Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20260126
Con+d- 1Da 166a-1 PUBLIC WORKS DEPARTMENT 11 1 1 H STREET 1027 %`I! P.O. BOX 758 GREELEY COLORADO 80632 ;,_ c c PHONE: (970) 400-3750 egreen@weld.gov January 28, 2026 Esther Gesick Clerk to the Board 1 150 0 Street Greeley, CO 80631 egesick@weld.gov RE: CONTRACT ID NUMBER: 10327 LASERFICHE DOCUMENT ID: 2026-0126 2026 BRIDGE, IRRIGATION, AND DRAINAGE MAINTENANCE/REHABILITATION ON-CALL SERVICES CONSTRUCTION CONTRACT SIGNATURE Dear Esther: Please place the attached contract on the soonest possible BOCC consent agenda.The Board awarded the contract to TLM Constructors, Inc. on January 26, 2026. Once the contract is signed, the date will need to be inserted on the bonds (Pages 178 to 181 of the scope of work .pdf). The contract is for an amount not to exceed $700,000.00. The contract amount is included in the 2026 Public Works budget. Sincerely, Erich Green, P.E., L.S.I. Engineer III Weld County Public Works Dept. ConSe►i- ptgencla- ec : pnbc -e CPS) 2o2C2- 012 Z/2/Z(-Q Ziz 12C0 6-C-t O0�4 Agreement for Construction Services Between Weld County and TLM Constructors, Inc. for 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services THIS AGREEMENT is made and entered into this A day of -EQUalti 2026, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works, hereinafter referred to as "County," and TLM Constructors, Inc., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2500148. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may terminate this Agreement upon material breach of the other party; however, the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $700,000.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1- 101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10.Confidentiality. Confidential information of Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims-made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide the County with a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 5) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 6) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 7) Builders'Risk Insurance or Installation Floater— Completed Value Basis: Not applicable. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements affecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 16. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 18. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 19. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Jaedon Lee Mills Position: Vice President Address: 3400 W. 16th St., STE 0 Address: Greeley, CO 80634 E-mail: jaedon@tlmconstructors.com Phone: (970) 346-8323 Weld County: Name: Erich Green, P.E. Position: Engineer Ill Address: 1111 H St., PO Box 758 Address: Greeley, CO 80632 E-mail: egreen©weld.gov Phone: (970) 400-3742 20.Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 21.Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22.Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23.Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24.Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 25.Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 26.Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 27.Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended. 28.No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 29.Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 30.Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 31.No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32.Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] 33.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 34.Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 35.Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: iGN' Co••sf fors 1Ac. By: i� !-2 7-toeG Date of Signature Name: &ehL. ,•/l Title: U,u. &LI WELD COUNTY: fjaATTEST: &�' *" W�°e'' BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WE COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair FE3022026 1861 t ♦� 4`.1 Z02(D— i 2 l0 Weld County Finance Department 1861 Purchasing Division -op, -• \ 1301 North 17th Avenue Greeley, Colorado 80632 courJTY Public Works Construction — Request for Proposal (RFP) Solicitation Number: B2500148 Title: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On- call Services Contract Issue Date: December 12, 2025 Pre-Proposal Meeting: December 29, 2025, at 10:00 a.m. (Mandatory) Pre-Proposal Location: 1111 H Street, Greeley, CO 80632 Questions Due: January 5, 2026, by 7:00 a.m. Questions email: ckimmi(a�weld.gov with copy to bids©weld.gov Proposal Due Date: January 9, 2026, by 11:00 a.m., Purchasing's Clock Proposal Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(a�weld.gov Documents Included in this Solicitation Package RFP Schedules RFP Attachments Schedule A: Solicitation Instructions Attachment 1 — Contract Administration Forms Schedule B: Scope of Work Attachment 2 — Project Special Provisions Schedule C: Procurement Schedule Attachment 3 — CR 29 From SH 392 to WCR Schedule D: RFP Response - Criteria 74 Plans Schedule E: Proposal Form Schedule F: Insurance & Bonds Schedule G: Weld County Contract Schedule H: Forms Due with Proposal Schedule I: Public Works Contract Forms Form Revision 6-2025 Table of Contents Public Works Construction — Request for Proposal (RFP) 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A - Solicitation Instructions 4 Purpose/Background 4 Proposal Advertisement 4 Proposal Submission 4 Introductory Information 5 Cooperative Purchasing 6 Schedule B - Scope of Work 7 Project Overview 7 Method of Procurement 7 Delivery Method 7 Pricing Method 7 Specific Requirements and Responsibilities 7 Schedule C - Procurement Schedule 10 Schedule D — RFP Response Criteria 11 RFP Response Submittal 11 Response Format 12 Best Value Selection Process Summary Description 12 Technical Score 12 Schedule Score 12 Cost Score 13 Interview Score (optional) 13 Scoring Criteria 13 Schedule E - Proposal Response Form 17 Proposal Submittal Instructions 17 System for Award Management (SAM) Database 17 Fees - Proposal Schedule 17 Attestation 26 Schedule F — Insurance and Bonds 27 Solicitation#B2500148 Page 2 Insurance 27 Bonds 30 Insurance Mailing Information 30 Schedule G - Weld County Contract 32 Contractual Obligations 32 Weld County Standard Contract 32 Schedule H —Forms Due with Proposal 47 Bid Bond 48 IRS Form W-9 50 Title 49, CFR, Part 29 Debarment and Suspension Certification 51 Certification of Compliance with Equal Opportunity Clause Requirements 52 Anti-Collusion Affidavit (Form #606) 53 Schedule I — Public Works Contract Forms 54 Notice of Award 55 Performance Bond 56 Labor & Materials Payment Bond 58 Contractors Performance Capability Statement (Form #605) 60 Assignment of Antitrust Claims (Form #621) 61 Solicitation#B2500148 Page 3 Schedule A - Solicitation Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract A Mandatory Pre-Proposal conference will be held on December 29, 2025 at 10:00 a.m. at the Weld County Public Works Facility located at 1111 H Street, Greeley, CO 80631. Proposers must participate and record their presence at the pre-proposal conference to be eligible to submit Proposals. Proposals will be received until: January 9, 2026 at 11:00 a.m. (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call January 9, 2026 at 11:30 a.m. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By_Phone _ Join the meeting now +1 720-439-5261„685292912# United Meeting ID: 276 576 320 778 93 States, Denver Passcode: PY25NZ3N Phone conference ID: 685 292 912# Proposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their Proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1. PREFERRED: email Proposals to bidsweld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation # B2500148 Page 4 Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this solicitation as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the solicitation forms shall be suitably filled in. Proposers are required to use the solicitation forms which are included in this package and on the basis indicated in the Solicitation Forms. The submitted proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Schedule A. Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Purchasing Division for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposer's risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders (proposers) in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids (proposals) for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids (proposals), to waive any informality in the bids (proposals), to award the bid (proposal) to multiple vendors, and to accept the bid (proposal) that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) (proposal) may be awarded to more than one vendor. Solicitation # B2500148 Page 5 Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of seeking solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation# B2500148 Page 6 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a contractor to provide 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through a two-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. Delivery Method Design-Bid-Build (DBB): Design-Bid-Build (DBB) is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then solicits bids or proposals (advertises) and awards a separate construction contract based on the designer's completed construction documents. In DBB, the agency "owns" the details/risks of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. Pricing Method Unit Pricing: Unit pricing is where the contractor simply sets a price for each unit of type of work, or category of cost. Specific Requirements and Responsibilities The project in general consists of performing rehabilitation services on bridges, construction of drainage and irrigation projects, and maintenance of drainage, irrigation, and bridge projects throughout Weld County. The project also consists of installing culverts for drainage and irrigation ditches, constructing irrigation diversion structures, repairing and replacing concrete panels on the County's concrete roads, and constructing BMPs on county roads to prevent erosion. In addition to the proposed cost, proposers will be required to attend a mandatory pre-bid meeting and to submit documentation demonstrating their experience and performance on similar projects, ability to meet the project schedule, and familiarity with the work area and with Weld County. This project is not subject to Federal or State contract requirements. Examples of the services required to support the project include but are not limited to: • Removal of debris • Brush clearing • Removal of trees Solicitation# B2500148 Page 7 • Removal of asphalt mat (planing) • Removal of bridge approach guard rails and bridge rails • Removal of nests • Removal of drainage and irrigation pipes • Removal of drainage and irrigation structures • Netting • Unclassified excavation • Flow fill placement • Aggregate base course placement • Hot mix asphalt paving with string line/sonic sensor control or GPS control • Field cleaning and painting of steel • Installation of waterproofing membrane • Installation of drainage and irrigation pipes • Installation of drainage and irrigation structures • Installation of trash racks • Concrete crack repair (horizontal/vertical/overhead) • Concrete patching (horizontal/vertical/overhead) • Installation of bridge approach guard rails and bridge rails • Construction surveying • Temporary traffic control • Steel plates to cover holes in or near the roadway Additional work items are included in Schedule E, Exhibit 2 — Possible Other Work Items. Projects under this project contract may include but are not limited to: • Concrete spall repairs on CR 47 and CR 49 from CR 16 to Highway 392. • Concrete panel replacements on CR 47 and CR 49 from CR 16 to Highway 392. • Grouted riprap rundown on CR 6 east of CR 13 on a driveway access. • Grouted riprap rundown on the SE corner of the intersection at CR 78 and CR 29. • Concrete valley pan through the Weld County Public Works parking lot. • Rehabilitation work on BR54/41A which could involve painting piers, patching holes in the wingwalls and bearing plates, a mill, overlay, and replacement of asphaltic plug joints. • Other bridge rehabilitation and/or drainage and irrigation works as identified by Weld County. At the option of Weld County, the project contract may be extended for one (1) additional year a maximum of two (2) times. It is anticipated that during each one-year contract period, between one (1) and ten (10) projects will require the use of this contract. Some of the rehabilitations will require Detailed Plans, while many will contain work that is fully defined by Internal Accounting (IA) Forms, Standard Plans and Project Specifications. The cost of the work performed during each one-year contract period will not exceed the budget for that period. The initial contract period budget will be $700,000.00, and contract period budgets thereafter will be updated on an as needed basis. Solicitation#B2500148 Page 8 Weld County will review all proposals and rank the proposals using the County's best value process (outlined in Schedule D — RFP Response Criteria) to select the proposer representing the best value bid for the contract. The bid tabulations provided in Exhibit 1 must be submitted as part of the proposal and must utilize the same unit prices shown in the bid schedule, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. Quantities for each contract period will be based on Detailed Plans and/or IA Forms that will be provided by Weld County. Price changes for items in the bid schedule will be negotiated by and agreed to by both parties for each potential future renewal period, and any increases shall not exceed the Denver-Aurora-Lakewood Consumer Price Index (CPI). This is not a CDOT contract and will not have CDOT oversight. Solicitation#B2500148 Page 9 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date December 12, 2025 Pre-Proposal Meeting (Mandatory) December 29, 2025, at 10:00 a.m. 1111 H Street, Greeley, CO 80632 Technical Questions Due January 5, 2026, by 7:00 a.m. Technical Questions email ckimmi a(�weld.gov with copy to bids ac weld.gov Questions Answered via Addendum January 6, 2026 Proposals Are Due January 9, 2026, by 11:00 a.m. Purchasing's Clock Interviews (Optional) January 22, 2026 Solicitation Notice of Award (Anticipated) January 26, 2026 Contract Execution (Anticipated) February 9, 2026 Solicitation#B2500148 Page 10 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, contractor shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. The response items include: 1. The RFP Response shall include a completed Statement of Qualifications and Subcontractors showing the proposer understands the scope of the project and its objectives. 2. The RFP Response shall include a description of critical issues that the proposer considers to be of importance for the project and how those issues will be solved. 3. The RFP Response shall include a description of how the project costs will be controlled for both the prime contractor and their sub-contractors. 4. Describe how the proposer will ensure that all Federal, State, and Local laws, rules, and regulations will be followed. 5. Describe how the proposer will handle the quality control for the entire project. 6. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 7. Describe any citations by OSHA for violations within the last 5 years. 8. The RFP Response shall include a description of the proposer's location and explain how it will not affect the project coordination with the County. 9. Explain how the proposer is familiar with Weld County's project specifications and policies. 10. Include a list of the number of employees and the annual operating budget. 11. Explain the proposer's knowledge about Weld County in general. 12. Include a list of your company's facilities and major equipment leased or owned (excavators with bucket sizes, blades, dozers, scrapers, tractor trailers, etc.) 13. The RFP Response shall include a preliminary construction schedule showing major construction items associated with the sample project that is included in this RFP, and how the proposer would complete the project within the contract time. 14. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. Solicitation # B2500148 Page 11 Response Format The following defines the response format: 1. Limit the total length of RFP Response to a maximum of 25 pages. a. The County will reject RFP responses received that are longer than 25 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. d. The proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper can only be used for presenting construction schedules, or example plan sheets. b. Text sizes shall be 11 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Best Value Selection Process Summary Description The following simple equation is utilized to determine the selection process scoring of the contractors which submit proposals. BV = TS + SS + CS + IS BV = Best Value Total Score (150 points maximum) TS = Technical Score (50 points maximum) SS = Schedule Score (20 points maximum) CS = Cost Score (30 points maximum) IS = Interview Score (50 points maximum) (this criterion is optional to the County) Technical Score Based upon 4 separate evaluation criteria, each with their own weighting factors. Evaluation criteria are as follows: • Scope of proposal and team. • Critical issues and similar projects. • Project control and approach. • Work location/familiarity. Schedule Score County discloses to Proposers the maximum allowable contract time acceptable, for example 150 calendar days. The earliest responsible proposed schedule scores 20 points. Other proposed schedules score based upon a ratio to the earliest. This Schedule Score is calculated by the Project Manager and provided to the selection committee members after the Technical Scores have been Solicitation #B2500148 Page 12 determined. The schedule of the successful Proposer shall form the basis for establishing the contract time, and liquidated damages would be applied after this contract time has expired. Cost Score The lowest responsible cost proposal scores 30 points. Other proposed costs score based upon a ratio to the lowest cost. The County will request Proposers to submit their cost proposal separately from their main proposal document. The Project Manager will not share the cost proposals with the other selection committee members until after the technical and schedule scores have been prior determined. Interview Score (optional) If the County decides to incorporate this criterion into the selection process, they will select the two to three Proposers with the highest scores to participate. In such case, these short-listed Proposers interview scores shall be added into the equation which determines the Best Value Total Score (BV). Scoring Criteria The RFP Responses will be evaluated using the criteria listed in Tables 1 through 3. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score using a rating scale from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each area, the individual reviewer scores will be totaled. The two to three highest cumulative scored RFP Responses may be invited to participate in interviews (if required) to help the reviewers determine the final overall score and which represents the best value to the County. If interviews are determined to be necessary for the selection process, Contractors will be evaluated on the criteria shown below in Table 4. After all scores have been determined from the RFP Response and the interview (if required), each score will be totaled for each RFP. The highest score will be considered the top scoring proposal and best value for the County. NOTE: The highest score proposal may not be the lowest proposed cost. Solicitation#B2500148 Page 13 Table 1 - Technical Scoring Form Evaluation Evaluation Standard Scoring Weighting Score Criteria Factor Range •The proposal clearly shows an understanding of the project objectives. •The proposed methodology meets the Scope of desired goals of the County. Proposal •Qualifications and relevant experience 1 to 5 3.0 3.0— 15.0 and Team of key team members (including subcontractors). •Evidence that the team has worked together successfully on past similar projects. •The proposal demonstrates that the Contractor clearly understands the major issues associated with the project. Critical Issues •The proposal offers realistic solutions and Similar to the critical issues. 1 to 5 3.0 3.0— 15.0 Projects •Contractor has demonstrated its ability to produce successful projects, meet project schedules, and meet project budgets. •The team has successfully completed projects for Weld County in the past. •The Contractor has described how they will control construction costs. •The proposal describes clearly how their major subcontractor's costs will be controlled. •The Contractor has demonstrated their Project Control ability to ensure that State and Federal 1 to 5 3.0 3.0 — 15.0 and Approach regulations and specifications are met. •The Contractor has demonstrated a quality control (QA/QC) process in place to manage the quality of the materials and final product. •The approach is described in a logical manner. •The Contractor's office location does not adversely affect coordination with the County. Work Location/ •The Contractor is familiar with Weld 1 to 5 1.0 1.0— 5.0 Familiarity County policies and construction criteria. •The Contractor demonstrated knowledge of Weld County in general. Proposal 10.0 to Technical 50.0 Review Score Solicitation#B2500148 Page 14 Table 2 - Schedule Scoring Form Evaluation Evaluation Standard Scoring Weighting Score Criteria _ Factor Range Schedule • The Contractor's schedule contains 1 to 20 N/A 1.0 — 20.0 and Contract sufficient detail to ensure project schedule Time goals are met. • Weld County will supply the initial project schedule goals, and Contractors will be encouraged to meet or exceed those goals. • The schedule and resultant Contract Time proposed by the successful Proposer will become the basis for the official Contract Time allowed. Proposal 1.0 to Schedule 20.0 Review Score Table 3 - Cost Scoring Form Evaluation Evaluation Standard Scoring Weighting Score Criteria Factor Range • The costs were presented in a way that is reasonable and consistent with the project goals. • The Contractor's cost proposal will remain sealed until after their Technical Cost Score and Schedule Score have been 1 to 30 N/A 1.0 — 30.0 first established. • The lowest responsible Proposal cost will receive 30 points, and all other Contractor's Proposal costs will be scored based upon their ratio to the lowest cost. Proposal 1.0 to Cost 30.0 Review Score Solicitation # B2500148 Page 15 Table 4 - Interview Scoring Form Evaluation Evaluation Standard Scoring Weighting Score Criteria Factor Range • Contractor proposed and clearly described their approach for _ Work Approach completing the project. 1 to 5 2 2.0 • The Contractor offered innovative 10.0 ideas for the project. • The Contractor's project manager has adequate qualifications and a proven track record to complete Project Manager 2.0— Qualifications projects of this scope. 