be allowed'or paid travel expenses unless'set -forth in
this agreement.
11 . Contractor;assures that it:will comply-with Title 'VI of- the' Civil Rights '•
Act of 1964 and that no person shall , on the grounds of race,;creed, 'color,
sex or national origin be excluded from participation in, be denied the
benefits of, or be otherwise subjected ;to discrimination under thisagree-
ment.
4111
12. County shall have a royalty-free, non-exclusive, and irrevocable license to
reproduce, publish, use,,and Ito authorize others to do so, all original
computer programs, writing sounds recordings,.pictorial reproductions, draw-
ings and other'works of similar'nature produced7i the'course' oforinider
this agreement; and Contractoi.shall not publish any such material without
prior written consent of 'County.
13. Contractor agrees that determinations of rights to inventions made in the
course of or under this agreement shall be made by County, and that County
shall acquire'an .irrevocable,, non-exclusive, and royalty-free license to
practice and use, and let any public agency practice and use,_any such ,,
invention. `�
L
1 US DEPARTMENT OF TRANSPORTATION(.
FRDCRALW NIRAY ASONISTRATION JUL 2 `� 1984
J
P XLi
{ INSPECTION REPORT (mazy,
REGION NO. REPORT ON Plan-in-hand inspection =mom
16 Missile Bpse Roads. Weld County ' rnFn
OATL Or INSPECTION INSPECTION MADE BY Bob Warren, Joe ! ° �xo.
6/28/84 Dan Clark. and 1 lnvd Gruhn , <li Co nm-An 3nnMa\
IN COMPANY nTN
SPP 1 ict Relnw
aiNiAwa
{ The inspection party met at the Texaco station in New Rayner. The following
were in attendance:
Weld County
Chuck Carlson, County Commissioner
Dave Becker, Road and Bridge Manager
Warren Air Force Base
Robert D. Herb, Chief Missile Engineer
Frederick G. Hansen, Missile Engineer
Federal Highway Administration (FHWA)-Central Direct Federal Division (CDFD)
tob Warren, Planning and Coordination Engineer
Joe Clem, Materials Engineer
D. J. Clark, Contract Administration Technician
Lloyd Gruhn, Assistant Area Design Engineer
After a brief, general discussion the inspection party began its onsite
inspection beginning with Road 9. The length of Road 9 was found to be 3.34
miles and the average width was 24 feet. The party then proceeded to Road
{ 6. The length of Road 6 was found to be 10.40 miles, but, the average width
was 24 feet. The 1/4 mile south from site 0-3 to the section line was noted
to be in a distressed condition. The plan-in-hand proposal was for all of
Road 6 to receive a surfacing of a different gradation. Visual inspection ... _
did not confirm this. A plan to recondition the distressed portion only and
use the same gradation throughout was proposed, but decision was deferred
until all roads were inspected.
The next road was Road 5. The width was found to be 24 feet and the length7.45 miles.
The party then proceeded to Road 3. The width was verified to be 24 feet and
the length measured 8.03 miles. However, a portion of this road was found to
be in excellent condition and not in need of more surfacing at this time.
The balance of the road showed spots of severe distress. After some
discussion, an agreement was reached to drop a Portion of the road, but
recondition the remainder. At this time, it was agreed to also recondition
the 1/4 mile Road 6 mentioned earlier. This would eliminate the need for two
gradations of gravel surfacing. The length of Road 3 to be reconditioned and
surfaced was determined to be 3.57 miles.
gild al There followed a general discussion during which the county was informed of
h need for immediate apprva of thegplans and them a A to forward a
. Te ter of approva subject to the canes agr�ea tr 9,the inspection.
�+r�y .3apy,
2
APPROVED FOR DISTRIBUTION
47/151
arry . e Da
Project Development Engineer
DISTRIBUTION
Weld County
Chuck Carlson, County Commissioner
Warren Air Force Base
Frederick G. Hansen, Missile Engineer
Federal Highway Administration (FHWA)-Central Direct Federal Division (CDFD)
Bob Warren, Planning and Coordination Engineer, CDFD, Denver
Charles Houser, Construction Engineer, CDFD, Denver
Joe Clem, Materials Engineer, CDFD, Denver
Area Design 3, CDFD, Denver
TO CREATE AN ENGINEERING DEPARTMENT:
WHEREAS, it is now apparent to said Board of County Commissioners, Weld
County, Colorado, that there is an urgent need for the creation of an Engineering Depart-
ment for the purpose of establishing accurate section corners, filing, said finding in
the office of the County Commissioners intact for the use of the general public; and
WHEREAS, the Board believes it is to the best interests of the County to
create said Engineering Department for the aforementioned purposes.
NOW, THEREFORE, BE IT RESOLVED, that the Board of County Commissioners, Weld
County, Colorado, does hereby create an Engineering Department, appropriation for same
included in the 1963 budget.
The above and foregoing resolution was, on motion duly mad e d seconded,
adopted by the following vote: /
AYESri��/-onz/ (/
CARD OF Y COMMISSION
DATED! OCTOBER 17, 1962 .S.D COUNTY, COLORADO
i?≥
•
Jr/' 32; o.
` 2oOaI
'Moe/b
• 1 0 .
ACCEPTING DEDICATION OF PERPETUAL RIGHT-OF-WAY
EAST MEMORIAL SCHOOL TRACT:
BE IT RESOLVED, by the Board of County Commissioners, Weld County,
Colorado, that they hereby accept the dedication of perpetual right-of-way over
the public roads, streets, highways, easements in behalf of the public, for the
East Memorial School Tract, being a tract of land in the Nki of Section 16,.
Township 5 North, Range 65 'Nest of the 6th P. M., more particularly described as
follows:
Commencing at a point 4.25' West of the NE corner of the NW+ of
said Sec., thence 0 9' E, a distance of 660' to a pt 3.94' W of
the E line of the N - of said Sec., thence N 89 55' W, a distance
of 660', thence N 0 10' W, a distance of 660' to the N line of said
Sec., thence S 89 55' E, a distance of 660' to the true point of
beginning, containing an area of ten (10) acres.
BE IT FURTHER RESOLVED, by the Board of County Commissioners, Weld
County, Colorado, that the accompanying plat is accepted and approved for filing,
and the public roads, streets, highways and easements thereon shown are accepted,
provided, however, that the County of Weld will not. undertake maintenance of
streets, roads and rights-of-way until they have been constructed by the sub-
divider according to specifications, and accepted by the County of Weld.
The above and foregoing resolution was, on motion duly made and seconded,
adopted by the following vote:
y ,
AYES:
THE BOARD OF COUNTY COMMISSIONERS
DATED: AUGUST 28, 1963 WELD COUNTY, COLORADO
}
MB 32: page ‘530 R&2: subd r/w
grcc / 6,
• •
• • (1 x/,11-0 C
ACCEPTING DEDICATION OF PERPETUAL RIGHT-OF-WAY
HIGH SCHOOL ADDITION, DISTRICT NO. SIX:
BE IT RESOLVED, by the Board of County Commissioners, Weld County,
Colorado, that they accept the dedication of perpetual right-of-way over
the public roads, streets, highways and easements in behalf of the public, for
the High School Addition, School District No. Six, being a tract of land in the
NE4 of Seddon 14, Township 5 North, Range 66 West of the 6th P. M., more particu-
larly described as follows:
Assuming the North line of said Section 14, Township 5 N, Range
66 W to bear North 90`00'00" West and commencing at•:the NE
corner of said Sec 14; thence S`O1°41'10" E 1,329.67' along the
East line of said Sec 14 to the true point of beginning; thence
S 01"41'10" E along the E line of said Sec 14 a distance of 1,321.55' ;
thence N 89`02'10" W a distance of 2,946.92' ; thence N 01"19'00"
W 1,270.32' ; thence N 89`58'20" E 2,936.80' to a pt on the E line of
said Sec 14 and the true pt of beginning, containing exactly
87.46 acres.
BE IT FURTHER RESOLVED, by the Board of County Commissioners, Weld
County, Colorado, that the accompanying plat is accepted and approved for filing,
and the public roads, streets, highways and easements thereon shown are accepted,
provided, however, that the County of Weld will not undertake maintenapce of
streets, roads and rights-of-way until they have been constructed by the sub-
divider according to specifications, and accepted by the County of Weld. 1.4
The above and foregoing resolution was, on motion duly made and seconded,
adopted by the following vote:
AYES:
9y� �v r
THE BOARD OF: COUNTY COMMISSIONERS
DATED: AUGUST 28, 1963 WELD COUNTY, COLORADO
MB 32: page350 R&B: subd r/w
E Xoa`� (, 3ooto £ Do/(o
_ I
ACCEPT PLAT DEDICATION
LAKEVIEW CEMETERY SECOND FILING
TOWN OF WINDSOR: •
WHEREAS, the Weld County Planning Commission has recommended to the
Board of County Commissioners, Weld County, Colorado, the approval of the plat
dedication for the Lakeview Cemetery Second Filing, Town of Windsor, said area
more particularly described as follows:
• Commencing at the northeast corner of the Northeast Quarter (NE4)
of Section 21, Township 6 North, Range 67 West ilof 6th P. M.,
Weld County, Colorado, and considering the North line of the
Northeast Quarter (NE4) of said Section 21 to bear North 88° 36' 20"
West, with all bearings contained herein relative thereto: Thence
North 88° 36' 20" West along the North line of said Section 21,
455.03 feet; Thence South 000 00' 00" East, a distance of 50.01 feet
to the True Point of Beginning; Thence South 88° 36' 20" East along
the South dedication line of State Highway Number 392, a distance of
386.01 feet; Thence South 44° 16' 00" East along existing right-of-way
line, 27.21 feet; Thence South 00° 00' 00" West along the West
• dedication line of State Highway Number 257, a distance of 306.09 feet; _
Thence North 90° 00' 00" West, 404.89 feet; Thence North 00° 00t 00"
East, 334.99 feet to the True Point of Beginning; containing 2.017 acres
and,
WHEREAS, said plat has been corrected to relieve Weld County, Colorado,
of any responsibility for the maintenance of any streets or right-of-ways within
the cemetery subdivision.
NOW, THEREFORE, BE IT RESOLVED, by the Board of County Commissioners of
Weld County, Colorado that then accompanying plat is approved for filing, however,
this approval does not constitute acceptance by the Board of County Commissioners,
• Weld County, Colorado, of any dedication to the public use of streets, highways or
easements or other property contained in this plat, nor will the, County of Weld
undertake maintenance of streets, roads, and rights-of--way within, said subdivision.
The above and foregoing resolution was, on motion duly made and
seconded, adopted by the following vote:
•
AYES:leact--2.".T. 1,9i.�, 2a�"
DATED: JUNE 29, 1966 ����
�ARD OF COMMISSIO
WELD COUNTY, COLO -
APPROVED: 40e,,,tfroada-0"---
County Attorney
•
•
6.6o03Y
APPLICATION:OF
Address clo He aeat._Se*ticAera Windsor, Colorado (Town CT �C�
Moves:by ._,7oh�a..7Aasox, . `.
introduced for s ou r
•
that th. fail '
pas age by the 7e3d Courrt PIanni O°h -°°l ion be
Y n4 Comtinisston:'
Be It Resolved ;by the Weld Coney Planning Commission that the. Subdiv2sion
Plat J 1kev3�R,CoIDPtnry '_ d
located on the following`destribed property Weld C ourtty, Ca2arado, to-witi
Located`in Ehe`Northeast`
North Ran he 6ter . M 2/4) of Sec#3oa 22, Iowashig 6
be recr ended (favorably). B
'" sinners".for. the` following reasons':'
:; to the rHoard 'of Chanty:::Cogofs
subject to.the following'
Motion seconded by ...Georg Mosier "
Votes
For Passage? Joi i apn:
George Mosier
Leopard J rtals
Pvice...Hopkizss .
The Chairman,declared the motion passed and ordered :that a certified ropy- of this`Ras- „.
dlution':be forwarded witb` the file o£"this case to he Board of.,.Ccunty:Cc*miesjoners
for further'.Proceedings.::
J. • f'' ' 4ht p 1. p$E
m.
CERTIflCATX0l'�f`C?fl :
-t):
::.. FiAz+enccee..Cutle�.....
._ . ,; � Recording $�cxetary of Ih1d County �an-
Ring Commission, do':hereby.,certify that the ;above and foregoing Resolutions is
ti
a true copy of Resolution of Planning Commission of Weld County,, Colorado, adop-
ted oR `..7ute 6., l96Ct , ,. and recorded In Book No l .Y.,= r Peg•.No
proceeidings of said Planning Commission `
Dated-this 9th,. day of Jup> , 19.46.
.f... .".-�� E Jr`.
Roco Secretary,: .. T d County Planning Comonission,
,fi
t '
i^
Telephone NELSON, HALEY, PATTERSON,.and QUIRK, INC. 2021 Clubhouse Drive
352-8077 Engineering Consultants Greeley, Colorado
80631
Date: June 24, 1966 Project No.: 6620
To: Ms1 Florence Cutler Secretary Project: Windsor Cemetery Plat
Weld County Planning Commission
Ninth Avenue 6 Ninth Street
Greeley, Colorado 80631
Gentlemen:
We are transmitting Herewith X Under Separate Cover
Tracings X Prints Specifications
Other:
For Approval X For Correction and Resubmission
Approved as Noted For Your Records
Ao. of
Copies Description or Remarks
1 tracing This plat has been corrected to relieve the County of
2 prints Weld of the responsibility for maintenance of any streets
or rights-of-way within the Cemetery Subdivision.
Very truly yours,
NELSON, HALEY, PATTERSON, and QUIRK, INC.
BY: rVatc,
Paul E. Radaschi .E.
• AGREEMENT (9.77 -
THIS AGREEMENT, made this 25th _ day of April - , 1984 , by and
between The Board of Weld County Commissioners, hereinafter called "Owner" and
Best-Way Paving Co.
doing business as Best-Way Paving Co.
• hereinafter called "Contractor".
WITNESSETH: That for and in consideration of the payments and agreements here-
inafter mentioned:
1. The Contractor will commence and complete the phased construction of
Rock Crushing Contract (New Raymer) approximately 67,500 Tons
•
2. The Contractor shall furnish all material , supplies, tools, equipment, labor
and other services necessary for the construction and completion of the Project
described herein.
3. The Contractor shall commence the work required by the Contract Documents in
accordance with the date stated in the Notice to Proceed and shall complete
the work within the time stated in the Bid Proposal unless the period for
completion is extended otherwise by the Contract Documents.
4. The Contractor agrees to perform all of the work described in the Contract
Documents and comply with the terms of therein for the sum of
Eighty-one thousand two hundred seven and 50/100 Dollars
($ 81,207:50---)
for
5. The term "Contract Documents" means and includes the following:
(A) Advertisement for Bids
(B) Information for Bidders
(C) Bid -
(D) Bid Bond
(E) Agreement
(F) General Conditions
• (G) Supplemental General Conditions
(H) Payment Bond
(I) Performance Bond -
•
(J) Notice of Award
(K) Notice to Proceed
(L) Change Order
(M) Drawings prepared by Weld County Engineering Department, numbered
of/to —, Exhibit A, B, Wilson Pit Area
4 c-A-0 -k. .
