Loading...
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