1 to 5 2 10.0 • The Contractor's proposed project manager demonstrates effective communication skills. • The Contractor's presentation was clear and easy to understand. Quality of • The people being interviewed 1 to 5 2 2.0_ Presentation 10.0 displayed effective communication skills. • The Contractor provided good answers to the questions asked by the selection committee. Question/Answer • The answers provided by the 1 to 5 4 4.0— Session 20.0 Contractor demonstrated a clear understanding of the project and the project goals. Proposal 10.0 to Interview 50.0 Score Solicitation#B2500148 Page 16 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. January 9, 2026 @ 11:00am 1) Vendor's Proposal — Outlined in Schedule D 2) Schedule E: Proposal Response Form 3) Schedule H: Forms Due with Proposal 4) Any issued Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: Fees - Proposal Schedule The submitted bid unit prices, along with the TOTAL cost for the bid tabulation provided in Exhibit 1, will be used by Weld County to assign a Cost Score based on Table 3 of the Scoring Criteria. The bid tabulation provided in Exhibit 1 must be submitted with the bid schedule below and must utilize the same unit prices, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. Both Exhibit 1 and 2 shall be completed and included with the proposal response. Provide fees for this project in Exhibit 1 — Proposed Bib Tabulation. In Exhibit 2 — Possible Other Work Items, indicate whether or not the Contractor can perform the work item shown. Solicitation# B2500148 Page 17 Exhibit 1 — Proposal Bid Tabulation ITEM NO. ITEM DESCRIPTION UNIT BID UNIT PRICE(a) TOTAL PRICE QUANTITY ($) 201-00003 CLEARING AND GRUBBING LS 1 202-00002 REMOVAL OF STRUCTURES(SPECIAL)(REMOVAL CONCRETE LINED DITCH) LF 46 202-00036 REMOVAL OF PIPE (12 INCH PVC) LF 60 202-00036 REMOVAL OF PIPE(15"CMP) LF 60 202-00036 REMOVAL OF PIPE(18"PVC) LF 59 202-00036 REMOVAL OF PIPE(18"CMP) _ LF 162 202-00036 REMOVAL OF PIPE(24"CMP) LF 72 202-00036 REMOVAL OF PIPE (20 x 28"CMP) LF 89 202-00036 REMOVAL OF PIPE(22 x 30"CMP) LF 40 202-00036 REMOVAL OF PIPE(24 x 44"CMP) LF 40 203-00000 UNCLASSIFIED EXCAVATION CY 57 203-00050 UNSUITABLE MATERIAL(MUCK EXCAVATION)(CONTINGENCY) CY 100 203-00060 EMBANKMENT MATERIAL CY 135 203-01598 POTHOLING(SPECIAL) EA 32 216-00041 SOIL RETENTION BLANKET(STRAW/COCONUT) SY 122 304-06000 AGGREGATE BASE COURSE(CLASS 6) CY 39 403-34842 HOT MIX ASPHALT(GRADING SX)(100)(PG 64-22)(PATCHING) CY 8 506-00030 GROUTED RIPRAP(9 INCH) CY 7 506-00212 RIPRAP(12 INCH) CY 13 507-00550 CONCRETE LINED DITCH LF 95 601-03000 CONCRETE CLASS D CY 6 602-00000 REINFORCING STEEL LB 83 603-01150 15 INCH REINFORCED CONCRETE PIPE LF 12 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 60 603-02180 23 x 14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 32 603-02181 23 x 14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 190 603-02240 30 x 19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 40 603-02241 30 x 19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 136 603-02361 45 x 29 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 40 603-05015 15 INCH REINFORCED CONCRETE END SECTION EA 1 603-05118 23 x 14 INCH REINFORCED CONCRETE END SECTION EA 8 603-05124 30 x 19 INCH REINFORCED CONCRETE END SECTION EA 8 603-10240 24 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 38 603-30024 24 INCH CORRUGATED METAL END SECTION (ALUMINIZED) EA 2 603-82012 12 INCH DUCTILE IRON PIPE LF 61 607-11525 CONSTRUCTION FENCE (PLASTIC) LF 1250 625-00001 CONSTRUCTION SURVEYING LS 1 626-00008 MOBILIZATION EA 1 630-00100 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERS)(MINOR ENCROACHMENT) DAY 5 630-00101 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERS)(ROAD CLOSURE) DAY 8 630-00102 TRAFFIC CONTROL-SIGNS AND FLAGGERS(LANE CLOSURE) DAY 14 630-90404 1 INCH X 4 FOOT X 4 FOOT STEEL ROAD CROSSING PLATE DAY 22 630-90408 1 INCH X 4 FOOT X 8 FOOT STEEL ROAD CROSSING PLATE DAY 22 Form Revision 6-2025 630-90612 1 INCH X 6 FOOT X 12 FOOT STEEL ROAD CROSSING PLATE DAY 22 700-70010 F/A MINOR CONTRACT REVISIONS FA _ 1 $50,000.00* $50,000.00 700-74010 F/A SUBSURFACE UTILITY ENGINEERING(SUE) FA 1 $10,000.00* $10,000.00 Total Bid Amount Written Total Amount: Solicitation#B2500148 Page 19 Exhibit 2 — Possible Other Work Items Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 201-00003 CLEARING AND GRUBBING SY 202-00002 REMOVAL OF STRUCTURES(SPECIAL)(REMOVAL OF CONCRETE LINED DITCH) LF 202-00009 REMOVAL OF DEBRIS CY 202-00033 REMOVAL OF PIPE EA 202-00034 REMOVAL OF PIPE(GAS LINES) LF 202-00036 REMOVAL OF PIPE(12 INCH PVC) LF 202-00036 REMOVAL OF PIPE(15"CMP) LF 202-00036 REMOVAL OF PIPE(18"PVC) LF 202-00036 REMOVAL OF PIPE(18"CMP) LF 202-00036 REMOVAL OF PIPE(24"CMP) LF 202-00036 REMOVAL OF PIPE(20 x 28"CMP) LF 202-00036 REMOVAL OF PIPE(22 x 30"CMP) LF 202-00036 REMOVAL OF PIPE(24 x 44"CMP) LF 202-00038 REMOVAL OF WATER PIPE(STEEL, PVC,AND COPPER) LF 202-00041 REMOVAL OF REINFORCED CONCRETE PIPE(12 INCH) LF 202-00042 REMOVAL OF REINFORCED CONCRETE PIPE(18 INCH) LF 202-00043 REMOVAL OF REINFORCED CONCRETE PIPE(24 INCH) LF 202-00044 REMOVAL OF CORRUGATED METAL PIPE(12 INCH) LF 202-00046 REMOVAL OF CORRUGATED METAL PIPE(18 INCH) LF 202-00048 REMOVAL OF CORRUGATED METAL PIPE(24 INCH) LF 202-00049 REMOVAL OF PIPE(MISCELLANEOUS) LF 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 202-00127 REMOVAL OF RIPRAP CY 202-00246 REMOVAL OF ASPHALT MAT(PLANING)(SPECIAL)(1 INCH-12 INCHES THICK) SY 202-00427 REMOVAL OF BRIDGE RAIL SUPPORTS(SPECIAL) EA 202-00428 REMOVAL OF BRIDGE MOUNTED UTILITY CONDUIT(SPECIAL) LF 202-00530 REMOVAL OF EXISTING STRUCTURE CONCRETE(DETERIORATED, SPALLED,AND SF UNSOUND) 202-01000 REMOVAL OF FENCE LF 202-01130 REMOVAL OF GUARDRAIL(TYPE 3) LF 202-01175 REMOVAL OF GUARDRAIL(SPECIAL) LF 203-00000 UNCLASSIFIED EXCAVATION CY 203-00010 UNCLASSIFIED EXCAVATION(COMPLETE IN PLACE) CY Solicitation#B2500148 Page 20 Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 203-00050 UNSUITABLE MATERIAL(MUCK)(CONTINGENCY) CY 203-00060 EMBANKMENT MATERIAL CY 203-01100 PROOF ROLLING HOUR 203-01598 POTHOLING(SPECIAL) EA 206-00068 STRUCTURE BACKFILL(FLOW FILL) CY 207-00700 TOPSOIL(ONSITE) CY 207-00702 TOPSOIL(OFFSITE) CY 208-00008 EROSION LOG(TYPE 2)(12 INCH) LF 208-00020 SILT FENCE LF 208-00035 AGGREGATE BAG LF 208-00046 PRE-FABRICATED CONCRETE WASHOUT STRUCTURE(TYPE 1) EA 208-00075 PRE-FABRICATED VEHICLE TRACKING PAD EA 208-00106 SWEEPING(SEDIMENT REMOVAL) HOUR 208-00207 EROSION CONTROL MANAGEMENT DAY 210-00810 RESET GROUND SIGN EA 210-00815 RESET SIGN PANEL EA 211-03009 DEWATERING DAY 212-00001 SEEDING(NATIVE)(NORTH OF WCR 68) ACRE 212-00002 SEEDING(NATIVE)(SOUTH OF WCR 68) ACRE 212-00712 BIOTIC SOIL AMENDMENTS(HYDRAULICALLY APPLIED)(BIOTIC EARTH BLACK) ACRE 213-00010 MULCHING(WEED FREE STRAW) ACRE 216-00041 SOIL RETENTION BLANKET(STRAW/COCONUT) SY 216-00043 SOIL RETENTION BLANKET(STRAW-COCONUT)(BIODEGRADABLE CLASS 2) SY 216-00305 SOIL FILLED TURF REINFORCEMENT MAT(LANDLOK 450) SY 216-00306 SOIL FILLED TURF REINFORCEMENT MAT(PYRAMAT 75) SY 240-00010 REMOVAL OF NESTS HR 240-00020 NETTING SY 304-06000 AGGREGATE BASE COURSE(CLASS 6) TON 304-06009 AGGREGATE BASE COURSE(CLASS 6)(RECYCLED CONCRETE) TON 304-08000 AGGREGATE BASE COURSE(SHOULDERING) TON 304-09100 AGGREGATE BASE COURSE(SCREENED RECYCLED ASPHALT PAVEMENT) TON 304-10000 AGGREGATE BASE COURSE(SURFACE GRAVEL) TON 403-33841 HOT MIX ASPHALT(GRADING S)(100)(PG 64-22) TON Solicitation#B2500148 Page 21 Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 403-34841 HOT MIX ASPHALT(GRADING SX)(100)(PG 64-22) TON 403-34842 HOT MIX ASPHALT(GRADING SX)(100)(PG 64-22)(PATCHING) SY 403-34851 HOT MIX ASPHALT(GRADING SX)(100)(PG 64-28) TON 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 412-00900 CONCRETE PAVEMENT(9 INCH) SY 412-04999 CONCRETE PANEL REPLACEMENT(9 INCH) SY 412-05000 PARTIAL DEPTH REPAIR OF CONCRETE PAVEMENT(SPALL REPAIR) SY 412-05001 CONCRETE PANEL REPLACEMENT(11 INCH) SY 412-16000 CLEANING AND SEALING CONCRETE JOINTS LF 420-00140 GEOTEXTILE(DRAINAGE) SY 420-00521 GEOGRID REINFORCEMENT(TENSAR INTERAX-NX650) SY 506-00030 GROUTED RIPRAP(9 INCH) CY 506-00031 GROUTED RIPRAP(12 INCH) CY 506-00032 GROUTED RIPRAP(18 INCH) CY 506-00209 RIPRAP(9 INCH) CY 506-00212 RIPRAP(12 INCH) CY 506-00218 RIPRAP(18 INCH) CY 506-00409 SOIL RIPRAP(9 INCH) CY 506-00412 SOIL RIPRAP(12 INCH) CY 506-00418 SOIL RIPRAP(18 INCH) CY 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CY 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 507-00550 CONCRETE LINED DITCH LFO 509-08300 FIELD WELDING(AWS CERTIFIED)(AWS D1.5 ENDORSEMENT) HOUR 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 512-00125 MAINTENANCE OF BEARING DEVICE HOUR 515-00120 WATERPROOFING(MEMBRANE) SY 518-04010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE(STRIP SEAL) LF 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT(ASPHALTIC PLUG)(THORMA-JOINT)(3 INCHES-8 LF INCHES THICK) 518-04030 BRIDGE EXPANSION DEVICE REPLACEMENT(STRIP SEAL) LF Solicitation#B2500148 Page 22 Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 518-04031 BRIDGE EXPANSION DEVICE REPAIR(STRIP SEAL)(NEOPRENE GLAND ONLY) LF 601-03000 CONCRETE(CLASS D) CY 601-03001 CONCRETE(CLASS D)(ENCASEMENT) CY 601-06021 CONCRETE CRACK REPAIR(HORIZONTALNERTICAUOVERHEAD)(DAYTON SUPERIOR SURE LF ANCHOR I J51) 601-06151 CONCRETE PATCHING(HORIZONTAL)(UP TO 4 INCHES THICK)(DAYTON SUPERIOR HD 50) SF 601-06152 CONCRETE PATCHING(VERTICAUOVERHEAD)(UP TO 4 INCHES THICK)(DAYTON SUPERIOR SF HD25VO) 601-06170 CONCRETE PATCHING(HOLE)(HORIZONTALNERTICAUOVERHEAD)(UP TO 12 INCHES SF THICK)(DAYTON SUPERIOR HD 25 VO) 601-40303 FIELD CLEANING AND PAINTING OF EXISTING CONCRETE SF 601-41000 CLEANING AND SEALING OF VERTICAL CONCRETE JOINT(0-3 INCHES WIDE) LF 602-00000 REINFORCING STEEL LB 602-00020 REINFORCING STEEL(EPDXY COATED) LB 603-01150 15 INCH REINFORCED CONCRETE PIPE LF 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 603-01240 24 INCH REINFORCED CONCRETE PIPE LF 603-01360 36 INCH REINFORCED CONCRETE PIPE LF 603-01420 42 INCH REINFORCED CONCRETE PIPE LF 603-01480 48 INCH REINFORCED CONCRETE PIPE LF 603-01545 54 INCH REINFORCED CONCRETE PIPE LF 603-02180 23x14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 603-02181 23 x 14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 603-02240 30x19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 603-02241 30x19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 603-02270 32x22 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 603-02272 32x22 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION LF 603-02300 38x24 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 603-02360 45x29 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 603-02361 45x29 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 603-05015 15 INCH REINFORCED CONCRETE END SECTION EA 603-05018 18 INCH REINFORCED CONCRETE END SECTION EA 603-05024 24 INCH REINFORCED CONCRETE END SECTION EA 603-05036 36 INCH REINFORCED CONCRETE END SECTION EA 603-05042 42 INCH REINFORCED CONCRETE END SECTION EA Solicitation#B2500148 Page 23 Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 603-05048 48 INCH REINFORCED CONCRETE END SECTION EA 603-05054 54 INCH REINFORCED CONCRETE END SECTION EA 603-05118 23x14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION EA 603-05124 30x19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION EA 603-05130 38x24 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION EA 603-05136 45x29 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION EA 603-10150 15 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 603-10180 18 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 603-10240 24 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 603-10360 36 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 603-10480 48 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 603-10540 54 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 603-30015 15 INCH CORRUGATED METAL END SECTION (ALUMINIZED) EA 603-30018 18 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EA 603-30024 24 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EA 603-30036 36 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EA 603-30048 48 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EA 603-30054 54 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EA 603-50004 4 INCH PLASTIC PIPE(C-900 PVC) LF 603-50006 6 INCH PLASTIC PIPE(C-900 PVC) LF 603-50008 8 INCH PLASTIC PIPE(C-900 PVC) LF 603-50012 12 INCH PLASTIC PIPE (C-900 PVC) LF 603-82010 10 INCH DUCTILE IRON PIPE(315 PSI) LF 603-82012 12 INCH DUCTILE IRON PIPE(315 PSI) LF 603-82014 14 INCH DUCTILE IRON PIPE(315 PSI) LF 603-82018 18 INCH DUCTILE IRON PIPE(315 PCI) LF 606-00302 GUARDRAIL TYPE 3(31 INCH MIDWEST GUARDRAIL SYSTEM) LF 606-01340 END ANCHORAGE TYPE 3D EA 606-01370 TRANSITION TYPE 3G EA 606-01400 TRANSITION TYPE BR10M-GR3 EA 606-02008 END ANCHORAGE(MSKT TERMINAL)(NONFLARED) EA 606-02009 END ANCHORAGE(MAX-TENSION TERM INAL)(NONFLARED) EA 606-11037 BRIDGE RAIL TYPE 10R MASH LF Solicitation#B2500148 Page 24 Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 607-01015 FENCE(5-STRAND BARBED WIRE)(TEMPORARY) LF 607-01020 FENCE(5-STRAND BARBED WIRE)(PERMANENT) LF 607-11525 CONSTRUCTION FENCE(PLASTIC) LF 612-00000 RETROREFLECTOR TAB EA 612-00001 DELINEATOR(TYPE I)(SHUR-FLEX) EA 612-00002 DELINEATOR(TYPE II)(SHUR-FLEX) EA 612-00003 DELINEATOR(TYPE III)(SHUR-FLEX) EA 614-00011 SIGN PANEL(CLASS I) SF 614-00012 SIGN PANEL(CLASS II) SF 614-00218 STEEL SIGN POST(2 INCH x 2 INCH SQUARE POST) LF 615-65005 IRRIGATION DIVERSION STRUCTURE EA 616-30499 TRASH GUARD(SPECIAL) EA 620-00020 SANITARY FACILITY EA 625-00001 CONSTRUCTION SURVEYING LS 626-00008 MOBILIZATION EA 627-00001 PAVEMENT MARKING PAINT GAL 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 630-00100 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERS)(MINOR ENCROACHMENT) DAY 630-00101 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERS)(ROAD CLOSURE) DAY 630-00102 TRAFFIC CONTROL-SIGNS AND FLAGGERS(LANE CLOSURE) DAY 630-80370 TEMPORARY CONCRETE BARRIER LF 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 630-85041 MOBILE ATTENUATOR DAY 630-90404 1 INCH X 4 FOOT x 4 FOOT STEEL ROAD CROSSING PLATE DAY 630-90408 1 INCH X 4 FOOT X 8 FOOT STEEL ROAD CROSSING PLATE DAY 630-90612 1 INCH X 6 FOOT X 12 FOOT STEEL ROAD CROSSING PLATE DAY 700-70010 F/A MINOR CONTRACT REVISIONS FA $65,000.00" 700-74010 F/A SUBSURFACE UTILITY ENGINEERING(SUE) FA $20,000.00* 700-95000 F/A BIOHAZARD CLEANUP FA $20,000.00' 924-00170 PROCESS CONTROL TESTING FOR ITEMS 203,206, 304, 306, &603 DAY Solicitation#B2500148 Page 25 Cost increases for annual renewal must be consistent with the Consumer Price Index for Denver-Aurora-Lakewood. Price adjustments for annual renewal will be implemented with execution of annual renewal contract. Weld County reserves the right not to renew if the cost increase is not justified or consistent with the price index. NOTE: The following are items of work to be completed by Weld County: 1. Materials Quality Acceptance (QA) and Independent Assurance (IA) Testing. 2. Construction Inspection. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal B2500148 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bonds 6. Acknowledgment of Schedule G — Weld County Contract 7. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation # B2500148 Page 26 Schedule F — Insurance and Bonds Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Solicitation # B2500148 Page 27 3) Automobile Liability. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 5) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 6) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be Solicitation#B2500148 Page 28 maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 7) Builders'Risk Insurance or Installation Floater— Completed Value Basis: Not applicable. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Solicitation#B2500148 Page 29 Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Bonds 1. For projects over $50,000 the following bonds are required: a. A 5% Bid Bond is required at the time of Proposal submittal. b. Performance Bond in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. c. Payment Bond (Labor and Materials) in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. 2. Surety companies executing bonds must appear on the U.S. Treasury Department's most current list (Circular 570) as amended and be authorized to transact business in the State of Colorado. 3. A 5% Retainage Fee will be held for Construction contracts over $150,000. 4. Bonds may be submitted on the Standard AIA form or Weld County Form. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Solicitation #B2500148 Page 30 Project Manager: Clay Kimmi Email: ckimmi@weld.gov Telephone: (970) 400-3741 Mail: Weld County Public Works ATTN: Clay Kimmi PO Box 758 Greeley, CO 80632 Solicitation # B2500148 Page 31 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule G of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non-appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. Solicitation#B2500148 Page 32 Agreement for Construction Services Between Weld County and [Contractor] For 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract THIS AGREEMENT is made and entered into this day of 2026, by and between the Board of Weld County Commissioners, on behalf of the Department of Public Works, hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2500148. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to Solicitation#B2500148 Page 33 those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may terminate this Agreement upon material breach of the other party; however, the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Solicitation#B2500148 Page 34 Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $[Insert], as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1- 101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. Solicitation#B2500148 Page 35 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10.Confidentiality. Confidential information of Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. Solicitation#B2500148 Page 36 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims-made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own Solicitation#B2500148 Page 37 expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide the County with a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Solicitation#B2500148 Page 38 8) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 9) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 10)Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. Solicitation #B2500148 Page 39 1) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 2) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 3) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 4) Builders'Risk Insurance or Installation Floater— Completed Value Basis: Not applicable. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity Solicitation#B2500148 Page 40 covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements affecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Solicitation# B2500148 Page 41 Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 16. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation#B2500148 Page 42 18. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 19. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: [Insert] Position: [Insert] Address: [Insert] Address: [Insert] E-mail: [Insert] Phone: [Insert] Weld County: Name: Clay Kimmi, P.E. Position: Senior Engineer Address: 1111 St, PO Box 758 Address: Greeley, CO 80632 E-mail: ckimmi@weld.gov Phone: (970) 400-3741 20.Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. Solicitation#B2500148 Page 43 21. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23.Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24.Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 25.Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 26.Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 27.Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended. 28. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by Solicitation # B2500148 Page 44 any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 29.Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 30.Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 31.No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32.Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] Solicitation #B2500148 Page 45 33.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 34. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 35.Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Date of Signature Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation#B2500148 Page 46 Schedule H —Forms Due with Proposal All forms in Schedule H — Forms Due at Proposal Submission must be completed and submitted with your proposal response. Failure to complete and provide all forms during the Proposal submission will result in your Proposal being considered non- responsive, which will eliminate the vendor from consideration of award. The forms in this schedule are: 1. Bid Bond 2. IRS Form W-9 3. Title 49, CFR, Part 29 Debarment and Suspension Certification 4. Certification of Compliance with Equal Opportunity Clause Requirements 5. Anti-Collusion Affidavit (Form #606) Solicitation# B2500148 Page 47 Bid Bond 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter called the Principal, a [corporation, partnership, or individual] duly authorized by law to do business in the State of Colorado, and [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety, are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Dollars ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated _ , 2026 for the 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract, and if selected as the Contractor on this Project, the Principal and Surety are firmly bound and jointly and severally liable to the Owner in the penal sum described above. WHEREAS, the Owner has required as a condition for receiving said Proposal that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Proposal or in lieu thereof furnish a Proposal Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. The above obligation is void if the Principal enters into the Contract within sixty (60) days of selection of the Principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this _ day of ,2026 the name and corporate seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal: Signature: Title: ATTEST: By: Solicitation # B2500148 Page 48 Surety Signature: Title: ATTEST: By: Solicitation# B2500148 Page 49 IRS Form W-9 Form W-9 Request for Taxpayer GIYe form to the ¢fey.leach 20241 Identification Number and Certification requester-Go not Department d the Treasury Go to s lfarneWl9 for i,re uctiots and the latest iadrrmahon. send to the IRS wrw.a Mani Revenue Service �� eerare year begun For guidance related to the purpose of Form W-9,see Paapose of Farrr,below. 1 Kure of raatletndledual.An enhy a rp,ked.(Fora sale proprietor cc dangadsd entry.rime the...rises,arse on'ire' and emir the D.nr ass'dsreowded rver's nano on line 2.1 2 &erase nanyniennarded entity name A dmvent tram above. Chick■ 31 1M apprnpnale boa is at tt Ware tatrcn of the a gyandrrltlual show names a- eder on Ire 1.Check 1 Efra'r'Oene ir.edr apply airy so ontr err or o-e hxrowtng seven bares certain areal hailldhwwla. U Inaataoia prcpretn U C coronation (J 5 cctporetat u Partnership j Tignest to see ratn.cttons an pegs X, Is d,M I LLC Eras the tan classification it-C corporation 5-S corporation P-PaInanhpl Exempt peon coda t l entry Piet Cteek the"LLC-box abate and.�n IN ena,space, a e,enter tta apac:on bade IC,Si a Pt for the tar dalaficeaen of the LLC,adess t d a disregarded entry A aeagardld wan road rang check the apprapnar Exanotron tom Foreign Account Tax $ tea.tot ea tam ceasefibaion of is mete. Ccmplance Ace FATCAl reporang r_ 0 Other ter retr.caonq covet m anryn Ly i 8b It an Ina]a Nola checked'WnreYrip"or'Tnst+asUr-or rlacWd ALL-and crewel'P as Is In cfasYhalhn Asp I and tau art pro :ing this torn)so a partnership.huet or erase in nisch you hale al menrehp nearest.chick — en to r n a maintained .outrage Nv L.h tad Stales J the bar d you tine any Ismear partners.owners-or brrrafcures.See wrRUL9e eS _j j5 AdtrrS,humcw.street and apt.or sale nn;,See inahoclons Regrnsbls name and addefa Iapticnah / Caty,Ufate,and ZIP cede 7 tiet account nominate tare beacon Par,I Taxpayer identification Number(Tile) Meal Enter nary TIN tr the apprcupralr cox.The TIN pr'oraetl must-retch the name given on lire1 ID seas seem _ Itickcp wntthaldng.For irdivnatats,tins is general',ray some security nurree ISSN'.However.for a ntsident alert,sole proprietor.or oisregerced entity.see the instructors ter Part I.later.For other entties.t is your erohyer identification rumba.IEIN.If you do not nave a cumber.see fiber to get a « TIN,later. Employer tlemelleaYm auakar Note:If tit e a toard is in mare than ore rare,see tr,e nee cliahs for Ins t.See also'h'!at frame are_' , Ixrr et•Tc Cave the AeoursIe•kir quideines an whose'timber to enter. - Part II Certification Under penalties oA perl.try.I certify that 1.The runner u-ic.en or this fish is my cured taxpayer udertrficathn rcrrtxr or I an,,wrhrg for a rurcer to to issued 1D met;and 2.1 an,rot subject to bad¢up wiatholdrng because in I an exempt from bacon wtfrhaldng.tx lb}I fists rot been ratified os the Imerral Pas erne Senroe ilFtS1 that I am subject to Mackin sethloldno as a rest it al a taltre to moan al merest or drvnderds,or in the IRS has notified me that I am no''o rger afgect to backup withhctdirg;and 3.1 air a U.S.citizen or other U.S.person!defined below,..and a.The FATCA.