840235
(N) SpecifOtions prepared or issued by
(0) Addendum
No. 1 , dated March 28 , 19 84
No. , dated , 19---
No. , dated _ , 19
No. , dated , 19
No. , dated , 29_
No. , dated , 19
(P) Notice of Contractor's Settlement
(Q) Final Receipt and Guarantee
(R) Other
•
6. The Owner will pay the Contractor in the manner and at such time as set forth
in the General Conditions such amounts required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, adminstrators, successors, and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in seven (1, each of which
shall be deemed an original on the date first written above.
OWNER: CONTRACTOR:
The Board of Weld� County Commissioners Best-Way Paving Co.
By .�r . x ywn By
Name Jacqueline Johnson Name
(Please Type) (Please Type)
Title Chairman Nolen? Title
Address P. 0_ Box 3189
Greeley, CO 80633
•
(SEAL) • (SEAL)
ATTEST7 ATTEST:
147 nianztzt;v
Name Mary Ann Feuerstein Name
(Please Type) (Please Type)
Title County Clerk and Recorder Title
• _ a, Is ANDc_44
E AGENCY
®OU(�S �Sud�QACe
INLAND P.O. Box 80468 1301 -9th Street Greeley,Colo.80631
INSURANCE COMPANY Lincoln, Nebraska 68501 303:-356 tve3<
PERFORMANCE BOND
Approved by The American Institute of Architects _
A I.A Document No.A311 ffebrwy 1970 Edison)
BOND N AABEE_._..983365 _..._....... _.._.__....._..
KNOW ALL MEN IT THESE PRESENTS:
That BEST—WAY PAVING C4._......._ — —.—........_..__:---•-.........
-: as Principal,
hereinafter called Contractor, and INLAND INSURIINCE COMP$NX a corporation organized and existing under the laws
of the State of Nebraska.Lincoln. Hebrasb. as Suety,hereinafter called Surety,are held and firmly bawd onto
........._.___.._.._..._..*CARD OF WEL,D_ODNTY CONMISSLQN, __......_,�—_._.._
as Obligee, hereinafter called Owner, in the amoimt of...P.L..rQMIPRE.P...SF21FNTEEN:..THOISAhID._'TWO...HIIISDSED..AND..
NO/100 ------------.,—Oolbrs IS21.1,20n ^0 1.
for the payment whereof Contractor and Surety bind themselves, their heirs, executors. administrators,successors and assigns.inter and
severalty.firmly by these presents.
wants., Contractor hat by written agreement dated April 25th• 19 entered into a y4t..ct with Owner for
PROSPECT VALLEY GRAVEL. HAULING AND SPREADING
in aaadance with drawings and:peci1atians prepared by •al :------
which contract is by reference made a part
hereof,and is hereinafter referred to as the Contract.
NOW, THEREFORE. THE CONDITION OP THIS OBLIGATION is such that, if Contractor shall promptly end faithfully perform
said Contract.then this obligation shall be null and void;otherwise it shall remain in tun force and effect
The Surely hereby waives notice of any alteration or extension of time made by the Owner.
Whenever Contractor shall be,and declared by Owner to be in default under the Contract the Owner having performed Owner's obligations
thereunder,the Surety may promptly remedy the default Or shall promptly
(1) Complete the Contract in accordance with its terms and conditions,or
(2)Maim a bid or bids for co pletf the Contract in accordance with its terms and contrition. ad ape detemnotion by Surety of the low-
est responsible bidder, or, if the Now Sett. upon determination by the Dew and the Sorely pertly of the lowest respeadb" bidder,
wage for soccessiann a
ins o r ttheee e contractwtt or of coommpleton aeepad mega* tofd available n Work peruses Oven though M foe WWI be a Sao
completion less the balance of the contract price; hat rotexceedng, inferring other costs ad drama for which the.Surety wry be liable
hereuder. the anent set forth in !Mint paragraph hereof. The term latance of Me coeeact taxer: a need in this Magraph, shag
mean the total motet payable by Owner to Contractor order the Contract and say amendesmh thereto. las the mont p z ely-paid._by
Oyer to Contractor.
Any suit under this bond most be instituted before the expiration of two(2) years from the date on which 6mW printundo they"
Contract falls due. - -..
fb right an: action shad acaoe on this bond to a for the use of erg person or corporation other than the Oanaec oanedjeten or
the heirs,executors,administrates or successors of the Owner.
Sigmned sad ed thin 30th day of April . 19$4.
In the presence BEST-WAY PAVING `.-,
/ r INLAND INSURANCE 4'Q:1.ES ____.
..FGA. tG.d. �-11 ?
h mw.iBY A ep-3n ce - c ;-r. 1 - , -",..ywety
u m 116 611 840240 ��/� �lti
0
INLAND P.O. Box 80468 UNIVERSAL
INSURANCE COMPANY Lincoln, Nebraska 68501 SURETY COMPANY
LABOR AND MATERIAL PAYMENT BOND
Approved by The America lastitate of Architects
A.I.A Document No.A-311(February1970 Edition)
KNOW ALL MEN BY THESE PRESENTS: BOND NUMBER 983365
That BET—WAY PAVING CO,
as=AND INSDRANCE COMPANYPrincipal,aws
hereinafter called Principal. and a corporation organized and existing under the laws
of the State of Nebraska.tinooln, Nebradra,as Surety, hereinafter called Surety, are held and firmly bound unto
selARE OF WF4, P...COVNTY. 021115-VSIQNFRS
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of
TWO $VNDRED SEVENTEEN TBO?EAND..TWO..8T,>8D.AND.NO/100—,.0olbs$217a200.00—)
fce the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally,firmly by these presents.
•
WHEREAS,Principal has by written agreement dated April 25th,., 19...4 entered into a contract with Owner for
PROSPECT VALLEY GRAVE[. HATJLING MD SPREADING
in accordance with drawings and specifications prepared by
(here Insert fun cone,tine and addnss)
which contract is by reference made a part
hereof,and is hereinafter referred to as the Contract
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal shall promptly make payment to ali
claimants as hereinafter defined. for all labor and material used or reasonably required for use in the performance of the Contract then this
obligation shall be void; otherwise it shall remain in full force and effect.subject,however,to the following conditions:
(1) A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor,material.
Or both, used or reasonably required for use in the performance of the contract labor and material being construed to include that
part of water, gas, power. light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract
(2)The above4named Principal and Surety hereby jointly and severally agree with the Owner that everydaknm4 as herein defined, who
has not been paid in full before the expiration of a period of ninety (90)days after the date on which the last of such claimant's
work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of stash
claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant,and have execution thereon.The
Owner shall not be liable for the payment of any costs or expenses of any such suit.
(3) No suit or action shall be commenced hereunder by any claimant,
(a) Unless claimant otherthan one having a direct contract with the Principal, shall have given written notice to any two of the
following: The Principal, the Owner. or the Surety above named,within ninety(90)days after such claimant did or performed the
last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy
the amount claimed and the name of the party to whom the materials were furnished,or for whom the work or tabor was dome or
performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope.
addressed to the Principal.. Owner or Surety, at any place where an office is regularly maintained for the transaction of business,
or saved in any manner in which legal process may be served in the state in which the aforesaid project is located, save that
such service need not be made by a public officer.
(b)After the expiration of one (1) year following the date on which Principal ceased work on said Contract it being mderstood,
however,that if any limitation embodied in this bond is prohthited by any law controlling the construction hereof such-limitation
shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.
in
(c) Other than in a state court of competent jurisdiction and for the county or other political sib ib ivision of the-hole iq ticli the , -
project, or any part thereof, is situated, or in the United States District Court for the district in which the:poject or any part
thereof,is situated,and not elsewhere.
(4) The amount of this bond shall be reduced by and to the extent of any payment or payments made io good faith hereunder, india'vve
of the payment by Surety of mechanics' liens which may be filed of record against said improvement,whether oy not daint-for.tbe
amount of such lien be presented miler and against this bond —
Signed and sealed this 30th day of APT3.j, 1 ;19.8.`x"
BEST— WAY PAVING CO. "
INLAND INSURANCE COMPPANY `--
4c1
ivi;mas EGlGl,J By Attic" -fn—Fact" Surety -
Deis sane is Issarl slnalrwary with pith:a ao head Ic lava of the owner ceameasee M SHIM ad plthht pener4a tae oft
V & 10612
•
INLAND INSURANCE COMPANY
LINCOLN, NEBRASKA
POWER OF ATTORNEY
!nofa F41 c {en &t7, Zl[tsx resents:
That the INLAND INSURANCE COMPANY,a corporation of the State of Nebraska,having its principal office in the City of Lincoln,Nebraska,pursuant to the
following By-Law,which was adopted by the Board of Directors of the said Company on July 23,1981,to-wit.
"Article V-Section 6. RESIDENT OFFICERS AND ATTORNEYS-IN-FACT.The President or any Vice-President:acting with any Secretary or Assistant Secretary.
shall have the authority to appoint Resident Vice-Presidents and Attorneys-In-Fact,with the power and authority to sign,exewte♦acknowledge and deliver on its
behalf,as Surety:My and all undertakings of suretyship and to affix thereto the corporate seal of thecorporation.The President or any Vice-President,acting with
any Secretary or Assistant Secretary.shall also have the authority to remove and revoke the authority of any such appointee at any time.'
does hereby make.constitute and appoint
Norman D. Noe or Gladys L. Conrady or Lawrence E. Lutgen or
Betty L. Harmon or Albert H. Turner, Jr., Greeley, Colorado
its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver for and obits behalf,as Surety
Any and all undertakings of suretyship
And the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Company,as fully and amply,to all intents and
purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln.Nebraska,in their own
persons.
The following Resolution was adopted at the Regular Meeting of the Board of Directors of the.Inland Insurance Company held on July 23.1981:
"RESOLVED,That the signatures of officers of the Company and the seal of the Company may be affixed by facsimile to any Power of Attorney executed in
accordance with Article Section 6 of the Company By-Laws;and that any such Power of Attorney bearing such facsimile signatures,including the facsimile
signature of a certifying Assistant Secretary and facsimile seal shall be valid and binding upon the.Company with respect to any bond,undertaking or contract of
suretyship to which it is attached."
All authority hereby conferred shall remain in full force and effect until terminated by the Company.
IN WITNESS WHEREOF.INLAND INSURANCE COMPANY has caused these presents to be signed by its Vice-President and its corporate seal to be hereunto
affixed this 4th day of October tg 83
•
INLAND INSURANCE.COMPANY •"C
eo
at
SWAY '
By
Vice-President
State of Nebraska )
) ss. •
County of Lancaster)
On this 4th . dayof October 1g 83 .beforemepersonallycame W. H. Bennett to
me known.who being by me duly sworn,did depose and say that(s)he resides in the County of Lancaster,State of Nebraska;that(s)he is the Vice-President of the.
INLAND INSURANCE COMPANY,the corporation described in and which executed the above instrument that(s)he knows the seal of the said corporation;that the
seal affixed to the said instrument is such corporate seal;that it was so affixed by orderof the Board of Directors of said corporation;that(s)be signed(his)(her)
name by like order,and that By-Law,Article V-Section 6.adopted by the Board of Directors of said Company,referred to inthe preceding instrument,c now in force.
�I }��1-7(� �L��f// icCE44441 care
O.Tima
"TAT(Of MWAli
•
My Commission Expires 8/22/85 Notary Public
J -1
•
Celia Toolaszewski .Assistant Secretary of INLAND INSURANCE COMPANY,do herebytertify that1beabovean(F. —
foregoing is a true and correct copy of a Power of Attorney executed by said INLAND INSURANCE COMPANY,which is stiu in fun ford rand effect " -,�.
Signed and sealed at the City of Lincoln,Nebraska this 30th day of April 22 /
"r
�� < mmmuc
Assnri uetary ...
?AGREEMENT April �r`!5 'u"f "�"f?
THIS AGREEMENT, made this 5th__ day of , 19 84, by and
between The Board of Weld County Commissioners, hereinafter called "Owner" and
Best-Way Paving Co
doing business as Best-Way Paving Co.
hereinafter called "Contractor".
WITNESSETH: That for and in consideration of the payments and agreements here-
inafter mentioned:
I. The Contractor will commence and complete the phased construction of
Prospect Valley Gravel Hauling - approximately 30,000 Tons Class'6 A.B.C.
•
2. The Contractor shall furnish all material, supplies, tools, equipment, labor
and other services necessary for the construction and completion of the Project
described herein.
• 3. The Contractor shall commence the work required by the Contract Documents in
accordance with the date stated in the Notice to Proceed and shall complete
the work within the time stated in the Bid Proposal unless the period for
completion is extended otherwise by the Contract Documents.
4. The Contractor agrees to perform all of the work described in the Contract
Documents and comply with the terms of therein for the sum of
Two Hundred Seventeen Thousand Two Hundred and No/100 Dollars
($ 217,200.00--.)
for
5. The term "Contract Documents" means and includes the following:
(A) Advertisement for Bids
(B) Information for Bidders
(C) Bid
(D) Bid Bond
(E) Agreement •
(F) General Conditions
• (G) Supplemental General Conditions
(H) Payment Bond
(I) Performance Bond
(J) Notice of Award
(K) Notice to Proceed
(L) Change Order
(M) Drawings prepared by Weld County Engineering Department, numbered
of/to , As Map in Contract Document
SAO' �/ 840234
N ool‘ •
(N) Speciftions prepared or issued by
(0) Addendum
No. , dated , 19
No. , dated , 19
No. , dated , 19
No. dated , 19—
No. __, dated , 19
No. , dated _, 19
(P) Notice of Contractor's Settlement
(Q) Final Receipt and Guarantee
(R) Other
6. The Owner will pay the Contractor in the manner and at such time as set forth
in the General Conditions such amounts required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, adminstrators, successors, and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in seven (7), each of which
shall be deemed an original on the date first written above.
' OWNER: CONTRACTOR:
The Board of Weld County Commissioners Best-Way Paving Co.
BY �`�( ' By .
Name Jacqueline Johnson Name
(Please Type) (Please Type)
Title ' Chairman prof„7.3 Title
Address P. O. Box 3189
GraalPy_ rn Rn6sz
(SEAL) (SEAL)
ATTE • 2ti`y
Nam ATTEST:
Mary nn �'piiprcttpi n Name
(Please Type) (Please Type)
Title County Clerk and Recorder Title
atc-74-4-4),
Ladtstr
1/4‘ . •
THE FLEET MANAGEMENT ANC1MAINTSSIANCE CONTRACT
BETWEEN
WELD arCNfY. COLORADO
P.O. Box 758
Greeley, Colorado 80632
and
ARA MANAGED LOGISTICS SYSTEMS. INC.
Independence Square Vest
Philadelphia. Pennsylvania 19106
840236
THE FLEET MANAGEMENT AND MAINTENANCE CONTRACT
CONTENTS
Page
Section 1 - DEFINITIONS 1
1 . 01 County 1
1 . 02 Contractor 1
1 .03 Surety 1
1 . 04 Performance Bond 1
1 .05 Contracting Officer 2
1 . 06 Notice 2
1.07 Vehicle 2
1 . 08 Unit 3
1.09 Fleet ' 3
1 . 10 Good Fleet Management Practice 3
1 . 11 Downtime 3
Section 2 - CONTRACTOR'S RELATION TO COUNTY 4
2.01 Contractor as Independent Contractor 4
2.02 Subcontracting 5
2.03 County Representative 5
2.04 Inspection of Work 5
2.05 Term of Contract 5
2.06 Option to Extend 5
2.07 County Ordinances 6
2. 08 Assignment 6
2.09 Right to Require Performance 6
2. 10 Extraordinary Occurrences 6
2. 11 Deficiencies in Services 7
2. 12 Disputes 7
2. 13 Termination 8
2. 14 Transfer of Operations 9
2. 15 Incorporation of Contractor 's 10
Proposal by Reference
Section 3 - COSTING METHODOLOGY 1O
3 .01 Approved Budget and Maximum Price 10
3. 02 Personnel Costs 11
3. 03 Parts/Supplies/Outside Services 11
3. 04 Overhead Expenses 11
3.05 Corporate Administrative Costs and Fees 11
3.06 Capital Expenditures 12
3 .07 Cost Incentive 12
3.08 Quality Incentive 13
3. 09 Reserved 13
3. 10 Adjustments To The Approved Budget 13
Section 4 - INVOICING AND PAYMENT 14
Section 5 - AUDITING PROCEDURES 15
5.01 Access to Books and Records 15
5. 02 Financial Statements 15
1
,, I
- Section 6 - STAFFING PROVISIONS 16
6.01 General 16
6.02 Manning Changes 16
6. 03 Benefits Program 16
6.04 County Benefits 17
6. 05 Compliance with Laws 17
Section 7 - QUALITY OF SERVICE 18
7. 01 General 18
7. 02 Cooperation of Contractor Required 18
7.03 Guarantee of Performance 18
7. 04 Compliance with Laws and Regulations 18
Section 8 - INSURANCE 19
8.01 Worker ' s Compensation 19
8. 02 Comprehensive General Liability 19
8. 03 Comprehensive Automobile Liability 20
8. 04 Hold Harmless Agreement 20
8. 05 Certificate of Insurance 21
Section 9 - SCOPE OF SERVICE 21 .
9. 01 General 21
9. 02 Repairs and Preventive Maintenance Program 22
9.03 Emergency Road Service 23
9. 04 Mobile Service 23
9. 05 Subcontract Work 23
9. 06 Other Required Services 24'
9.07 Downtime Limitation Requirement 25
9. 08 Hours of Operation 25`
9.09 Holidays 25
Section 10 - RECORDS 25
10.01 Management Report 25
10.02 General Records and Files 26
Section 11 - FACILITIES. EQUIPMENT AND INVENTORY 29
11 .01 Buildings and Maintenance 29
11 .02 Shop Equipment 29
11 .03 Additional Shop Equipment 30
11 .04 Parts Inventory 31
Section 12 - APPLICABLE LAW 32
Section 13 - AMENDMENTS 32
Appendix 1
Appendix 2
THE
FLEET MANAGEMENT AND MAINTENANCE CONTRACT
The County and Contractor, for the consideration stated here,
agree as follows:
Section 1 - DEFINITIONS
1 .01 County - shall mean Weld County, Colorado, a political
subdivision of the State of Colorado, acting through its
Board of County Commissioners.
•
1.02 Contractor - shall mean ARA Managed Logistics Systems, Inc. ,
a Delaware corporation, Independence Square west,
Philadelphia, Pennsylvania 19106.
1 .03 Surety - shall mean the party who is bound with and for the
Contractor to insure the payment of all lawful debts
pertaining to and for the acceptable performance of the
Contract.
1.04 Performance Bond - shall mean the form of security approved
by the County and furnished by the Contractor as a guarantee
that the Contractor will execute the work in accordance with I
the terms of the contract and will pay all lawful, claims.
1 .05 Contracting Officer - shall mean the Director of Finance and
Administration or the official designated by him to
represent the County in connection with all work,
responsibilities, and obligations under this contract,
including, but not limited to, coordination with the
Contractor's representative regarding priority of repairs
and maintenance and purchasing,of equipment.
1 .06 Notice - Any written notice to be given hereunder by either
party to the other party shall be effected by certified
mail, return receipt requested.
Notice to the Contractor shall be sufficient if made or
addressed to Executive Vice President, ARA Managed Logistics
Systems, Inc. , Independence Square West, Philadelphia,
Pennsylvania 19106.
Notice to the County shall be sufficient if made or
addressed to Board of County Commissioners, P.O. Box 758,
Greeley, Colorado 80632.
Either party may change the address for notice to it by
giving written notice of such change in accordance with the
provisions of this section.
1 .07 Vehicle - The term vehicle, when used herein, will include
heavy and light equipment, trucks and cars as listed in
Appendix 1.
- 2
1
•
1.08 Unit - The term unit, when used herein, will include
vehicles listed in Appendix 1 and small miscellaneous
equipment listed in Appendix 2.
1 .09 Fleet - shall mean all or such portion of the units listed
in Appendices 1 and 2 as the context may require.
1 .10 Good Fleet Management Practice - shall mean that fleet
management practice generally recognized as the optimum by
fleet operators for obtaining the maximum functional and
economic utility from fleet units during an assumed optimum
period of retention.
1.11 Downtime - shall mean the percentage of time a vehicle is
unavailable for use due to a need for repair or preventive
maintenance work. Downtime is calculated as follows:
Number of hours vehicle is not available for use
Number of hours vehicle scheduled to be used
Downtime begins when the vehicle is brought to the garage
for repair work that is authorized or when a call is
received that the vehicle requires towing to the garage for
authorized repair work. For heavy equipment in the field,
downtime begins when the Contractor is notified of the
breakdown.
- 3 _
•
Downtime ends when the department to which the vehicle is
assigned is notified that the vehicle is available for
service.
Section 2 - CONTRACTOR'S RELATION TO COUNTY
2.01 Contractor as Independent Contractor - It is expressly
agreed and understood that the Contractor is in all respects
an independent Contractor as to the work and is in no
respect an agent, servant or employee of the County. This
contract specifies the work to be done by the Contractor,
but the method to be employed to accomplish the work shall
be the responsibility of the Contractor.
2.02 Subcontracting - Contractor may subcontract services to be
performed hereunder with the prior approval of the County,
which approval shall not be unreasonably withheld. No such
approval will be construed as making the County a party of
or to such subcontract, or subjecting the County to
liability of any kind to any subcontractor. No subcontract
shall, under any circumstances, relieve the Contractor of
his liability and obligation under this contract; and
despite any such subcontracting the County shall deal
through the Contractor, and subcontractors will be dealt
with as workmen and representatives of the Contractor.
- 4
2.03 County Representative - Unless provided otherwise elsewhere
in this contract, the Contracting Officer is hereby
authorized to act on behalf of the County as to all matters
relating to this contract and/or the services being
performed hereunder. The Contracting Officer shall decide
any and all questions which may arise as to the quantity,
character and quality of services performed or to be
performed pursuant to this contract.
2.04 Inspection of Work - The Contractor shall furnish the
Contracting Officer or his authorized representative with
every reasonable opportunity for determining whether or not
the work is performed in accordance with the requirements of
the contract. The Contracting Officer may appoint qualified
persons to inspect the Contractor 's operations and
equipment, and Contractor shall permit these authorized
representatives to make such inspections at any reasonable
time and place.
2.05 Term of Contract - The term of this contract shall be for
the period commencing September 17, 1984, and ending
September 16, 1987. In the event the County does not
appropriate funds for this or like services in Fiscal Years
after 1985, this contract shall be null and void.
2.06 Option to Extend - This contract may be extended for two (2)
additional two (2) year terms provided that a budget for
such term has been mutually agreed upon by the parties.
- 5 -
e •
Either party may terminate this contract upon notice to the
other party in writing not less than ninety (90) days prior
to the expiration of the initial term.
2.07 County Ordinances - Nothing contained in any ordinance of
the County hereafter adopted, pertaining to the management
of the fleet and unit maintenance shall in any way be
construed to affect or alter the duties, responsibilities
and operation of the Contractor in the performance of the
terms of this contract, unless any such change is agreed to
in writing by both the Contractor and the County.
2.08 Assignment - The duties and obligations assumed by
Contractor are not transferable or assignable without prior
• consent of the County.
2.09 Right to Require Performance The failure of the County at
any time to require performance by the Contractor of any
provisions hereof shall in no way affect the right of the
County thereafter to enforce same. Nor shall waiver by the
County of any breach of any provision hereof be taken or
held to be a waiver of any succeeding breach of such
provision or as a waiver of any provision itself.
2.10 Extraordinary Occurrences - It is agreed that in no event
shall the County or Contractor be liable or responsible to
each other or to any other persons for damages resulting
from deficiencies or delays in the work herein provided for,
6
where such deficiencies or delays result from acts of God,
fire, labor disputes, or any other cause not within the
control of the County or Contractor. Contractor recognizes
the essential nature of the services to be performed
hereunder and will use its best efforts to discharge its
functions despite such extraordinary occurrences. In the
event of such occurrences, Contractor and County agree to
negotiate an appropriate adjustment to the approved budget
price herein.
2.11 Deficiencies In Service - In the event the Contracting
Officer determines there are deficiencies in the service and
work provided by Contractor, the Contracting Officer shall ,
notify Contractor in writing as to the precise nature of any
such deficiencies. Within ten (10) working days of receipt
of such notice, Contractor shall correct or take reasonable
steps to correct the deficiencies complained of, including,
if necessary, increasing the work force, tools and equipment
or modifying the policies and procedures used by Contractor
in performing services pursuant to this contract. If the
Contractor fails to correct or take reasonable steps to
correct the deficiencies within ten (10) working days, the
County may declare the Contractor in default and invoke the
provisions of Section 2.13 herein.
2.12 Disputes - In the event of any controversy, claim or dispute
as to the services and work performed or to be performed by
- 7
•
•
Contractor, or the construction or operation of or rights
and liabilities of the parties under this contract, each
such question shall be submitted to the Board of County
Commissioners for resolution; provided, however, in the
event either party disagrees with the decision of the Board
of County Commissioners that party shall have the right to
litigate the matter in its entirety in a court of competent
jurisdiction. The party wishing to submit a matter to the
Board of County Commissioners shall do so by written notice
to the other party and to the Board of County Commissioners
which notice shall specify the nature of the controversy,
claim or dispute. The Board of County Commissioners shall
schedule a hearing within fifteen (15) days of such notice,
at which time both parties shall present their positions.
The Board of County Commissioners shall render a decision
within seven (7) days after the date of the hearing.
2.13 Termination - The County may terminate this contract if the
Contractor becomes insolvent or allows any judgment for the
payment of money to stand against it unsatisfied.
Either party may terminate this contract for default by
giving the other party written notice thereof, specifying
with particularity each such default. The party in default
shall have thirty (30) days after receipt of notice to cure
or take reasonable steps to cure the default. If the party
in default fails to cure or take reasonable steps to cure
- 8 -
• i
the default within the thirty-day period, the other party
may declare the contract terminated.
2.14 Transfer of Operations - In that Contractor is performing an
essential service for the County, in the event the
Contractor defaults by failing to begin service at the time
specified or discontinues a material portion of the service
provided for by this contract, the County may, at its
election and upon seven (7) working days' prior written
notice to Contractor take possession of all equipment and
facilities used by the Contractor in connection with this
contract and operate and use the same in the performance of
the services described herein. The Contractor agrees to
surrender peacefully said equipment and facilities upon
receiving an itemized receipt from the County for said
items, and to cooperate to the extent necessary to enable
the County to take over and carry out the services herein
described. All payments by the County, except those for
services previously rendered or costs incurred and
reimbursable to the Contractor pursuant to this contract,
shall cease, except that during the pendency of any dispute
the County agrees to pay a reasonable rental for use of the
Contractor 's equipment. The Contractor agrees that in the
event it disputes the County's right to invoke the
provisions of this section, it will not seek injunctive or
other similar relief, but will either negotiate an
adjustment of the matter with the County or seek, as its
- 9
• •
remedy, monetary damages in a court of competent
jurisdiction.
2.15 Incorporation of Contractor 's Proposal by Reference - This
contract shall incorporate by reference the Contractor's
proposal to provide Fleet Management and Maintenance
Services.
Section 3 - COSTING METHODOLOGY
3 .01 Approved Budget and Maximum Price - The "Approved Budget",
which shall be the Contractor's operating budget for each
year of this contract, shall include the following cost
items:
(a) Personnel costs
(b) Parts/supplies/outside services
(c) Overhead expenses
(d) Corporate administrative costs and fees
(e) Capital expenditures.
The approved budget for the initial year hereof is $728,388.
The maximum annual cost to the County shall be the approved
budget plus fifteen percent (15%) , adjusted in accordance
with provisions of Section 3 .07. Such budget and maximum
cost amounts may be adjusted during the course of the
contract based upon the criteria set forth herein.
- 10 -
I
3 .02 Personnel Costs - Personnel costs will include wages,
salaries, fringe benefits, mechanic incentive program costs
and overtime costs. The wage rates paid by the Contractor
•
to its employees shall be approved in advance by the
•
Contracting Officer. Overtime work shall be authorized
according to a procedure which is mutually agreed to by the
parties.
In determining future increases or changes to the total
compensation package--wage rates and fringe benefits--for
Contractor 's employees, the parties agree to negotiate such
increases or changes as part of the annual approved budget.
3 .03 Parts/Supplies/Outside Services Contractor will charge the
County for parts, supplies and outside services as the items
or services are used, as reflected in Contractor's repair
orders. No markup will be added to Contractor's net costs
for the items or services charged to the County.
3 .04 Overhead Expenses - Overhead expenses will include such
items as office supplies, uniforms and copying costs. All
overhead expenses will be charged to the County as they are
incurred, at Contractor's net cost without markup.
3 .05 Corporate Administrative Costs and Fees Line items in the
approved budget for corporate administrative costs and fees
will be charged to the County at the rate of one-twelfth
- 11 -
•
(1/12) of the annual budgeted amount each accounting period.
These items will not be subject to documentation.
3 .06 Capital Expenditures - Any and all capital expenditures of
Contractor for vehicles, equipment or other capitalized
items, in connection with the services and work to be
provided by Contractor hereunder, shall be included in the
approved budget, pursuant to the terms of this contract,
based on the following:
Using a straight-line method of amortization, equipment
costs will be amortized over a sixty month period, and
vehicle costs will be amortized over a forty-eight
month period.
3 .07 Cost Incentive - In addition to the Contractor's costs and
fee, the Contractor shall receive fifty percent (50%) of any
aggregate annual savings to the County on the approved
budget for each fiscal year. Aggregate annual savings shall
be defined as the difference between a lower 12 month actual
cost to the County and the amount of the approved budget as
stated in Section 3 .01. In the event actual aggregate
annual costs to the County exceed the approved budget
amount, fifty percent (50%) of such additional costs shall
be deducted from the Contractor's final fee payment.
Aggregate costs that exceed the maximum amount of one
hundred fifteen percent (115%) of the approved budget shall
be borne totally by the Contractor.
- 12
•
3 .08 Quality Incentive - In addition to any other payments due
the Contractor hereunder, the County will pay to Contractor
a quality incentive bonus at the end of each contract year
equal to five percent (5%) of the difference between the
approved budget and the approved budget plus fifteen percent
(15%) , if the Contractor has a repair and/or service rework
rate of less than five percent (5%) during that annual
period.