°octets!entered or the torn of amyl 3tdcating that I am exempt from FATCA repatng a correct Certification etsinacbons.You must cross out items 2 above t yeu have been ratted by the IRS that you are currently subject to backup eithhoidrig °cause•p tc have tared iD moon all merest and dividends an your tax return.For real estate tnreactitrts.item 2 Wen rot apply.Fct,mortgage merest oa° anausdncn or abmmrrnert of secured property.cancellation of debt.contributions to an ndvnaaa retirement arrangement 11P. .and.generally.pap-rents otter than Merest and drndench-you we not rectured to sign the cm you must thcation.out yo nt proeide'lour correct TN.See the nstnucliuns tee Part L late Sign Mennen of Here us.person oar General Instructions New iris'3L hat Leer added ID let form A how-through entity R reclined to mmpiete tic me to ndr.aoe Platt has direct or ndrect Sector references are to the Interra Revenue Cooe caress otherwise foreign partners.owrers.cc benef oaries ehen it Mra.+des the Farm W-9 -toted. to another f ow-t-nrou1h entity 5 warn it has an owrnerstvp irterest.This Future developments.For the latest nfotmation accLi deveopmants charge en nlerded to prarde a Row-thrttLxjt entity with nfonattor regardng the status of its r-ndreci fireign partners,owners.or -Hated to Form 1V-9 and its nseuctroras.such as legislation enacted be after so that t can satisfy any applicablereptrtng char they were pubished,go to tanuw.as goyiFrxrns4V9. requrernerns.For exarple,a partnership that Inas arty ndrect tcregn What's New partners may oe ro turea to complete Sct,eduies K-2 and K-3.See the Partre-sho instructors ter Schedules K-2 and K-3(Form 101361. Lne 3a nas been noch4med to deify now a disregarded artily completes this line.An LLC that es a disregarded entity shotfd check the Purpose of Form appropriate box for the tax cass,tcabon of its owner.Otherwise,t should check the-LLC"Lox and enter is appropriate tax classification. An individual or entry'Tarn N'-9 re tuesleri who us rewired to file an information return with the IRS s given you this form because they CY inc. 'C."31X Funnw-9lies 324."'ti Figure 1 W-9 Form Solicitation # B2500148 Page 50 Title 49, CFR, Part 29 Debarment and Suspension Certification (To be signed by authorized signatory of Bidder/Proposer) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. • Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years. • Does not have a proposed debarment pending. • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years. • Has not within the past 3 years had one or more public transactions (federal, state, or local) terminated for cause or default. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of Award but will be considered in determining Proposer's responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. Date: Signature Title Solicitation#B2500148 Page 51 Certification of Compliance with Equal Opportunity Clause Requirements (To be signed by authorized signatory of Bidder/Proposer) The Bidder/Proposer certifies that(1)[it/he/she]has has not developed affirmative action programs on file at each establishment pursuant to 41 CFR§60-4 and (2) [it/he/she] has has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that,where required,[it/he/she]has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: , 2026 Bidder/Proposer Name: Signature: Title: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1))and must be submitted by Bidders/Proposers only in connection with contracts which are subject to the equal opportunity clause. Contracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1)is the only report required by the Executive Orders or their implementation regulations. Proposed contractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Solicitation#B2500148 Page 52 Anti-Collusion Affidavit (Form #606) WELD COUNTY PRo,ECTNo ANTI-COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s)and amount of this bid or,if not,that I have written authorization,enclosed herewith,from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s)and amount of this bid have been arrived at independently,without consultation,communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s)nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project,and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit,cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project,or to submit a bid higher than the bid of this firm,or any intentionally high or non- competitive bid or other form of complementary bid. 3B No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high,noncompetitive or other form of complementary bid on this project. 4 The bid of my firm is made in good faith and not pursuant to any consultation,communication,agreement or discussion with,or inducement or solicitation by or from any firm or person to submit any intentionally high,noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person,or offered,promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project,in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high,noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person,and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project,in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid,or agreeing or promising to do so,on this project. 7. I have made a diligent inquiry of all members,officers,employees,and agents of my firm with responsibilities relating to the preparation,approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication,consultation,discussion,agreement,collusion,or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Weld County,of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE,AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS,THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. him or company name By Date Tine co tra:to's fern or company name Mart venture l By Date Tale Sworn to before me this day of. 20 Notary Public My commission genres NOTE:This document must be signed in ink. Wald Forth a606 1120 Figure 2 Anti-Collusion Affidavit Form Solicitation#B2500148 Page 53 Schedule I — Public Works Contract Forms The forms in Schedule J — Public Works Contract Forms must be completed as part of contract execution. These forms are: 1. Notice of Award 2. Schedule G — Weld County Contract 3. Performance Bond 4. Labor and Materials Payment Bond 5. Form 605, Contractor's Performance Capability Statement 6. Form 621, Assignment of Antitrust Claims Solicitation # B2500148 Page 54 Notice of Award To: 'Insert Company] 'Insert Address] 'Insert City, State, Zip] 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract The project in general consists of performing rehabilitation services on and around Weld County bridges throughout the County. The project also consists of installing culverts for drainage and irrigation ditches, constructing irrigation diversion structures, repairing and replacing concrete panels on the County's concrete roads, and constructing BMPs on county roads to prevent erosion. The Owner has considered the Bid/Proposal submitted by you for the above-described Work in response to its Solicitation and Instructions to Bidders/Proposers. You are hereby notified that your Bid/Proposal has been accepted in the amount of [Insert Amount] or as shown in the Bid/Proposal Schedule. You are required by the Solicitation Instructions to execute one original of the Agreement and furnish the required Performance Bond, Payment Bond, and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid/proposal as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this [Insert] day of [Insert Month & Year] Weld County, Colorado, Owner By: [Insert Project Manager Name/Title] ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2026 By: Title: Solicitation # B2500148 Page 55 Performance Bond (Page 1 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held, and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ). in lawful money of the United States of America, 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 Contractor entered a certain Contract with the Owner, dated the day of 2026, a copy of which is hereto attached and made a part hereof for the construction of: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract described in the Solicitation Number: B2500148 NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, 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 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 of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any Solicitation#B2500148 Page 56 Performance Bond (Page 2 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract such change, extension of 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 two (2) counterparts, each one of which shall be deemed an original, this day of , 2026. Contractor By (Contractor) Secretary (SEAL) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Attorney-in-Fact (Address) 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. Solicitation # B2500148 Page 57 Labor & Materials Payment Bond (Page 1 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation Services Contract KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars ($ ), in lawful money of the United States of America, 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 Contractor entered a certain Contract with the Owner, dated the day of , 2026, a copy of which is hereto attached and made a part hereof for the construction of: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract described in the Solicitation Number: B2500148 NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, 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 thereof, including all amounts due for materials, lubricants, oil, gasoline, 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 Subcontractor or otherwise, 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 the Work to be performed thereunder of the Specifications accompanying the same shall in any way 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 or to the Work or to the Specifications. Solicitation # B2500148 Page 58 Labor & Materials Payment Bond (Page 2 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract 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 two (2) counterparts, each one of which shall be deemed an original, this day of , 2026. Contractor By (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) (Address) ATTEST: (Surety) Secretary (SEAL) By Witness as to Surety Attorney-in-Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall 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. Solicitation# B2500148 Page 59 Contractors Performance Capability Statement (Form #605) Weld County Project# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT 1. List names of partnerships or joint ventures ❑ none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to Weld County. (Attach additional sheets if necessary.) a. Key personnel changes ❑ none b. Key equipment changes 0 none c. Fiscal capability changes(legal actions,etc.) ❑none d. Other changes that may effect the contractors ability to perform work. ❑ none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS,THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name By Date Title 2nd Contractor's firm or company name(if joint venture) By Date Title W dd Form 0005 1/20 Solicitation#B2500148 Page 60 Assignment of Antitrust Claims (Form #621) PROJECT NO Weld County ASSIGNMENT OF ANTITRUST CLAIMS Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder. 1 Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project.goods or services purchased or acquired by Weld County pursuant to this contract 2 Contractor hereby expressly agrees a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder,Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to Weld County. and (2) Weld County that such civil action is pending and of the date on which; in accordance with subparagraph a. (1)above, Contractor notified such third party that the antitrust claim had been assigned to Weld County, b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder,and c Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor a. Irrevocably assign to Weld County(as a third party beneficiary)any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor, b Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder, shall immediately advise in writing (1) Such third party that the antitrust claim has been assigned to Weld County and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b (1)above, the subcontractor notified such third party that the antitrust claim had been assigned to Weld County, c Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder;and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto I,acting in my capacity as officer of a bidder(bidders if a joint venture)do agree to the above assignment of antitrust claims Cortradors irm or company name 2,3 contractor's Om or company name WM.(venture) .•• Weld Form i821 120 Solicitation#B2500148 Page 61 Addendum # 1 Solicitation Request Number 2500148 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: 1. Contractor Questions and Response 2. Mandatory Pre-Proposal Meeting Minutes 3. Pre-Bid Meeting Attendance List All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 19 of this Addendum do not have to be returned with the Proposal Documents. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Date of Signature Signature: Name: Title: Addendum #1 Date: December 29, 2025 CONTRACTOR QUESTIONS AND RESPONSES Question 1: How soon does the work for the WCR 29 Project have to be completed? Answer 1: The WCR 29 Project shall be completed prior to the 2026 Irrigation Season. Question 2: Is the $700,000 budget for the entire year or is it just for the WCR 29 Project? Answer 2: The $700,000 budget is for the entire year. The amount for future contracts will vary based on the County's needs in upcoming years. Prepared By: Clay Kimmi, P.E., Senior Engineer Mandatory Pre-Bid Meeting Minutes Bid # B2500148 — 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services Contract Mandatory Pre-Bid Meeting Minutes December 29 2025 1. Sign-in Sheet— In order to submit a proposal, you must be on the sign-in sheet. 2. Project Description/Location a. Contract is an on-call services contract to perform work within Weld County. b. The budget for 2026 is $700,000. c. The project in general consists of performing rehabilitation services on bridges, construction of drainage and irrigation projects, and maintenance of drainage, irrigation, and bridge projects throughout Weld County. The project also consists of installing culverts for drainage and irrigation ditches, constructing irrigation diversion structures, repairing and replacing concrete panels on the County's concrete roads, and constructing BMPs on county roads to prevent erosion. In addition to the proposed cost, proposers will be required to attend a mandatory pre-bid meeting and to submit documentation demonstrating their experience and performance on similar projects, ability to meet the project schedule, and familiarity with the work area and with Weld County. This project is not subject to Federal or State contract requirements. d. All bidders must meet the requirements of the 2025 version of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction and the Weld County Revisions to those specifications to bid this project. e. The contract may be renewed (at the County's sole discretion) for up to 2 1- year extensions. f. Erich Greene will be the County Project Manager. 3. Project Engineering a. Internal Accounting (IA) Forms will be used to provide specific project scopes and fees. For this contract the first IA will be the CR 29 Irrigation and Drainage Project. b. Designs will be provided by Weld County Public Works Engineering. c. Construction administration and inspections will be provided by Weld County Staff. 4. Bidding Requirements a. For the purposes of this project, the terms "proposal" and "bid" are used interchangeably. b. All proposals must be emailed to bids a(�weld.gov. c. Proposal deadline is January 9, 2026 at 10 am. If required, interviews will be on January 22, 2026 at times to be determined. d. The Best Value Delivery Method is being used to select a contractor to build the project. See Schedule D of the bid documents for more information. e. Proposals shall follow the submittal requirements provided in the RFQ/RFP documents. See Schedule D & E for the submittal requirements. f. Schedule E, Exhibit 1 —Proposed Bid Tabulation and Exhibit 2— Possible Other Work Items shall be completed and submitted with the proposals. Failure to fully complete either Exhibit will result in the proposal being designated non- responsive and will not be reviewed and scored. On Exhibit 2, provide either a yes or a no in the blank column if your company or subcontractor can do the work described. g. Note the insurance requirements for the job are shown in Schedule F of the bid documents. "Weld County, its elected officials, and its employees" must be included as additional insureds. h. Forms required at bid time are shown in Schedule H of the bid documents. Failure to include any of the forms shown in Schedule H will result in the proposal being designated as a non-responsive proposal. Non-responsive proposals will not be reviewed or scored. i. Make sure to submit the proposal in the required format and include all of the required forms. Failure to follow the format or to provide the required forms shall result in the proposals being designated as a non-responsive proposal. Non-responsive proposals will not be evaluated or scored. The proposal is limited to 25 pages not including the bid proposal forms, front and back covers, blank separator pages. ii. The schedule for the CR 29 Irrigation and Drainage Project can be on an 11x17 page which will be counted as 1 page. All other 11 x 17 pages will be counted as 2 pages. iii. Other pages are to be 8.5 x 11. A double side page will count as 2 pages. iv. Text font size is 12 points or larger. 5. Bid Documents a. Bid documents can be downloaded from the BidNet website. b. Bid documents include the RFP, project specifications, plans, samples of contract and associated forms, and addendums. c. All of the forms in Schedules E and H shall be returned with the RFP response. 6. Bid Tabulation— Failure to include the force accounts in the total bid price will result in the proposal deemed incomplete and it will declared as a non-responsive proposal. 7. Project Timeline a. Mandatory Pre-Bid Meeting December 29, 2025 at 10 AM b. Final Date for Questions January 5, 2026 at 7 AM c. Final Addendum Posted January 6, 2026 at 5 PM d. RFQ/RFP Due at Purchasing January 9, 2026 at 10 AM e. Interviews (If Required) January 22, 2026 at TBD f. Anticipated Bid Award by BOCC January 26, 2026 g. Anticipated Contract Signed by BOCC February 9, 2026 h. Anticipated Notice to Proceed February 10, 2026 8. Plans a. Construction plans are posted on BidNet included as a separate document. b. The 2025 CDOT Field Materials manual will be used by Weld County inspectors and has been incorporated by reference in the Weld County Revisions to the Specifications. The contractor is advised to become familiar with the field materials manual. ii. Pay attention to the Notice to Contractors section c. Landowner and utility coordination is going to be critical. i. Landowners and farmers shall have access to their homes and fields at all times. You may have to construct temporary accesses so the landowners and farmers can get in and out of their fields and homes. ii. Utilities are expected to be relocated by the time construction starts but there may be a little bit of overlap between the utility companies and the contractor. 9. Road Closures for CR 29 Irrigation and Drainage Project a. Road closures have to be approved by the BOCC. We have to have two weeks' notice prior to the start of any closure. The closures will require MHTs to be approved prior to the closure request being taken to the Board. 10. General Project Submittals by Contractor a. Submittals for all materials to be used on the project. Refer to the Weld County Revision to Section 105, Table 105-1 and 105- la for a list of submittals that are required. ii. The items highlighted in blue are required to be submitted and approved prior to the start of construction. b. Materials Certifications (COCs, CTRs, etc.) will be required with each pay application. 11. Davis Bacon Wages/DBE/OJT a. This project does not require Davis Bacon wages, disadvantaged business enterprise, or on the job training. 12. Force Accounts a. Each IA project will have force accounts provided as needed. b. Force account items must have the written approval of the County Project Manager prior to any force account work being started. 13. Commencement and Completion of Work a. Each IA project will be assigned a commencement and completion date b. Working hours are sunrise to 1/2 hour before sunset, Monday through Friday, excluding holidays. If you want or need to work outside of these hours, you have to have written authorization from the Engineer. c. The construction schedule shall include all of the salient features listed in the Commencement and Completion Standard Special Provision of the bid documents. d. Method statements for all of the salient features shall be provided. Table 105-1 a of the Project Revisions outlines the method statements that will be required for the project in addition to the salient feature method statements. Other method statements may be required at the discretion of Weld County. ii. The Weld County Revision to Section 108.03(j) lists the information that shall be included in the method statements. iii. Method statements shall be approved by Weld County before the contractor starts construction. 14. Traffic Control a. Each IA project will include construction signing and traffic control. Construction signing and traffic control is the responsibility of the Contractor. See the Weld County Revision to Section 630 and the Project Special for Traffic Control — General. b. Traffic control plans shall be submitted to Weld County for approval prior to any construction and as MHTs are required to be modified. c. Access to adjacent properties must be maintained and coordinated with the affected landowners and farmers at all times. 15. Coordination and Protection of Existing Utilities a. Utility coordination is required on the project. b. Utility coordination is outlined in section 105.11 of the Specifications. c. Contractor shall be responsible for protection of all existing utilities and coordination with the affected companies during construction. 16. Project Special Revisions a. The project special revisions (specials) have been uploaded to BidNet. These specials cover all of the bid tabulation items shown in Exhibits 1 and 2 of Section E of the bid documents. b. The specials are to be used in conjunction with the 2025 CDOT Standard Specifications for Road and Bridge Construction. c. Review the specials and ask questions before the question deadline on January 6, 2026. 17. Revisions to Section 101 - Definitions a. Note how Weld County has revised certain definitions. b. Note the holidays that are observed by Weld County. No work will be allowed on holidays. 18. Revisions to Section 102 — Bidding Requirements and Conditions a. Note the information included in this revision. b. In addition to this section, the bidding requirements are outlined in more detail on pages 2 through 16 of the bid documents. c. Bidders should be on CDOT's prequalified list. Bidders shall also be in good standing with the federal government's System of Award Management (SAM). d. Weld County does not warrant any of the CAD data provided to the Contractor. The CAD data is for information purposes only and may not be used in relation to any requests for additional time or compensation. AutoCAD data will be provided following the pre-bid meeting. See Addendum 1 for more information. 