3 .09 RESERVED
3 .10 Adjustments To The Approved Budget -
(a) Annual Adjustments - The approved budget, including
Contractor's fee, shall be adjusted for the second and
subsequent years of the contract to take into account
changes in the cost of doing business. In the event
the parties are unable to reach agreement on an
adjustment to the approved budget prior to thirty (30)
days before the expiration of the then current contract
year, either party shall have the right to terminate
this contract, upon written notice to the other party,
as of the end of the then current contract year.
(b) Changes in the Size of the Fleet - The approved budget
shall be adjusted to correspond to increases or
decreases in the fleet size of at least five percent,
- 13 -
I •
(5%) on a prorated unit cost basis. These adjustments
shall be made quarterly.
(c) Unusual Changes or Costs - The Contractor may petition
the County for adjustments to the approved budget at
reasonable times on the basis of unusual changes in its
cost of doing business. For purposes of this section,
"unusual changes" shall mean items not covered by this
contract which occur through no fault of the
Contractor. The term shall not include price increases
arising in the ordinary course of business. The amount
of any adjustment pursuant to this section shall be
determined by mutual agreement.
Section 4 - INVOICING AND PAYMENT
Upon completion of each accounting period, the Contractor shall
provide the County with an invoice representing eighty percent
(80%) of the forecasted costs for that period and the County
shall honor this invoice and reimburse the Contractor for such
costs within fifteen (15) days. Within fifteen (15) days from
the completion of each accounting period, the Contractor shall
provide the County with an Operating Statement reflecting all
costs incurred during this period. A final invoice shall
accompany the operating statement reflecting the actual costs,
less the previously submitted eighty percent (80%) estimated
invoice, and the County shall reimburse the Contractor within
fifteen (15) days from the day of receipt of invoice. In the
- 14 -
event any item on the final invoice is questioned, payment for
the questioned item will be withheld pending verification of the
amount claimed. The Contractor shall provide complete
cooperation during any such investigation.
Section 5 - AUDITING PROCEDURES
5.01 Access to Books and Records -- The County's authorized
representatives shall have access, at all reasonable times
and upon prior notice to the Contractor's project manager,
to all Contractor 's personnel, books, records,
correspondence, instructions, plans, drawings, receipts,
vouchers, and memoranda of every description pertaining to
work under the contract, for the purpose of auditing and
verifying costs of work and for the further assistance of
the County's authorized representative in carrying to
completion this contract in the event of termination or any
other transaction which may have been negotiated under the
terms hereof.
5.02 Financial Statements - The Contractor shall furnish the
Board of County Commissioners with complete, unaudited
financial statements prepared by a duly licensed certified
public accountant relating to the Contractor's business and
performance under this Contract which statements shall be
furnished annually within ninety (90) days of the
anniversary date of the Contract. The statements shall be
prepared in such form as to fully disclose all income and
- 15 -
expenses properly chargeable to the contracted fleet
management and vehicle maintenance service performed under
this contract as a separate operating entity and in a
uniform accounting format required by the County.
Section 6 - STAFFING PROVISIONS
6.01 General - Contractor shall have the responsibility for
selecting personnel to perform the services to be provided
hereunder, subject to County approval.
The Contractor agrees to consider for employment all current
County fleet maintenance workers interested in being hired
by the Contractor.
6.02 Manning Changes - All personnel additions or reductions
shall be subject to the approval of the Contracting Officer.
The County reserves the right to request the dismissal of
any Contractor employee whose performance or actions are
obviously detrimental to the program.
6.03 Benefits Program - The Contractor's employee benefit
programs shall be used for Contractor's employees.
In the event the Contractor wishes to introduce new benefit
programs not previously included in the approved budget, and
- 16 -
such benefit programs involve unusually high costs, the
Contractor shall obtain the County's prior written approval_
6.04 County Benefits - The Contractor's employees shall not claim
any County right or benefit as a condition of their
employment in the performance of this contract.
The County hereby represents to the Contractor that pre-
existing County benefit plans for County employees involved
in fleet service and maintenance activities will terminate
prior to their employment by Contractor, and Contractor will
have no liability or obligation of any kind for any such
benefit plan. The County agrees to defend, indemnify and
save harmless Contractor from and against any and all
claims, actions, demands or liabilities to or for any such
former County employees for damages, including reasonable
attorney's fees and costs, resulting from or accrued under
such County benefit plans, or the termination thereof.
6.05 Compliance with Laws - The Contractor shall comply with all
applicable Federal, State, and County laws relating to wages
and hours, and all other applicable laws relating to the
employment or protection of employees, now or hereafter in
effect, including Title VI of the Civil Rights Act of 1964.
No person shall, on the grounds of race, creed, color, sex
or national origin, be excluded from participation in, be
denied the benefits of, or otherwise be subjected to
discrimination under this contract.
- 17 -
•
Section 7 - QUALITY OF SERVICE
7.01 General - The direction and supervision of fleet management
and unit maintenance service shall be by competent
personnel, and the Contractor shall devote sufficient
competent personnel, time and attention to the direction of
the operation to assure performance satisfactory to the
County.
7.02 Cooperation of Contractor Required The Contractor shall
cooperate with authorized representatives of the County in
every reasonable way in order to facilitate the progress of
the work contemplated under this contract. The Contractor
shall have at all times a competent representative on duty
authorized to receive orders and to act for it.
7.03 Guarantee of Performance - The Contractor shall be required
to furnish a surety bond in the amount of 115% of the
approved budget price for each contract year as security for
the satisfactory performance of the contract_
7.04 Compliance with Laws and Regulations - The Contractor hereby
agrees to comply with all applicable Federal, State and
County laws and regulations. The Contractor and its surety
shall indemnify, defend and hold harmless the County, its
officers, representatives, agents, and employees against any
claim or liability arising from or based on the violation of
any such law, regulation, ordinance, order or decree,
- 18 -
• E
•
whether by the Contractor or its employees, occurring during
the performance of services pursuant to this contract.
Section 8 - INSURANCE
8.01 Worker's Compensation - The Contractor shall provide and
maintain during the life of this contract, at its own
expense, Worker 's Compensation Insurance and Employer's
Liability Insurance with the following limits of liability.
Workers' Compensation Statutory
Employer 's Liability $100,000 each accident
8.02 Comprehensive General Liability - The Contractor shall
provide and maintain during the life of this contract, at
its own expense, Comprehensive General Liability Insurance,
including protection for liability arising out of premises,
operations, independent contractors, products/completed
operations and contractual, with the County named as an
additional insured. Such insurance coverage shall also
extend to liability arising out of test driving or pick-up
and delivery of County-owned units by Contractor's
employees. The policy shall be endorsed to provide for
personal injury liability. The contractual coverage must
specify that it covers the hold harmless agreement which is
a part of this contract. The limits of liability shall be
as follows:
- 19 - r
Bodily Injury Liability $250,000 each person
$500,000 each occurrence
Property Damage Liability $500,000 each occurrence
The combined single limit per occurrence shall not be less
than $1 ,000,000.
8.03 Comprehensive Automobile Liability - The Contractor shall
provide and maintain during the life of the contract, at its
own expense, comprehensive automobile liability insurance
for any units used to manage and maintain the fleet,
including protection for liability arising out of owned;
non-owned and hired units, with the County named as an
additional insured. The policy shall be endorsed to provide
contractual coverage for the hold harmless agreement which
is part of the contract. The limits of liability shall be
as follows:
Bodily Injury Liability $250,000 each person
$500,000 each occurrence
Property Damage Liability $500,000 each occurrence
The combined single limit shall not be less than $1,000,000
per occurrence.
8.04 Hold Harmless Agreement Contractor shall save and hold
harmless the County, its agents and employees, from and
against any and all claims and damages of every kind, for
- 20 -
e
injury to or death of any person or persons and for damage
to or loss of property, arising out of or attributed to the
operations of Contractor hereunder; provided, however, that
this paragraph shall not be construed to indemnify the
County against any liability arising by reason of willful
misconduct, bad faith, gross negligence, or reckless
disregard of duties and obligations hereunder; and provided
further that Contractor shall not indemnify County for
claims made and damages sustained by former County employees
arising out of their employment by County.
8.05 Certificate of Insurance - The Contractor shall furnish the
County, prior to the start of any operations under this
contract, satisfactory proof of carriage of the insurance
required with an insurance company satisfactory and
acceptable to the County. Each insurance certificate should
contain a clause substantially as follows:
"Should any of the above described policies be cancelled or
undergo material change before the expiration date, the
issuing insurance company will mail thirty (30) days'
written notice to: County Administrator, County of Weld,
Colorado."
Section 9 SCOPE OF SERVICE
9.01 General - The Contractor shall provide preventive
maintenance, remedial repairs, overhaul, mobile service, and`
- 21 -
•
•
such other closely allied services as may be required to
assure the continuity of effective and economical operation
of County units as described in Appendix 1.
9.02 Repairs and Preventive Maintenance Program -
(a) Specific repairs shall be made as required in
accordance with good fleet management practice.
Repairs estimated to exceed $500 shall be individually
approved by the Contracting officer_
(b) Preventive maintenance programs, to achieve optimum
results, will vary from category to category and within
categories of units. Therefore, the work performed
shall be generally as hereafter described in the
accompanying proposal, but subject to change as
required.
Industrial Vehicle Maintenance Schedule
To be performed in accordance with manufacturer's
recommendations, with modifications by the Contractor as
required, based upon mutual consent of Contractor and
County.
(c) Repairs and preventive maintenance shall adhere to a
priority schedule as developed by the County to ensure
the availability of essential equipment. •
- 22 -
• •
(d) The Contractor has the obligation to notify unit users
and to schedule and arrange to perform the required
maintenance as specified, but the County shall be
obligated to transport units and park them in the
garage area so that required maintenance can be
performed.
When a unit user fails to respond to the second
notification for scheduled preventive maintenance work
and fails to deliver his unit for general or preventive
maintenance services, the Contractor shall advise the
Contracting Officer in writing.
9.03 Emergency Road Service - The Contractor shall make provision
to handle emergency road service calls from each of its
facilities. During the normal working hours of a one-shift
day, both emergency calls and towing shall receive immediate
response. Contractor will have persons available to handle
unit breakdowns swiftly and expediently at all times,
including night and weekend hours when the garage is closed.
9.04 Mobile Service - The Contractor shall provide mobile service
on location to service specialized heavy equipment which
cannot economically be brought into a designated facility.
9.05 Subcontract Work - The Contractor may subcontract services
provided for by the contract, with the prior approval of the
- 23 -
•
County. Subcontract work shall be limited to work that can
be most efficiently and cost effectively performed by
subcontractors, including, but not limited to, body work,
•
painting, glass replacement, transmission sealing and
repair, and radiator work. All work subcontracted shall be
periodically reviewed by the Contractor to assure that such
• work can be best performed by subcontractors.
9.06 Other Required Services - The Contractor will also provide
the following services, as required, as part of the approved
budget:
(a) New car prep, decommissioning, etc.
(b) Priority repair of critical units
(c) Wrecker service
(d) Executive unit pickup and delivery as agreed to by the
County and Contractor
(e) Vehicle retirement
(f) Assistance in writing or developing equipment
specifications
(g) Apprenticeship training in conjunction with County
public schools
(h) On-the-job training for selected employees
(i) Mechanic certification program
(j) Assistance in administering the program of permanently
assigned units
(k) Vehicle storage and administration
(1) Costing recommendations related to replacement vs.
remanufacture or rebuilding of equipment
- 24 -
(m) Order , receive, dispense, and inventory fuels, oils,
lubricants, and fluids, and perform routine service
station functions
(n) Other services within the scope of unit maintenance and
management, e.g. , tire mounting, wheel balancing,
support of technical investigations, data processing
input, etc.
9.07 Downtime Limitation Requirement - The Contractor agrees to
monitor downtime as defined in Section 1.11. The Contractor
further agrees that under no circumstances shall the average
annual level of vehicles down exceed 5% of the entire
vehicle fleet.
9.08 Hours of Operation - Unless otherwise directed, the
Contractor shall operate repair facilities on a single-shift
basis. The daily period to be covered shall be not less
than 7:30 a.m. to 4 :30 p.m.
9.09 Holidays - No holidays may be observed by the Contractor
which do not conform to the County's designated holiday
schedule. Emergency service shall be provided on holidays.
Section 10 - RECORDS
10.01 Management Report - The Contractor will use a computerized
record keeping system capable to providing information
including, but not limited to, the following:
(a) Itemized costs for each accounting period;
(b) Total maintenance cost to date;
- 25 -
. - •
(c) Maintenance cost per unit, per period;
(d) Number of shop orders; time to process, entry to
completion of work on the unit;
(e) Number of road breakdowns;
(f) Number of units receiving preventive maintenance
service;
(g) Downtime for various categories of units as designated
by the County;
(h) Inventory levels.
Contractor will provide to the Contracting Officer for each
accounting period a report on its operations during the
period. The County and the Contractor shall mutually agree
upon the information to be included in the report.
Costs for the computerized record keeping system will be
borne by the Contractor as part of the approved budget
price. All records shall become the property of the County.
10.02 General Records and Files To assure that both the
Contractor and the County have an accurate, up-to-date
record of maintenance and repairs on each County unit, and
for billing on those units received for interagency cross-
servicing, the Contractor shall establish and maintain the
records listed below. In addition, the Contractor must
maintain a file of service manuals, lubrication charts and
other pertinent information needed to properly maintain and
repair the County fleet. All record and report forms must
be reviewed and approved by the County prior to use.
- 26 -
(a) History Folder - A history folder shall be provided for each
County unit. This folder shall serve to keep all work
orders in the same location and shall include pertinent data
such as unit year, model and make and serial numbers_
(b) Preventive Maintenance Records - The Contractor shall
provide a preventive maintenance schedule and appropriate
inspection forms for each level of service. The inspection
forms must be completed by the mechanic doing the preventive
maintenance on each unit at the specified intervals. The
completed forms will be kept with the repair orders for that
unit in the history folder.
(c) Repair Orders - A repair order must be written for each unit
that the Contractor works on. Jobs requiring rework must be
so designated on the repair order. Repair orders will be
sequentially numbered. Each repair order must be kept in
sequence and accounted for. One copy each will be provided
to the County agency responsible for the unit and to the
Contracting Officer. The Contractor's copy must be kept in
the unit history folder.
(d) Daily Log - A daily log shall be kept by the Contractor at
each facility and furnished to the Contracting Officer or
his designee upon request. This log will contain
information such as car number, agency, description of work
to be performed, and disposition at the end of the day. A
- 27 -
new log shall be used each day, with the previous log being
filed at each facility_
(e) Time Cards - Time cards or other appropriate time recording
records shall be maintained by the Contractor for all hourly
employees and will be kept on file at the facility for two
(2) years. The Contractor shall ensure that the cards are
kept in order and that each person punches his or her own
card.
(f) Payroll Time Sheets - The Contractor shall provide payroll
time sheets for all employees at each facility. These
records must be kept in accordance with all County, State
and Federal regulations.
(g) Transmittals - Weekly transmittals must be kept by the
Contractor for all expenses incurred other than payroll.
The Contractor will use a series of codes to identify
specific expenditures.
(h) Miscellaneous Records - Other, records and forms may be used
• by the Contractor as deemed necessary, subject to County
approval.
- 28-
•
Section 11 - FACILITIES, EQUIPMENT AND INVENTORY
11 .01 Buildings and Maintenance - Work is to be performed in
County-owned facilities which shall be provided to the
Contractor for its use while this contract is in effect.
Such facilities shall remain the property of the County.
The County shall provide Contractor, at the County's
expense, with an office located within the County. The
County shall be responsible for all utility costs, except
long distance telephone calls, and for all necessary
repairs, maintenance and/or renovations to the buildings,
grounds and other related facilities provided to Contractor
hereunder, unless the repairs are necessitated by
Contractor 's negligence.
11.02 Shop Equipment - The County shall provide shop equipment in
accordance with the County's Asset Inventory, as determined
by audit conducted jointly by County and Contractor prior to
the commencement of operations hereunder. Contractor shall
determine which County supplied equipment is operable and
Contractor shall be obligated to maintain such equipment in
the condition in which it was entrusted to him. County
agrees to replace, at its cost and within a reasonable
period of time, any County equipment rendered unserviceable
due to normal wear and tear.
- 29 -
i •
•
The Contractor shall furnish all hand tools, equipment and
supplies needed to maintain the fleet consistent with good
fleet management practice.
11.03 Additional Shop Equipment The Contractor may purchase
additional shop equipment if necessary to maintain the fleet
consistent with good fleet management practice. The
decision to purchase additional equipment shall be made by
mutual agreement taking into account cost of equipment and
depreciation schedules. Depreciation costs for any
equipment purchased shall be listed as a separate line item
in the Contractor's approved budget. Any equipment
purchased by the Contractor pursuant to this provision may
be purchased by the County should the contract be terminated
before the equipment has been fully depreciated. The price
the County will pay is Contractor's original cost less
depreciation.
For the purpose of computing depreciation, equipment
purchased prior to and including the fifteenth day of any
calendar month will be considered as having been purchased
on the first day of the month. Equipment purchased after
the fifteenth day of the month and prior to the first day of
the succeeding month will be considered as having been
purchased on the first day of the succeeding month.
The Contractor shall furnish the County a written report
certifying the description, serial and other numbers, cost
- 30 -
' • •
and date of purchase of any equipment purchased. The
Contractor shall also furnish written reports in like manner
of any equipment traded or otherwise disposed of.
11 .04 Parts Inventory - Prior to commencement of operations under
this contract, Contractor and County shall jointly undertake
an opening inventory of all County owned parts and supplies,
and shall establish the value of the usable inventory based
on County acquisition cost. The County inventory of usable
parts and supplies will be purchased by Contractor.
Disposal of obsolete inventory will be the responsibility of
the County. For purposes of this section, "obsolete
inventory" is defined as any parts that cannot be installed
in units currently owned by the County.
Within thirty (30) days of the termination of the contract,
Contractor and the County shall jointly undertake a closing
inventory of all parts and supplies, which shall establish
the value of the usable inventory based on Contractor's
acquisition cost. Obsolete inventory will not be included
in determining inventory value, and disposal of obsolete
inventory will be the responsibility of Contractor. The
Contractor 's inventory of usable parts and supplies will be
purchased by the County. Payment will be made within thirty
(30) days from the date of completion of the joint
inventory.
- 31
ft
• •
During the initial term of this Contract or any extension
hereof the County shall have the obligation to notify the
Contractor of new unit purchases and old unit retirements at
least ninety (90) days prior to the anticipated delivery or
retirement date so that inventory levels can be adjusted and
potentially obsolete parts sold.
Section 12 - APPLICABLE LAW
This contract shall be interpreted, construed and governed by the
laws of the State of Colorado.
Section 13 - AMENDMENTS
Amendments which are consistent with the purposes of this
contract may be made in writing duly executed by the parties, and
in accordance with County rules and regulations and other
applicable laws and ordinances.
- 32
• •
ATTEST: WELD COUNTY, COLORADO
n?Lc Qi
(: ‘,Fte_r.4.2 B 714-P-Yr-01—,_—_ 67-44,t----
Date: �/f f/u
ATTEST: ARA MANAGED LOGISTICS SYSTEMS, INC.
ri By: , ,
Secretary ce,-President and General Manager
Date: 9 /O /;V
09/10/84
- 33 -
ty
au' CONTRACT Mtpeny&Lebthry
Irsurece
BOND NO. 400HC 7357
Know all men by these presents that wel
ARA MANAGED LOGISTICS SYSTEMS, INC.
as Principal,
and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY,a corporation organized under the laws of
the State of Minnesota and duly authorized to transact business in the State of COLORADO
as Surety,are held and firmly bound unto
WELD COUNTY, COLORADO
P.O. BOX 758
GREELEY, COLORADO 80632 as Obligee,
in the sum of EIGHT HUNDRED THIRTY-SEVEN THOUSAND, SIX HUNDRED FORTY-SIX & 00/100
($837,646.00)
DOLLARS, for the payment whereof well and truly to be made, the Principal and the Surety bind themselves,
then heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents.
l
SIGNED,sealed,and dated this 12th day of September, 19 84 -
WHEREAS the Principal and the Obligee have entered into a written contract,a copy of which is or may be
attached hereto,dated the day of 19 ,for
Fleet Management and Maintenance, 9/17/84 to 9/16/87.
NOW,THEREFORE,the condition of the foregoing obligation is such that if the Principal shall indemnify
the Obligee for all loss that the Obligee may sustain by reason of the Principal's failure to comply with any of the
terms of said contract,then this obligation shall be void;otherwise it shall remain in force.
Any suit under this bond must be instituted before the expiration of two(2)years from the date cn whtclr
final payment falls due. - -
ARA MANAGED LOGISTICS SYSTEMS, INC. fxSeaQ .
Pnnepal !!
By... .......
riscilla Bodnar, SecretarPde
ST.PA FIRE AND I INSURANCE COMPANY
Fr z lz er 1 acr
840241
10957 Rev.s-E2 >nnnE m V.5.A
1'0°/4
`FStfOiii ST,PrWI,FIRE AND MARINE INSURANCE COMP CERTIFICATE OF .,�Wasbi ngton Street,St.Paul,Minnesota 551 1 AUTHORITY NO.
GENERAL POWER OF ATTORNEY-CER1 Ili ILL);COPY 681519
(Original on File at Home Office of Company.See Certification.)
KNOW ALL MEN BY.THESE PRESENTS;That St.Paul Fire and Marine Insurance Company,a corporation organized and existing under the laws of the State
of Minnesota,and having its principal office in the City of St.Pant,Minnesota,does hereby constitute and appoint
Marion Libertz, Archie Howie, Frank U. Capozzoli, Neil Dent, .
Ralph L. Hensen, individually, Philadelphia, Pennsylvania
its true and lawful attomey(s)-n-fact to execute,seal and deliver for and on its behalf as surety;any and all bonds and undertakings,rxggnizances,contracts of
indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contact or
otherwise,
NOT TO EXCEED IN PENALTY TEE SUM OF FIFTY MILLION ($50,000,000) EACH
•and the execution of all such instrument(s)in pursuance of these presents,shall be as binding upon said St Paul Fite and Marine Insurance Company,as fully
and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
•
This Power of Attorney is executed,and may be certified to and,May be revoked,pursuant to and by authority of Article V,-Section 6(C),of the By-Laws
adopted by the Board of Directors of ST.PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January,1970,
of which the following is a true transcript of said Section 6(C):
'The President or any Vice President,Assistant Vice President.Secretaryor Resident Secretary shall have power and authority
(1)To appoint Attorneys-ice-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds
• and undertakings,recogniranees,contracts of indemnity and other writings obligatory in the nature thereof,and
(2)To appoint special Attorneys-in-fact,who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
section and/or any of the By-laws of the Company,and
(3)To remove,at any time,any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him."
Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May,1959,of which the following is a true exerpt:
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating
thereto by facsimile,and any such power of attorney or certificate bearing:such facsimile signatures or facsimile seal shall be valid and binding upon the
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the.Company in the
future with respect to any bond or undertaking to which it is attached" •
J%flit GA . IN TESTIMONY WHEREOF,St.Paul Fire and Marine.Insurance Company bas caused this instrument to becorporate
, "41;‘, seal to be affixed by its authorized officer,this 2nd day of Jan signed and its
uary,AD.1980.
r •
Ys
'Z+ lt,.o - ST.PAUL.FIRE AND MARINE INSURANCE COMPANY
STATEOFMINh'ESOTA •
13t :e't-a>'Gp. County of Ramsey
�Uum im h Vice President
On this 20th day of Jt11y ., 1581. ,before me came the mdtviduaiwho,executed the preceding instrument,to me
personally known,and,being by me duly sworn,said that he/she is the therein described sad authorized officer of St.Panl Fee and Marineltunance Company
that the seal affixed to said instrument is the Corporate Seal of said Company;that the said Corporate Seal and his/her signature were duly affixed by order of
the Board of Directors of said Company.
IA{. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal,at the city of SL Paul,Minnesota,the day
kPR s� aria year fnR above written:
�igR.ar� e��ytt,
mr�` t •
�&Te ` L9LSQSMtJH Notary Public.Ramsey Comty.DIN
MyCommisuon Expires Septet 29,1957
CERTIFICATION _.
I,the undersigned officer of St Paul Foe and Marine Insunnce Company,do hereby certify that have compared the foregoingcopy of the Power of Attorney
and affidavit,and the copy of the Section of the By-laws of said Company as set forth in said.Power,of Attorney;with the ORIGINALS ON FILE:SIN THE
HOME OFFICE OF SAID COMPANY,and that the.same are correct transcript thereof,and of the whole of the said originals,and that the.said Power of
Attorney has not been revoked and is now in full force and effect.
/�+ IN TESTIMONY WHEREOF,I have hereunto set my hand this F^C�Y
si-csic*eo. - )2th day of September ,19 84 . S
Secretary
Only a certified copy oftower of Attorney bearing the Certificate of Authority No.printed in red on the upper right comer is banding- Photocopies,carbon
copies or other reproductions of this document are invalid and:not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.
For verification of the authenticity of this Power of Attorney,you may telephone toll free 800-328-9821 and ask for the Power of Attorney Clerk. Please refer
to the above Certificate of Authority N&and the above named individual(s).
29350.Rev.33-82 OrIMed In,U S.A.
1
CANCELS AND SUPERSEDES ANY CERTIFICATES ISSUED PRIOR HERETO
@@@@@M @MPW@@@• @@@@ @@@@@@@@L4@a@@MMEM@@@@@@L!
El A) INTERNATIONAL INSURANCE COMPANY a
@1 B) UNITED STATES FIRE INSURANCE COMPANY
ICJ C) THE NORTH RIVER INSURANCE COMPANY IN
RI211 Mt.Airy Road,Basking Ridge,New Jersey 07920 IE
@ (lrrtiftratr of 3nsnranrr ra
a This is to Certify that the policies described below have been issued to: I
RI Name of Insured ARA SERVICES,INC.its divisions and subsidiaries Date September 12, 1984 e
El Address Ind 1g
ependenceSquare,West incl. ARA Managed Logistics Systems, Inc.
Philadelphia,PA 19106 a
El Issued at the request of IN
rifi
Weld County, Colorado THIS CERTIFICATE OFINSURANCE
NI P.O.GreBoxeley,
Col �ELYAMENDS,EXTT AFFIRMATIVELY ENDSOR R I
Greeley, Colorado 80632 ALTERS THE COVERAGE AFFORDED uni
NI , BY ANY POLICY DESCRIBED HEREIN.
El L
El Jr7
El
z POLICY NO. LIDWIS OF LIABILITY Jr7
KIND OF at, INCLUDING EXPIRATION Personal Iniury and Property Damapre Aggregate J°
POLICY o RENEWAL DATE Each occurrence S 111
o THEREOF
El NI IN
A 408347687 Until. As provided by Worker's Compemation $500,000 E.L. rr
{J Standard Workers' Law in and I{J
1�1� Compensation B 408341689 Cancelled All states,except Nevada,North Dakota.Ohio. E.L-O.D-
I:I &Employers'Liability Texas or Replaced Washington,West Virginia,Wyoming and
01 Commonwealth of Puerto Rico IS 408347688 *CT,Pt,LA,MD,NY,NC&VA.
E1;'1� Comprehensive 1.f
Automobile Liability X X X X la '
1�� including. A 1304753994 Until
L,1 Cancelled Si Minion Combined Single Limit X X X X Jr7
C All Owned Vehicles C 5404842153 or Replaced Personal Injury and Property Damage X X X X gig
1� C A011:1
lt Hired Vehicles lbxas J�
1[JlC An Other Non-
Owned Vehicles IE El Q1�1� Comprehensive Until 51.000,000. gagm�f
LI General A 5404842162 Cancelled SI Million Combined Single Limit Produces/ Iltl
1:11 Liability or Replaced Personal Injury and Property Damage _ 0 mpleted! g=f
I.;J�1 Operations R3
O •Including Blanket Contractual,Products Liability,and inclusion of the Customers of the Named gJ�
Insured as additional insureds,where contractually required,under the Comprehensive General 13.1'
elLiability Policy as respect the Named Insured's operations,including Broad Form Vendors f�7 el Liability coverage. 1I1�:11
U IN
• Et It is understood and agreed that Weld Ccunty, Colorado is included as Additional I
UN Insured, but soley as respects operatiors of the Naned Insured. �El El El
0 NO POLICY CERTIFIED IN THIS SPACEla
01 Jr7
El The Company will mail to the party at whose request this certificate is issued a record o£any material change in or cancellation E
L7 of the said policy or polices.The Company will give 30 days notice of cancellation: t7
FE
ERI l BY .:-_ T. .G.C..4 @��''1
El AUTHORIZED REPRESENTATIVE J3�1
ElWILLIAM T.STAUTS O
; i
A
services
agli
INDEPENDENCE SQUARE WEST/PHILADELPHIA.PENNSYLVANIA 19106/2155745880 "'""11
UU t'73"r .
.
JOSEPH NEUBAUER Altai u f��
Chairman and Pre*Adenf `1
January 28, 1985
Ms. Jacqueline Johnson
Chairperson Of The Board
Weld County
Post Office Box 758
Greeley, CO 80632
Dear Ms. Johnson:
On December 17, the shareholders of ARA Services voted overwhelmingly
to accept a proposal from a management-led investor group to acquire
the company. Today, ARA is a private company controlled and largely
owned by the same people who have been running it for years -- a group
of about 65 managers. •
This change in ownership can have only a positive effect on the quality
of service we provide to you and on our ability to continue to meet
your needs. One of our basic objectives was to keep ARA the same
strong, dependable; innovative and dynamic company that you have known
over the years. The same people who have served you in the past are
the same people who are serving you now.
The change in ownership was triggered last summer when ARA received an
unsolicited and undesirable offer of a leveraged buyout by a group of
outsiders. The media coverage that this proposal generated produced a
significant degree of uncertainty and anxiety among some of our clients,
customers and our employees.
We conducted a thorough review of the various means of preventing a
hostile takeover and concluded the only viable one for us was a manage-
ment buyout. There are several aspects of this that should be of
interest to you as a valued client.
First, is the motivation and dedication of ARA's management and employees.
• The management ownership group, one of the largest ever, is the same group
who has been managing the company. Each owner - manager now has a
significant personal investment and a strong personal interest in maintaining
or even improving on' our high standards of quality service. Additionally,
a large number of employees will, for the first time, have the opportunity •
for a personal stake in the growth and success of the company through
participation in ARA•s Savings/Retirement plans.