19. Revisions to Section 104 — Scope of Work a. Revised definition for differing site conditions— Note the exclusions. Contractor initiated change orders are only allowed in extraordinary circumstances. b. Revised the process for repricing items of major work that are in excess of 150% or decreased below 25% of the original bid contract quantity. Note that repricing of bid items is for major items of work and in the amounts described above. c. In section 104.05 and 104.06, note the items that become the property of the Contractor and have to be properly disposed of. d. Revised formula for value engineering proposals. 20. Revisions to Section 105— Control of Work a. Added section 105.01 which allows the County to remove any of the Contractor's or subcontractor's employees from the job for any reason. b. Revised section 105.02 on shop drawings and working drawings. For Weld County a working drawing is equivalent to a shop drawing and will be reviewed under the same requirements as a shop drawing. c. Added section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. See Table 105-1 a for items requiring a submittal. This is in addition to the CDOT items shown in Table 105-1. ii. There is also a $500/day/submittal pay reduction that will be assessed if the Contractor fails to submit the materials for review and approval. iii. Note that Table 105-la lists the items which require a method statement. iv. Items required prior to construction are highlighted in blue. If you have questions about the applicability of a submittal requirement, communicate with the Engineer. d. Revised section 105.03 paragraph 5 to essentially require that all work meet specifications or it will be removed and replaced at the Contractor's expense. e. Price Reduction Factors in section 105.03 have been revised. f. Added section 105.03(c) to provide process control plan and documentation requirements for embankment. g. Revised Section 105.06 to state the lower tolerance limit for concrete paving is 4,500 psi (compressive strength) h. Revised section 105.09 Order of Precedence. i. Replaced Section 105.12, Cooperation between Contractors Contractor, not Weld County, is responsible for managing subcontractors at all tier levels. ii. Ties liquidated damages to the Contractor for their subcontractors missing milestone dates. j. Added subsection 105.21(b) which explains how Final Acceptance is issued. k. CDOT will not participate in disputes. 21. Revisions to Section 106 — Control of Material a. A form 1425 is required for each supplier that provides $10,000 or more of materials. b. A Form 205 is required for all subcontractors including trucking who are working on the project and for suppliers who spend 20% or more of their time per week on the project. c. Revised section 106.041 to include testing requirements and frequencies from earthwork items such as Section 203, 206, 304, 306, and 603. See tables 106- la, 106-lb, and 106-1 c. d. Revised section 106.06(a) to require process control testing. e. Revised section 106.11 to state that Buy America requirements are not applicable to this project. f. Added section 106.14 regarding the use of trade names and approved equals. g. Added section 106.15 outlining how process control testing will be paid for in relation to Sections 203, 206, 304, 306, and 603. Process control test results have to be provided to Weld County within 24 hours of the field or lab test has been completed. It is not acceptable to provide test results once per week. ii. Pay deduction of $300/sample or test will be assessed if the PC testing is not completed per Table 106-1 a, 1 b, and lc. iii. Continued failure to provide PC testing will result in the suspension of work, assessment of liquidated damages, and withholding of progress payments. iv. If there is a failing acceptance test, a pay deduction of $300/failing test will be applied. v. The intent of this section is for the Contractor to use their PC testing contractor to guide the placement of the earthwork, provide rolling patterns, and ensure the materials will pass the OA testing when it occurs. h. Added section 106.16 outlining how the process control on pay items 203, 206, 304, 306, and 603 will be paid for. 22. Revisions to Section 107 — Legal Relations and Responsibility to Public a. Revised section 107.16 for insurance requirements and additional insured parties. b. Revised section 107.18, Act of God Clause — Contractor shall repair all work damaged by act of God at no cost to the County. No change order will be issued for change in site conditions due to act of God. c. Revised section 107.20 to require a County ROW permit for the project. d. Revised section 107.25(c) - CDPHE permit to be obtained by the Contractor in conjunction with Weld County and then transferred to the County at the end of the project. e. Revised section 107.25(d) to make Contractor responsible for any and all fines levied by CDPHE for violations of the permit incurred while the project is being worked on. 23. Revisions to Section 108 — Prosecution and Progress a. Revised section 108.08 to prohibit weekend or holiday work without prior written consent of the County. b. Added paragraphs to 108.08 so County is reimbursed for weekend time spent by Project Manager and Inspector. Minimum of$400 or 4 hours work ii. After 4 hour minimum, $100/hour credit to monthly pay applications for each County employee that has to be on site during the weekend or holiday work. c. Revised section 108.09 with a new Liquidated Damages table which is different than CDOT's. d. Added section 108.12 which outlines how pay reductions will be assessed to the contractor. 24. Revisions to Section 109 — Measurement and Payment a. Added paragraphs to section 109.01 regarding price reductions for failure to provide tickets within 48 hours of placement b. Added paragraphs to section 109.01 that identifies what work is considered incidental to various pay items. c. Revised section 109.06(a) to make retainage 5% of the value of completed work. Will be held on every pay application. ii. No release of retainage until Final Acceptance. d. Revised section 106.06(h) to include the prompt payment form and project schedule update for each pay application. Prompt payment will be strictly enforced. e. Revised section 106.06(h) to include a flow chart describing prompt payment. f. Revised section 109.07 to state that stockpiled materials will not be paid for unless approved by the Engineer. 25. Revision to Section 201 — Clearing and Grubbing a. Revision to section 201.02 to specify what is considered part of clearing and grubbing. b. Revision to section 201.04 to require dump fees to be included in clearing and grubbing. 26. Revision to Section 202 — Removal of Structures and Obstructions a. Revised section 202.01 to define what is included in the removal of structures and obstructions. b. Revised section 202.07 to outline what is required for the removal of pavements, sidewalks, and curbs. c. Replaced section 202.09 with requirements for planing the asphalt mat. All asphalt millings and chunks shall become the property of the Contractor. 27. Revision to Section 203 — Excavation and Embankment a. This project requires the removal of 2 feet of material below the roadway way due to the presence of high sulfate materials. The material removed becomes the property of the Contractor and cannot be used within the roadway embankment. The high sulfate material shall be removed by the Contractor. b. Replaced section 203.02 with new definitions for unclassified excavation, unclassified excavation (Complete in Place), and removal of unsuitable material. c. Revised section 203.03 to specify the minimum R-value for embankment materials is 40. d. Revised section 203.03, paragraph 9 to require that imported materials be the same sulfate class as specified in the plans or the sulfate exposure class for pipes has to be changed at no additional cost to the project. e. Revised section 203.04 to require machine control on all earthwork activities. f. Revised section 203.06 to clarify that method statements are required and to clarify the methodology which will be allowed on various types of soils. Requires the subgrade to be scarified to a depth of 8 inches and recompacted with appropriate moisture and density controls. This will be required on all pipes as well. g. Revised section 203.07 to clarify the methodology which will be allowed for compaction on various soil types. h. Revised section 203.07 to define how embankment has to be placed in areas that are to be excavated for pipes. i. Revised section 203.08 with requirements for proof rolling. Note the requirement for water truck (18 kip loading per axle proof rolling equipment) to be onsite at all times. j. Revised section 203.11 and 203.12 to clarify how items are paid for. 28. Revision to Section 206 — Excavation and Backfill for Structures a. Revised section 206.01 to include items that are included in the work. b. Revised section 206.02(a) for Structure Backfill (Flow-Fill). c. Replaced section 206.02(a)(2)with Weld County's mix design requirements for flowfill. Minimum strength of flowfill at 28 days is between 800 and 1,000 psi. d. Revised section 206.02(a)(3) to include a requirement to match the sulfate exposure class of imported materials to the sulfate exposure class of the pipes. e. Replaced a paragraph in section 206.03 to clarify requirements for placing and compacting structure backfill. f. Revised section 206.07 to address how open excavations are to be handled. 29. Revision to Section 207 —Topsoil a. Deleted and replaced all of Section 207 to be consistent with CDOT's new topsoil specification. b. Section 207.02 includes the requirement for testing onsite and imported topsoil by an independent laboratory that participates in the National Association for Proficiency Testing. Prior to placing topsoil, the Contractor has to use a rod penetrometer to ensure the subgrade soil has been properly prepared. c. Section 207.03 requires a pre-vegetation meeting prior to the placement of topsoil. d. Section 207.04 has revised requirements for topsoil stockpiling. e. Section 207.05 specifies how the subgrade is to be prepared prior to the placement of topsoil. f. Section 207.06 specifies how the topsoil and seeding media are to be placed. g. Section 207.07 and 207.08 cover how topsoil will be paid for. 30. Revision to Section 208 — Erosion Control a. Replaced entire section of 208 with the new Weld County Revision that incorporates the CDPHE Stormwater Construction Permit (CDPS-SCP). b. Make sure to read and understand this specification because it will be strictly enforced. Failure to perform erosion control per this specification will result in liquidated damages and stoppage of work. This means that erosion control trumps all other activities that the Contractor may be performing. c. Off-site water has to be diverted through or around the project at the expense of the contractor. If offsite water including irrigation water, the Contractor will have to treat it and send it through control measures prior to it leaving the site. d. Sediment and pollutants leaving the site have to be self-reported to the CDPHE. e. A SWMP Administrator or an Erosion Control Inspector (ECI) shall be onsite every day to perform daily inspections, keep the SWMP up to date, and maintenance on the control measures. There has to be a SWMP Administrator or ECI dedicated 100% to the project. These people have to be capable of installing, maintaining, and repairing control measures. The Contractor shall ensure the SWMP Administrator or ECI has the resources to respond to issues immediately. SWMP Administrator or ECI has to be certified with CDOT's TECS. A copy of the valid TECS certificate for both the Administrator and the ECI shall be included in the SWMP notebook. ii. SWMP Administrator& ECI cannot be the Contractor's superintendent. iii. Weld County will pay for Erosion Control Management on a daily basis, Monday-Friday, excluding holidays. f. Revised section 208.01 to include phasing plans for implementing control measures. g. Revised section 208.01 to add portions of the CDPS-CSP including definitions. h. Revised section 208.02(c) to include a new definition of temporary berms. i. Revised section 208.02(k) to prohibit the use of plastic swimming pools as a concrete washout. j. Revised section 208.03 to outline who has to attend the Environmental Pre- construction meeting. k. Revised section 208.03 to include portions of the CDPS-SCP regarding what the SWMP has to include. I. Revised section 208.03(c)(1) to reflect additional requirement from the CDPS- SCP. m. Revised section 208.03(c)(2)(1) to reflect additional duties of the ECI. n. Revised section 208.03(d) to reflect additional documentation that is required by the CDPS-SCP. The SWMP notebook has to include a Spill Prevention and Response Plan. It is a required submittal that has to be approved by the Engineer prior to the start of construction. ii. The List and Evaluation of Potential Pollutants and Method Statement for Containing Pollutant Byproducts has to be approved by the Engineer prior to the start of construction. Note this is also required in section 107.25 of the specifications. iii. Item 18 has been revised to reflect requirements from the CDPS-SCP for permanent water quality plan sheets. o. Revised section 208.04(e) to include additional requirements for interim stabilization and final stabilization. p. Replaced section 208.04(f) to update maintenance responsibilities. q. Revised section 208.05 to include additional requirements including: Failures are paid for at the Contractor's expense. ii. Cleanout requirements for the various control measures. iii. Concrete washouts have to be lined even if they are more than 5 feet above groundwater. iv. The use of pre-fabricated VTPs are required. A submittal is required for review and approval prior to deliver to the site. r. Revised section 208.09 to clarify the regulatory mechanism used for the SWMP. s. Added section 208.09(f) to specify when Weld County will perform the routine water quality audits. t. Revised section 208.11 to outline the requirements for getting paid for erosion control management time. u. Added a paragraph to section 208.11 requiring the SWMP Notebook to be kept up to date. There will be pay reductions for each incident when the SWMP Notebook is out of date by more than one week. 31. Revision to Section 210 — Reset Structures a. Added language regarding measurement and payment of items shown in the bid tabulation. 32. Revision to Section 211 — Dewatering a. Added this entire section to describe the dewatering item and how it will be paid for. 33. Revision to Section 212 — Seeding, Fertilizer, Soil Conditioner, and Sodding a. Entire section has been revised to reflect CDOT's new seeding, fertilizer, soil conditioner, and sodding specification. b. Revised section 212.01 to inform the Contractor that multiple seeding operations should be anticipated. Plan for multiple seeding mobilizations because the Contractor has to reseed areas as they go. For instance, once the grading work around the detention pond is complete, that area will have to be reseeded. c. Revised section 212.02 to include the seed mix required for this project. Note that WB-Cedar wheat or an approved equivalent has to be used as a nurse crop. d. Revised section 212.02 to include fertilization as identified by the testing performed by a soil testing Laboratory. Plan accordingly because it can take more than 6 weeks to get the analysis back from the lab. e. Revised section 212.02(c) to include a requirement for the use of mechanically applied compost the topsoil prior to the seeding operation. f. Revised section 212.03 with the required submittals for the seeding. g. Revised section 212.04 with the seeding windows used by Weld County. h. Replaces section 212.05 with the requirements for seeding used by Weld County. i. Revised section 212.05(b) to state that hydraulic seeding is not allowed unless approved by the Engineer. j. Section 212.06 outlines when temporary seeding is to occur. k. Revised section 212.09 to state items which are incidental to the seed cost unless called out as individual pay items in the contract documents. For this project, only the biotic soil amendments have been called out as a separate pay item. For this project, fertilizers, elemental sulfur, and mycorrhizae are incidental to the cost of seeding. 34. Revision to Section 213 — Mulching a. Revised sections 213.04 and 213.05 to state hydro-mulching and tackifier is incidental to seeding. 35. Revision to Section 216 — Soil Retention Covering a. Replaced section 216.01 which identifies what is included in the specification. b. Replaced Table 216-2 with requirements used by Weld County. c. Revised section 216.02(f) to outline the requirements for staples. d. Revised section 216.07 to state how soil retention coverings are paid for. 36. Revision to Section 240 — Protection of Migratory Birds (Biological Work Performed by the Owner's Biologist) a. Added the entire section to describe the work and how it will be measured and paid for. 37. Revision to Sections 304 and 703 — Aggregate Base Course a. Revised section 304.01 to include the various kinds of base course in this project. b. Revised section 304.02 to outline the requirements for the materials. c. Revised section 304.03 to prohibit the use of commercial mineral fillers in the materials. d. Revised section 304.04 to require shouldering materials to be placed without dumping the material on the roadway. e. Revised section 304.06 to require the shoulder be compacted to a minimum of 95% of the modified proctor. f. Revised section 304.07 to outline how aggregate base course will be paid for. g. Revised Table 703-2 to include plasticity and LA abrasion requirements. 38. Revision to Section 401 — Plant Mix Pavements — General a. Revised section 401.02(a) to include a job-mix formula for pavement that has been tested by a laboratory and approved by Weld County. Basically, requires a Form 43. b. Revised section 401.02(c) to allow up to 20 percent RAP in the HMA mix design. c. Revised section 401.12 to require machine control for the base grades and no trimming machines are allowed without written approval from the engineer. All base grade elevations shall be within 0.04 feet of the plan elevation. All grades have to be checked before any asphalt is allowed to be placed. d. Revised section 401.17 to include requirements for the use of pneumatic tire rollers and steel wheel rollers. 39. Revision to Section 403 — Hot Mix Asphalt a. Revised section 403.01 to clarify how the asphalt mix designs are to be submitted. Includes how the check testing program has to be done. b. Revised Table 403-1 to specify the requirements for 100 gyration asphalt. c. Revised Table 403-2 for the minimum voids allowed in the mineral aggregates. d. Revised Section 403.02 with more requirements for HMA paving and process control testing. e. Revised Section 403.03 to require HMA paving to be complete to full thickness prior to the end of the paving season. f. Section 403.05 has been replaced with Weld County requirements for how payment will be made. 40. Revision to Section 411 — Bituminous Materials a. Replaced section 411.05 stating that bituminous materials are not measured and paid for separately but are incidental to the unit prices for HMA. 41. Revision to Sections 412 — Portland Cement Concrete Paving a. Revised section 412.01 to require a minimum of 65% machine placed PCCP. b. Revised section 412.03 to set the lower tolerance limit for PCCP at 4,500 psi (Compressive Strength) c. Revised section 412.03 to set the plan value for PCCP at 4,500 psi (Compressive Strength) d. Revised section 412.04 to outline the requirements for mix designs and proportioning. Set maximum for fly ash to 20% Class F fly ash. ii. Using compressive strength to determine acceptance of PCCP. e. Revised section 412.08 to require a tolerance of 0.04 feet for the subgrade and the use of machine control grading. f. Revised section 412.10 to require a rubber tracked placer (RTP) when using dowel bar baskets and the use of welded wire mesh in the areas that are oddly shaped. g. Revised section 412.13(b) requirements for longitudinal weakened plane joints. h. Revised section 412.14 for curing and sealing compounds. i. Revised section 412.16 regarding how defective concrete pavement is to be repaired. j. Revised section 412.21 to require PCCP that does not meet thickness requirements to be removed and replaced at the Contractor's cost and added clarification that PCCP thickness would not have an incentive. k. Revised section 412.23 to outline how PCCP will be paid for. I. Revised section 412.23 to outline addition items that are incidental to PCCP. 42. Revision to Sections 420 and 712 — Geosynthetics a. Revised section 420.06 to provide the requirements for the geotextiles to be placed under riprap. b. Revised section 420.07 with the requirements for using geotextiles as separator fabrics. c. Revised section 420.09 to outline how geotextiles will be measured. d. Revised section 712.08 and Tables 712-2a and 712-2b to include the specifications for Mirafi FW-300 and Mirafi RS580i. Revised section 420.11 to outline what is included in the work. e. Revised section 420.12 to include the specifications for Tensar InterAx NX650 in table 420-2. f. Revised section 420.13 to outline the construction requirements for placing the Tensar. g. Revised sections 420.14 and 420.15 to describe how the Tensar will be measured and paid for. 43. Revision to Section 506 — Riprap a. Revised section 506.01 to require Mirafi FW-300 under the riprap used on the project. FW-300 is incidental to the riprap. b. Revised section 506.01 to describe soil riprap. c. Revised section 506.02 to the materials required for soil riprap. d. Revised section 506.03 to describe how soil riprap materials are to be placed. e. Revised section 506.05 to describe how riprap and soil riprap will be paid for. 44. Revision to Section 507 — Slope and Ditch Paving a. Revised the section to describe how concrete lined ditch will be paid for. 45. Revision to Section 509 — Steel Structures a. Revised the section to describe the work and how it will be paid for. 46. Revision to Section 512 — Bearing Devices a. Revised the section to describe the work and how it will be paid for. 47. Revision to Section 518 — Waterstops and Expansion Joints a. Revised the section to describe the work and how it will be paid for. 48. Revision to Section 601 — Structural Concrete a. Revised section 601.01 to prohibit the use of ACI-318 during disputes. b. Revised section 601.04 with sulfate resistance requirements for concrete. c. Revised section 601.12(o) to require compressive strength cylinder breaks. d. Revised section 601.17(a) outlines how concrete will be tested for acceptance. e. Replaced section 601.17(c) to state that structural concrete either meets the strength or is to be replaced at the County's sole discretion. f. Revised Table 601-3 with pay reduction factors in the event the Engineer allows the concrete to remain. 49. Revision to Section 602 — Reinforcing Steel a. Revised section 602.02 to say that epoxy coated reinforcing steel cannot be substituted for stainless, continuous hop dipped galvanized, zinc coated, and chromium reinforcing steel. b. Revised section 602.08 to require the welded wire mesh to be incidental to the work. c. Refer to the revision to Section 709 for dowel bars. 50. Revision to Section 603 — Culverts and Sewers a. Revised section 603.02 with requirements for culverts to meet the sulfate exposure class of the embankment materials surrounding it. b. Revised section 603.02 to require that corrugated steel pipe be aluminized. c. Revised section 603.04 to outline the requirements for placing pipe in embankment materials. d. Revised section 603.05 to outline the requirements for bedding around pipes. e. Revised section 603.06 to modify how pipes are placed. f. Revised section 603.07 to require concrete collars around non-standard joints. g. Revised section 603.09 to require flowfill to be used as backfill around culverts. 51. Revision to Section 606 — Guardrail a. Revised the section to describe the work and how it will be paid for. 52. Revision to Section 607 — Fences a. Revised section 607.03 to call out the CDOT M&S Standards for the barbed wire fence with metal posts. 53. Revision to Section 612 — Delineators and Reflectors a. Revision to section 612.02(a) to include the technical specifications for the delineators that Weld County uses. b. Revision to section 612.02(b) to include the technical specifications for the reflective elements that Weld County uses. c. Revision to section 612.05 to state that post bases are incidental to the sign posts. 54. Revision to Section 614 — Traffic Control Devices a. Revised section 614.02 to include technical requirements for the sign post hardware. b. Revised to section 614.09 requires sign posts in concrete or HMA to be either placed inside PVC pipe sleeves or be in cored holes. c. Revised to section 614.13 to outline how hardware is paid for. 55. Revision to Section 615 —Water Control Devices a. Revised the section to describe the work and how it will be paid for. 56. Revision to Section 625 — Construction Surveying a. Revised section 625.01 for the surveyor to maintain their license in good standing throughout the project. b. Replaced section 625.04 to provide details on what is required for the construction surveying. 57. Revision to Section 626 — Mobilization a. Revised section 626.01 to include miscellaneous items that have to be included in the mobilization cost. 58. Revision to Section 627 — Pavement Marking a. Revised section 627.13 to include pavement marking pay items. 59. Revision to Section 629 — Survey Monumentation a. Revised section 629.03 to indicate who is required at the presurvey construction meeting. 60. Revision to Section 630 — Traffic Control Management a. Revised section 630.01 to include miscellaneous items as part of the Traffic Control Management cost. b. Revised sections 630.03 and 630.13 to include portable message sign panels and requirements for their use. c. Revised section 630.14(a)to require flagger certifications within the last 2 years before starting work on the project. d. Revised section 630.18 and 630.19 to outline how traffic control management and devices are to be measured and paid for. 61. Revision to Section 632 — Night Work Lighting a. Added this revision to outline the requirements for lighting at night. b. Night work is not anticipated for this project so this specification section is only added as a contingency. 62. Revision to Section 709 — Reinforcing Steel and Wire Rope a. Revised the requirements for dowel bars and tie bars. b. Revised the requirements for welded wire mesh. 63. Questions? a. Addendum 1 will be posted following this meeting. It will include the agenda, meeting notes, questions and answers that were provided during the meeting, and attendance list. It will be posted to BidNet. b. All questions after the Pre-Bid meeting must be submitted in writing to Clay Kimmi at ckimmi@weld.gov and copied to bids(a�weld.gov. c. Deadline for asking questions is 7 a.m., January 5, 2026. d. Final Addendum will be posted by 5 p.m. on January 6, 2026. 3. Mandatory Pre-Bid Meeting Attendance List Bid # B2500148 2026 Bridge, Irrigation, and Drainage Rehabilitation/ Maintenance On-Call Services Contract Mandatory Pre-Bid Meeting December 29, 2025 at 10:00 a.m. Name Company Phone Number E-mail Don Dunker Weld County Public Works 970-400-3749 ddunker@weld.gov Toby Taylor Weld County Purchasing 970-400-4459 ttaylor@weld.gov Mike Bedell Weld County Public Works 970-400-3706 mbedell@weld.gov Richard Lohr Jomax 970-302-1100 richard.lohr@jomaxgb.us Tyler Herzog Jomax 720-281-0295 tyler.herzog@jomaxgb.us Dylan Stracker L& M Enterprises, Inc 970-532-3706 dylan@lmenterprisesinc.com Bill Smith Jomax 303-903-7462 bill.smith@jomaxgb.us James Proctor Open Range Services, Inc 224-456-7533 james@openrangeservices.com Jaedon Mills TLM Constructors 970-301-0043 jaedon@tlmconstructors.com Dennis Weitzel Jomax 970-599-4042 dennisweitzel@jomasgb.us Addendum # 2 Solicitation Request Number 2500148 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: 1. Revised Construction Plans for WCR 29 from SH 392 to WCR 74 All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 50 of this Addendum do not have to be returned with the Proposal Documents. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Date of Signature Signature: Name: Title: Addendum #2 Date: December 31, 2025 WELD COUNTY PUBLICS WORKS DEPT. CONSTRUCTION PLANS FOR WCR 29 FROM SH 392 TO WCR 74 CULVERTS AND IRRIGATION DITCHES REMOVAL AND REPLACEMENT ,�`' CONSTRUCTION PLAN SET ' .' DATED: 11/4/2025 WCR 76 .ma . . „., „_... l A TABULATION OF LENGTH AND DESIGN DATA al FEET STATION ROADWAY WCR29 WCR19 BEGIN PROJECT 30445.11 WCR 72 END PROJECT 186+7122 TOTAL(FT) 15626.11 lz 3re re u PROJECT GROSS LENGTH(FT) 15626.11 ; ; ; PROJECT GROSS LENGTH(MILES) 2.96 INDEX OF SHEETS Itu• WCR 70 DESCRIPTION SHEET NO. DESIGN DATA WCR 29 TITLE SHEET 1 QUANTITIES AND TABULATIONS 2 TO 5 ROADWAY FUNCTIONAL CLASSIFICATION ARTERIAL REMOVAL SHEETS 6T011 IRRIGATION DITCH SHEETS 12 T020 MINIMUM RADIUS OF CURVE 6820 FTI\ li CULVERT PLAN AND PROFILE SHEETS 21 T036 CULVERT STANDARD DETAIL SHEETS 37 T039 MAXIMUM GRADE 2.96% , DETOUR SHEETS 40 T045 SH 392 MINIMUM STOPPING SIGHT DISTANCE HOR. 495 MINIMUM STOPPING SIGHT DISTANCE VERT. 495 MAXIMUM DESIGN SPEED 55 NV CURRENT TRAFFIC COUNTS 686 -.MIIIIIIIIItiaill_/ PROJECT LIMITS 20 YEAR PROJECTED(3.52%GROWTH RATE) 1370 WCR 29 FROM SH 392 %TRUCKS 29% TO WCR 74 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Creston Dal 1/19/2024 Initials: MDL Date Comments. Initial: Last Moored Date. 12/22/25 Initials: MDL 12/23/25 IRRIG DITCH REDESIGN MDL mer;�.. PUBLIC WORKS DEPARTMENT NO Revisions- TITLE SHEET Fullpath ��'EGTS 1rSIGmvICR za,SR asz rOCR 741PRODUCTION - ' 1 __ 5 11P1O.BOX wr o+o�ez.r4 I C. Revised. Designer M.LUPORTE SFT-13 Drawing FM Name TITLE SHEET_WCR29_392-74_PIPES.DWG - Nr GPHONE.(90)40D33750� . Detailer. M.LaPORTE AutICAD Verson: 2023 Sol. AS NOTED Units: Englh . - l„i FAX' (B970)30a4t97 Void. Sheet Subset Sheet Subset- Sheet Number 1 of 45 i�L. 41 CONTRACT BID PLAN AS BUILT NUMBER ITEM CONTRACT ITEM UNIT NUMBER QUANTITY QUANTITY 1 201-00003 CLEARING AND GRUBBING LS 1 2 202-00002 REMOVAL OF STRUCTURES(SPECIAL)(REMOVAL CONCRETE UNED DITCH) LF 46 3 202-00036 REMOVAL OF PIPE(12 INCH PVC) FT 60 4 202-03036 REMOVAL OF PIPE(15"CMP) FT 60 S 202-00036 REMOVAL OF PIPE(18"PVC) FT 59 6 202-00036 REMOVAL OF PIPE(18"CMP) FT 162 7 202-00036 REMOVAL OF PIPE(24"CMP) FT 72 8 202-00036 REMOVAL OF PIPE(20 x 28"CMP) FT 89 9 202-00036 REMOVAL OF PIPE(22x 30"CMP) FT 40 10 202-00036 REMOVAL OF PIPE(24 x 44"CMP) FT 40 11 203-00300 UNCLASSIFIED EXCAVATION CY 57 12 203-00050 UNSUITABLE MATERIAL(MUCK EXCAVATION)(CONTINGENCY) CY 100 13 203-00060 EMBANKMENT MATERIAL CY 135 14 203-01598 POTHOUNG(SPECIAL) EACH 32 15 216-00041 SOIL RETENTION BLANKET(STRAW/COCONUT) SQYD 122 16 304-06000 AGGREGATE BASE COURSE(CLASS 6) CV 39 17 403-34842 HOT MIX ASPHALT(GRADING SX)(100)(PG 64-22)(PATCHING) CV 8 18 506-00030 GROUTED RIPRAP(9 INCH) CV 7 19 506-00212 RIPRAP(12 INCH) CY 20 507-00550 CONCRETE UNED DITCH LF 977 21 601-03000 CONCRETE CLASS D CV 8 t 22 602-00000 REIN FORCING STEEL LB 83 23 603-01150 15 INCH REINFORCED CONCRETE PIPE LF 12 24 603-01180 18 INCH REINFORCED CONCRETE PIPE LF 60 25 603-02180 23 x 14 INCH HORIZONTAL EWPTICAL REINFORCED CONCRETE PIPE LF 32 26 - 603-02181 23 x 14 INCH HORIZONTAL EWPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 190 ___ 27 603-02240 30 x 19 INCH HORIZONTALEWPT1CAL REINFORCED CONCRETE PIPE _ LF 40 _ 28 603-02241 30x 19 INCH HORIZONTAL EWPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 136 29 603-02361 45 x 29 INCH HORIZONTAL EWPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 40 30 603-05015 15 INCH REINFORCED CONCRETE END SECTION EACH 1 31 - 603-05118 23 x 14 INCH REINFORCED CONCRETE END SECTION EACH 8 __ 32 603-05124 30 x 19 INCH REINFORCED CONCRETE END SECTION EACH 8 33 603-10240 24 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 38 34 603-30024 24 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EACH 2 35 603-82012 12 INCH DUCTI LE IRON PIPE — LF _ 61 36 607-11525 CONSTRUCTION FENCE(PLASTIC) LF 1250 37 625-00001 CONSTRUCTION SURVEYING IS 1 38 626-00008 MOBIUZATION EACH 1 39 630-00100 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERS)(MINOR ENCROACHMENT) DAY 5 40 630-00101 TRAFFICCONTROL-SIGNS ONLY(NO FLAGGERS)(ROAD CLOSURE) DAY 8 41 630-00102 TRAFFIC CONTROL-SIGNS AND FLAGGERS(LANE CLOSURE) DAY 14 42 630-90404 1 INCH X 4 FOOT X 4 FOOT STEEL ROAD CROSSING PLATE DAY 22 43 630-90408 1 INCH X 4 FOOT X 8 FOOT STEEL ROAD CROSSING PLATE DAY 22 44 630-90612 1 INCH X 6 FOOT XI2 FOOT STEEL ROAD CROSSING PLATE DAY 22 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Creation Dale: 1/19/2024 Initials: MDL ^ Date: Comments: Initials. Lest Podded Date. 12/22/25 Initials: MDL /\ 12/23/25 IRRIG DITCH REDESIGN MDL PUBLIC WORKS DEPARTMENT NO Revisions: SUMMARY QUANTITY - 111 H.STREET FLIPaln.4:waou is oesrvnww n-sH aor iota iuraoouciron owes - - 1P.0 P.O. 80132 Desi M LaPOR-E Drew File Sams OUANTITIES SHEETS WCR29 392-74.OWG - GPHONE:,CO.400-3750 9 Revised: /er SFT-13 nA _ _ _ - - PHONE: 70(400-3750 — Detailer M La POR`F LC " FAX: (70)3048497 AubCAO Version'. 2023 SodsAS NOTED IlttOe: Ent - - A .- Veid: Sheet Subset Sheet Subset Sneet Number 2 of 45 TABULATION OF CULVERTS METAL CULVERTS 45"x 29" PIPE 23"x 14"HERCP 30"x 19"HERCP HERCP STRENGTH STANDARD 15"RCP 1$"RCP 23"x 14"HERCP STRENGTH CLASS 4 x 19"HERCP STRENGTH CLASS 4 STRENGTH 12"DIP 24"CARP(ALUMINIZED) LOCATION DESCRIPTION CLASS/ SECTION cuss SULFATE LENGTH STRENGTH (FT) PIPE FES PIPE PIPE FES PIPE FES PIPE FES PIPE FES PIPE PIPE PIPE FES CLASS LENGTH QUANTITY LENGTH LENGTH QUANTITY LENGTH QUANTITY LENGTH QUANTITY LENGTH QUANTITY LENGTH LENGTH LENGTH QUANTITY (FT)(603- (EACH) (FT)(603- (FT)(603- (EACH) (FT)(603- (EACH) (FT)(603- (EACH) (FT)(603- (EACH) (FT)(603- (FT)(603- (FT)(603- (EACH) 01150) (603-05015) 01180) 02180) (603-05118) 02181) (603-05118) 02240) (603-05124) 02241) (603-05124) 02361) 82012) 10240) (603-30024) WCR 29 STA 136+05 WCR 29-WCR 72 INT CROSS CULVERT 4/3 8 86 2 WCR 29 STA 30+31 L 39 SH 392 PIPEEXTENSION-WEST PIPE 10 18 1 WCR 29 STA 30+30R 44' SH 392 PIPE EXTENSION-EAST PIPE 10 20 1 WCR 29 STA42+61 WCR 29 CROSS CULVERT 3/3 8 40 2 WCR 29 STA 83+15 L 23' WCR 29-WCR 70 INT CROSS CULVERT 4/3 8 48 2 WCR 29 STA83+10 WCR 29-WCR 70 INT CROSS CULVERT 4/3 8 - 72 2 WCR 29 STA 83+14 R 23' WCR 29-WCR 70 INT CROSS CULVERT 4/3 8 56 2 WCR 29 STA 113+39 WCR 29 CROSS CULVERT 4/3 8 40 • WCR 29 STA132+07 WCR 29 IRRIGATION CROSS PIPE 3/3 8 60.32 WCR 29 STA 132+17 WCR 29 IRRIGATION CROSS PIPE 3/3 8 59.11 • _ WCR 29 STA 137+88 WCR 29 CROSS CULVERT 3/3 8 32 2 WCR 29 STA 161+62 WCR 29 CROSS CULVERT 4/3 8 - 32 2 • WCR 29 STA 164+32 WCR 29 CROSS CULVERT 4/3 8 _ - 32 2 WCR 29 STA 186+88R 32' WCR 74 PIPE EXTENSION 3/3 8 12 1 PROJECT TOTALS 12 1 59.11 32 2 190 6 40 2 136 6 40 60.32 38 2 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Creston Data 1/19/2024 Initials: MDL Date Comments Initials . Last WON]Deb 12/22/25 Initials: MDL C� — PUBLIC WORKS DEPARTMENT No Revisions. PIPE PROJECT QUANTITIES 1 1111 H.STREET aEG Full Path.a PR Ts OESIGMWGR 29. I-SH 392 TO UR 74PRODuCTN DOGS Designer. M.LaPORTE P.O.BOX 759 SFT-13 Drawing File Name OUANTITIESSHEETS_WCR29_392-74.DWG . - GREELEY,CO.80632-0758 RB\,bed: PHONE:(y70)400-3750 Detaibr. M.LaPORTE AutoCAD Verson 2023 Sale'. AS NOTED UMs. Erpb �h . . - � " FAX. (970)304-6497 Void: Sheet Subset: Sheet Subset: Sheet Number 3 of 45 t: . TABULATION OF CONCRETE-INFO ONLY-SUBSIDIARY TO CULVERTS CONCRETE REINFORCING LOCATION TYPE STRUCTURE LENGTH WIDTH HEIGHT CLASS D(CU TO) STEEL(IBS) (601-03000) (602-00300) STA 136W5-OUTLET TOE WALL 8.50 0.67 3.00 0.63 49.54 STA 30+31 L36'-INLET TOE WALL 9.67 0.67 3.00 0.72 55.90 STA3O+30R44'-INLET TOE WALL 9.67 0.67 3.00 0.72 55.90 RIPRAP QUANTITIES STA 42+61-OUTLET TOE WALL 9.67 0.67 3.00 0.72 55.90 STA 83+15 L 23'-OUTLET TOE WALL 7.46 0.67 3.00 0.56 43.59 RIPRAP 12 ROUTED RIPRAP STA 83+10-OUTLET TOE WALL 7.46 0.67 3.00 0.56 43.59 LOCATION DESCRIPTION (Snm (m emu) (� AREA DEPTH INCH(CU YD) 9INCH(CU YD) UT STA 83+14 R 23'-OLET TOE WALL 7.46 0.67 3.00 0.56 43.59 (506-00212) 137+88-OUTLET TOE WALL 7.46 0.67 3.00 0.56 43.59 WCR 29 STA 136+05 CROSS CULVERT AT WCR 29/WCR 72 130.6 2 9.7 STA 161+62-OUTLET TOE WALL 8.54 0.67 3.00 0.64 49.67 WCR 29 STA 136+40 _ CROSS CULVERT RUNDOWN AT WCR 29/WCR 72 86.24 2 6.39 STA 164+32-OUTLET TOE WALL 8.54 0.67 3.00 0.64 49.67 WCR 29 STA185+78 END OFIRRIG OUTLET APRON 35.625 2 2.6 STA 186+88 R 32'-OUTLET TOE WALL 7.51 0.67 3.00 0.56 43.75 CONTINGENCIES(5%) 0.6 0.3 PROJECT TOTALS 6,84 534.70 PROJECT TOTAL 12.9 6.7 TABULATION OF CONCRETE STRUCTURE CONCRETE REINFORCING LOCATION • TYPE STRUCTURE LENGTH WIDTH HEIGHT CLASS D(CU'ID) STEEL(LBS) (601-03000) (602-00000) STA 186+07-APRON UPSTREAM TOE WALL 7.09 0.67 3.00 0.53 39.74 TABULATION OF REMOVAL OF CONCRETE LINED DITCH STA 185+78-APRON DOWNSTREAM TOE WALL 7.09 0.67 3.03 0.53 39.74 BEGIN END REMOVAL OF CONCRETE STA 186+00-IRRIG DITCH OUTLET APRON 28.66 11.31 0.50 6.00 START STA END STA OFFSET OFFSET UNED DITCH(FT)(202-00002) CONTINGENCIES(5%) 0.35 3.97 186+52.61 51.72 186+50.05 96.84 45.8 PROJECT TOTALS 7.41 83.46 PROJECT TOTALS 45.8 TABULATION OF CONCRETE LINED DITCH BEGIN END BOTTOM AVE.TOP AVE. LENGTH CONCRETE LOCATION PAVE STA PAVE WIDTH WIDTH DEPTH UNED DITCH(FT)STA (FT) Im (FT) IsD7•DDSSDI _ TABULATION OF EARTHWORK QUANTITIES IRRIGATION DITCH-WCR 29 AND WCR 74 SE CORNER 0+04.92 0+97.26 1 4 1.5 92.34 LOCATION CUT(CY) FI (CY) UUNSUITABLE MATERIAL LL CONTINGENCIES(5%) 4.617 • (MUCK)(CY) IRRIGATION DITCH 56.10 132.73 PROJECT TOTALS 96.957 CONTINGENCIES(2%) 1.12 2.65 TOTALS 57.22 135.38 A Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Created Dab'. 1/19/2024 Initials: MDL Date. Comments Initials. Lwl Moddkd Deta. 12/22/25 Initials MDL Q 12/23/25 IRRIG DITCH REDESIGN s MDL4vis PUBLIC WORKS DEPARTMENT NO Revisions: PIPE PROJECT QUANTITIES 2 Ful Path. ♦s oEsrcmvn:a za•Si,eaz raraooucran twos - 1 P.O. OXi54T Dewing FibN c OUANTITIES_SHEETS WCR29_392-74.TWG _ _ GREELEV,CO.80832-0758 Revised: Designer: M.LaPORTE SFT-13 nA PHONE.970)400-3750 Delmer M.LaPORTE Au/CAD Versed: 2023 Scab- AS NOTED tints, English _ - 41C FAX: (70J 304fN97 Voie' Sheet Number 4 of 45 A L,a Sheet Subset: Sheet Subset'. TABULATION OF REMOVAL OF CULVERTS CULVERT REMOVAL OF REMOVAL OF REMOVAL Of REMOVAL OF REMOVAL OF REMOVAL OF PIPE REMOVAL OF PIPE REMOVAL OF PIPE DE SCRI�� STATION OFFSET SIDE PIPE(12"PVC) PIPE(15"CMP) PIPE(18"PVC) PIPE(18"CMP) PIPE(24"CMP) (War CMP)(FT) (22�"CMP)(FT) (24K44"CMP)(PT) (F7)1202-00036) (FT)(202-00036) (FT)(202-00036) (FT)1202-00036) (FT)(202-00036) (202-00036) (202-00036) (202-00036) 20 x 28 CMP 42+60.71 0 CL 49.6 18"CMP 83+12.63 23.35 LT 44.7 24"CMP 83+08.33 179 RT 72.4 15"CMP 83+11.92 23.1 RT 60 24 x 44"ARCH CMP 113+39.50 0 CL 40.2 12"PVC 132+10.21 0 CL 60.32 18"PVC 132+18.22 0 CL 59.11 18"CMP 136.03.45 22.13 LT 70 18"CMP 137+88.27 0 CL 39 20 x 28 CMP 161+62.02 0 CL 39.4 22 x 30 CMP 164+3182 0 CL 39.6 18"CMP 186+51.25 37.93 RT 8 PROJECT TOTALS 60.32 60 59.11 1617 72.4 89 39.6 40.2 ROADWAY REPAIR TABUATION AREA OF HOT MIX ASPHALT AGGREGATE BASE THICKNESS (GRADING SX) CULVERT WIDTH(FT) LENGTH(FT) ROADWAY COURSE(CLASS 6) REPAIR(SQ FT) (IN) (1�)IPATCHING) (CV)(304-06000) (co(403-34842) STA 136+05-23 x 14 INCH HERCP 4.92 63.00 309.75 6.00 5.74 STA 42.6130 x 19 INCH HERCP 5.50 25.50 140.25 6.00 2.60 2.60 STA 83+15-LEFT 23'-23x 14 HERCP 4.92 30.00 147.50 6.00 2.73 STA 83+10-30 x 19 INCH HERCP 5.50 50.00 275.00 6.00 5.09 5.09 STA 83+14-RIGHT 23'-23x14 HERCP 4.92 38.50 189.29 6.00 3.51 STA 113+39-45x29 INCH HERCP 6.75 30.00 202.50 6.00 3.75 STA 132+07-12 INCH DIP 4.00 35.00 140.00 6.00 2.59 STA 132+17-18 INCH RCP 4.50 35.00 157.50 6.00 2.92 STA 137+88-23 x 14 I NCH HERCP 4.92 27.30 134.23 6.00 2.49 STA 161+62-30 x 19 INCH HERCP 5.50 28.50 156.75 6.00 2.90 STA 164+32-30 x 19I NCH HERCP 5.50 28.70 157.85 6.00 2.92 CONTINGENCIES(5%) 0.38 1.86 PROJECT TOTALS 8.07 39.10 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Creator OS. 1f192024 Initials: MDL .*:e Casements. Initials lastMmifi.E Data 122225 Initials: MDL PUBLIC WORKS DEPARTMENT No Revisions PIPE PROJECT QUANTITIES 3 - Fu1 Path.u,aaw rs oesraexea w-s"xp row rswaoouCran owes - - 1EV. R587 Oteang FS Name Ec OUANTITIES_SHEETS_WCR29_392-74.DWG GREELEE:CO.(A.60632-0758 Rerisea Designer M.LaPORTE SF7-13 WinPHONE:(970)400-3750 Details: M.LAPORTE AutoCAD Verson: 2023 Soo: AS NOTED Units: --- FAX. ( )30a-6497 Void- Sheet Number 5 of 45 En9W - - - Sheet Subset: Sheet Subset: -. - - WCR7/ 1 WCW IR 1 . p•.. -. S .. _ WM70 SR a/2 KEYMAP �.... .:a.' •. s.:`Y _,_: NOT TO SCALE ROW PROTECT EXISTING CULVERT IN PLACE • O CD O O O O+ + 1 ROW—ROW ROW R ROW ROW - ^.TW- ROW- -RCW -RfiW--- R _.la* _-R _---ROW -.ROW _Rom, RSV_--_nDW _'aW—-JOW-- � F '�"'-•_.,--..."5i:210' —..�.�r'�o`�"-� 4348-"._—._..__ ra«w . .- 44..011 -as.on - 47440 -_ ,s•oo 41:-•00 -_- --50400 -----5rft0D--- sl+Dv -- � (/) I 1 1 I I I H 1 1 WC9 1 I I I I I.. I LIJ Z -ROW ROW ROW -ROW- ROw- ROW ROW—ROW• ROW—ROW I ROW-- ROW—ROW—ROW -ROW ROW ROW ROW ROW—ROW—ROW ROW ROW J J U ~ Q REMOVE CULVERT x M 20 x 28 CMP "' 49.6 FT LONG STA:42a60.71 OFFSET:0.00' , I C- 1. 00 ‘. 0 100, M = 1 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Creator Date 1/19/2024 Initials: MDL Date Comments Initials. • LesI Modeled Dale 12122/26 Initials: MDLjoaft PUBLIC WORKS DEPARTMENT No Revisions-. REMOVAL SHEET WCR 29- 1 FBI Pad.a sate 1s oeecmwcn zc-9.tW1als,eWOooucnoti 111t H.KSDEPAR oNeee ssinxoa LS-wcWe au-rq - - P.O.Box083 Revised: De . M.LaPORTE Fib Name: REMOVALS-29_WCR29_392-74_PIPES.DWG - - GREELEV,CO.80863479r SFT-13 PHONE:1970)/00-3760 Details, M.LaPORTE AutoCAD Version 2023 Scale: AS NOTED Unb. English d-- FAX'. 170130/fi497 Void: - - l Sheet Sunset: Sheet Sunset. Sheet Number 6 of 45 1 It 01 PAGE QUANTITY SUMMARY'. Pr 1I REMOVE 18"CMP 44.7 FT 1r I .- - REMOVE 24'CMP 72.4 FT f REMOVE IS'CMP 60.0 FT PROT EITN I 1 I MICR n CULVERTTEC INX PACE Si IGti tttp 4,1 PROTECT EXISTING I I I WCR ra CULVERT IN PLACE o,•,II fI 1' IaH as KEYMAP 9 • i i `^i f NOT TO SCALE "".T 4-•11 ��t' I J �1, V REMOVE CULVERT Is . �I 18'CMP 9. 44.7 FT LONG —• _ 1 1_!.. I STA.83+12.63 "j_ OFFSET:23.35'L /� 1 II' t / PROTECT EXISTING «��----ss11I _ REMOVE CULVERT/ CULVERT IN PLACE O 24'CMP _ _. 72.4 FT LONG __. O i o STA:63«08.33/ / L O 4 ,L , f OFFSET:17 . __ _ N k. . Row— y, __�. Row ROW —Rnw Row=_ .— .oW Row' —" -- __. _RDw _nv ROw �WCR.2DOD .1 +6S 82,DD 83� s4.nn `- ^�""`__ R, arBCVtL r I I WCR 29_ r - I �— CD __ >T — — -- emu._ L.— LC __- A�- Li F Ff ROW ROW----RON—ROW— .- I Z ..- ��� - NDw ROW �y ROW ROW ROW--+ROW—�- ROW, —xpOW+.�.- ROW: —'ROW—:--ROY/--�: O ROW ROW l f'r1w 'q`- 7il --'—� I Y W J _} __ __ Ig . 4' '�] r PROTECT EXISTC*S >E E ,'.;e ) .)11j )G 79 CULVERT IN PLACE>/t a \ 2 �t rr • POLE BY OTHERS - t REMOVE UTILITY STA-83«38.44 POLE BY OTHERS A 41 OFFSET:24.38'R `•'. 1 L e I STA.82+64.19 OFFSET:26.92'R v ' f a I [ — z. _ L. f PROTECT EXISTING 7 s I CULVERT IN PLACE 1 REMOVE CULVERT a • • 15'CMP [s • r 60.0 FT LONG 4 I • STA:83+11.92 3 OFFSET.23.10'R L �I • I• 1d--. i s I u�� i 11 I i I a -°-_na--��1d-,e�� P-L---4 1101 0 1oa f > IF w Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Creatron Dale 1/19/2024 Initials'. MDL Date Comments Initials._ woo Last MoaAna Dab 12/22/25 Initials. MDL PUBLIC WORKS DEPARTMENT No Revisions. REMOVAL SHEET WCR 29-2 'JP"'.MSPRaECT_DESK nw[.F 7a-sH 002roca r*iT000ucraN 1111 H.STREET az.�-n _ _ _ P.O.BOX 758 Revised Designer. M.LaPORTE SFT-13 Drawing Fab Name:PfREMOVALS-29_WCR29_392-74_PIPES.DWG - - G PHEONE(9 0)400LEY.CO 3750� Retailer. M.LAPORTE AutoCAD Verson 2023 Scale AS NOTED tints En tlsh C C-' FAX (970)3046497 Voitl'. Sheet Number 7 of 45 g - - - 4 Sheet Subset' Sheet Subset WCR 74 100 200 PAGE QUANTITY SUMMARY'. • ^41' _ Feet I REMOVE 24 x 44 IN CMP 40.2 FT WCR,] a i WCR 7e .vv. aH ate KEYMAP NOT TO SCALE REMOVE CULVERT • 24.44 INCH ARCH CMP PROTECT EXISTING I 40.2 FT LONG + • CULVERT IN PLACE STA'113.39.50 • C OFFSET.0.08'R p i QyL Ap {��y < Y , ROWS.. v—ROW----13L1W --„" 4T7U" 9?,,..t W PvTT1Zf1R'1^OW �' �7a.1 1�4 W .00 BD�'-_ T15+ --Re*-- . . 0i'N � J ROWS—ROW irRRW._---ROW—ROW ROW ROW—ROW ROW—ROW—ROW ROW ROW ROW fOW ROW ( ROW—ROW—ROW -OW C R,1 ` .. I 4 w i 1 ., / I/I r ft. •�. 4 ,41ir . • $ � 1 I Il_.. 7: 01 1 7.1,' M 1' ' ' i ' * ifW.II. , .` 14> Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode ate 1/19/2024 Initials: MDL Date Comments Initials - — OadDate 1222/25 Initials MDL - - PUBLIC WORKS DEPARTMENT No Revisions: REMOVAL SHEET WCR 29-3 F.1110atn ,PNwECTS OFSKvnwCR 21•sn 392 OCR 7,IPrt000C ON 1111 H.STREET PFSSrut0 uoNF WCR2e 39244 EY,CO808 ReWseO: Designer. M.LaPORTE SFT-13 DrawingF k Nerve. REMOVALS 29 WCR29 392 74 PIPES.DWG _ _ GREELEE:CO.800-3750 8 PHONE'(970)400-3750 — Detwiler: M.LePORTE AutoCAD Verson' 2023 Scale. AS NOTED Urns: English - _ _ FAX (70)3066497 Void: Sheet Subset' Sheet Subset Sheet Number 8 of 45 j1 / WCR 74 PAGE QUANTITY SUMMARY: / REMOVE CULVERT 4 EACH WC ' REMOVE 12'PVC PIPE REMOVE 18'PVC PIPE 60J2 FT 59.11 FT REMOVE I6'GMP 109 FT R -REMOVE 12'PVC PIPE SAWCUT EXISTING AND REMOVE ✓ Q% WCR 10 FROM ROW TO ROW.SEE "`Idldld PIPE DETAILS 1 60.32 FT LONG STA:132+10.21 OFFSET:0.00' 4 sRa92 /* I 1 KEYMAP �; NOT TO SCALE -REMOVE 1111.PVC PIPE / � � �I SAWCUT EXISTING AND REMOVE FROM ROW TO ROW,SEE J; PIPE DETAILS • 59.11 FT LONG � I � STA:132+18 22 r ' O OFFSET-0.00 1, • y n 1 O /2/ i J 1 �; O a k g REMOVE CULVERT PROTECT EXISTING O 18'CMP CULVERT W PLACE O v+- E'I, 70.0 FT LONG + x fir ��7y STA 136+0345 s— F t �)' i OFFSET:22.13'L ,... p I - ---Row ` ROW Q --R.�'--'..". - -- - — .r I ,i ..—wi'w�RDrrWTtbw�aov�— 'frovr" ? _ Row r Q 32. • T933r,/0__ate 3b 'eL_ SOW_. u. •.. .r _ -�� ROW— ROW_ __ s ---_REI . J ROW+.t- =_µ1 mow ' ROW__--- .' . - . 1 �.•— aaj---RL1y/�-ROWS-ROW- ROW��ROw RD1Y per_. -.w---BOW . _-- —. _ yp �..-• ROW �e I - /; REMOVE CULVERT i 18'CMP ` 39.0 FT LONG I( STA.137.88.27 OFFSET 0.00' 0 • r It Z gl r I 1 L tiJ . xi a - 0 100 20. iii; 7 I♦ Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Creation Dale 1/19/2024 In+als'. MDL Date Comments Initials. usl Modified Date. 12/27J25 Initials-. MDL east," PUBLIC WORKS DEPARTMENT No Ree�aona: REMOVAL SHEET WCR 29-4 FIA Nth PRg sbtalcx.Wca»-an We7o CRlalPaoo"non -- - r I • _ y 1111 H.STREET _ - r� P.O.BOX 758 Revised Designer. M.LaPORTE _ SFT-13 GREELEY.CO.80832-0758 AXoCA 60ile REMOVAL529 WCR29 39274 PIPES.DWG - - ��� '`�H�r F E'AX t(977013��950 VOID - - -7 ShooDent r. M.LaPORTE Sheet Number 9 Of 45 AytoCAp Verson 2023 Sale AS NOTED UMs'. Erphh _ - - 1'2:>L 9 Sheet Subset: Sheet Subset NCR 74 PAGE QUANTITY SUMMARY: REMOVE 20 a 28 IN CMP 39A FT REMOVE 22x 30 IN CMP 39.6 F7 WCR7] R g w0R ro al ao PCULVERT EIN PACGE KEYMAP CULVERT IN PLACE NOT TO SCALE i REMOVE CULVERT ;. 20 x 28 CMP 39.4 FT LONG REMOVE CULVERT STA'.161+62.02 22 x 30 CMP OFFSET'.0.00 39.6 FT LONG STA.164+31.82 OFFSET:0.00' y - NOW—FROW-1—ROWS ROW�—ROW—L ROWS-ROM R —ROW—ROW- 10W ROW—ROW ROW—ROW ROW—RdW=ROW x —WOW- Rpw' +. r•-• �. iifili _-7. -T+00 ._. _162."E1f 16. i i64 • •.: -... 11 _,_ — 18Ta—t •f1 �— --i�� _ _ - -- r 'OW—ROW—ROW—ROW ROW ROw— ROW Ili s� ow." ROW—ROW—ROWt0W—ROW ROW ROW ROW "ROW ROW—ROW ROW' ROW _ - PROTECT EXISTING {, • i 5. \ CULVERT IN PLACE I . •. J` il i , I 1 I I ,� � \« . ,, I//Il I II _.,, j 0 100 - - — I Computer File Information Index of Revisions WELD COUNTY As Constructed Project No./Code � � WCR 29-SH 392 TO WCR 74 t Last Modified Dale 12122/25 Initials. MDL e11 a PUBLIC WORKS DEPARTMENT No Revisions. REMOVAL SHEET WCR 29-5 ewe EY,CO. 013 RehseO Designer M LaPORTE -- SFT-13 Drawl File Name. REMOVALS-29_WCR29_392-74_PIPES.DWG GREELEY,(CO.400375758 AIIOCAO Verson- 2023 Sale'. AS NOTED Units Erpise eta GC Y� FAX EI970�I30464970 Void. Oelailer. M.LaPORTE -- Sheet Number 10 of 45 FAG,OJANTIIY SLMMARV — — - 14y~- • %. - -,r' - ': REMOVE 18 INCH CMP 8.0 FT E ' REMOVE CONCRETE LINED DITCH SEE IRRIG DITCH SHEETS i - - . wou2 A j WCss10 — E -, • KEYMAP NOT TO SCALE LE z U A g 3 REMOVE ABOVE GROUND I I - • LUMENFACILITIES- E SEE WCR 74 SHEETS REMOVE UTILITY FOR DETAILS I POLE BY OTHERS 0 STA.186.53.88 0 STA.186.63.68 , '- p OFFSET:53.09'L OFFSET.40.04'L co --ROW..--ROW ROW—ROW—'ROW RC -* — a � Wo _ ien.asyV�.