•
• "3a n11 ;y-sa-,
(2)
Second, is the well-established financial stability of ARA. We were able
to very quickly arrange the necessary financing from a group of banks.
And the two lead banks, Chemical and Morgan Guaranty Trust, not only
loaned us money but also invested in the company.
We are confident, a sentiment apparently shared by our bankers, that we
will continue to grow as well as meet all obligations placed upon us by
the financing of the management acquisition.
In summary, let me again assure you that the change in ownership
will make ARA a better company both short and long term. We will
maintain -- or, if possible, improve upon -- the level of service you
have come to expect of us. Our management team and our employees
completely understand that the growth of ARA, past. and_ future, _is .
based on providing quality service. You can be sure that this
commitment will never change.
Sincerely,
, _
• AGREEMENT
THIS AGREEMENT, made this _26th _• day of June , 1985 , by and
. between The Board of Weld County Commissioners, hereinafter called "Owner" and
Flatiron Paving Co.
doing business as Flatiron Paving Co
hereinafter called "Contractor".
WITNESSETH : That for and in consideration of the payments and agreements here-
inafter mentioned:.
1. The Contractor will commence and complete the phased construction of
1985 Chip and Seal Projects
RC-800. Signing & Traffic Cover Cnat Material (Chip) 5113,8R1 nn
HFMS=2R, Signing & Traffic. Cover Coat Material (Chip) See item (R)
HFE-100S, Signing & Traffic, Cover Coat Material (Chip) See item (R)
2. The Contractor shall furnish all material, supplies, tools, equipment, labor
and other services necessary for the construction and completion of the Project
described herein.
3. The Contractor shall commence the work required by the Contract Documents in
accordance with the date stated in the Notice to Proceed and shall complete
the work within the time stated in the.Bid Proposal unless the period for
completion is extended otherwise by the Contract Documents.
4. The Contractor agrees to perform all of the work described in the Contract
Documents and comply with the terms oftherein for the sum of
Three hundred sixty-seven thousand eighty-four and 82/100 Dollars ----
($367,084.82---)
for
1985 Chip and Seal Projects
5. The term "Contract Documents" means and includes the following:
(A) Advertisement for Bids '
(B) Information for Bidders
(C) Bid
(D) Bid Bond
(E) Agreement �_,.,_-•
(F) General Conditions
(G) Supplemental General Conditions
(H) Payment Bond
(I) Performance Bond
(J) Notice of Award
(K) Notice to Proceed
(L) Change Order
(M) Drawings prepared by Weld County Engineering Department, numbered
of/to Location map and signing drawing.
1) J
( / Vin.,j
850313
-r
-L
(0) Addendum
No. , dated , 19-
No. , dated , 19
No._ , dated _ 19
No. , dated , 19---
No. , dated , 19
No. , dated _, 19
(P) Notice of Contractor's Settlement
(Q) Final Receipt and Guarantee
(R) Other Weld. County Road 23 between SH 392 & SH 14 (7.0 miles)
HEMS-2R (a3 miles) 12,357 13 Cats e} 14 14772.R4
9 $ ;
HFE-1005 (4 miles) -17,142:84 Gals
Signing & Traffic (7.0 miles) @130.00 910.00
Chip 1275 Tons @ 13.96 17,799.00
TOTAL 553,401.82
6. The 0;::ner will pay the Contractor in the manner and at such time as set forth
in the General Conditions such amounts required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, adminstrators, successors, and assions-
IN WITNESS WHEREOF . the parties hereto have executed.. or caused to be executed
by their duly authorized officials, this Agreement in seven (7), each of which
shall be deemed an original on the date first written above.
0i:NER: CONTRACTOR:
The Board of Weld County Commissioners Flatiron Paving CO.
Ey ^- By 9:4-A-1—_
aS.
Name Jacqueline Johnson Name JAM.LsSWO4.r
(Please Type) (Please Type)
Title Chairman Title 'Pitts-b€,-)v--
Address P 0. Box 1137
Greeley, CO3-80632"
(SEAL) (SEAL)
ATTEST: Viasut ATTEST= .
Name Mary Ann Feuerstein Name Mueeai Ray
(Please Type) , (Please Type)
Title{�Weld County Clerk and Recorder- Title %155r c5cee74aV
By: I� LO C4trpb
Deputy
•• a, Il
T Bondi)", 400HE7696
PERFORMANCE BONO
.
KNOW ALL MEN BY THESE PRESENTS: That
h
Flati• ron Paving Ca any
Name of Contractor
1150 North 25th Avenue, Greeley, Colorado 80631
Address of Contractor
a Ccmixmration . hereinafter called Principal, and
Corporation, Partnership, or Individual
qt. DJn,1 Piro £ Marina •rh itvre
Name •of as rety
385 Washington Street, St. Paul, MN 55102
•. Address of Surety
hereinafter called Surety, are held and firmly bound unto Weld County
Name al Owner
913 10th Street, Greeley, CO 80631
Address of Owner
hereinafter called Owner, in the penal sum of Three Hundred Sixty Seven Thousand
r^
Eighty Fats and 82/lOoths Dollars. ($367,084.82
in lawful money of the United States, for the payment of which sum well and
truly to be made. we bind ourselves, successors, and-assigns, jointly and
severely, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain Contract with the Owner, dated the 26th day of 'lime
186 rtheereo
, a copy of which is attached and made apart hereof for tie construction
of:
1985 (Slip and S 'a1 Projects
PC-800, Signing & Traffic, Cover Coat Material (CAI")
HEMS-2R, Signing & Traffic. Cover Coat Material ((lip)
AFE-100S, Signing & Traffic. Cover Coat Material (Chip)
NOW, THEREFORE. if the Principal shall well, truly and faithfully perform its
duties, all the undertaking, covernants, terms, conditions, and agreements of
said Contract during the original term thereof, and any extensions thereof
which may be granted by the Owner, with or without notice to the Surety and
during the one year guaranty period, and if he shall satisfy all claims and
demands incurred under such Contract, and shall fully indemnify and save
harmless the Owner from all costs and damages which it may suffer by reason
of failure to do so. and shall reimburse and repay the Owner all outlay and
expense which the Owner may incur in making good any default, then this
obligation shall be void; otherwise to refrain in full force and effect.
,a. L PROVIDED. FURTHER, that the said Surety, for value received hereby stipulates
y fe and agrees that no change, extension of time, alteration or addition to the
terms of the Contract or to work to be performed thereunder or the specifications
.;r accompanying the same shall in any ways affect its obligation on this bond,
J and it does hereby waive notice of any such change, extension of time, alteration
`O / or addition to the terms of the Contract of the work or to the specifications.
•
•
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose
ins • claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in far counterparts.
number
each one of which shall be deemed an original , this the 9th day of
July . 19 85 .
• ATTEST: Flatiron Paving Company
Principal
J4 li O
Pr ncipal ec By S
V.P.
'(SEAL)
1150 Nort-b rIth A P.
Witness as to Principal dress
Gceelesr. Co do 80631
Address
ATTEST:
r" Michael U. William
Surety Secretary
(SEA!)
kLik �
By
Witness as to•Surety rney- n- act
10300 N f Doresswav 385 Street
Address reSs
Dallas. TX, 75231 St. Paul, MI 55102
NOTE: Date of bond must not be prior to date of Contract. If Contractor is
partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized
to transact business in the State where the Project is located.
2 of 2
•
ACKNOWLEDGEMENT OF ANNEXED INSTRUMENT
•
STATE OF TEXAS
COUNTY OF DALLAS
On this 9th day of Jt.tv in the year 1985
before me, Ruth Ann Curtis - , a Notary Public, State
of Texas, duly commisioned and sworn, personally appeared lic3hae1 H. vallians
personally known to me (or proved to me on the basis of.satisfactory evidence) .
to be the Attorney-In-Fact of the corporation that executed the within
instrument, and also known to me to be the person who executed' the within
instrument on behalf of the corporation therein named, and acknowledged to me
that such corporation executed the same.
•
IN WITNESS WHEREOF, I have hereunto set 9y hand and affixed my official
seal in the State of Texas, County of Dallas, on the date set-forth above in
this certificate;
Notary-Public, State of Texas
•
My canal ssion expires: My Corxritssas tx rc .e .2�, :959 t.
ST.PAUE AND MARINE INSURANCE COMP �FIGTE or���y L$R 385 Ilinington Street,St.Pant,Minnesota 55102 AI.R1IORrTY NO-
For verification of the authenticity of this Power of Attorney,you may telephone toll free S00-328.2189=flask for 869974
the Power of Attorney Clerk,Please refer to the Certificate of Authority No,and the namedindisidu al(s).
GENERAL POWER OF ATTORNEY-CERTIFIED COPY
(Original on File at Home Office of Company.See Certification.)
KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,a-corporation organized and existing under the laws of the
State of Minnesota,having its principal office in the City of St.Paul,Minnesota,does hereby constitute and appoint:
William S. McIntyre, David D. Nichols, Ruth Ann Curtis,
Michael H. Williams, individually. Dallas, Texas
its true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surct;any and all bonds and undertakings.recognizances,contracts of
indemnity and other writings obligatory in the nature thereof,which are or may be allowed,requires or permitted by law,statute-rule,regulation,contract or
otherwise.
NOT TO EXCEED IN PENALTY TEE SUM OF TWENTY FIVE MILLION {$25,000,000)
EACH
and the execution of all such instrument(s)in pursuance of these presents,shall be as binding upon said St.Paul Fire and Marine InsunneeCompany,as fully
and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office.
This Power of Attorney is executed,and may be certified to and may be revoked,pursuant to and by authority of Article V,-Section 6(C),of the By-laws
adopted by the Board of Directors of St PAUL FIRE AND MARINE INSURANCECOMPAINYat a meeting called and held on the23rd day of January,1970,
of which the following is a true transcript of said Section 6(C):
"The President or any Vice President,Assistant Vice President,Secretary or Resident Secretary shall,iuve power and authority.
(1) To appoint Attorneys-in-fact,and to authorize them to execute on beh'if of.the Company,and attach the Seal of the Company thereto,
bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof-and
(2) To appoint special Attorneys-in-fact,who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this
section and/or any of the By-Laws of the Company,and - - -
(3) To remove,at any time,any such Attorney-in-factor Special Attorney-in-fact and revoke the authority given him."
Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Companyadoptedat a meeting duly
called and held on the 6th day of May,1959,of which the following is a true excerpt: '
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating
thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or-facsimile seal shall be valid and bin
Company and any suchpewer so executed and certified by facsimile signatures and facsimileseal shall be.valid and binding upon the Con the
the
future with respect to any'pond or undertaking to which it is attached? Pant in
`FtRE 6 IN TESTIMONY WHEREOF SL Paul Fire and Marine Insurance Company has caused this instrument to be signed and its
P t. 4y corporate seal to be affixed by its authorized officer,this 1st day of March,A.D.1984.
44%)t.
. 7 'fs ST.PAUL FIRE AND MARINE INSURANCE COMPANY
time STATE OF MINNESOTA}.ss.
mt I .v County of Ramsey / Lf�
4S G Vice President
GRANGE .
On this 16th • day of April. .1985 ,beforentecame the individual who executed the preceding instrument,to me
personally known,and,being by me duly sworn,said that he/she is-the therein described and,authotized officer of.St.Paul Fire and Marine Insurance
Company;that the seal affixed to said instrument is the Corporate Seal of Said Company;that the said Corporate Seal and his/her signature were duly affixed -
by order of the Board of Directors of said Company.
IN TESTIMONY WHEREOF,I have hereunto set my hand andaffixed myOfficial Seal,at thecityof St.Paul,Minnesota,tbeday
(i1AC S� and year first above wr tten.
•
t1'tptlltt'( MARY C.CIANC%c Notary Public.RamseyConcty,%O4
My Commission Expires November 1.1990
CERTIFICATION.
I,the undersigned officer of St.Paw Eire and MarineInsaranee Company,do hereby certifythat t bavecompared the foregoingeopy of the Power of Attorney
and affidavit,and the copy of the Section of the By-Laws of said Company as set forthin said Power of Attorney,with the ORIGNALS ON FILE 0.1 THE
HOME OFFICE OF SAID COMPANY,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of
Attorney has not been revoked and is now in full force and effect '
" '+ IN TESTIMONY WHEREOF,I have hereunto set my hand this
.z .
'kze yc. 9th nay o£ July - - .19 85 X Secretary
,4, •
Only a certified copy of Power of Attorney bearing the Certificate of Authority No.printed in red on the upper right corner is binding.Photocopies,carbon
copies or other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY V0IDAND WITHOUT ANY VALIDITY.
2955O Rev.3 84 Printed in U.S.A
4 F n V'•i E%T 3 JOE CC Bart No. 4001E7696
KNOW ALL MEN 5Y THESE PRESENTS: that
Name o ontractor —
3150 Ncrth 25th AyenuP, GrPP1Py. Cellar-orb 80631
Address of Contractor
a Corporation , hereinafter called Principal . and
Corporation, Partneship or Individual
St. Paul Fire & Marine Insurance Cry
Name of Surety
385 Washington Street, St. Paul, MN 55102
Address of Surety
hereinafter called Surety; are held and firmly bound unto weld County
Name of Owner
913 10th Street, Greeley. gD 80631
Address of Owner
hereinafter called Owner, in the penal sum of rnree B,m3=ed Sixty Seven Thousand
Base Bid
Eighty Four and 82/100ths - • Dollars
(S 367-084,,$2 ) in a lawful money of the United States, for the payment of
which sum well and truly to be made, we bind ourselves, successors, and assings,
• jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain Contract with the Owner, dated the 26th day of Jane
1985 , a copy of which Is hereto attached and made a part hereof for a constuction
of:1985 Chip and gen1 Projects '
RC-800, Signing & Traffic, Cover Coat Material (Chip) •
HF3 -2R, Signing & Traffic. Cover Coat Material (Chip)
IWE-100S, Signing & Traffic. Cover Coat Material (Chip)
NOW, THEREFORE, if the Principal shall during the entire length of said Contract
and any extensions thereof promptly make payment to all persons, firms, sub-contractor
and corporations furnishing materials for or performing labor in the prosecution of V
work provided for in such Contract, and any authorized extension or modification then
of, including all amounts due for materials, lubricants, oil, gasoline, coal and coke
repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such work, and all insurance premiums on said work, and for all labor
performed in such work whether by sub-contractor or otherwise, then this obligation
shall be void; otherwise to remain full force and effect.
PROVIDED, FURTHER , that the said Surety, for value received hereby stipulates and
agrees that no change. extension of time, alteration or addition to the terms of the
Contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any wise affect its obligation on time, alteration or addition to
the terms of the Contract or to the work or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in four counterparts,_each one
number
of which shall be deemed an original , this the — 9th day of July , I9 85.
1 or 9
• •
Flatiron Paving Campmay
Principal Lrr;nc3pa ecre ary
8y £- �L�, _(S)
(sEAL)'
Witness as to Principal 1150 Nnrth 7sth �y�n�
Address
Address ( r eley. Colorado 80831
St. Paul Fire & Marine Insurance Co.
Surety
•
ATTEST:
Michael H. Williams
Surety Secretary
•
r (SEAL)
X.ggezt By
Witness as to Surety ttorney- n- act
C�
103Q0 N. rtral t 385 W Street
Ad Tess
Dallas. TX 75231 St. Paul, M7 55102
NOTE: Date of bond must not be prior to date of Contract. If Contractor is
partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury Deparmtent's
most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.
paF9
ACKNOWLEDGEMENT OF ANNEXED INSTRUMENT
STATE OF TEXAS
COUNTY OF DALLAS
On this 9th day of July in the year 1985
before me, Ruth Ann Curtis , a Notary Public, State
of Texas, duly commisioned and sworn, personally appeared" Michael H. Williams
personally known to me (or proved to me on the basis of satisfactory evidence)
to be the Attorney-In-Fact of the corporation that executed the within
instrument, and also known to me to be the person who executed the within
instrument on behalf of the corporation therein named, and acknowledged to me
that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set ow hand and affixed ow official
seal in the State of Texas, County of Dallas, on the date set forth above in
this certificate.
Notary Public, State of Texas
it cc,CC- C7Cs
My conmission expires: My Coir so'.cxp c_ ,ct 25, : :;9
uI ST.PAULiK AND MARINE INSURANCE COMAAii cornrICArEOF
sos.Paeva�w 385 gton Street,St.Pall!,Minnesota 55102 ' AUTHORITY NO.
• For verification of the authenticity of this Power of Attorney,you may telephone toll free 800.328.2189 and ask for pp -
the Power of Attorney Clerk.Please refer to the Certificate of Authority No.and the named individual(s). p C)9 9 f 3
GENERAL POWER OF ATTORNEY-CERTIFIED COPY
(Original on File at Home Office of Company.See Certification.)
KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company.a corporation organized and existing under the laws of the
State of Minnesota,having its principal office in the City of St.Paul,Minnesota,does hereby constitute and appoint:
William S. McIntyre, David D. Nichols, Ruth'Ann Curtis,
Michael H. Williams, individually, Dallas, Texas
its true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undenakings,secogovanar,contracts of
indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute.rule,regulation,contract or
otherwise,
NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION ($25,000,000)
EACH
and the execution of all such instrument(s)in pursuance of these presents,shall be as binding upon said St.Paul Fire and Marine!intimate Company,as fully
and amply,to all intents and purposes,as if the same had been duly executed and acknowledged by its regularly elected officersat its,principal office.
This Power of Attorney is executed,and may be certified to and may be revoked,pursuant to and by authority of Article-V,-Section 6(C),of the By-taws
adopted by the Board of Directors of ST.PAUL FIREANT3 MARINE INSURANCE COMPANY at a meeting called and held on day of January,1970.
of which the following.is a true transcript of said Section 6(C);
"The President or any Vice President,Assistant Vice President,Secretary or Resident Secretary shall have power and authority
(1) To appoint Attorneys-in-fact,and to authorize them to execute on behalf of theCompany.and attach the Seal.of the Company thereto,
bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory is the nature'thereeof,and
(2) To appoint special Attorneys-in-fact,who are hereby authorized to certify to copies of any power-of-attorney issued In pursuance of this
section and/or any of the By-Laws of the Company,and : • "
(3) To remove,at any time,any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him'
Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly
called and held on the 6th day of May,1959,of which the following is a true excerpt::
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating
thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimleseal shall be valid and.,binding upon the
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which it is attached:"
OF RE 4a IN TESTIMONY WHEREOF St.Paul'Fire and Marine Insurance'di 4q March,
A.D.y pas caused this instrument to be signed and its
J~.. 4 0� corporate seal be affixed by its,authorized officer,this 1st day of March,A 1984
/� ��(}�' m STATE OF MSNNESOTAI SL PAUL EIRE AND MARINE INSURANCE COMPANY
{Y"^M Viol )f SS.
Ve°"`,, *we County of Ramsey
sU�iS.�GRANCEG Via President
ynnhnanmoke _
On this 16th . : . day of April. ,.1985 ,before meanie the individualwboexecuted the preceding instrument,to me
personally known,and,being by me duly sworn,said that he/she is the therein described and atthorized'officer of St.Paul Fire and Marine Insurance
Company;that the seal affixed to said instrument is the Corporate Seal of Said Company;that the said Corporate Seal and his/her signaturewere duly affixed
by order of the Board of Directors of said Company
R\AL INTESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal,at the city of St Paul,Minnesota,the day
S and year first above written.
Ors e
c'efltsisal. -if
Cow 4 - MARY. C.CLANCX.Notary Public,Ramsey County,,
My Commission Expires November I,4990
CERTIFICATION
I,the undersigned officer of St.Pad Fire and Marine laswanceCompany,do hereby certify that l havecomparedt eforegoingcopy of the Power of Attorney
and,affidavit,and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney,with.the ORIGNALS ON TILE IN THE
HOME OFFICE OF SAID COMPANY,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said.Power of
Attorney has not been revoked and is now'in full force and effect.
'aey
.r to IN TESTIMONY WHEREOF,I have hereunto set my hand this ✓x v'^^'��
.ry,, <e' 9th deer of J 19 85
secretary
Only a certified copy of Power of Attorney bearing the Certificate of Authority No.printed in red on the upper right corner isbinding.Photocopies,carbon
copies or other reproductions of this document arc invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.
29650 Ras.3-84.Printedin U.S.A
NAPE AND ADDRESS OF AGENCY
ARTEX INSURANCE AGENCY, INC. • COMPANIES AFFORDING COVERAGES
10300 NORTH CENTRAL EXPRESSWAY �,, ,, A ST PAUL FIRE-AND MARINE INSURANCE CO..
BUILDING III, SUITE 208 LETTER
DALLAS, TEXAS 75231-3390
(214)369-8991 '" FECWEe° B ST. PAUL-SURPLUS LINES INSURANCE CO `r
NAME AND ADDRESS OF INSURED - . _ "-**S&-VA i� 'yam:
FLATIRON COMPANIES, et al Lena C FIRST STATE INSURANCE CO. ''s "
P 0 BOX 229 S . D
BOULDER, COLORADO 80306 COMPANY
`-
• (303)444-2151 -
Cd®ANY
LETTER '
{. This is to certify that ooliGes Of insurance listed below have been issued to the YLSUred named above and are in hate at MIS e. any re01wacCtrmamldGon
of any contract a other document with respect to which this Geftificate may be issued a may pertain,the insurance afforded by the{Torches bed twain is subject mall.*
terns.exclus Ohs and Conditions of such policies -
• • - _ - - Omits of Lie in Thousands(COO)
CLETTERY TYPE OF INSURANCE - POLICY NUMBER _ - O(Plf qN DATE. _ - AffiKWT1C a
GENERAL LIABILITY
A coMPREHer6rvE FORA, 599 MA 1726 - 7/1/88" `-,-�,"- -
PREMISES-0PERATgN5 _ vgDPERrrDAAUGc s yW, s
EAROSION
UNDERGROUND HAZARD .r < ^cur-- r
•
EnPROD4 TyOOMPLLTW - +'• a y- r'4" +"' t
rYT OPERATgt6/WARD '♦ i •re �BOOILYI/eRAtY/if/D ' .f .k .3..y -=
L'J CONTRACTUK INSURANOE -c - Y :� f ,`ppd'ERtYDyaAGE S _ {�?�.
tL'A BROAD FORM PROPERTY CcOMyBed'Dr�'r f 1; `1+
_ ® DAMAGE .. ' •`^ ' -''' — �i ' ` $i f000 CSL``v',e=*
InDEPFNDENT CDNTRKTORS } r '�' r': � ,',�F�� c
:+. 7` ♦,rt:":fir. 2 ,"--- .e: -:S i faxsotr« 4 s.,.
PERSONAL aIA .•:.• - f ..--- T wv.- PUS:2*- /WRY +it 7F
• AUTOMOBILE LIABILITY .. c..../77,,,‘„,40., s aestnistRr y.7 1......7 #•''
s 7--: e n .3. �fFAGtPFli50M1 Ls3Ti.
A coMPRENENstve FORM 599 MA 1727 "' 8 :in.
7/1/8 .GOOLLYMII RI-ff" I.2,4;,-;',.----..-
' - `
Fp7 DAMAGE s
u HIRED N "' _ ♦
®NONOWNED s.` < -_ " riT P PFmYDAMAGE '�'
_ _ .. . CCM iNEV 1,000.
EXCESS LIABILITY •.--_ .... _.
B IA! UMBRELLA FORM LC 05515406 tiDPERIYwiA $5 a000. Ste ".
C ❑ DTNERTMANUMBRLLA EU 003209 _ ;. colaUwcti• 5,000
FORM :;i .i ,
•
WORKERS'COMPENSATION - • -. STAWTORY .:..-
A and : 799 PA 9746 7/1/88
EMPLOYERS' .- - =100, ,.a..�,I-
• OTHER . . - _
.
• DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES
t,` ALL OPERATIONS
FLATIRON PAVING COMPANY WORK AT WELD COUNTY '1985 CHIP& SEAL PROGRAM
CONTRACT VALUE: $367,084.83
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof,the issuing corn-
pany will endeavor to mail 10 -days written notice to the below named certificate holder,but failure to
fff mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICATE HOLDER
WELD COUNTY. DATE ISSUED 1 July 1985
I 915 TENTH STREET i.
f GREELEY, COLORADO 80631 i
i. {
A aHO REC PE SE'TATI'+E
t
14CC'D 25::.;9)
fr eL RECEIPT AND GUARANT•
Weld County, Colorado
September 25 , 19 85
(Date)
Received this date of September 25 , 19 85, as full and final payment of the
cost of improvements provided for in the Contract executed by
Flatiron Paving and Payee on or about June 26 , 19 85,
together with all amendments, change orders, and additions thereto, the sum of
Three hundred sixteen thousand one hundred sixty-eight and 81/100
Dollars (5 316,168.81 ).
by checking, being the remainder of the full amount accruing to the undersigned by
virtue if said Contract and extra work performed thereunder, said payment covering
and including full payment and covering and including full payment for the cost of
all extra work and material furnished by the undersigned in the construction of
said improvements, and all incidentals thereto, for the additional consideration of
One (1.00) Dollar for the execution hereof, and the undersigned hereby releases
Weld County
from any and all claims whatsoever resulting from said Contract and all work
performed thereunder.
The undersigned by these presents certifies that all persons doing work upon or
furnishing materials for said improvements under the foregoing Contract and all
additions thereto have been paid in full , and the undersigned further certifies
that all work has been completed in a workmanlike manner in conformity with the
Plans and Specifications of-the _ pertinent thereto. That should any
portion of said work or material prove defective within one (1) year from the
date of final acceptance of the entire project by the Owner, the undersigned shall
replace any such defective material and remedy any such defective work to the sat-
isfaction of THE BOARD OF WELD COUNTY COMMISSIONERS and shall defend, indemnify, and
save harmless THE BOARD OF WELD COUNTY COMMISSIONERS from all damages, claims,
demands, expenses, and charge of every kind which may arise as a result of any such
defective material and workmanship during said period. The Performance Bond for
this Contract shall remain in effect for the period of the Guarantee.
Name 11.94-111.
A_a41 02.14-3
By 6ayLE Oa) - Fironet J —P.aunle;
Title 7oSE-cr d/14..J ac Ct-
1985 Chip and Seal
• AGREEMENT
, THIS AGPEEECENT , made this 28th___, day of August- , 19.85-, by and
between The Board of Weld County Commissioners, hereinafter called "Owner" and
BUCKLEN EQUIPMENT CO. , 80 N. 25th Avenue, Greeley. CO 80631
doing business as BUCKLEN EQUIPMENT CO.
hereinafter called "Contractor".
k'iTNESSETH: That for and in consideration of the payments and agreements here-
inafter mentioned:
1. The Contractor will commence and complete the phased construction of
1985 PROSPECT VALLEY GRAVEL HAULING AND SPREADING
(approximately 30,000 ton)
2. The Contractor shall furnish all material , supplies, tools, equipment, labor
and other services necessary for the construction and completion of the Project
described herein.
3. The Contractor shall commence the work required by the Contract Cocuments 'in
accordance with the date stated in the Notice to Proceed and shall complete
the work within the time stated in the Bid Proposal unless the period for
completion is extended oth±rwise by the Contract Documents.
4. The Contractor agrees to perform all of the work described in the Contract
Documents and comply with the terms of therein for the sum of One hundred
forty-two thousand two hundrad and No/ifl0
(S142ynn nn ---)
for
1985 PROSPECT VALLEY GRAVEL HAULING AND SPREADING
5. The term "Contract Documents" means and includes the following:
(A) Advertisement for Bids
(B) Information for Bidders
(C) Bid
(D) Bid Bond
(E) Agreement
(F) General Conditions
(G) Supplemental General Conditions
(H) Payment Bond
(I) Performance Bond
(J) Notice of Award
(K) Notice to Proceed
(L) Change Order
(M) Drawings prepared by Weld County Engineering Department, numbered
of/to ,
•
, r wY ti's
:4004 850314
. f '
,
:czra prC' -rod or ssu• C y —`
(0) Addendum
No. , dated , 19
No. , dated , 19
No. , dated , 19!
No. , dated , 19
No. _, dated , 19,
• No. , dated , 19
(P) Notice of Contractor's Settlement
(Q) Final Receipt and Guarantee
(R) Other As per attarhad map
6. The Owner will pay the Contractor in the manner and at such time as set forth
in the General Conditions such amounts required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and their respective
heirs, executors, adminstrators, successors, and assions.
IN WITNESS WHEREOF , the parties hereto have executed, or caused to be executed
by their duly authorized officials, this Agreement in seven (7), each of which
shall be deemed an original on the date first written above.
OWNER: CONTRACTOR:
The Board of (Weld County Commissioners BUCKLEN EQUIPMENT CO.
BaS� o,r r-- By ,
Name Jacqueline Johnson Name suean Bncklen
;Please Type) (Please Type)
Title Chairman Title Vice President
Address 804 N. 25th Avenue
Greeley. CO 80631
(SEAL) (SEAL)
A T E1 EST: A EST:
Name Ma y Ann Feuerste' L. B
n me Judy urkiar '
lease Type) (Please._Type') ~
Title County Clerk and Recorder Title Secretes v
and Clerk to the oard
g'Y= FYIIC-114:-P J at tic-0
puty County Cl k
•
it \ mEmoRAnDum
vime To Clerk to the Board Dn. Ausust 1985
COLORADO From Drew L. Scheltinga, County Engineer
SubjectAgreement
Please place the attached agreementsin the Board's signature packet.
Return both originals to the Engineering department for the contractor's
signature. Upon completion we will return one original to you for your
files.
If you have any questions, please call me.
DLS/bf
••
•
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That
Bucklen Equipment Company, Inc.