$ a.._4-Es _�fll a6 1 1e7_ � o <n — -- — — W __- _ — W—CR 292y — , Z —ROW ROW ROW ROW ROW J \ \I ___ _ p REMOVE UTILITY ' (� — -- - E POLE BY OTHERS I— STA:186.60.13 Q __ OFFSET:29.39'R REMOVE CULVERT E 18'CMP REMOVE EXISTING 8.0 FT LONG CONCRETE LINED DITCH- STA:186+51.25 A SEE WCR 74 SHEETS OFFSET 37t. .93'R f FOR DETAILS tSTA:186+52.34 pp pp OFFSET.62 49'R E O O E I cr u 1 • >. H f 8 ; I 0 100 200 — — Feet Computer File Information Index of Revisions WELD COUNTY As Constructed Project No./Code Creator Dar 1/19/2024 Initials: MDL 1:,- „_ ,_,., .,Is WCR 29-SH 392 TO WCR 74 I Last MoOrnd Cele 12/22/25 Initials. MDL t se PUBLIC WORKS DEPARTMENT No Rew.on9_ REMOVAL SHEET WCR 29-6 FuN Peel M:'PROJECTS 12F9I2•22WCR 20•914 Sat TO CR VPRODlICTION 1111 H.STREET DNeee S•0 TARO REMOV LS-29 »os224 PY,CO. 08 Revised Des grct M -a-'ORtI SFT-13 pevn'g File Name. REMOVAL529 WCR29 39274 PMES.OWG GPHEONE tt9 0)4400-3750� Dela ler M.a,OkC'k AAoCAD Verson 2023 Scale. AS NOTED Ural, English - - L FAX: (970)304-6497 Vold, Shee'.S,.Uset Shea:Saos'e' Sheet Number 11 of 45 1 ,,,, ,:.a .12222.. .-11;..,,.Ir 9�F _ _ qfy ROW l�Ow 'r • __,c �s 17 {� II I j ay /\ .. / - /___ r �� ., '\ y� I+ F I S `�00_��%— �_ I / / 1. - _ __. A ` MR7e T -y ,e$ 1 _ END CONCRETE LINED DITCH '' FEILD FIT TO MATCH EXISTING r ��/ ; CONCRETE LINED DITCH > STA:186+50.Oy96 8d'R / v�/ T7 r 4 NW34,796.70 sR MI I / / `�\ E=197,1 84.55 KEYMAP / " I 001°/0 / P F I $ _ -- — - NOT TO SCALE 7/./. r �I I -70., s9°F' /• qy9 1 y'oF • .' - I , 1 \ I I w s rOP / /' a e • , oef y 3.01 /14,k �' h II1 \ � T A`� 44, 1 Ts, A, ' , '0 SEE FOLLOWING SHEETS FOR HORIZONTAL I 1,67 , 4:41 AND VERTICAL ALIGNMENT INFORMATION, mI(� 10% � AAA!ll "' TYPICAL SECTION.AND CROSS SECTIONS }I $ OF IRRIGATION DITCH � �`■ 7r l� I ' 4 71 L BEGIN CONCRETE LINED DITCH STA'186+00.75/26.64'R N=434.741.72 o/,v E=197,118.73 ICONSTRUCT 8 INCH THICK APRON- o4,eh SEE CONCRETE IRRIGATION I \ 1 SHEETS FOR APRON DETAILS A ZOE • t 50+s .- 0 10 20 Feet 1 Ir Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Creation Dale: 1/19/2024 Initials: MDL Date: Comments: Initials: Les:Modified Dale: 12/22/25 Initials: MDL 12/23/25 IRRIG DITCH REDESIGN MDL PUBLIC WORKS DEPARTMENT No Revisions: GRADING IRRIGATION DITCH EET Full Path a11,0JOC*SGEsiGmvien za-Sr Jei 10 cR ruawoouc1AnooAS `', 1P.0111 BOXF758 P.O.CO80632-0758 Revisetl'. Designer' M.LaPORTE SFT-13 DRwing File Name: GRADING ACT M_iNTERSeG?wcnze lag Ta.DWG GREELEY.EO AubGD Version'. 2023 Scale: AS NOTED Lots Engkn - - _ PHONE 170170)4W�970 Detailar: M.LaPORTE FAX B70 Vatl. Sheet Number 12 of 45 Street Subset: Sheet Subset. _.�..: � +97 6� rP I La29 • R 1000 a -cn—..*r, _•cy. .nw.. ..v.._ .r• �{''. '.. I N434796.7 0 v' a 0 E 197184.55 I y I chi N65`0016 E Al B OS' _ we l • Q r� A —R __ ..csv4rra•.v rroa• rriaam+ — EEE END PAY IRRIG DITCH I I \ \ 1-\\ j I, 423�/ // PC:0+8222 STA.ET 0.6 T■ / N.0.822234793 15 OFFSET:ODD' -- --• r \ ' // / E197170.50 sH an l � • I / e /// E;9; KoE oMscAP \ I \ BEGIN AY IRRIG DITCH I. O� / / / '`�25 FT TCE FOR STA 0.04 92 / 0)" CONSTRUCTION 20 FT TCE FOR IIOFFSET.0.2T l Q' ,5' OF IRRIGATION CONSTRUCTION \ ` / / N91.1519-E' DITCH OF IRRIGATION Q \ll B2.7j� END RUNDOWN SECTION DITCH / �! <<' BEGIN CONCRETE LINED I 1 L i/ DITCH SECTION I / / STA'0+14.00 j / Trj. OFFSET'000 I li I I ` I PLAN VIEW CONCRETE r%j/ TIE IRRIGATION DITCH RUNDOWN TO LINED IRRIGATION DITCH +I li CONCRETE APRON 1N ROADSIDE 1 f� DITCH.SEE APROfY DETAILS. '' - I I � BP.0+00.00 0 20 40 I -.� N 434731.34 I Feet \ E 197116.28 1 --.-- .. PROFILE VIEW CONCRETE BEGIN CONCRETE RUNDOWN. LINED IRRIGATION DITCH SEE RUNDOWN DETAILS. HORIZ:1•=20' VERT:1•=7 / / ( ELEV'.4859.64' 4860—_ STA 1410.00 \\ 0.11% 0.12% 0.1 48.1 ELEV:4858.98' n 0.11% --T- \{Q / 0.11% '- STA:0+14.00 ELEV:4858.93' CONCRETE LINED DITCH STA:1+34.18 STA 0+913.73 ELEV:4859.6f -0.92% )� ELEV.4859.01' 1 •• CONCRETE RUNDOWN(PAID FOR STA 0+98.73 END CONCRETE LINED DITCH. STA 0+04.34 AS CONCRETE LINED DITCH) ELEV:4B59.83' TIE TO EXISTING DITCH. ELEV.4857.70' STA:0+00.00 ELEV:4857.74' 4856 4856 ma ly w n O P5 1+00 _.."...../..-... ., w— Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Creator Date v19/2024 Ina di Initials MDL ^ D.14 Comments n .b. IRRIG DITCH P&P _as:Modified Dale 12/22/25 Initials: MDL /" 12/23/25 IRRIG DITCH REDESIGN MDL ��• PUBLIC WORKS DEPARTMENT NO Revisions: - FtIIPaU.u'oaaECTs_oE9lGMwcnfB 9N:fet ro Ca raw9anuerlat, 1) r - 1 1111 P.O.BOX 759 I nwcsvwrsslneouavc wraza nz.ra a P.O.BOX 75B Revisee: Designer: M.LaPORTE SFT-13 GREELEY,CO.80632-0758 Drawing FM Name: iRaiGortcF ShEEre_WG -ram Pw[S�.owG - - r PHONE:((970)400.T750 Delailer. M.LePORTE - Ae0CAO Version 2023 Srak'. AS NOTED Una: EnpfN _ - 0-° \' FM. (970)30443497 Vold. Sheet Subset. Sheet&sheet: Sheet Number 13 of 45 WCR) 2.1 SLOPE DIRT TO TIE 2:1 SLOPE DIRT TO TIE CONCRETE DITCH TO l 1 lj CONCRETE DITCH TO EXISTING GROUND II I f //li / �/\ .. /•/ "I ' 7.33I29.BDR 4 I :3.0.1 I •/ EL=7859.241A0 \ STA I A/ •,STA:186+02.34/2969 R c� •1 ,' 1 1 y 1 / /STA:185+98.89/29. lR • 186.02.74/18.45'R , I m '- / EL=4859.54 EL=4858.79 ►" TYPICAL SECTION-CONCRETE LINED DITCH s 3 NOT TO SCALE I. 1 / ^6 I STAB,186+02.53/23.58'R 1 STA:185+94.17/29.94'R I I EL=4857.8/2 i ,,1 �_ EL=4859.20 / ' CONSTRUCT CONCRETE • 2:1 SLOPE DIRT TO TIE I I APRON B INCHES THICK.28.67 ' 2':1 SLOPE DIRT TO TIE CONCRETE DITCH TO _ ,I I / FT LONG. 7.09 FT WIDE. CONCRETE DITCH TO EXISTING GROUND I J I TIE CONCRETE LINED DITCH ' EXISTING GROUND I I I / 5 D 1 I (2 t 1 f RUNDOWN TO THE APRON AND FIELD FIT FOR SMOOTH 1/. .I %l�� TRANSITION. _ EXISTING— GROUND I STA',185,89.68/29.29'R EXISTING . a a I TA 185+8581'R v f�� ` EL=4859.17 GROUND E I L=48=485865 I , I STA:185+84 65l2911'R EL-1859.14 m S 185+79.09/19.91'R f� I 1 8: EL=4858.19 °'�y 1 < � A:185179.87/22.66'R I -'1 I STA:185+79.72/27.12'R - I • EL�857.78EL=4858.17 W &.t _ STA:185.73.72/27.00'R _.: EL=4858.15 N TA-165+74.00/19.68'R I •eil� , EL=4857643.75@5.93'R A 8 CH CONCRETE LINED EL=4858.14 A 6 INCH CONCRETE LINED DITCH AT 1:1 SIDE SLOPE I I• 176' 3 51' 0 CONSTRUCT TOEWALL 7.09 FT WIDE. DITCH AT 1:1 SIDE SLOPE I 3 3.0 FT DEEP,AND 8 INCHES THICK. `I & SEE TOE WALL DETAILS. I PLACE RIPRAP AT THE END OF THE ^ 14 1 APRON 5 FT LONG AND 7.09 FT WIDE. \ 1 t SEE RIPRAP DETAILS. / ST 185.73.89/22.42'R 1I 11 t I PLAN VIEW CONCRETE APRON A EL=4857.62- I s TYPICAL SECTION-CONCRETE RUNDOWN • a o o zo NOT TO SCALE I 11.11 = INII — Feel �v�� Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCCW Project No/Code Creator Dale 1/19/2024 Initials: MDL Date. Comments Initiae. Last Modified Date 12/22/25 Initials MDL A 12/23/25 IRRIG DITCH REDESIGN MDL + t 6i PUBLIC WORKS DEPARTMENT Ro Revisions: IRRIG DITCH TYP AND APRON - FuiPaln.MRRarEC ibes�nwcR m-s-m,o tR PRahu�non' 1111 H.STREET wut x"Z wcwe au - - - isetl: Designer. M.LaPORTE Dmnng HO N e. RRwance SeEtrS we PPnEs,OWE P.O.P.O.BOX 758 GREELEY,CO.970 400-3750 8 SFT-13 PHONE:(870)400.3750 Detailer. M.LePORTE Au0CAD Verso, 2023 Sale: AS NOTED Urvls. English - - - { pyNT FAX (970)304-6497 ve tl'. Sheet Subset- Sheet Subset Sheet Number 14 of 45 y8' . NOR:1=27 HOR 1'=20' HOR:1'=27 R:1120' 4865 VERT:1'=2 4865 4865 VERT:1'=2' 4865 4865 VERT:1'=7 VE VERT:1,7 1685 4865 4885 4860 4860 4860 —'ti, --- 4860 4860 .\ 4860 4860 —\ 4860 \\ \\ 1 J 7Y Ym Ym Fr 7 wLL w� wLL 22 48550 5 4855 48550 4855 4855 4855 4855 4855 050 0 50 0 50 WCR 29-185+80.001 WCR 29-185+90.00I WCRC 29-186+00.00 WCR 29-186+06.00 A Com ut-' - Information lion �-, ti� — ti�`w ' WELD�0��-lj��� `'✓vv ����,wv�----'--�� P Index of Revisions As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Creation Dale 1/19/2024 Initals: MDL Date Comments'. Initiab. ' Las;Mo1Oed Date 12/22/25 Initials. MDL n 12/23/25 IRRIG DITCH REDESIGN MDL PUBLIC WORKS DEPARTMENT No Revisions. WCR 29 DITCH APRON-1 PaN. g4iEcrs9Dt9iGmw cq19.5q a92 to�q go�aoouCraN ' 1 en -~—_ 1111 H.STREET FuY °nosib Na RRIa XF oiTCX_SUs la WC.O_ .7apmEa7C. - _ _ -- ' • i' ' GREELEY.CO X80B 2-0758 Revised: Designer: M.LePORTE ng Fi SFT-13 PHONE:(970)400-3750 FAX. Deaibr. M.LaPORTE 970 304.6497 Sheet Number 15 of 45 AubCM Verson: 2023 Sala. AS NOTED (Male: English _ - . ( Void: �:? .SKI Sheet Subset Sheet Subset II ROW ROW ROW ROW -ROW ROW ROW ROW ROW ROW—ROW ROW ROW—ROW WI, j n - -..A --- ---- ROW---ROW— 1[ wca 7z I I o o g r� a en YR o 0 0 0 ...: servo;.::._,�;,. ad- 1 p '." wca ro A sa aaz CROSS SECTION LINES- I p„) Opp KEYMAP SEE FOLLOW SHEETS O Spp NOT TO SCALE FOR CROSS SECTIONS \ �p �` — — p ( On--EUA---EO.�— II,„p IL N ROW RO -- _.ROW �`CW ROW- „ ,. II -� T��- l�� .. _ ___ - _ i vs111-1,--------AVL:rdrah,'"gr IVI pz s � �j;w �' �i/j// i, 'off, ..\ _ , pns o00 . �,Avi.4, . /////�/ ,� , \ .\\ , 4,,,.,,, ,....,,, 1 4j1 ",/ 4*4 . N\t; \.1 \ ,\ 1114111 err Wili .............__ \ Alqiktii/ i, tt 1 .,j44_,& CROSS SECTION LINES- 6 I \ j I I'l SEE FOLLOW SHEETS IFOR CROSS SECTIONS \-N IulIIII " r (\I Ii i PLAN VIEW CONCRETE i'i �I j I LINED IRRIGATION DITCH i t i \- t 1 0 20 40 Iti / a Feet 1 I & Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29—SH 392 TO WCR 74 Project No./Code Creator Date 1/19/2024 Initials: MDL Date- Comments'. Ir I ale ,e9t Moddlerl Dale 12/22/25 Initials. MDL Q 12/23/25 IRRIG DITCH REDESIGN MD_ PUBLIC WORKS DEPARTMENT No Revisions. IRRIG DITCH PLAN VIEW - FaIPdN M�6g0.EC19 DFa1GMWLR I9-9ry fet TO LR nE7505uRpN 1EV.CO758 DrawingFM Name IaOIG-Oi,C s EEIS WCaaa-asz-ne RIGEs2.OWG - - GREELEY.CO.80532-0758 Revised: Despner M.LaPORTE SFT-13 - PHONE.(870)t003750 Debibr M.LaPOR7E Auto000 Versron. 2023 Srale'. AS NOTED Ueda Egblr - - _ FAX: (170(304{M97 void. Sheet Subset: Sneer Subs. Sheet Number 15A of 45 HOR:1,10' 4870 VERT:1'=10' 4870 4865 -- -- 4865 4860` - 4860 __ 4855 _. _.. _. _ _ _ ^� ._. _ __4855 w! 4850 4850 -50 0 50 DITCH-74 SE-TIE IN-0+00.00 HOP:1'=101 4870 g 50 VERT:1'=10' 4870 P. cr Z O - 11 4865' _ --- - - W u 4885 4860• _. __ - • d -4880 4855• - _... -_ m ----__.....__—............. 4855 Iv 22 4850 w u -50 0 504850 DITCH-74 SE-TIE IN-0+05.00 HOR.1"=10' 4870 S VERT--1.=10' 4870 po tX t C yLo 4865 _ __ _..__ u 4865 4860 _ 4860 4855 4 S •4855 IM! 4850' 0 504850 -50 DITCH-74 SE-TIE IN-0+10.00 .."-^Computer File Information Indec.c kevi a v"..''v WCR 29-SH 392 TO WCR 74 `�ELD COUNTY As Constructed Project No./Code cnatronDab 1n9n024 Initials: MDL Date _ Comments: Initials. - LasI Modified Deis 12/22/25 Initials: MDL n �� Na Revisions IRRIG DITCH 1 TO 1 REV 1 12/23/25 IRRIG DITCH REDESIGN MDL a PUBUC WORKS DEPARTMENT 1111 H.STREET FuY Path.oWGAPnfssianoaONE w411 eazn _ - E'cCO 758 Re„sed: Designer: M.L0704TF SFT-13 GREELEV,970 400-37508 Ommng File Name: INRN:oirCN sNEE rs vices m.r4 xSEC-0SEC PHONE:(870)400-3750 D9laibr: M.LaPORTE AutoCAD Vermin: 2023 Scab: AS NOTED Ilia: eg4n . _ - 1 FAX (B�) � Void: Sheet Subset' Subset Sheet Number 16 of 45 HOR'1•=10' 4870 Q VERT:1'=10' v, so 4870 z 0 4865 _-1 _ _. 4865 4860 4860 4855•—_— — „2 4855 Y S T. 4850 v -50 0 soaeso DITCH-74 SE-TIE IN-0+15.00 HER:1,10' 4870 iii VERT:1'=10' 4870 z z N J Lu 4865-- --- bS ;., 4865 1� I 6.19' ------ ii 4855 2 4855 wu 485050 0 504850 DITCH-74 SE-TIE IN-0+20.00 w HER:11=1 4870 O VERT:10' 4870 w a w '=1 E n li 4865 --- -4865 u 4860 f, /A0 --4860 10.93' 4855 N 2 -4855 sT LIJ 4850 50 OLL 504550 DITCH-74 SE-TIE IN-0+25.001 Al Computer File Information ��Index oRvlslons����` `� WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Cream DaW'. 1/19/2024 Initials: MOL Date Comments- Initials. IJsl MstlifiaEDb 12/22/25 Initials: MDL /" 12/23/25 IRRIG DITCH REDESIGN MDL ae.-. PUBLIC WORKS DEPARTMENT No Revisions: IRRIG DITCH 1 TO 1 REV 2 FuI PaN.M' roes oESN'.MWC0.M-9H f§i To w4aouDTpe ' • 1111 H.STREET — w2, sm - - - P.O.BOX 758 Revised: Designer. M.LaPORTE Dewing File Ne 00GDrt50_SNEETS WD a 392 Ta 0-SEC-OIOE$.Owl GREELEY.CO.80832-0758 SFT-13 n0 - - - PHONE:(970)400-3750 Detaikr M.LaPORTE Aoi0CAD Verson 2023 Scale: AS NOTED UMs. Engle - - - L FAX (970)304$897 Void: Sheet Number 17 of 45 Sheet Subset Sheet Subset. NOR 1•=10' ' 4870 0` VERr:1=10' 4870 w g ill 4865.. -__ _._._.__ —_.__ r _. __.... _____..___ 4865 4860___.._..____ `� i f _ - 4860 — I 16.81' 4855 -- _ _ ILA __ __--_.__ _ 4855 485050 0 50485° DITCH-74 SE-TIE IN-0+30.00 HOR:1,10' 4870 © 5 VERT:1,10' 4870 0 0 C _ 4865 1 4865 4860--- - -- 1 . [ 4860 18.24' 4855..________________ ...--_..v S 4855 EN g 3 4850 w w 4850 -50 0 50 DITCH-74 SE-TIE IN-0+35.00 NOR:1,11Y 4870 G VERT:1'=10' 4870 0 a 0 z a 0 1.7 4865.. - __-...... --- --. — L 4865 ��_._ f I- 4860 _ _____ 4860 s / 1/ 19.57 4855_ ________—_ ___ v — _... _._ 4855 tw7ti LL 48505o 0 504850 DITCH-74 SE-TIE IN-0+40.00 A Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NolCode Demon DeW 1/19/2024 Initials: MDL Date Comments Initials Lest Modified Deal 12/22/25 Initials. MDL n 12/23/25 IRRIG DITCH REDESIGN MDL = PUBLIC WORKS DEPARTMENT No Revisions IRRIG DITCH 1 TO 1_REV 3 Fu1 path M+PRa��ilSdEswMWCk W-sr ssz TOlk rl�PkoouGign 1 -_ ` 1111 H.STREET i t e GREELP.O,CO.X 758 60632-0758 RevLsed: Designer: M.LaPORTE SFT-13 Drawing Fie Name:�iaruGorTCH_SN�TS WCkza_392-a/•SEC-PFOS.OW( _ - - `t • - it PHONE'(970)400J750 Detailar. M.LaPORTE AutoCAD Verson 2023 Scale: AS NOTED UMs: Enghah - 'e'Vru'— FAX: I99701304fi497 Void: Sheet Number 18 of 45 Sheet Subset Sheet Subset NOR,1,10 4870 ; VERT:1,10' w 4870 gz 4865- _____ —._._ _..— —..__ P ____....__ —_...__ __.__.4865 I -4860 I 1993' 4855 MB —4855 1 wLL 4850s0 0 504850 DITCH-74 SE-TIE IN-0+45.00 HOR:1"=10' 4870 VERT:1,10' 10 5 4870 & z a 4865-- (-' -- —4865 4860 /\ —)�� 4860O \ I _ 21.17 I A 4855 v-® --- - 4855 n —. ww 4850 (4850 -50 0 50 DITCH-74 SE-TIE IN-0+50.00 HOR'.1,10' a 4870 I VERT 1,10' Pe 4870 0 a z O. 8 .0 4865- —_—_ ..._..__ _.____. __—___- __ ____ ff m 4865 4860: --- �" �� O —_ —_—._.--- 4860 22.29' 4855 -.. ( J6 -- ---4855 1; 00 485050 wOw 5D4850 DITCH-74 SE-TIE IN-0+55.00 Computer File Information Index ofev�s ons"—vvvv WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No,/Code Crearon Data 1/19/2024 Initials: MOL ^ Dale Comments Initials. ' Lest Modified Data. 12/22/25 Initial' /" . MDL 12/23/25 IRRIG DITCH REDESIGN MDL PUBLIC WORKS DEPARTMENT N Revisions: IRRIG DITCH 1 TO 1 REV 4 1111 H.STREET FA Pad.14=52s DEaNiMWCa 19 sr Stead taWR00uCT10O - - - ` if • P.O.BOX758 R vsed- Designer. M.LaPORTE SFT-13 Dnevnn FileN a Ra GDITCH_SHE E15 WCnz aez-na aSEC-Pl0Esnwt p - 0 GREELEV,((970 80632-0759 P9 - - . .! FAX.E(990))304-970 Sheet e M.LaPORTE A toCAD Kamm: 2023 Sale- AS NOTED UAW Engesh - - - Void: Sht Subset- Sheet Subset: Sheet Number 19 of 45 HOR 1"=10' p VERT:1•=10' 4870 4870 mEs Ir 4865 - -_ ff ___--_ _.___ - _.. _.._ _._.. __.. .4865 4860 7 - .\r_ereN. '4860 90.02' 4855 el$ 4855 l0 Vts 4850 '4850 wOu_ 0 DITCH-74 SE-TIE IN-0+60.00 HOR.1"=10' 4870 , 3 VERT.1•=1 o' 4870 2 a 8 4865 g 1- r 4865 4860 -- �-it_—/ -- .-4860 15.9W I v 8 4855 4855 t wLL 485D� 0 504850 DITCH-74 SE-TIE IN-0+65.00 HOR:1•=10' 4870 W g VERT.7•=10' 4870 a w z a g 4865 w -_. _.__ .._ __ -_—____ —._-_ _ _ i- _-4865 4860._ j-- -- 4860 10.90' I 4855_ ._..____ _____ _____.. ._ ______ w.3 4855 1d 4850 w 4850 -50 0LL 50 Q DITCH-74 SE-TIE IN-0+70.00 ...„ -_..",.-..._n Computer File Information 'in x o Is WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Creator.Date 1/19/2024 Initials: MDL Date. Comments Initials LB6l Modified Dale 12/22/25 Initials MDL n 12/23/25 IRRIG DITCH REDESIGN MDL raer-'= PUBLIC WORKS DEPARTMENT No Revisions_ IRRIG DITCH 1 TO 1_REV 5 Full Pat.OPRWECTS IESGMWCR f4 SHaffi T0CR NPROSoCTpN 1111 M.STREET P.O.BOX 758 Revised: Designer M.LaPORTE SFT-13 Dram He Name Pf Ra1ao 1CH_SHEE-M WCRze -f4 xBEC,IPES.OWe GREELEE CO.BO0-3750 8 "9 - - - - PHONE.(9]0)400-7750 Delailar. M.LaPORTE AiIoCAD Verson 2023 Scale. AS NOTED UnA: English - - - LDS ,G FAX (70)3046497 Void: Sheet Subset'. Sheet Subset Sheet Number 20 of 45 HOR 1'=10' 4870 „ VERT:1'=10' 4870 a. z t o 4865 __ __..___ __—____ g t _. _.___ ..._..._ __._... __... _-___4865 4855-- - --- q q 4855 uO 4850 �4850 wOw ITCH-74 SE-TIE IN-0+75.00 HOR:1'=10' 4870 VERT:1'=10' 4870 r a z 4865 ______ _—___.. .___..... __....._4865 4860 _ /'- -- -_— 4860 4855 --- i 1 --4855 00 t,t, 4850� wDw �4850 DITCH-74 SE-TIE IN-0+80.00 A Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Greaten Data 1/19/2024 Initials: MDL � Date Comments Initials. LeeIMeaifed Dale 12/22/25 Initials: MDL /\ 12/23/25 IRRIG DITCH REDESIGN MDL - PUBLIC WORKS DEPARTMENT No Reriaions: IRRIG DITCH 1 TO 1_REV 6 Fug P N,marcls_oesaN,wcw xo•Si,soz ro w r4aeooucron - se , 1111 H.STREET owGSarrssrnaouoNE wwe aean - - - 1 i'rb• P.O.BOX 758 Re„ Designer M.LePORTE SFT-13 Drawing File Name: IRFIGOIrCH_SNEe1S_WCR29_ae2-r4X-sEe-PIPES owl /', 0 GREELEV,ca(97080832-0758 Pg - - - G-'`' - FAX. (970�)304619� Delailer M.LaPORTE AuIoCAD Verson. 2023 Scab: AS NOTED Orals: EngiN - - f=1 Void: Sheet Subset' Sheet Subset. Sheet Number 20A of 45 HOR'.1'=10' 4870 3 VERT:1'=10' g 4870 tt L z a 6 4865 • - __... _._—___._ I ____- ____ _.. _. _—___ _. 4865 4860 4855. O o i 4855 T W 0 4850� wOw 54850 DITCH-74 SE-TIE IN-0+85.00 3 HOR'.1-=10' 4870 P VERT:1,101 4870 z 4865 W ___ __.._ s' —.—_ 4865 4860 -————————————— _ ---------------- 4855. __._ ___. _...__ ___ ____. ____o m 4855 I it .0 w 4850so OLL so4850 DITCH-74 SE-TIE IN-0+90.00 HOR.1'=10'3 VERT:1,10' 4870 3 4870 r _y W 4865. _- ____ _._ - _--- _..__—___ ______ _._._. ____-4865 4860- et 4855 _--_.._._ ...___ _.___ __._._..—_. _.______�m_____ -- 4855 gi al w1 13 (7 L7 4850� Ow 54850 DITCH-74 SE-TIE IN-0+92.69 A Computer File Information In X o evisions'—`'v` LD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Dutton Oat 1/19/2024 Initials: MDL Date Comments- Initials. Lest Wailed Dale 122TJ25 Initials MDL n 12/23125 IRRIG DITCH REDESIGN MDL r9G PUBLIC WORKS DEPARTMENT N Revisions. IRRIG DITCH 1 TO 1_REV 7 7111 H.STREET FuI path.M+Paarcn DEe cmwtaM 9N Ma]o ca a�PRaouCt ION P.O.BOX 758 Revlsetl. Designer. M.LePORTE SFT-13 Drum.;FM Name an0G-o nCeSEErswCtenTo2te zSEC--ty[5.0wi _ GREELEY,co.80632-0758 PHONE.I970)400-3750 Detwiler. M.LaPORTE AutaCRD Verson 2023 Scale: AS NOTED Units. English _ _ _ a 0+'` FAX: (]0)304-0497 Void: Sheet SuDsw1: Sheet Subset- Shoal Number 208 of 45 HOR:1'=10' 4870 P VERT:1'=10' 4870 fn W 4865 4860 - - __. __..__. 4860 5 4855 _.-__ - __._. . __ _ as 3 _. 4855 11 82 485050 0 504850 DITCH-74 SE-TIE IN-0+95.00 A Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29—SH 392 TO WCR 74 Project NoJCode 004/on Data. 1/19/2024 Initials: MDL � Date Comments' Initials L.0i slsoAiad ONe 12122/25 Initials: MDL /\ 12/23/25 IRRIG DITCH REDESIGN MDL — PUBLIC WORKS DEPARTMENT No Revisions: IRRIG DITCH 1 TO 1 REV 8 F„Ptln N4,41,alat,ICMWta sa-SH 7, utPRODu[noN 1111 H.STREET aNEncaai m iaza�a - - P.O.O Revised: Designer. M.LePORTE Drawing File Name. iaaio-o1/n sNEers wc025_asa-/a xsec�iPno owr - G PHONE, 80632-0758 SFT-13 Q+N PHONE'.(970)400-3750 Detailer M.LePORTE P CAD Version: 2023 Scale. AS NOTED UrIYE: English - _ _ l FM (70)304W97 Void: Sheet Number 20C of 45 Lag Sheet Subset Sheet Subset. MICR 74 \ ENDCUL-RD-136.05-S \ EGG EOG / Q- / a 1g 1 STA.0 61.09 ' x.f. a L,...0. `� • 14-X23'FES ., $ ` N 42972121 / �b. \ \ 0/ / *`I E 197491.85 - ,'i \ 0 wa472 4- _,@ b / *END -RD-13fi+OSlJ/ - ,` ; ,� 88.1OF 23'%14' STA.7+67.25 I R • ' , \ ,§TRENGTH CLASS 14"x23'FES GRADE DITCH BOTTOM ACCORDING 7 • fj l \ :?J37.48'43.56'E .\ Ec N 429800.35 /� TO PROFILE,SEE GRADING SHEETS I e a.` \ \@ G� .• / E 197553.26 VCR m T J2Xi � � ` \ \\.-. TOE •B '••V WSTALL RIPRAP/NG DITCH BOTTOM AND 11 oo F _ • 7 1+91 SIDE SLOPES EE RIPRAP DETAILS INSTALL COCONUT BLANKET TOE ,N �70� -- �`� •=-�J:�•: a • .... —i // / ALONG DITCH BOTTOM AND &1 aa2 SIDE SLOPES , A+TSB: \ .; 5k' X ..� 'It�S a� NOT TO SCALE z � ` 0 )!f 4 r/ F, 'i / INSTALL CONCRETE RUNDOWN RH CURBS /' AND TOE WALL.SEE CONC E RUNDOWN ..t4:4_,,,,. ,,, E •r ;,0 \ . \\ � 1 l DETAILS AND TOW WALL DETAILS \ y{ - / / - /G_ -COG _ \ ' \,, \ \ e!'i � i / V/ 0 20 \ 40 ,16' Ot/, --------7t149:17'//---------------:-/ -7 // . •, .. • ,.� Feet ENDCUL-RD-136+05-5 CROSS ROAD CULVERT STA 136+05 STA.0.61.09 14'X23"FES 'ti WV.IN=4828.02 88.00'OF 23'%14"HERCP 110RI2:1'=20' STRENGTH CLASS! VERT:1'=5' of \I i -PROPOSE)GRADE a -END-C+61.25 179+05-N -� 1- ' STA 1+81.25 / -EXISTING GROUND w 14'7(23'FES 4830 .337y. —� mim STA:1+81 5 �_� ELEV: -.85' e� STA:OHX1.00 STA 8+27.45 STA:0+61.09 = ST 1 Hi8.05 ELEV:4829.34' ELEV:4829.15 ELEV:4828.02 �:i ELE :4823.95' 2.1 5'LTGIG FIBER OPTIC b.7 TO BE-OWERED BY OTHERS ''- \ �./ 4825 - .I.w, 1. . ,-1:af ��.4o�gA.y�a-IP. �.:y, -- -- I�- Ill ----4825 DCP 3.5 INCH GAS 9TEEL� 1.8 FT CLEAR BY OTHERS LUMEN T.LEPHONE- /" J' 42 FT CLEAR ATMOS;.25 INCH GAS STEE- TO BE RELOCATED 3Y OTHERS I''�a.� PLACE 12 IN DCP 3.5 INCH GAS!TEEL J /J TO BE LOWERED BY OTHER- Y " RIPRAP 2 FT 4.7 FT C LEAR DC a 3.5 INCH GAS STEEL- NSTALL TOE WALL IS FT WIDE.8 y ,.� 3,6 FT CLEAR DCP 8.825-GAS STEEL INCHES THICK,AND 3 FT DEEP. - - DEEP IN DITCH TO BE LOWERED BY OTHERS SEE TOE WALL DETAILS SHEET NWCW 30'WATER INSTALL 9 IN GROUTED RIPRAP 4820 R a FT T2 FAR RUNDOWN-ELF RUNDOWN DETALS 4820 CALL UTILITY NOTIFICATION en c g$ U $ o 0 0 4. u CENTER OF COLORADO T 1pa. 72ig w U w w¢ wa wrc w¢ wa E.' a a CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG,GRADE,OR EXCAVATE FOR THE MARKING OF UNDERGROUND 0+40 0+80 1+20 1+60 MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed Project No./CodeDamianne11r b Damian Dale 1/19/2024 Initials: MDL OW: Co8e Initials: WCR 29-SH 392 TO WCR 74 Last Modified Data 12/22/25 Initials MDL . - . PUBLIC WORKS DEPARTMENT No ReGabns: CULVERT SHEET 1 Full Path Nuvaecrs oealelnwcN se-se aaaroto l.waooucnoN 1111 H.STREET owcawaxsarANoaoNF wrNw -r. - - P.O.BOX 758 Damn.Fib N . CULVERT 1-SHEETS_WCR29_392-74_PIPES.DWG - - GREELEY,C.O.400-35058 RBNeetl: Designer M.LYPORTE SFT-13 PHONE 70)100-3750 Dalailer: M.LaPORTE Win MAOCAD Version: 2023 Scab: AS NOTED Una. English - - _ FAX: (70)304f497 Void, Sheet Subset. Sheet Subset'. Sheol Number 21 of 45 PLAN 1 1 , T a PLAN VIEW GROUTED RIPRAP RUNDOWN NOTE GROUTED RIPRAP BEGIN AT THE END OF THE FLARED END S TION I 1 t - I WHERE IT WILL BEGIN THE 4.1 SLOPE. THE GROUTEDRIPRAP SHALL D AT THE EDGE OF DITCH BOTTOM. A TOE WALL SHALL BE CONSTRUCTED A t z 0A S�0 THE END OF THE CULVERT,SEE CULVERT PLAN AND PROFILE FOR I O F RUNDOWN PROFILE AND TOE W ALL DETAILS.GROUTED,RIPRAP SHALL BE 9 / R�'ogLTFQ INCH RIPRAP AT 2 FEET DEEP.SEE RUNDOWN CROSS SECTION DETAIL FOR "W J A CROSS SECTION DETAIL. / TOP BACK OF RIPRAP �"ELEV.--4823933I O'0C"80 Nv429.ee).28 'E 97:58.19 a�'D.LTL'0'1� • /t./ E=18T.555.79 I `90 �S It 3 OR Oa O� q OV 1 .... I 'PqN I I h iI\ I el \ END OF GROUTED RIPRAP I J�O� STA.136.46.42 U 1 pPp I \\----. OFFSET :32.66 R L pF ' i ELEV-4823 93 1�2` I FLOWEINE RIPRAP - - _._- t 1 O V ` ELEV.5 4823.93 t I �1 / 111 N=429.86483 \ ,J h ' 2 8 1 ` 4Q E-197.558.95 it Ay ` I 4?..,, ; TOP BACK OF RIPRAP u / 1 '�^ •t•� I NLE�= 2ssA3 I I I ' Oy2p' 't \ E-197559.35 1 KOF RPRAP .,--/ A. _ '{., . , ,.... ELEV..4826.17 , �/ �,' :1\ F' t N4429,801.13 `__��, VO \ l E.197 551.18 ilirr II FLOWLWE RI I ELEV,=4825.• N429.8e1A E=192,551.88 j� I FLOWLME RIPRAP I \''it � ELEV.=4e2565 II w T N 429,799T7 I E-197,55160 0 ENDLUL-R0.138� KOFF 28.06 R w OG+ —TOP BACK OFRIPRAP OFF28.06R \11014 ' ELEV.=4826.17 sINV.IN=4825.65V� N=429,798.57 E-1 W.554.7355�7 ra \ ilk& LMOtl—MOtl�NDy�MQM_�WY --MOti MOtl-- MOtlMOY—AsOY—�YNOY —MOM—MOB—MOB !40Y MO I I\ 1• i \Ns ' , ,\ on I • N. ° ► \� \. STOP = = = = FFFt Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Creator Date 1/19/2024 Initials. MDL Date Comments Initials. Lest Modified Date 12/22/25 Intals MDL „imia PUBLIC WORKS DEPARTMENT No Revisions. RUNDOWN PLAN SHEET - 1111H.STREET F1N Pala.�,�r Ftts5oF9K:NWC9 to a1 T5 CR N OR VRURIbn P.O.BOX_ _ _ Revised Designer. M.LaPORTE SFT-13 . 80632-0758 aeF^M File N pFRUNDOWNF PLAN WCR29 392-74 PIPES DW3 _ _ - GREELEPHONEE:(970970)100-3750 Detail.- M.LaPORTE CO FAX. (970)304-6497 AutoCAD Mermen'. 2023 Scale. AS NOTED Wes, Engine I- 1 Void: Sheet Subset' Sheet Subset Sheet Number 22 of 45 a 50 20' 2 0' 0.50' 3.50 3 50' - 0 )...--____,:_, CtlY C:7 �— Q0000 � o \o 0 0 0 0 o Oro -o 0 0 00 00 00 NOTE:GROUTED RIPRAP SHALL BE 8.5 FEET WIDE AND 2 FEET DEEP.USE 9 INCH RIPRAP.CREATED A LOW SPOT 3.5 FEET WIDE AND 6 INCHES DEEP DOWN THE CENTER TO DIRECT LOW VOLUME FLOWS.GROUTED RIPRAP SHALL BE SHAPED AROUND THE CULVERT OUTLET,AND END AT THE RIPRAP PAD IN THE DITCH BOTTOM. TYPICAL CROSS SECTION DETAIL OF GROUTED RIPRAP RUNDOWN NOT TO SCALE Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Chattier Date 1/19/2024 Initials: MDL Dale Comments Initials. • usl Weed Dale 12/22/25 Initials MDL - - - PUBLIC WORKS DEPARTMENT No Revisions RUNDOWN DETAIL - 1111 H.STREET ecrse DPsiorzt Re-9na93to DR MPRODUCTION .rr: -- Revised: Designer. M.LaPORTE SFT-13 FuI PaU.