Name of Contractor
804 North 25th Avenue, Greeley, Colorado 80631
Address of Contractor
a Corporation , hereinafter called Principal , and
Corporation, Partnership, or Individual
United States Fidelity and Guaranty Company
Name of Surety
P. O. Box 1138, Baltimore, Maryland 21203
Address of Surety
hereinafter called Surety, are held and firmly bound unto
The Board of Weld County Commissioners
Name of Owner
915 10th Street, Greeley, Colorado 80631
Address of Owner
• hereinafter called Owner, in the penal sum of One Hundred Forty-Two Thousand
Two Hundred Dollars and no/100 Dollars, ($ 142,200.00_ )
in lawful money of the United States, for the payment of which sum well and
truly to be made, we bind ourselves, successors, and assigns, jointly and
severaly, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain Contract with the Owner, dated the 28th day of August
198 5 , a copy of which is attached and made apart hereof for the construction
of:
1985 PROSPECT VALLEY GRAVEL HAULING AND SPREADING
NOW, THEREFORE, if the Principal shall well , truly and faithfully perform its
duties, all the undertaking, covernants, terms, conditions, and agreements of
said Contract during the original term thereof, and any extensions thereof
which may be granted by the Owner, with or without notice to the Surety and
during the one year guaranty period, and if he shall satisfy all claims and
demands incurred under such Contract, and shall fully indemnify and save
harmless the Owner from all costs and damages which it may suffer by reason
of failure to do so, and shall reimburse and repay the Owner all outlay and
expense which the Owner may incur in making good any default, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Contract or to work to be performed thereunder or the specifications
accompanying the same shall in any ways affect its obligation on this bond,
and'it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the Contract of the work or to the specifications.
1 ..of �.
•
PROVIDED, FURTHER, that no final settlement between the Owner and the
Contractor shall abridge the right of any beneficiary hereunder, whose
• claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in seven (7) counterparts,
number
each one of which shall be deemed an original , this the 5th day of
September , 19 85 .
ATTEST: BUCKLEN EQUIPMENT COMPANY, INC.
f •
Principal
BY i«d ..r..e (S)
- - Pri cipal Secretary
804 North 25th Avenue
- Wi asxasxtoxft nob d - Address
Greeley, Colorado 80631
Aglixeros
ATTEST: -
8111t6tpUttektry
UNITED STATES FIDELITY AND GUARANTY COMPANY
9tt
.., /
fCej—t BY )tor j rnu/
its as to Surety Attorney-rn-FactP. 0. Box 578 P.O.Box 1138, Baltimore, Maryland 21203
Address Address
-- ---- -Agent - Flood & Peterson Insurance, Inc.
Greeley, Colorado 80632 P. O. Box 578, Greeley, Colorado 80632
NOTE: Date of bond must not be prior to date of Contract. If Contractor is
partnership, all partners should execute bond.
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized
to transact business in the State where the Project is located.
•
•
2 of 2
PAYMENT BLIND ill
KNOW ALL MEN BY THESE PRESENTS : that
Bucklen Equipment Company, Inc.
Name of Contractor
804 North 25th Avenue, Greeley, Colorado 80631
Address of Contractor
a Corporation , hereinafter called Principal , and
Corporation, Partnership or Indivicual
United States Fidelity and Guaranty Company
Name of Surety
P. 0. Box 1138, Baltimore, Maryland 21203
Address of Surety
hereinafter called Surety, are held and firmly bound unto
The Board of Weld County Commissioners
Name of Owner
915 10th Street, Greeley, Colorado 80631
Address of Owner
hereinafter called Owner, in the penal sum of _ One Hundred Forty-Two Thousand
Base Bid
Two Hundred Dollars and no/100 Dollars
(S142,200.00 __) in a lawful money of the United States, for the payment of
which sum well and truly to be made, we bind ourselves, successors, and assigns,
'jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered
into a certain Contract with the Owner, dated the 28th day of August
1985 , a copy of which is hereto attached and made a part hereof for the constuction
of:
1985 PROSPECT VALLEY GRAVEL HAULING AND SPREADING
NOW, THEREFORE, if the Principal shall during the-entire -length of said Contract
and any extensions thereof promptly make payment to all persons, firms, sub-contractors,
and corporations furnishing materials for or performing labor in the prosecution of the
work provided for in such Contract, and any authorized extension or modification there-
of, including all amounts due for materials, lubricants, oil , gasoline, coal and coke,
repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such work, and all insurance premiums on said work, and for all labor,
performed in such work whether by sub-contractor or otherwise, then this obligation
shall be void; otherwise to remain full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of:the
Contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any wise affect its obligation on time, alteration or addition to
the terms of the Contract or to the work or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF , this instrument is executed in seven counterparts, each one
number
of which shall be deemed an original , this the 5th day of September , 1985 . •
_ . il
BUCKLEN EQUIPMENT COMPANY, INC.
ATTEST: Principal
- - n .R '0 CA2� - By-xY� -...,_ ___-445,e,..--,4"..---- (S)it
cipal Secretary
(SFA1-r
804 North 25th Avenue
. oeasc cxba xlaxxigxsi • Address
Greeley, Colorado 80631
. Address
UNITED STATES FIDELITY AND GUARANTY COMPANY
Surety
kxwatejo6eccelwrxyc
(SEAL)
e24-P-- -C. ' ,„_) l e
'tne a Surety By �orney-ln-Fact
P. 0. Box 578 P.O.8ox 1138, Baltimore, Maryland 21203
Address Address
Greeley, Colorado S0632 -_-_-..____Agent.: _Flood 1.Peterson Insurance, Inc.
P. 0. Box 578, Greeley, Colorado 80632
NOTE: Date of bond must not be prior to date of Contract. If Contractor is
partnership, all partners should execute bond.
•
IMPORTANT: Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.
•
IP
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No d'}1183
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY.a corporation organized and existing under the laws of the
:Mate of Maryland. and having its principal office at the City of Baitimore, in the State of Maryland, does hereby constitute and appoint
:Caren Stone
of the City of Greeley ,State of Colorado
its true and lawful attorney in and for the State of Colorado
for the following purposes.to wit:
To sign its name as surety to. and to execute,seal and acknowledge any and all bonds,and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney: and the said UNTIED.STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors,hereby ratifies and confirms all and whatsoever the said
Karen Stone
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY-COMPANY has caused this immanent to be
sealed with its corporate seal. duly attested by the signatures of its Vice-President and Assistant Secretary,this 5th day of
October A D. 1973
UNITED STATES FIDELITY AND GUARANTY COMPANY:
•
(Signed) By...C#?grl?A I3ocine:.. viii... _. .
Vice-President. . .
(SEAT•) G. Hii�-ard
(Signed)
Assistant Secretary.
STATE OF MARYLAND, )
BALTIMORE CITY, 1> ss'
On this 5th day of October , A. D. 19 75, before me.personally came •
Charles W. Boone Vice-President-of the UNITED STATES-FIDELITY AND:GISARAIsITY
COMPANY and W. G. II i I yard ,Assistant Secretary of said Company,with both of
whom I am personally acquainted,.who being by me severally duly sworn, said that they resided is the City of Baltimore. Maryland;
that they, the said Charles W. Boone "" and 7; G. Hilvard wererespectively
the Via-President and the Assistant Secretary of the said UNITED STATES FIDELITY C'i6•CUARANTY COMPANY, the cor-
poration described in and which executed the foregoing Power of .attorney: that they-each knew the seal of said corporation: that the
seal affixed to said Power of Attorney was such corporate seal. that it was so fixed by order of the Board of Directon'of said corpora-
tion, and that they signed their names thereto by like order as Vice-President and Assistant Secretary,respectively;of the company.
My commission expires the fiat day in July,A.rx 19.:..71..
(SEAL) (Signed) :Torbert .J Lull
Notary Public.
STATE OF MARYLAND .. .
BALTIMORE CITY, Set
Robert II. Souse , Clerk of the Superior,Court of Baltimore City, which Court M
Court of Record. and has a seal, do hereby certify that llerbert„J. Lull .,-Esquire,before
whom the annexed affidavits ;ere made. and who has thereto subscribed his name, was at the rime of so doing a Notary Public of the
State of.Maryland, is and for the City of Baltimore;duly commissioned and sworn and authorized by law to administer oaths and take.
acknowledgments, or proof of deeds to be recorded. therein.'I father certify that I am acquainted with the handwriting of the said
Notary and verily believe the signature to be his genuine signature.
In Testimony W'hereo/, I hereto set my hand and affix the seal ofthe Superior Court of Baltimore Cry,the same being a Court
of Record.this 5th day of October . A. D. 19?.5
(SEAL) (Signed) Rolfert ::, House
Clerk of the Superior Court of Boltimore City.
FS 3 (947)
COPY OF RESOLUTION
That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland.and in the Territories of the United States and in the Provinces
of the Dominion of Canada and in the Colony of Newfoundland. -
Therefore,be it Resolved,that this Company do,and it hereby does, authorize and empow'c its President or either:'of its Vice. -
Presidents in conjunction with its Secretary-or one of its Assistant Sec-etartes„under its corporate.seal.to appoint any person or persons
• as attorney or attorneys-in.fact. or agent or agents of said Company, in its name and as Its act, to execute and deliver any and all con-
tracts guaranteeing the fidelity of persons holding positions of public or private trust.guaranteeing the performances of contracts other
than insurance policies and executing or guaranteeing bonds and undertaldnp, required or permitted in all actions or proceedings, or
by law allowed,and
Also, in its name and as its attorney or attorneys•in•fact,or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizance!, obligations, stipulations, undertakings or anything in the nature of either'of :he same. which are or may by law,
municipal or otherwise,or by:any Statute of the United States or of any State or Territory of the United States or of the Provinces of the
Dominion of Canada or of the Colony of Newfoundland,or by the rules.,regulations,orders customs; practice or discretion of any board.
body,organization,office or officer, local, municipal or otherwise.be allowed, required or permitted to be executed. made, taken, given,
tendered accepted,filed or recorded for the ncurrty or protection of. by or for any person or persons corporation, body, office, interest,
municipality or other association or organization whatsoever,in any and all capacities Whatsovea conditioned for the doing or not doing
of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or nndertaldng, or
anything in the nature of either of the same. -
7. T. Hartley Marshall • an Aaistant Secraary of the UNITED ST-ATP...Su FIDELITY :L2
GUARANTY.COMPANY. do hereby.certify -the-foregoing is a full,.true-and correct copy of the original power of attorney given
by said Company to -
Karen Stone
of Greeley, Colorado authorizing and empowering her
set
forth,which power of attorney has never been revoked and is still in full force and effect to sign bonds
as therein
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of.the.
Board of Directors of said Company, duly called and'held at the office of the Company,in the City of Baltimore. on the 12th day of
July, 1910, at which meeting a quorum of the Board of Directors was present and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on September 5, 1985.
(Date)
1011°11.11 'f�`j�Aj
Assistant Secretary.
•
01.6 0 •TIFICATE OF INSURANCE o
4° • issued by the
2� tg! Oll i STATE COMPENSATION INSURANCE FUND
o
\\
i<..44524,-).
� i�' 950 BROADWAY
+a:e DENVER. COLORADO 80203 O `�'
PRONE (303) 866-2560 S4TiUN �� �
TO WHOM IT MAY CONCERN:
This is to certify that this department has issued a Standard Workmen's Compensation and Employer's
Liability Policy as described below covering the liability imposed upon subject employers by the Work-
men's Compensation Act of Colorado,said policy being in good standing as of this date. 1/31/8 5
POLICY NUMBER 086294 2
POLICY PERIOD 1/01 /85 TO 1 /01 /86 QUARTERLY ADJUSTMENT
INSURED:
BUCKLEN EQUIPMENT CO
804 N 25 AVE
GREELEY CO 80631
DATE OF ORIGINAL ISSUE: 1/26/77
All policies are subject to the following provision of the Workmen's Compensation Act with respect to
cancellation:
Section 8-54114. If any employer shall be in arrears for more than twenty days in any payment required
to be made by him to the State Compensation Insurance Fund as provided by this Act he shall by virtue
of such arrangement be in default of such payment and any policy issued to him by said Fund shall there-
upon be cancelled without notice as of the effective date or renewal date of said policy.
STATE COMPENSATION INSURANCE FUND
\leld County
Prospect Valley Gravel Hauling
500379-85
CINDY SWANSON
ADMINISTRATIVE CLERK
** FOR ADDITIONAL COPIES. THIS CERTIFICATE MAY BE REPRODUCED. **
PRODUCER THIS CERTIFICATE TS ISSUED AS A MATTER OF I:ORMATION ONLY ADO CONFERS
NO TIGHTS UPON THE cERTIRCATE HOLDER THIS CERTIFICATE DOES NOT MEND,
FLOOD & PETERSON INSURANCE, INC. EXTEND OR ALTER TIE=TRADE AFFORDED BY TIE POLICIES BELOW.
P.O. Box 578
Greeley, CO 80632 COMPANIES AFFORDING COVERAGE
GOMPANY A
Lti IEH Insurance Company of North America
COMPANY B
INSURED LETTER
Richard Bucklen and/or Bucklen UTTECOMPANY
c
Equipment Company
P.O. Box 1647 CCOmPANy SR D
Greeley, CO 80632
COMPANY E
LEI1ER
COVERAGES •
THIS IS TO CERTIFY THAT POLICIES OFINSURANCE LISTEDBELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIE POLICY PFRIODINDICATED.
NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W:TH RESPECT TO WHId1 THIS CERTIFICATE MAY.
BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEAMS;EXCLUSIONS,AND CONDF
TIONS OF SUCH POLICIES.
CO E0ULY ERECRVE POLICY EXPIRATION I LIABILITY UMITSIN THOUSANDS
TYPE OF INSURANCE POLICY NUMBER
LTR DATE PARCGTY) LATE(RECN+ I c 'i EnGREnAIDE AGGREGATE.:
GENERAL LIABILITY c QDCVR
BODAY
A X COMPREHENSIVE FORM GLP GO 77 67 71 7 07/01/85 07/01/86 mat' $ $
x PREMISES/DPERATIONS
PROPERTY
UNDERGROUND
X kXPLOSIO!8 COLLAPSE HAZARD ° 'E $ $
x pRoDUCTSicoMPLERD OPERA1TO G
x CONTRACTuk Po
score,Lo $ 500 $ 500
x INDEPENDENT CONTRACTORS
x BROAD FORM PROPERTY DAMAGE
x PERSONAL INJURY PERSONAL R1NRY.. $ 500
AUTOMOBILE UASUJTY eccay mow.
REP c
A x PNYAUTO CAL 839919 07/01/85 07/01/86 $
x ALL OWNED AUTOS(PRIV PASS) HOLY:
•x ALL OWNED AUTOS(ppTTHHER PASS THAN) I:AQT .. •.�., >
l PRIV. - ?wen) $
x HIRED AUTOS
x NON-OWNED AUTOS DNAAGE... $ y�7T
GARAGE UABILRY
CCEONED $ 500
EXCESS UAWLITY
UMBRELLA FORM &A.Or Po
�o +m $
OTHER THAN UMBRELLA FORM
WORKERS'COMPENSATION STAMORY: '.,.' ,
AND 'TK$ (EACH Kamm
EMPL:oYER5•LIABILITY -
,1 $ (DISEASEp0.1LY LAC) -p
4.4 S aSESEE90TEIFLDTEEI
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESSPECIAL ITEMS
Project: 1985 Prospect Valley Gravel Hauling & Spreading
CERTIFICATE HOLDER,. CANCELLATION - •f-
Board of Weld Count Commissioners SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TIC E .
County PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
915 10th Street MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Greeley, CO 80631 LEFT.BUT FAILURE TO MA6 SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE -. ANY,RS AGENTS OR REPRESENT-
A i. . REPRESENTif
/ V
4r✓i. a 'I' - -
ACORD 25(8184) - I(R/ACORD CORPORATION 1084
Hello