�1vGSPwFSSrwD uorvt wrwe aurae - - - 9 1! a - S P.O.BOX 758 Oharmp Fib Name: RUNDOWN DETAIL WCR29_392-74_PIPES.0\NG . - r i GREELEY,CO.80632-0750 - - PHONE:(970)4110J750 - - Delader M.LaPORTE AutoCAD Version 2023 Scale: AS NOTED Units'. En9 r - - - - FAX (8970)3041497 Voitl'. Sheet Number 23 of 45 Sheet Subset: Sheet Subset H WCR 7. .- '', - r\1 .11P I I gil'Mr'I \ 11F ) ND{:UL RD392-30«31-L39-S I m i CULV EXTENSION COLLAR wco a N 419715.00 H- :.* E 197E 17.]4 x .. lb*, ; , , , . \ \ 18.00.0F 24'-DIA CMP ' \ /�(�-0.20% WCR 10 T \'� / STA: RD392-30+31-139-N I \\/`j\\ STA 0+80 29 I �^4'CMPFES sH sea ' ^I ,�,93� 1 0+00 -De: � 5 -_ _ 1+00 1F1;9761799 KEYMAP ._ _ \ ' —�_ NOT TO SCALE I 1 D Row-—40w--ROW ROW—ROW ROW ROW—R01V—ROW—�D� —7�t1W—ROW —Rom— — ' I I 3��`----\ Y . 1 I _ =wr20 _ — 1 3� 3z+ao _ 40 I ?I WCR 29 Fell CULVERT EXTENSION AT STA 30+31 -LEFT 39' MIN.COVER m HORIZ:1'=2d 4770 =1.4 6II VERT:1°=5' 4770 W END-CUL R0392-30+31-L39-S FESCUL R 392-30+31-L39-N STA.0+58.88 W STA.0.80 CUW EXTENSION COLLAR N'CMP FE -- INV.IN=4764.14 INV.IN=47 18 INV.OUT=4764.14 4765 ,/�1 ---- -- 4765 / L EXI;TING GROUND EXISTING PPE TO REMAIN J 1B.Od OF 24'-OIA CMP PROPOSED GRADE ®-0.2096 NWCW B INCH WAT EAR /I: 3.1 FT C C LEAR476Q --—-- INSTALL TOE WALL 9.87 FT WIDE, `CENTURY LINK IBER OPTIC 4760 8INCHES THICK.AND 3 F'DEEP. .7 FT CLEAR SEE TOE WALL DETAILS SHEET 4757 ' 4757 o CALL UTILITY NOTIFICATION rn CENTER OF COLORA00 w E H w SC..`.. E CALLR2-BUSINESSDI . RAYS IN ADVANCE BEFORE YOUMDIG.GRADE,OR EXCAVATE 0+40 0+60 FOR THE MARK ER OF UNDERGROUND MEMBER UTLRIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NolCode Creator Date 1/19/2024 Initials: MDL Date Comments Initials. Last MW//Rd Dale 12/22/25 Initials. MDL _ PUBLIC WORKS DEPARTMENT No ReYiaions. CULVERT SHEET 2 - "Pe' UWURA FTs_D€51GNWI`,R W nY,sz toca ravao�uoN ittn1111 H.STREET _ P.O.BOX 758 Revised. Designer. M.LePORTE Dreenng File Name CULVERT 1fSHEETS_WCR29_392-74_PIPES.DWG - _ GREELEY,CO.801332-0758 SFT-13 `C PHONE:f970)d00-3750 Delailar. M.LePORTE AubGlD Uatser 2023 Sins'. AS NOTED Urtls. English _ FAx: 1701304-0497 VOIC' Sheet Number 24 of 45 [:� Sheet Subset. Sheet Subset Sr I I 3t.00 4' �: WCR NII a-:" 30.00. _ — —— I — _____1..—_i EWCR 29 441.4f itL ,' Fc� W I p K DR 72 4- i la ";:. 1 tt / O FES-CUL RD392-30.30-R44-N .,*• srA.oss.7s "°R 70 T K" N _ STA CARPFES 0: ( K� S�14A N92B241 '�- I O —RtlW ROW RO'!' RO'NE 41 41 r3OrAW—ROM—ROW ROW ROW ROW- 11 C KEYMAP % / , - -- - - -- --- NOT TO SCALE 1 V 31i>Y +NY_20O0OF2440ACMP + m l[+ 7 3 79% 1 \)(--END-CUL RD392-30.30.R44S "� - 7 3 STA.0+72.35 CC ! CULV EXTENSION COLLAR 0 IC' S " e L' Q N 419208.99 _ 7"' 20 40 e E 197700.49 Ell = IIIII 11.1 Feel CULVERT EXTENSION AT STA 30+30-RIGHT 44' PROPOSED GRADE —MIN.COVER HOW:1'=20' =1.89' VERDI 1•=5' 4770 4770 ENGCUL RD392-30+30-P44-S f0 STA.0+72.35 u'S FES-CULRD39t-30.30-R44-N CU,V ON COLLAR r STA.0.95.76 INV.IN=EXTENSI 47fi3S1 24'CMP FES INV.OUT=4763.54 1 i NV.IN=4766.I3 4765 - -+ -}— --- - Will /---- -- 4765 EXSTNG PPE TO REMAIN 20 GO'OF 24-DU CMP EXISTING GROUND -3.79% INSTALL TOE WALL 9.67 FT WIDE 8INCHES THICK,AND 3 FT DEEP. 4760 SCE TOC WALL DETAILS 611CCT 4 O'_ NWC 8 INCH WATER PVC 4760 JI l\ 3.5 FT LEAR `CENTURY LINK FIBER OPTIC NWCW B INCH WATER PVC 2.0 FT CLEAR 4757 31 Fr ry FAR 4757 CALL UTILITY NOTIFICATION %Xu. s�ap y CENTER OF COLORADO w 0 W K W C Y $ C K R w 2 W a FL fiiii R CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG.GRADE,OR EXCAVATE 0+40 0+80 1+20 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Croon,Date 1/192024 Initials: MDL Da..- Comment: Initial. Lift Mddlf2d Dale 12/22725 Initials: MDL PUBLIC WORKS DEPARTMENT No RBOabne- CULVERT SHEET 3 - FulPaat:MYFOO 1VTs�oLSROAVY t-sR lax TO LR NUPao°uc flory . 1P.O.BOX 7758111 H. T Fie Name: CULVERT 1SHEETS WCR29 392-74 PIPES.DWG GREELEY,CO.80832-0758 Revised DesIgner M.LaPORTL SFT-13 OtoCAairp _ _ _ - - PHONE.(970)to_4750 Detailer. M.LaPORTE AutoCAD Version 2023 Scale: AS NOTED UrMa'. English - - _ - FAX. 1 7013043497 Void: sheet subset: Sheet Subsal- Sheet Number 25 of 45 'S/ ' 1 ',CR'a 40.00'OF 30'X 19'HERCP Nc" / @-1.40% K 4 FES-CUL-RD2+61-W ; / is'STA.0+3261 I 19'X30"FES OCN N19762431 / ' I y o T E 197625.31 / I 0+1-,:- _— »— + - - Arittj. i+ 5 J9 44,4.' zr—--- KEYMAP s .E \ / NOT TO SCALE I I o & I I • .'fy . I I N / I fr t +6-RD42+61-E STA 'rt. I U STA.0q.76 3 191%30'FES N 420424.63 / / / ; E 197676.57 I & I I 0 20 40 & MIN MN = MIN Feet CULVERT STA 42+61 HORR:1-=20. MIN.COVER VERT:1•=5' -1.13 EXISTING GROUND F PROPOSED GRADE a 4775 FES-cui-o-42+91-w - - ut 4775 STA.0+32.61 ~ 19-%30-FES /r J-- _ \ FES-CUL-RD-42+81-E NV.OUT=4770.81 / STA.0+84.78 19100'FES 1 INV.IN=4771.40____- 4770--- -- 4 OF3/XIV HERCP .4770 DCP 3.5 INCH GAS STEEL BA FT CLEAR INSTALL TOE WALL E.67 FT WIDE, 8 INCHES THICK.AN)3 FT DEEP. 4765 SEE TOE WALL DELII S SHEET 4765 te v m H CALL UTILITY NOTIFICATION ri CENTER OF COLORADO rt a 8B- x$ Y a x P 8, ulig 25 CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG,GRADE,OR EXCAVATE 0+40 0+60 FOR THE MARKING OF UNDERGROUND MEMBER UT LITES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code CANOn Dale 1/1912024 Initals- MDL Dale Comments Initials. - - LaslMosifiedOte 12/22/25 Initials- MDL . . - PUBLIC WORKS DEPARTMENT NoRevisions: CULVERT SHEET 4 - Fu1PaN.MAR ELTi_OESIGMWLR tX 5 aai lb RraiOROTC0nGX 1111 H.STREET F CULVERT 1-HEE 3n P.O.BOX 756 Revised: Designer M.LaPORTE brewing fikN CULVERT I-SHEETS WCR29_392-74_PIPESAWG _ _ G PHONE�(970)400-3750� Delailar M.LaPORTE SET-13 AuIoCAD Vanish. 2023 Scale: AS NOTED Lints. English . •- C C..'`' FAX. (70)304-6497 Void: Sheet Number 26 of 45 Sheet Subset: Sheet Subset. WCR 74 N. -44' I FES CUL RD 83+15L23-S U� - WCRn -I-)3 4, _ STA.0+08.09 pIt14-X23'FES A 48.00'OF 23'x 1a'HERCP yli � ! N 424433.73 p I Ic P.'� E 197601.07 F Ri I STRENGTH CLASS4 3II?: I I ' -2.27% t( � WCR roPOW__ , '° .r ' BH aa2 -•4 _ AKEYMAP �`. '[."- Vitt W_ 'RO V +w••eK,. - t ' INOT TO SCALE w i- V. -'i 'iiiii j o o FES CUL RO 83+15L23-N p-� STA.0+68.26 -_ 14'x23'FES 4 _ CY -- : N424492.70 C �n/e - E 197589.14 -------,\ !1 0 L RO,y� _.. Rnu _���4_. � ROW - _ � 6 I ►_._ 1:47 ROW _ - \ W/ I __i _-. ROW_ROW -��_ t _ ROW um 'au so m Feet ^ten CULVERT STA 83+15-LEFT 231 MATCH EXISTING GRADE-SUPER TO BE BUILT WITH ROADWAY y HORIZ:1•=20' EXISTING GROUND - VERT:1'=5' FES CUL RD 83+15123-S STA.0+08.09 PROPOSED GRADE 1 11111j4, FES CUL RD 83#15L23-N 147(23•FES STA 0+8828 INV.OUT=4802.75 IN FES 4805 _ _�=�� -4805 NV.IN=1801.12 e�'-_ 48.00'OF 23'X 4•HERCP 4800 I111111111 STRENGTHC 4 ®-227% 12 INCH WATER- 4800 -• _.. 4800 8 INC ES THICK,AND 3 FT BEEP. SEE T s WALL DETAILS S EET \`NWCW 4.51N• WATER- 4.0 FT CLEAR 4795 4795 CALL UTILITY NOTIFICATION CENTER OF COLORADO m m c m $ o m s w0 K O X O x 0 a wK w ¢ wa `LTr�.. a a CALL YOU DIG.2-BUSINESS DAYSGRADE,IO AEXCAVE BFOR T E A DIG. OFUOR UNDERGROUND Q#QQ 0}80 FOR THE MARKING ER UT UNDERGROUND MEMBER UTLITIEB Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Castor Oat 1/19/2024 Inieals: MDL Date Comments Initials. Lsal/MOW Dale 12/22/25 Ini I MDL 40 - PUBLIC WORKS DEPARTMENT NoRevisons CULVERT SHEET 5 - Fu1Pam.M. TTSIGMWCR 2s SIB 3s2 TOCR re�PROGUCTION 1111 H.STREET P.O.BOX 758 Revised Designer M.LaPORTE Draw FAN CULVERT 1-SHEETS WCR29_392-74_PIPES.DWG - - GREELEY,CO.80632-0758 SFT-13 n9 PHONE.(970)400-3750 DelaiWr. M.LaPORTE AUIoCAD Version 2023 Scale'. AS NOTED Urste English - - , CC-,`,. FAX (170)304-6497 y0itl'. Sheet Number 27 of 45 Sheet Subset: Sheet Subset: p_ �4'i\ /J ;i 72.00'OF 30"X 19'HERCP \ \ / ///4 '/ / / STRENGTH CLASS - / '' iF / WCR rp °tom,,, � N- i �� --. A - �� FES-CUL RD 83.10-S �O \ �' "'392 \ STA.0.48.35 i,_ ML�\�. _ _ __- •• - _ ��. A„ SKEYMAP 191%30"FES �N� —�� �_� FES RD 83.10-N N 424440.07 1� NOT TO SCALE E 197648.17 Y RG STA.1�32.51 ��\ 4\ 19'%301 FES i ,?T �. N424510.08 • / 4/ r1"I'. ,/,' '4. ''....-.. . ,,,\''''''. .:09 , ''?0 CULVERT STA 83+10 W -PROPOSED GRADE -EXISTING GROUND HORIZ 1'=21Y 4810 Ie In vP-Rrt1=s 4810 FES-CULRD83+10-S 3 E 6 6 STA.0448.35 w i -MIN COVER=.Bp 19730•FES 7 < F FES-CUL RD 83+10-N INV.OUT=480231 F 1 1STA 1.32.51 — J3 1 91X30•FES ���� �� INV.IN=4804.13 4805-- -- ------- I 4805 72.00.OF 30'X r HERCP _- ---..,-' STRENGTH CLASS DCP 3.5 INCH GAS S FEEL�'e @-1.45% 1.5 FT CLEAR '/.�f ....--NWCW 4.51NCH WATER PVC 4800 �-INS ALL toe WALL/.46 F I WIDE. N 2 8 FT Cl FAR 4800 8 INCHES THICK.AND 3 FT DEEP. `NWON 12 INCH WATER PVC SEE TOE WALL DETAILS SHEET 2.3 FT CLEAR 4797 4797 m Le o m CULL UTILITY NOTIFICATION 9+. 9 CENTER ORAIXI w � u xo w � w� 6i -arm. a a a a a CALL 2-BUSINESSYDI , DA O VA BEFORE YOU DIG,GRADE,OR EXCAVATE 0+40 0+80 1+20 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Geaten Dale 1/19/2024 Initials: MDL Date Comments'. Initials: Lest Modified Data 12/22/25 Initials: MDL _ PUBLIC WORKS DEPARTMENT No Revisions CULVERT SHEET 6 - Fu1Pam.MiPRo'r w�[R z9r i91 ro oR Tar•aoou�non I 1 r N 1111 H.STREET IrwGSRe=tssiANAa our wrwa an l4 - - - - P.O.BO%75B Rev Designer. M.LaPORTE Lxe01 File Name: CULVERT t SHEETS WCR29 392-74_PIPES.OWGJ - F GREELEY,CO.03632-0758 SFT-13 n9 . - - Lay N PHONE:t(70)) 950 Retailer. M.LaPORTE AuloCIDRet : 2023 Scale: AS NOTED UM:: Engkeh . . . _R V FAX. 9 Void: Sheet Subset: Sheet Subset Sheet Number 28 of 45 _ •_- wca ra • p \ _________,_=_-_-_—_—z--_-- -7-,— \ p-, ,,.'. ..._._.______ - E..„ wcan 1 =�_ WCR 29 � \ i ! wca,o t -- ROW�Bow ` �,w 1 D—_-- —H,r —1 ROWS Row___oCW— � �..+R� I �p� "—Wt�_ riitsi_ROW_—ROY,•, _ ' �'��®=YCi.�.._�h -_—F�!:� _ __./.5'—.—. — —. 0 4 - N —._y,-,1- SH sal I //�' — — — • KEYMAP FES-CUL RD 83+14-R23-S j '�) ROW • - NOT TO SCALE • STA.0+47.39 O ROW--� ...».. - 14'X23-FES _ I � ROW__._ROW ROW 1 ^..w...,,...-...,.""'d II E 19 2.04 I \ I y ,y / FES CUL RD 83+14-R23-N _7 ��ROW� ROW--,. , _ I ' I al STA.1+15.56 .77 ... �_ 14'#3"FES I / N 424508.42 56.00 Of 23'X 14'HERCP I 81 I I:. 2 / E 197844.35 j `A` STRENGTH CLASS 4 I z a'- Ill I ij i lI CULVERT STA 83+14-RIGHT 23' U -MIN.COVER=0.717 HORI2:1'=217 4810 rc I VERT:1'=5' 4810 r y —� LL PROPOSED GRADE— �iI Iu EXISTING GROUND ,.�--�� 4805--�EsxOrxo 3X14- 3- �Y, _ _ 4805 STA.CH47.31 14'X23'FES FES CUL RD 83+14-R23N INV.OUT=A803.24 _,/ STA.1+1556 --- 58.0O OF 23')1 14"HERCP 141X23"FES �� — STRENGTH CLASS 4 INV.IN=4804.41 0-1.72N, 4800 INSTALL TOE WALL 7.48 FT WDE,'I:1 8 INCHES THICK,AND 3 FT DEEP. NWCW 4.5 INCH WATE 2 PVC 4800 SEE TOE WALL DETAILS SHEET NWCW 11"INCH WATER PVC 25 FT CLEAR 2.7 FT CLEAR 4797 4797 1. m N 'g Y $n CALL UTILITY NOTIFICATION y p CENTER OF COLORADO 141 wa wa I'fi 66a w� u'S CALL 2-BUSINESS DAYS IN AOVNICE — BEFORE YOU DIG.GRADE,OR EXCAVATE 0+40 0+80 1+20 FOR TILE AURICINGOF UNDERGROUND MEMBERUTLRIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Crealim Dale 1/19/2024 Initials: MDL Date Comments Initials. ..ssl Moo'leb Dale 12/22/25 Initials. MDL aa+ PUBLIC WORKS DEPARTMENT No ReVisons. CULVERT SHEET 7 - FullPaN.N O1fci�oeslCFVzan-sn I9T rota ralnaooucrary 1111 H.STREET — - - _ P.O.BOX 758 Revised: Designer. M.LaPORTE SFT-13 Drawing FIA Name CULVERT 1SHEET$WCR29 392-74 PIPES.DWG GR PHONEE,970 400-370758 n9 _ _ _ - - - CO.80832-07 Datailar. M.LaPORTE AuIOCAD Verson. 2023 Scale: AS NOTED Units: Sheet Subset' Sheet Subset'En9 Ysh - - - L,*¢C O'- FAX (9970)3046497 Woe - - -- - Sheet Number 29 of 45 \\ \ \ \ \ / NNCv,4 I°\\ „ \ \� \ � & V / \ wcR,2 • )° \ \ 0% T Ili ' / \ ENCACi13.3 y. STA.0+68.22 • CULVERT END -----.,-. N 427486.93 \```f _ E 197584.17 \ SH A END-CUL-RD-113+39-W —I Q" KEYMAP STA.0+24.22 t \ \ \ NOT TO SCALE CULVERT END t •N 427506.74 J' \; \ " \\ \\ 30 E 197544.88 \ •\ \ ` \ �\ ii- N. 44.00'OF 45'X 29'HERCP o \ate \ \ \ \ STRENGTH CLASS F° \ \ `, \ ' \ \ \ \\ r \,, \ o 20 40 Feet CULVERT STA 113+39 MN.COVER=0.72'— HORQ:1'=20' y 'BBB VERT:1'=5' END-CUL-RD-113+39-W PROPOSED GRADE— 3 u�l STA.0+2122 w EYISTING GROUND r END -113*39-E CULVERT END A' END-C 68.22 L-RD INV.IN 4 4812.30 CULVERT END /� NV.OUT=4812.28 4815 ` 4815 I I NWCW 4 INCH WATER D1/C--y TO EE LOWERED BY OTHERS 4810 p 3.5 INCC..HQAS STEEL STRENGTH N%h HEHCP • 4810 TO BE LOWERED BY OTHERS STRENGTH CLASS 4 ®0.O5% 4806 4806 CALL UTILITY NOTIFICATION m m N g N Le, CENTER OF COLORADO 14/+O ¢a w ° Y w w° a_ ill a 8Y CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG,C DF,OR EXCAVATE 0+40 0+80 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Creation Dale 1/19/2024 Initials: MDL Date' Comments: Initials. — L4st Woofed Data 12/22/25 Initial: MDL - _ PUBLIC WORKS DEPARTMENT NoRevisions. CULVERT SHEET 8 "Pat'.MPa rCTS_bµ2MNCR -ntazT 12000CC fbn 11O H.STREET Draw File Nib. CULVERT4SHEETS_WCR29_392-74_PIPES.DWG EY.ca.O. 80632-075875 Revised: Designer. M.LaPORTE SFT-13 n9G PHONE:f970(4003750 Detailer. M.LaPORTE Au2CAD Version. 2023 S ie: AS NOTED Urns: Englsh - - - ' CC'tti � FAX (70)304.6497 Vtin'. Sheet Number 30 of 45 Sheet Subset: Sheet Subset ..0 \ N\ \ Ai, wcR. I EXISTING CULVERT TO BE CUTOFF \ ♦ \ \ \ EXISTING PIPE TO BE REMOVED AND REPLACED BY 12 INCH RCP. PERPENDICULAR TO THE CULVERT.THE \ \ \ FIELD FR THE END TO TIE INTO THE EXISTING STRUCTURE AND NEW 12 INCH RCP SHALL BE JOINED TO THE 'i" -'� JOIN WITH A CONCRETE COLLAR.SEE CONCRETE COLLAR DETAIL EXISTING CULVERT BY A CONCRETE \ �''\ \ \\ SHEET.ANY DAMAGE TO EXISTING STRUCTURES SHALL BE we+Tz COLLAR,SEE CONCRETE COLLAR DETAIL \ \ \ +�, \ REPAIRED BY THE CONTRACTOR AT NO EXPENSE TO THE COUNTY SHEET. r� \ 'W rY - - \ \ \ \ \ \ — - _ r\ a ACV T SH 3S2 D r00 — —RL R—, 1_ ` _ »- Sod KEYMAP '/ '\ 1+75 NOT TO SCALE • __ — od may/ a, so o\ —00]-_ % /\ \ \ \ \ END-CUL-RD-132+07-E '! Od STA.1+42.01 • E,,EN"D END-CUL-RD-132+07-W C�tD \ \ .11 STA.0.81.69 ' s9 - - \ -y0d E 197 .15 PIPE END -- N 429384.43 �C \ E 197514.29 \ O\ \ \ 'Yod '+ . 1, 60.32 OF 12--0IA DIP \1�,, tat,, e._,.°.. �... ..,�, - ° \\ \ Feet CULVERT STA 132+07 EXISTING GROUND HORIZ:1'=20' MIN.COVER=1A1' —PROPOSEDGNOUNU VERT:1.=S' 4840 ENDUL-RD-132+07-W 17, H ENO-CUL-RD-II32+07-E 4840 C STA.0+81.69 PIPE END 8 6 STA.1+42.01 INV.IN=483329___ J PIPE END _ INV.OUT=4862.43 4835 -- \- 4835 i DCP 3.5 INCH GAS STEEL TO BE LOWERED BY OTHERS 60.32'0F I2-0IA DIP 4830 -----1 - 4830 1 • 4827 4827 CALL UTILITY NOTIFICATION 15}1 CENTER OF COLORADO w a Y K m T T 8 °z X¢ 811 ,.. w a w O x O d W a `bar:ti 4 W iv' CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG,GRADE,OR EXCAVATE • --- FOR THE MARKING OF UNDERGROUND 0+80 1+20 1+60 MEMBER UTLITES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Cramer Dale 1/19/2024 Initials: MDL )ale ,....-e,s Initials. Last MoOAed Deb 12/22/25 Initials. MDL eet r_ • PUBLIC WORKS DEPARTMENT No Revisions: CULVERT SHEET 9 - Full Palh.READ rcrS oes DNwSR za F S«3a2 To CR T.PROoucr on 1111 H.STREET P.O.BOX 758-0758 Revised: Designer. M.LaPORTE SFT-13 Dining Fib Name CULVERT(SHEETS WCR29 39274 PIPES.DWG GRHONE:(97D400-3750 _ - - PHONE.970)3 4-6497 Delaibr M.LaPORTE AuttCAD Vernon 2023 Scale. AS NOTED Units: Engesh - - - --' - FAX. (t 70)304fA97 Void: Sheet Subset: Sheet Subset Sheet Number 31 of 45 +�.Y.-iil� ',\\\, \\ ma, \ f-b \ wca 14 I ''F' �l \ \ 'O 59.11'OF 18'-0IA RCP EXISTING CULVERT TO BE CUTOFF \ \ o PERPENDICULAR TO THE CULVERT.THE y #fib �' Q a.16% NEW 18 INCH RCP SHALL BE JOINED 70 THE \ <� \ �'\ ;Gd- EXISTING CULVERT BY A CONCRETE / " \ WCR n COLLAR,SEE CONCRETE COLLAR DETAIL 1 , \ \ \ SHEET. (ti` • \ \ de le, __ \�, `y\ \ \ EXISTING PIPE TO BE REMOVED AND REPLACED BY 18 INCH RCP. wca re T �- fc^ `\\ \ ; - FIELD FIT THE END TO TIE INTO THE EXISTING STRUCTURE AND \ �b JOIN WITH A CONCRETE COLLAR.SEE CONCRETE COLLAR DETAIL \ SHEET.ANY DAMAGE TO EXISTING STRUCTURES SHALL BE -_-- �_ J. ---__ \\ \\ �'\ "\ \4 \o REPAIRED BY THE CONTRACTOR AT NO EXPENSE TO THE COUNTY. D SH as ' i KEYMAP at—�— f` �\ \. \ +9( \ NOT TO SCALE . --.s-_ v� '•�.�,� tea - _ 3G — A N y END-CUL-R0.132+17{ ---- J "Rci, - `+k \ *O.. o STA.1+34,50 ,�j--_. Y \ b\ \ PIPE END NPEEN.30 END-CUL-RD-132+17-W \ �\ /Z 3G E 197559.36 STA 0+7539 0 \ b\ \tL ". s......y PIPE END r ♦_ 2,, .\ \ N 429393,40 'L$, E 14'514.17 ���� \ '�Od, \ \ \ 0 20 40 b\ \ \ \. \3p Feet CULVERT STA 132+17 HORIZ:1-=20' 4840 —PROPOSED GRADE F VERT:1'=5' 4840 EXISTING GPOUND m ENDCUL-RD-132+17-W MIN.COVER=1.34'` 5 5STA 0+75.39 - - PIPE END INV.IN=4833.02 --__ \ `4835 `• 4835 ENDCULRD-132+17-E STA.1+34.50 • ti PIPE END INV.OUT=4830.56 4830 - DCP 3.5 INCH GAS STEEL 4830 TO BE LOWERED 3Y OTHERS 59.11'OF 8'-0IA RCP Q 4.16% 1 4827 4827 CALL UTILITY N CJII,CA ton CENTER O�� w ¢ I .,),t',[EnDc Pi L a a _ w �i w bw CALL 2-BUSINESS DAYS M ADVANCE BEFORE YOU DIG.noun,OR EXCAVATE 0+80 1+20 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Goatee Dale. 1/19/2024 Initials: MDL Date: Comments' brats LBB Mo0Ilie0 Dale 12/22/25 Initials. MDL _ - PUBLIC WORKS DEPARTMENT No Revisions. CULVERT SHEET 10 - M,alaecrs iCS0X WEap en sez TD cA,awaooucral+ 1111 H.STREET FA Pal^ tyNAVE�CULVERT1 wcRae S_W - - - P.O.BOX 758 Revised. Designer. M.LAPORTE SFT-1 3 Doren File Name: CULVERT 1-SHEETS_WCR29 392-74 PIPES.DWG - GREELEY,97000.400-3750 6 9 _ _ PHONE.t970144-649 0 Delailer. M.Le FORTE AutoCADVersron 2023 Scale: AS NOTED Units. English - - - FAX: (7013045197 Void' Sheet Subset. Sheet Subset Sheet Number 32 of 45 A T 4- 32.00'OF 23•X 14-HERCP lik 1. 1 \ I \ (4 ,', R (8)0.05% \ \ . ' g \\\ \\ 1 \ • S T\ • 1 ` 1j FES-CUL-RD-137+88-W �� \ % SH ace STA.3 F a, KEYMAP 14'X23'FES 1 , \ FES-CUL.RD-137.88-E ' N 429944.38 STA.0+62.98 NOT TO SCALE E197496.65 Or00 r'= QC rill '� 14-X23-FES F_ 2 I \ N 429936.80 • • \'.14. '‘. 1 \ /." \ It •-.. \ \ 98 •--„, \ ,' . /\I \\. , ' -' 1:1.: -''. • t o 20 1 \ \ • iss. +8 F s r. CULVERT STA 137+88 MATCH EXISTING GRADE-SUPER TO BE BUILT WITH ROADWAY HORIZ:1"=20' 4830 TN R• Na y m VERT:1"=5 n4830 PROPOSED GRADE FES-CUL-RD-137+88-W FES.CUL-RD-137+88-E STA 0+18.81 MIN.COVE' =i r. STA.0.82.98 141423-FES _ 14'X23'FES INV.IN=4824.35 INV.OUT=4824.33 4825 r \' ��1ia�►i,i 1Miiii1ilil1.�4 4825 32.00'••F 23"X 14'HERCP ®0.05% DCP 3.5 IN H GAS STEEL 111 .83 FT CLEAR 4820 - t 4820 INSTALL TOE WAL 7.48 FT WIDE, 8 INCHES THICK, D 3 FT DEEP. SEE TOE WALL• AILS SHEET 4817 4817 ce CALL UTILITY NC IFICATION o^ 2 CENTER(OF 1/CLORADO 2 0 q V Q3 S a x$ Y a 6 B. wa moo... CALL 2-BUSINESS DAYS 89 ADVANCE BEFORE YOU DIG,GRADE.OR EXCAVATE 0+40 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Rev sions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Craton Data 1/19/2024 Initials_ MDL Date r'I aIS L1BI MAD/of Dale 12/22/25 Initials MDL _ PUBLIC WORKS DEPARTMENT No Revisions: CULVERT SHEET 11 - rARD�Ec7s DEaKaNwea 2,1..11,:CR 74IPRODUCTION 7111 H.STREET Fu1 Path �, P.O.BOX 758 GREELEY,CO.80632-0758 Revised, Des,y^er F,+DC'/L SFT-13 pawing File Name. CULVERT IESHEETS WCR2B 392-7d PIPES.DWG - PHONE:(970)400-3750 Dealer M.aPOR'E AulcCAD Verson 2023 Scab'. AS NOTED Unes: Enghsn _ FAX (70)304-6497 Void. Sheel S,bsel Snenl Suosel Shah Number 33 of 45 WCR 74 1 \ \ WCR)] �- y \ s FES-CUL-RD-1fil+kit-E \ 1 .STA.Os6414 \ 49'X30-FES FES-CUL-RD-161+62-W \ \ N432310.89 WCR)O T ETA.0+19.97 3� \ - E 197321 52 19'X30'FES \ \ ISN 432322.62 \ ' ' E 197278.94 .-:y KEYMAP \ r 0*00 1+00 1+08 NOT TO SCALE tG 30 \ \ K ;D C. 32.00'OF 30'X 19*HERCP lL \ \ - STRENGTH CLASS 4 ., @-0.38% • \ 'A\' \ t N\` \ \\ Ell gal CULVERT STA 161+62 —MATCH EXISTING —MIN.COVER GRADE-SUPER TO BE in =0.72' HORIZ:1'=20' 4840 BUILT WITH ROADWAY 5 VERT:1.=5' 4840 w PROPOSED GRADE r /� STA.0+19.97 81+62-W EXISTING GROUND // FES.0+64.D-181+82-E STA.0+FES +!r ___ —�_` 7 STA.0+84.14 INV 30.FES 1 INV IN'FES INV.OUT=4834.77 \\ / t 7 INV.IN=4834.94 4835-- —' �TELg EX fBY 4835 32.00'OF 30"X I T HERCP STRENTH CLASS INSTALL TOE WALL 8.54 FT WIDE, 02) -0.38% 8 INCHES THICK.AND 3 FT DEEP. SEE TOE WALL DETAILS SHEET f.-----DGP 3.5 INCH GAS STEEL 4830 3.5ITOMVER --— - 4830 4827 4827 CALL UTILITY NOTIFICATION n ^, a CENTER OF COLORADO A At q K a u K W 1 G W a -sr...-:...W d G CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG.GRADE.OR EXCAVATE 0+40 FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NolCode Creeton Date. 1/19/2024 Initials: MDL Date Comments. Initials. Last Modified Dale. 12/22/25 Initials MDL - PUBLIC WORKS DEPARTMENT No Revisions: CULVERT SHEET 12 - FLIPaU. OJ 0 _ofSIGNA'CR is•9.,192 TO CR 74,FRODo0TIOn 1111 H.STREET w(Jua Zvi P.O.BOX 758083 Revised. Designer. M.LaPORTE SFT-13 Drawn Fie CULVERT 1-SHEET5 WCR29_392-74_PIPES.I WG GREELEE.97000.40032-0758 9 - - - PHONE(970))30W�97 Shooter M.LaPORTE AuaKAD Versant 2023 Stale: AS NOTED UMs. ElgYsh - - - .0 GC�n' FAX B Void'. Sheet Subset: Street Subsel' Sheet Number 34 of 45 NEAT' I I 11 i , ' ' I • * 4' I te2 ' wci, -J- ci Vt FES-CUE RD 164+32-E WCO io Tt n„ ,.m..t,..,.;r \-,B3 STA.0.77.64 ,F��-- -.•. 191X30-FES u �,.� ,..I 1,. g N432579.94 OE�1897297.87 sM 392FESUL RD 164.32-W -I t •-I I C KEYMAP STA.0+32.88 g NOT TO SCALE 19'%30'fES I ` I 'oE N 432575.51 E 197253.93/ I 1 `STRENGTH CLASS 4ERCP rc ' ; @-0.28% O"� ¢ i 11 i fi 'f I I I . 0 20 40 _ _ Feet y Y I �I I CULVERT STA 164+32 MATCH EXISTING GRADE-SUPER TO BE BUILT WITH ROADWAY- r PROPOSED GRADE- ul HER 1• 4840 vERT:1•=5 4840 _ 1 et ISTING GROUND MIN.COVER=0.8V FESCUL RD 184+32-W \ \ -L�_ FESCUE RD 180t32f STA.0+32.88 \ �i------_ 19'X30'FES .-...'-+ STA.0+77.04 INV.OUT=4835.40 / 19X30'FES I / INV.IN=4835.52 I` -7 I /L_#`TELE EXIST 4835 --- -- 4835 \-32.W OF 30'X 19 HERCP STRENGTH CLAW4 INSTALL TOE WALL 8.54 FT--1 WIDE,8 INCHES TH CK,AND 3 FT DEEP.SEE TOE WALL / -DCP 3.5 INCH GIAS STEEL DETAILF SHEET 3.3 FT CLEAR 4830 --- . - -- _.1 I ---4830 4827 4827 - .6 CALL UTILITY NOTIFICATION CENTER OF COLORADO qa $ q ' 8I w w 2 w -a:` CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG.GRADE,OR EXCAVATE 0+40 0+80 FOR THE MARKING OF UNDERGROUND MEMBER UTITES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NolCode Creation Date 1/19/2024 Initials: MDL Date Comments Init4lo Last Beefed Dale 12/22/25 Initials: MDL - - PUBLIC WORKS DEPARTMENT N ReT�BDDYS. CULVERT SHEET 13 - 1111 H.STREET Ful Path s_oESlomwta to L39 Too 7CPRODUCTION P.O.BOX 758 R vls¢C, Designer M.LaPORTE SFT-13 Drew File CULVERT 1ESHEETS WCR29 392-74 PIPES.UWG GREELEY,co.80832-0758 Drawing - - PHONE.f970)400-3750 Delailer: M.LaPORTE AutaCAD Version' 2023 Scale. AS NOTED UMs: English C C� T FAX: (970)304-6497 V tl' Sheet Number 35 of 45 9 - - - f Sheet Subset Sheet Subset- - / _ _188288 _ ___----i--- I ' f — — WGR]! _ - +_ ------ — I _ WCR 29 _ \ I / xcR n I R - 1.00 1+33 +'`�, vtiNs was H T — MIN ��rt--_ - _ -ali. ROWS ROW-- -ROW ROW. ROw _. �` z aH are YMAP • F NOT TO SCALE FESCUL RD 186+88-R32-S >F T E s7aD.33s7 �� A � � 15'fES �� y M- N 43477524 \ ^ E t9711826 �r. \\, \. \ I CC CUL RD 186+88-R32-PIPE END .e ' U STA 0+51.87 I i. ��\ '\,R. I i I ?� t CULVERT EXTENSION COLLAR 12.0B OF 15--DIA RCP ( E/97118.28 = -2.03% ��� z L- I. 'I n , \ A f ME I• CULVERT EXTENSION AT WCR 74—STA 186+88—RIGHT 32' MN. HORIZ:I'=20' COVER VERT:1'=8' FESCUL RD 188+88-R32-S =1.1V STA.0+3387 PROPOSED TELE EXIST 15'FES GRADE 'INV.OUT=4858.07 4850 - / TELE EXIST - 4880 CUL RD 186+88R32-PIPE END EXISTING J STA 0+51.87 GROUND 12.00'OF 15'-0IA RCP CUWERT EXTENSION COLLAR 4855 @-203% INV IN=OAu as -4855 /j�' WV.OUT=4858.44 INSTALL TOE WALL 7.51 FT- WIDE,8 INCHES THICK, AND 3 FT DEEP;SEE TOE WALL DETALS SHEET 4850 4850 $ CALL UTILITY NOTFICATION v `-� CENTER �OOFFF COLORADOCCC m o e o e a w 0 W O w 0 w D x ao x o a a a w ma w n CALL 2-BUSINESS DAYS IN ADVANCE BEFORE YOU DIG,GRADE,OR EXCAVATE 0+40 0+80 1+20 FOR THE MARKING OF UNDERGROUND MEMBER UTLRES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29—SH 392 TO WCR 74 Project NoJCode Crutch Dab. 1/19/2024 Initials. MDL Date Comments Initials. Lest Modified Dele. 12/22/25 !nasals MDL - _ PURuc WORKS DEPARTMENT No Revisions: CULVERT SHEET 14 - Ful%U.M+mXl+/Y DesIDNWCRM Sn Ssz TO CR raTODT TTV+ 1111 H.STREET P.O.80X 758 SFT-13 DNAnro CULVERT HEE Sma. Revised: Designer. M.LePORTE Drawing FM Name. CULVERT I-SHEE7S_WCR29_392-74_PIPES.DWG - - GPHONE,CO.B00-37508 CC \' PHONE:970)04-6497 Detainer. M.LaPORTE HI/OCAD Verson 2023 Seale' AS NOTED Unris ErgHT - - - FAX (70)3044M97 void' Sheet Subset: Sheet Subset Sheet Number 36 Of 45_ INSTALL JOINT RESTRAINTS CONCRETE PIPE FLARED END _—__ SECTION _ _ — PROVIDE r THICK I..-- CUTOFF WALL AT END OF FES O I MS REBAR 0I2'0.C. ES REBAR(a;12'O.C. EACH WAY \ EACH V AY iv FLARED END CONCRETE SECTION . — PIPE IIEI OI 8T — SIDE VIEW �1 1111111(1111' I FLARED END SECTION I PROVIDE 8'THICK ' K THIC CUTOFF WALL AT CUTOFF WALL IC END OF FES . 2.00' 2.00' ENDPROVI OFDE FE8S AT ‘401 PLAN VIEW I1 _ I.A gip! . g, l M )ILJ tt5 REBAR®12'O.G. I EACH WAY FRONT VIEW CONCRETE FLARED END SECTION WITH CUTOFF WALL NOT TO SCALE Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Creston Oats 1/19/2024 Inillals'. MDL Date. Comments Initials. Lest Mobdieo Date 12/22/25 Initials. MDL mAta-^:f. PUBLIC WORKS DEPARTMENT NO Revisions: TOEWALL DETAIL SHEET - Full Path..M!=,t,dTa%01SICMv�t.R 2s-9n199ro LR r4mROPULTION y _ , 1111 H.STREET 1 f r• GREELEV,C0.X 758 S0832-0758 Revised: Designer M.LaPORTE SFT-13 Drawing File Name TOEWALL_COLLAR WCR29_392-74_PIPES.DIVG - - - ! r ° PH0EEY.(C 0)800-3750 Deteiler. M.LAPORTE A,NCAD Version'. 2023 Sole: AS NOTED UMs: English - - FAR (970)304{M97 Void' Sheet Subsel'. Sheet Subsel'. Sheet Number 37 of 45 NOTES: 1. CONCRETE COLLAR SHALL BE USED WHEN INSTRUCTED BY THE ENGINEER. 2. INSTALL MARMAC COUPLER PER MANUFACTURER'S RECOMMENDATIONS WHEN REQUIRED BECAUSE CULVERTS ARE OF DISSIMILAR MATERIALS. 3. CONCRETE SHALL BE CLASS 0 AND SHALL BE VIBRATED IN PLACE. 4. REINFORCING BARS SHALL BE TIED TOGETHER. 5. ALL REINFORCING BARS SHALL HAVE A 7 MINIMUM CLEARANCE. 6. ALL REINFORCING BARS SHALL BE EPDXY COATED. ♦ "♦ A } A' CULVERT#1 lL,,E f •sll I B �VERTIQ I IIMI iir MARMAC COUPLER (WHEN REQUIRED) EIE B' CONCRETE I 3A'(MIN) ENCASED I'� + CONNECTION PLAN VIEW 84(TYP)O R O.C. iL Ai 0 CULVERT et , CULVERT ♦i ��41,41 io reill„ ci $ Et I ,. ank-t! ... _______. J,,,_ L,., ,,,,,,,...,,,, ,_ 94 E.F. 18• 18• \ #4(TYP)a 6"O.C. I 2- 2" MIN MIN O 12•r 3"MIN 1 3'MIN SECTION A-A' 30" SECTION B-B' CONCRETE ENCASED JOINT DETAIL NOT TO SCALE Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Creation Date 1/19/2024 Initials: MDL Date Comments Initials. ' Lbl Weed Dale. 12/22/25 Initials MDL - IXer. PUBLIC WORKS DEPARTMENT No Revisions. CULVERT JOINT DETAIL Ful Path.MPoouec15DfsICAC.Z 29 Or,192 T0CR re2P00UCTEN 1111 H.STREET P.O.BOX 758 Rert900 Designer. M.LoPORTE Dram FileN�e�TOEWALL COLLAR WCR29_392-74_PIPES.D�'G GREELEY,CO.80832-0758 SFT-13 n9 - - - E.PHON (970)400-3750 Details,: M.LaPORTE AutoCAD Verson. 2023 Sale: AS NOTED Units: -English - - - FAX (970)304-8497 Void: Shoat Subset: Sheet Subset. Sheet Number 38 of 45 G PAVEMENT WHEN PRESENT LENGTH OF PIPE SHOWN IN THE PLANS NOTES: - 1. ALL PIPES SHALL CONFORM TO THE SPECIFIC REQUIREMENTS OF EMBANKMENT(MIN R-VALUE FOR PROJECT) RG AS ABC VIIN CLS 6 i;4.i ' 4y' ITS84. ' ,4 THE PIPE MATERIAL AS CALLED OUT IN THE SPECIFICATIONS. COMPACTED PER SPECIFICATION EMBANKMENT(MIN 2. MINIMUM COVER SHALL BE PROVIDED DURING CONSTRUCTION ABC VIRGIN CLASS B R-VALUE FOR TO PROTECT THE STRUCTURE FROM DAMAGE. PAVEMENT WHEN PRESENT PROJECT) 3. PIPE SHALL BE PLACED WITH LONGITUDINAL SEAMS AT THE COMPACTED PER •••••J•"•v•••••°•'��'•�•••••• SIDES OR QUARTER POINTS BUT NOT ALONG THE TOP OF THE,v.......vv••. uw,ssys ,z �:::v:•vv::•••v:o J:JJ:. .a VERTICAL MIS. =- SPECIFICATION .......................v ....v....o. vvvsvv.vvvay..vv..........vv..v..vv.. d. WHEN A PIPE IS TO BE EXTENDED,THE SAME PIPE MATERIAL AND WELD COUNTY SIZE AS IS IN THE ORIGINAL INSTALLATION SHALL BE USED. 6-TOPSOIL: - 6-TOPSOIL FLOW FILL(SPRING LINE TO 1 FT ABOVE 5. THE SULFATE RESISTANCE CLASS OF REINFORCED CONCRETE HALF STICK v HALF STICK PIPE Allk PIPE AND FLOWFILL SHALL BE THE SAME AS THE SULFATE ... RESISTANCE CLASS OF THE EMBANKMENT MATERIAL. v v 1 FOOT FLOW FILL OVER PIPE 6. COMPACTION SHALL MEET THE MINIMUM VALUE AS CALLED OUT IN THE SPECIFICATIONS. �y��w��yr FEB PIPE PIPE BEDDING L. ,�y♦♦♦♦� FEB aka SOUIGGEE TO ♦ ♦ 7. WHEN INSTALLING GUARDRAIL OR SIGN POST DIRECTLY ABOVE I-III-III=I =III III III- =) =III III_I ( III= (=III—III=III I ICI =(= SPRING LINE 4♦♦♦ ♦ .'♦ A PIPE,THE POST'S BOTTOM SHALL BE A MINIMUM OF 1 FOOT 41 to � • . ABOVE THE TOP OF PIPE.THE MOLE FOR THE POST SMALL BE I—1 I I1.jI—III—I I.L --:Lj -�11-�1 :� .Il.l_.. II�II I�I I ]!L_III—III 7 �� DRILLED INTO THE SOIL. \3•PIPE BEDONG W.ake SQUILGEE Ae I erAg B. WHEN THE NATIVE MATERIAL BENEATH THE PIPE IS BEDROCK, `SUBGRADE MATERIAL(INSTALLED II IM M THE DEPTHEASED OF CLASS LASS2 I STRUCTURAL BACKFILL SHALL BE INCpp L� PER SPECIFICATION) �IIAl1A0®II®IIAII®IIE CUTOFF WALL WHEN SPECIFIED CUTOFF WALL WHEN SPECIFIED 9. THE CLASS I STRUCTURAL BACKFILL,FLOWFILL.STRUCTURAL EXCAVATION,BEDDING MATERIALS,AND FILLER MATERIALS FOR MOISTURE TREATED AND RE-COMPACTED ALL PIPES,CULVERTS,AND CULVERT EXTENSIONS WILL NOT BE SUBGRADE PER SPECIFICATIONS MEASURED AND PAID FOR SEPARATELY BUT SHALL BE INCLUDED PROFILE VIEW IN THE WORKS- 10. FOR PIPES OUTSIDE OF THE ROADWAY PRISM AND ACCESSES, PIPE BEDDING DETAIL FOR PIPES IN ROADWAY PRISM&ACCESSES FOLLOW MIS STANDARD M-603-1 PIPE BEDDING DETAIL FOR PIPES IN ROADWAY PRISM&ACCESSES Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Creator Dale. 1119/2024 Initials. MDL Date. Comments Initiak. Last MOOdied Dale. 12122/25 Initials. MDL PUBLIC WORKS DEPARTMENT No Revisions: PIPE BACKFILL DETAIL - FtIIPith OJECT9OE910N,WCR 99-9H 392 TO CR ralvaoouCTION 1111 H.STREET P.O.BOX 758 Designer: M.LaPORTE ALONE ETAIL av-ra GREFIEY.CO.80832-0756 Revised' esgn : SFT-13 basNrg File Name OING,RwFBACKFILLDETAIL_WCR29_392-76 PIPES.DVrG - - PHONE(970)356,1000 - - Detail°, M.LaPORTE ANaCAD Ve'sgn'. 2023 Sole, AS NOTED Units. Englsh - - •i G O. FAX: (970)304-6497 Void. -' Sheet Number 39 of 45 _,is.-. Sheet Subset. Sheet Subset: NOTES: 1. SIGNS SHALL BE SPACED A MINIMUM OF 500'OR AS INDICATED BY THE TRAFFIC CONTROL SUPERVISOR. 1 2. TRAFFIC PLAN IS BASED ON CDOT TRAFFIC CONTROL FOR HIGHWAY / `VMB CONSTRUCTION-1,DESHEET 0 OF AL24,DATED FOR 201 CLOSURE"CASE WCR 76 NO.20'(SE30-1,SHEET 10 OF 24,DATED JULY 31,2019). © 3. ALL DEVICES SHALL MEET OR EXCEED MUTCD NCHRP 350 STANDARDS ... (LATEST EDITION). � 4. PRIVATE ACCESS IS TO BE MAINTAINED AT ALL TIMES WITHIN PROJECT /NNa1�: a LIMITS UNLESS OTHERWISE AGREED UPON BY PROPERTY OWNERS. 7 \\�)) 5. EXACT PLACEMENT OF SIGNS IS DEPENDENT ON SITE CONDITIONS. WCR 74 CHANGES MAY BE MADE AT THE DISCRETION OF THE PROJECT / \i /.-------- -.`�, MANAGER OR TRAFFIC CONTROL SUPERVISOR. !=J ;� I VMB ).14-1 �°�urn I �� 6. THE PLACEMENT.DURATION.AND CONTENT OF THE VARIABLE > VMB I vi MESSAGE BOARDS(VMB)TO BE DETERMINED BY THE PROJECT MANAGER OR TRAFFIC CONTROL SUPERVISOR. V ply a1fAe WO RK ORK IS ANTICIPATED TO TAKE 120 DAYS.PORTIONS OF THE ROAD INLAa UNDER CONSTRUCTION WILL BE CLOSED TO THROUGH TRAFFIC. t 1 WCR 72 ONLY PORTIONS OF THE ROADWAY UNDER CONSTRUCTION SHALL REMAIN CLOSED.WORK SHALL BE SCHEDULED SUCH THAT AS MUCH VMB N OF THE ROAD REMAINS OPEN AS POSSIBLE.THIS WILL REQUIRED Lm°u�rn a ao nosto VMB I ^ TRAFFIC CONTROL SIGNS TO BE RESET OR COVERED WHEN NOT IN m USE. 7 . tt ¢ (mil® ® m To 1.011.0 rc A ; i re { I l J I WCR 70 ■ �\/J ■ LEGEND a vMeI m L1K"""a'o _ 4i),\,„ AREA OF PROPOSED CONSTRUCTION /� LSH 392 DETOUR ROUTE L —�ci E1pn1 ® N VMBI VMBT 1 �� _S' , WCR 66 [ --_,-..4 �VMB I \ Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project NoJCode Creation Data 1/19/2024 Initials: MDL Date Comments. Initials. 1 • LASI Modified Data. 12/22/25 Initials. MDL . witaPUBLIC WORKS DEPARTMENT No Revisions. WCR 29 DETOUR SHEET 1 - H.STRE Fu1PaN. o'T?DE 91GMW d0.7-9N 392*d c0.rau•0.doud1lon - - - 1111 P.0 BOX7758T Revised: M.LaPORTE SFT-13 GREELEY. 80632-0758 Doming File Name DETDUR_WCR29_392-74-PIPESOWG PHONE((97S970)400-3750 °atelier M.LaPORTE AUIoCAD Version: 2023 Scale: AS NOTED Units. English . - . SC. FAX 1970)304fM97 Void.. Sheet Subset: Sheet Subset. Sheet Number 40 of 45 NOTES: 1. SIGNS SHALL.BE SPACED A MINIMUM OF 500'OR AS INDICATED BY THE TRAFFIC CONTROL SUPERVISOR. 2. TRAFFIC PLAN IS BASED ON CDOT TRAFFIC CONTROL FOR HIGHWAY ) VMB CONSTRUCTION DETAIL TYPICAL SIGNAGE FOR ROAD CLOSURE'CASE WCR 76 NO.20'(S-830-1,SHEET 10 OF 24,DATED JULY 31,2019). 43. ALL DEVICES SHALL MEET OR EXCEED MUTCD NCHRP 350 STANDARDS ( (LATEST EDITION). lirl 4. PRIVATE ACCESS IS TO BE MAINTAINED AT ALL TIMES WITHIN PROJECT LIMITS UNLESS OTHERWISE AGREED UPON BY PROPERTY OWNERS. 7 ) 5. EXACT PLACEMENT OF SIGNS IS DEPENDENT ON SITE CONDITIONS. 4WCR 74 CHANGES MAY BE MADE AT THE DISCRETION OF THE PROJECT ♦ MANAGER OR TRAFFIC CONTROL SUPERVISOR. IL. , THE PLACEMENT,DURATION,AND CONTENT OF THE VARIABLE T VMB 1,),.\t\-1 VMBI AlLedA MESSAGE BOARDS(VMB)TO BE DETERMINED BY THE PROJECT MANAGER OR TRAFFIC CONTROL SUPERVISOR. u 7. WORK IS ANTICIPATED TO TAKE 120 DAYS.PORTIONS OF THE ROAD I VMB UNDER CONSTRUCTION WILL BE CLOSED TO THROUGH TRAFFIC. WCR 72 ONLY PORTIONS OF THE ROADWAY UNDER CONSTRUCTION SHALL REMAIN CLOSED.WORK SHALL BE SCHEDULED SUCH THAT AS MUCH I VMB I--)---' OF THE ROAD REMAINS OPEN AS POSSIBLE.THIS WILL REQUIRED TRAFFIC CONTROL SIGNS TO BE RESET OR COVERED WHEN NOT IN ry ¢ © is CC N m NVMBI USE. 1#10111,1 Cr CC ,..........p. 4', v yr — WCR 70 LEGEND __ VMBI --, V wise I >tiyWHIG i I pkl AREA OF PROPOSED CONSTRUCTION (III-1 III _ SH 392 ® (` DETOUR ROUTE 44,4, ® `i VMBVMB PHASING NOTES: ononA • PHASE ONE SHALL INCLUDE CLOSING WCR 29 FROM THE SH 392 INTERSECTION TO THE WCR 70 INTERSECTION,WHILE LEAVING BOTH INTERSECTIONS OPEN TO THROUGH TRAFFIC,TO ACCOMMODATE THE WCR 66 ® CONSTRUCTION OF THE FIRST MILE OF WCR 29 FROM SH 392 TO WCR 70. VMBI \ • Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Dealer Date I I19,2024 lnittals. MDL Ds,: Comments in Isis Lest W foo Dale 12/22/25 Initials. MDL PUBLIC WORKS DEPARTMENT No Revisions. WCR 29 DETOUR PHASE 1 - FuMPaN.t":pno�Et r9ioEs�Gr.+wcn ss.sM Os17o oa ranxooucrax 1111 H.STREET P.O.BOX 758 Revised: Designer M.LaPORTE SFT-13 Wising File Name DETOUR WCR29 392-74-PIPES.DWG - G PHONE(g 0)4ELEY.CO.4003750� D tailor. M.LaPORTE li • FAX: (70)304.6497 AuOOCAD Verson'. 2023 Scale: AS NOTED Urals: E gish - - - - Void: Sheet Number 41 of 45 d, Sheet Subset'. Sheet Subset'. NOTES: 1. SIGNS SHALL BE SPACED A MINIMUM OF 500'OR AS INDICATED BY THE TRAFFIC CONTROL SUPERVISOR. 2. TRAFFIC PLAN IS BASED ON COOT TRAFFIC CONTROL FOR HIGHWAY ) VMB CONSTRUCTION DETAIL TYPICAL SIGNAGE FOR ROAD CLOSURE'CASE WCR 76 NO.20.(S-630-1.SHEET IS OF 24,DATED JULY 31,2019). 3. ALL DEVICES SHALL MEET OR EXCEED MUTCD NCHRP 350 STANDARDS (LATEST EDITION). 4. PRIVATE ACCESS IS TO BE MAINTAINED AT ALL TIMES WITHIN PROJECT LIMITS UNLESS OTHERWISE AGREED UPON BY PROPERTY OWNERS. 7 I vniell___ 5. EXACT PLACEMENT OF SIGNS IS DEPENDENT ON SITE CONDITIONS. WCR 74 CHANGES MAY BE MADE AT THE DISCRETION OF THE PROJECT ,�I� MANAGER OR TRAFFIC CONTROL SUPERVISOR. .T I VMB 1'�1"7 / 6. THE PLACEMENT,DURATION,AND CONTENT OF THE VARIABLE '� VMB I `0 MESSAGE BOARDS(VMB)TO BE DETERMINED BY THE PROJECT MANAGER OR TRAFFIC CONTROL SUPERVISOR. 7. WORK IS ANTICIPATED TO TAKE 120 DAYS.PORTIONS OF THE ROAD ®� UNDER CONSTRUCTION WILL BE CLOSED TO THROUGH TRAFFIC. WCR 72 ONLY PORTIONS OF THE ROADWAY UNDER CONSTRUCTION SHALL REMAIN CLOSED.WORK SHALL BE SCHEDULED SUCH THAT AS MUCH VMB I� ommOF THE ROAD REMAINS OPEN AS POSSIBLE THIS WILL REQUIRED ayycBITRAFFIC CONTROL SIGNS TO BE RESET OR COVERED WHEN NOT IN nn © ® >4.711 USE. tt ¢ meua TMw®®mart twu�wnc 3 3 ..+jr alau I~ TT' ; 1,11 u a2 AxrAo 3 \ I WCR 70 I LEGEND ROAD Z.I.OM -1 �+BI — ^'�I�, J rya AREA OF PROPOSED CONSTRUCTION (.2 1111111F1— SH 392 l DETOUR ROUTE vi....4,4, ® VMB I VMB PHASING NOTES: lX7aw PHASE TWO SHALL INCLUDE CLOSING WCR 29 FROM THE SH 392 ♦ 1 INTERSECTION TO THE WCR 72 INTERSECTION,WHILE LEAVING INTERSECTIONS AT 392 AND 72 OPEN TO THROUGH TRAFFIC,TO • WCR 68 ACCOMMODATE THE CONSTRUCTION OF THE WCR 29 AND WCR 70 �. INTERSECTION.PHASE THREE SHOULD BEGIN AS SOON AS THE WCR 29 `MITI AND WCR 70 INTERSECTION IS FINISHED. VMBI • Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29—SH 392 TO WCR 74 Project NoJCode Creator Date I/19/2024 Initials. MDL Date Comments Initials. Last Modified Date 12/22/25 Initials. MDL _ -:^ Ise PUBLIC WORKS DEPARTMENT No Revisions: WCR 29 DETOUR PHASE 2 - FulPath.u wrcrS FSK.MWCR 29-9«aY1 ro Ca raNRon cT1on 1111 H.STREET OZ./ -r.\No taT Wra(e wz r( - - - P.O.BOX 756 Revised: Designer: M.LePORTE Drewing File N DETOUR WCR29 392 74-PIPES.DWG - _ - G PHONE:(9 0)400-3750REELEY.CO. � Deader: M.LaPORTE SFT-13 Versa,.Vers 2023 Scala: AS NOTED UMs: Engine . • KCuti FAX'. 304-6497(970) Sheet Subset Void: Sheet Subset Sheet Number 42 of 45 f . NOTES: 1. SIGNS SHALL BE SPACED A MINIMUM OF 500'OR AS INDICATED BY THE TRAFFIC CONTROL SUPERVISOR. ) VMB 2. TRAFFIC PVW IS BASED ON CDOT TRAFFIC CONTROL FOR HIGHWAY CONO.O((S-630-N DETAIL SHEET 10 F 24,�SIGNAGE YR DATED JULY 31ROAD 9)CLOSURE'G15E WCR 76 3. ALL DEVICES SHALL MEET OR EXCEED MUTCD NCHRP 350 STANDARDS ( (LATEST EDITION). I. 4. PRIVATE ACCESS IS TO BE MAINTAINED AT ALL TIMES WITHIN PROJECT LIMITS UNLESS OTHERWISE AGREED UPON BY PROPERTY OWNERS. 7 5. EXACT PLACEMENT OF SIGNS IS DEPENDENT ON SITE CONDITIONS. ..-- WCR 74 CHANGES MAY BE MADE AT THE DISCRETION OF THE PROJECT MANAGER OR TRAFFIC CONTROL SUPERVISOR. VMB ,. VMB 8. THE PLACEMENT,DURATKKJ,AND CONTENT OF THE VARIABLE J. I T r VMBI MESSAGE BOARDS(VMB)TO BE DETERMINED BY THE PROJECT MANAGER OR TRAFFIC CONTROL SUPERVISOR. n '�jr; Rl 7, Dlle U 7. WORK IS ANTICIPATED TO TAKE 120 DAYS.PORTIONS OF THE ROAD UNDER CONSTRUCTION WILL BE CLOSED TO THROUGH TRAFFIC. WCR 72 ONLY PORTIONS OF THE ROADWAY UNDER CONSTRUCTION SHALL 4_ REMAIN CLOSED.WORK SHALL BE SCHEDULED SUCH THAT AS MUCH r OF THE ROAD REMAINS OPEN AS POSSIBLE.THIS WILL REQUIRED VMB \ me � ,r� TRAFFIC CONTROL SIGNS TO BE RESET OR COVERED WHEN NOT IN re USE. m N © ratlplef T..a 1eerr 1 \Ir Hall?WPC � B I Illillicc cc 0 3 Axuo otlnw ® 3 -111" 0 3 ��i WCR 70 nif ortan LEGEND �V MB J AREA OF PROPOSED CONSTRUCTION /// �SH 392 DETOUR ROUTE L / B] NTR.I VMS it// VMBI PHASING NOTES: PHASE THREE SHALL INCLUDE CLOSING WCR 29 FROM THE WCR 70 INTERSECTION TO THE WCR 72 INTERSECTION,WHILE LEAVING INTERSECTIONS AT 70 AND 72 OPEN TO THROUGH TRAFFIC,TO WCR 68 ACCOMMODATE THE CONSTRUCTION OF THE SECOND MILE OF WCR 29 FROM WCR 70 TO WCR 72. k VMBI \ ♦ Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29—SH 392 TO WCR 74 Project NoJCode Creation Del- 1/19/2024 Initials MDL Date Comments Initials Last Modified Data 12/22/25 Initials: MDL - �. PUBLIC WORKS DEPARTMENT No Revisions WCR 29 DETOUR PHASE 3 - FuIPaN.MH�ECTSDESIGIHWCR 4e 9w V TO IA 74PRGDUCTbry 1111 H.STREET FIlN a DETOUR WCR29 39&76 PIPES.DWG EY,CO. 0875 Revised: Designer M.L2PDRTE Drawing G PHEONE'(9 0)IOW0J750� Dele lr: M.LaPORTE SFT-13 AutoCAD Verso 2023 S ale. AS NOTED Units. English . _ - ¢�C C• FAX. (970)3046 Sheet Subset: Sheet Subset 497 Void: Sheet Number 43 of 45 NOTES: 1. SIGNS SHALL BE SPACED A MINIMUM OF 50C OR AS INDICATED BY THE TRAFFIC CONTROL SUPERVISOR. 2. TRAFFIC PLAN IS BASED ON CDOT TRAFFIC CONTROL FOR HIGHWAY ) I VMB CONSTRUCTION-1,DETAILTTYPICAL DATED FOR ROAD CLOSURE'CASE WCR 76 NO.20'(5630-i,SHEET 10 OF 24,DATED JULY 31.2019). © 3. ALL DEVICES SHALL MEET OR EXCEED MUTCD NCHRP 350 STANDARDS ( (LATEST EDITION). ir 4. PRIVATE ACCESS IS TO BE MAINTAINED AT ALL TIMES WITHIN PROJECT LIMITS UNLESS OTHERWISE AGREED UPON BY PROPERTY OWNERS. 711 5. EXACT PLACEMENT OF SIGNS IS DEPENDENT ON SITE CONDITIONS. WCR 76 CHANGES MAY BE MADE AT THE DISCRETION OF THE PROJECT j , MANAGER OR TRAFFIC CONTROL SUPERVISOR. 11,:. Yri CJ iiii -,.�rJ I VMB e1 a� 1`I■ 6. THE PLACEMENT,DURATION,AND CONTENT OF THE VARIABLE Ill wu arasC OM `� MESSAGE BOARDS(VMS)TO BE DETERMINED BY THE PROJECT r MANAGER OR TRAFFIC CONTROL SUPERVISOR. U �� 7. WORK IS ANTICIPATED TO TAKE 120 DAYS.PORTIONS OF THE ROAD 3 UNDER CONSTRUCTION WILL BE CLOSED TO THROUGH TRAFFIC. 1 1 WCR 72 ONLY PORTIONS OF THE ROADWAY UNDER CONSTRUCTION SHALL REMAIN CLOSED.WORK SHALL BE SCHEDULED SUCH THAT AS MUCH OF THE ROAD REMAINS OPEN AS POSSIBLE.THIS WILL REQUIRED VMB �� y m TRAFFIC CONTROL SIGNS TO BE RESET OR COVERED WHEN NOT IN pr peace VMB USE. m _ DAUi°Mrrc .e muiMwlc in' U in 3 3 © urFAo ~ Ill I. I rep 3 3 3tt 1m � r WCR 70 l ` LEGEND /--, VMB Ili ® AREA OF PROPOSED CONSTRUCTION .:> 4'. SH 392 DETOUR ROUTE L- At.. N VMS] lir PHASING NOTES: PHASE FOUR SHALL INCLUDE CLOSING WCR 29 FROM THE WCR 70 VMB I INTERSECTION TO THE WCR 74 INTERSECTION,WHILE LEAVING S' ____., _ INTERSECTIONS AT 70 AND 74 OPEN TO THROUGH TRAFFIC,TO WCR 68 � ACCOMMODATE THE CONSTRUCTION OF WCR 72 INTERSECTION. I VMSI \ Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No/Code Croatian Date. 1/19/2024 Initials: MDL Date'. Comments- Initials: - LaslModltedDale. 12/22/25 Initials. MDL . _ brimul..2.1-, PUBLIC WORKS DEPARTMENT No Revisions: WCR 29 DETOUR PHASE 4 - Ful Pale.MNRaEtt9 DF5IGMoco Ze.9N Sex ro to,euoRooutn6N 1111 H.STREET Psssv�ao00hl wrroe m.ra - - P.O.CO 756 Rammed, Desl9ner'. M.LePORTE SFT-t3 DrawingFIIe Name: DETOUR_WCR29_392-74-PIPESOWG - _ _ GREELEY,N 970 400-375156 PHONE.((970)400-3750 Delaikr M.LaPORTE AatoCAD Vernon' 2023 Scale. AS NOTED tints Engkh . FAX! CG'�" FAX (970(304{M97 Void: Sheet Subset: Sheet Subset: Sheet Number 44 of 45 NOTES: 1. SIGNS SHALL BE SPACED A MINIMUM OF 500'OR AS INDICATED BY THE TRAFFIC CONTROL SUPERVISOR. f 2. TRAFFIC PLAN IS BASED ON CDOT TRAFFIC CONTROL FOR HIGHWAY ) CONSTR I VMB I'I�\ UCTTIION SHEET I OF 24,DATED JULY DETAIL TYPICAL SIGNAGE OR3 R2019).CLOSURE'CASE WCR 76 3. ALL DEVICES SHALL MEET OR EXCEED MUTCD NCHRP 350 STANDARDS ar (LATEST EDITION). ® I.N‘..,.._...._ r;1 4. PRIVATE ACCESS IS TO BE MAINTAINED AT ALL TIMES WITHIN PROJECT I`k LIMBS UNLESS OTHERWISE AGREED UPON BY PROPERTY OWNERS. � 5. EXACT PLACEMENT OF SIGNS IS DEPENDENT ON SITE CONDITIONS. WCR 74 CHANGES MAY BE MADE AT THE DISCRETION OF THE PROJECT T MANAGER OR TRAFFIC CONTROL SUPERVISOR. °e`0 c I 0I THE PLACEMENT,DURATION,AND CONTENT OF THE VARIABLE VMB 1/4 4—.1 w aunt `', S. IO MESSAGE BOARDS(VMB)TO BE DETERMINED BY THE PROJECT ill MANAGER OR TRAFFIC CONTROL SUPERVISOR. AK4D 7. WORK IS ANTICIPATED TO TAKE 120 DAYS.PORTIONS OF THE ROAD 0 3 _ UNDER CONSTRUCTION WILL BE CLOSED TO THROUGH TRAFFIC. WCR 72 ONLY PORTIONS OF THE ROADWAY UNDER CONSTRUCTION SHALL i. REMAIN CLOSED.WORK SHALL BE SCHEDULED SUCH THAT AS MUCH VMB ` 18 OF THE ROAD REMAINS OPEN AS POSSIBLE.THIS WILL REQUIRED per—```,`—`��/,:,,�,\)UB I u� TRAFFIC CONTROL SIGNS TO BE RESET OR COVERED WHEN NOT IN U ¢ I°nas( S v n USE. re rc /_\ WCR 70 .t. VMS l LEGEND / \ AREA OF PROPOSED CONSTRUCTION VMS H 992 I \ DETOUR ROUTE NL. VMB I 'PHASING NOTES: h. ogpw PHASE FIVE SHALL INCLUDE CLOSING WCR 29 FROM THE WCR 72 INTERSECTION TO THE WCR 74 INTERSECTION,WHILE LEAVING INTERSECTIONS AT 72 AND 74 OPEN TO THROUGH TRAFFIC,TO r WCR 88 ® ACCOMMODATE THE CONSTRUCTION OF THE MILE BETWEEN WCR 72 AND +Ill WCR 74. VMB I \ r Computer File Information Index of Revsions WELD COUNTY As Constructed WCR 29-SH 392 TO WCR 74 Project No./Code Craton Data 1/19/2024 Initials' MDL )a'e ,.,, __ rt,Is ' Last M°E4is4 Deb. 12/22/25 Initials. MDL a PUBLIC WORKS DEPARTMENT No Revialons. WCR 29 DETOUR PHASE 5 - FYI Path.M4PROJECY�ets�cmwcq Wr0 )az.3 cq l4rPR p ODUCTN - - - 1111 H.P.O BOX6758 Revised: Designer. M.LaPORTE : GREELEY,CO.80632-0758 SFT-13 pawing File epFDETOUR_WCR29_392-74-PIPES.DWG - - - PHONE.(970)400-3750 Esfahan M.LaPORTE AutoCAD Vo102n 2023 Sale: AS NOTED UMs: E --- FAX'. (97013046497 Sheet Subset' Sheet Subset English - Void: Sheet Number 45 of 45 Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job TLM CONSTRUCTORS, INC SUP-1 5325 aid linked here to add a supplier in Workday. Contract Name* Contract ID Parent Contract ID CONSTRUCTION AGREEMENT FOR 2026 BRIDGE, 10327 IRRIGATION, AND DRAINAGE Requires Board Approval MAINTENANCE/REHABILITATION ON-CALL SERVICES Contract Lead* YES EGREEN Contract Status Department Project # CTB REVIEW Contract Lead Email AN-1 egreen@weld.gov Contract Description* AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND TLM CONSTRUCTORS, INC. FOR 2026 BRIDGE, IRRIGATION, AND DRAINAGE MAINTENANCE/REHABILITATION ON-CALL SERVICES. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 01 /31 /2026 02/04/2026 Amount* Department Email $700,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included?* Automatic Renewal DeptHead@weld.gov NO NO County Attorney Grant ADRIA SCHIEL NO County Attorney Email IGA ASCHI EL@WELD.GOV NO If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 11 ;30,2026 01 /01 /2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 01 i28/2026 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 01 /28/2026 01 /28/2026 01 /28/2026 Final Approval BOCC Approved Doc ID # AG 020226 BOCC Signed Date Originator BOCC Agenda Date [GREEN 02,02 2026 Exhibit B - B2500148 Response to the Request for Proposal (TLM Constructors, Inc.) (CONSJR U CTO RS, 2026 Bridge, Irrigation and Drainage Maintenance Rehabilitation On-Call Service Contract 41% 4:1 Weld County Public Works Department f. , , . ,�., '` vio PREP APED B r ,� r . TLM Constructors, Inc. -- '"' • Jaedon Mills PO Box 336638 Greeley, Co 80633 Phone: 970-346-8323 Fax: 970-346-8324 jaedon$itlmconstructors.com - - 46.21 • https://tlmconstructors.com 4111ru .; 01/05/2026 Addendum # 1 Solicitation Request Number 2500148 2026 Bridge, Irrigation. and Drainage Maintenance/Rehabilitation On-Call Services Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: 1. Contractor Questions and Response 2. Mandatory Pre-Proposal Meeting Minutes 3. Pre-Bid Meeting Attendance List All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 19 of this Addendum do not have to be returned with the Proposal Documents. Addendum Acknowledgement ""'A signed copy must be submitted with your bid. Thank you!`" Company Name: a c.. I- 9• Zor Date of Signature Signature: fr Name: 3aeo itt /'i Title: l cc Addendum #1 Date: December 29. 2025 Addendum # 2 Solicitation Request Number 2500148 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services Contract This document has been reviewed for accessibility requirements in Microsoft WORD and Adobe Acrobat. This document passes the accessibility check provided by Microsoft WORD and Adobe Acrobat. The following shall be incorporated into the CONTRACT DOCUMENTS, for the above-referenced PROJECT: 1. Revised Construction Plans for WCR 29 from SH 392 to WCR 74 All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. Pages 2 through 50 of this Addendum do not have to be returned with the Proposal Documents. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank voul*** Company Name: ILOt Gowsf s 2 . /-9-20e6 ��jj// Date of Signature Signature: /re- Name: 14",r„ iotA Title: vec Add Addendum #2 Date: December 31, 2025 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline January 9, 2026 @ 11:00am 1) Vendor's Proposal - Outlined in Schedule D 2) Schedule E: Proposal Response Form 3) Schedule H: Forms Due with Proposal 4) Any issued Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete. non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: LRL. 313KMHbAYLI Fees - Proposal Schedule The submitted bid unit prices, along with the TOTAL cost for the bid tabulation provided in Exhibit 1, will be used by Weld County to assign a Cost Score based on Table 3 of the Scoring Criteria. The bid tabulation provided in Exhibit 1 must be submitted with the bid schedule below and must utilize the same unit pnces, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods. each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. Both Exhibit 1 and 2 shall be completed and included with the proposal response. Provide fees for this project in Exhibit 1 - Proposed Bib Tabulation. In Exhibit 2 - Possible Other Work Items. indicate whether or not the Contractor can perform the work item shown. Sc1ici:atwn# B2500148 Page 17 Exhibit 1 -Proposal Bid Tabulation BID TOTAL PRICE ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE(S) (;) 201-00003 CLEARING AND GRUBBING LS 1 15000 15000 202-00002 REMOVAL OF STRUCTURES(SPECIAL)(REMOVAL CONCRETE LINED DITCH) LF 46 30 1380 202-00036 REMOVAL OF PIPE(12 INCH PVC) LF 60 30 1800 202-00036 REMOVAL OF PIPE(15"CMP) LF 60 30 1800 202-00036 REMOVAL OF PIPE(18"PVC) LF 59 30 1770 202-00036 REMOVAL OF PIPE(18"CMP) LF 162 30 4860 202-00036 REMOVAL OF PIPE(24"CMP) LF 72 30 2160 202-00036 REMOVAL OF PIPE(20 x 28"CMP) LF 89 30 2670 202-00036 REMOVAL OF PIPE(22 x 30"CMP) LF 40 35 1400 202-00036 REMOVAL OF PIPE(24 x 44"CMP) LE 40 35 1400 203-00000 UNCLASSIFIED EXCAVATION CY 57 95 5415 203-00050 UNSUITABLE MATERIAL(MUCK EXCAVATION)(CONTINGENCY) CY 100 165 16500 203-00060 EMBANKMENT MATERIAL CY 135 95 12825 203-01598 POTHOLING(SPECIAL) EA 32 750 24000 216-00041 SOIL RETENTION BLANKET(STRAW!COCONUT) SY 122 15 1830 304-06000 AGGREGATE BASE COURSE(CLASS 6) CY 39 175 6825 403-34842 HOT MIX ASPHALT(GRADING SX)(100)(PG 64-22)(PATCHING) CY 8 800 6400 506-00030 GROUTED RIPRAP(9 INCH) • CY 7 935 6545 506-00212 RIPRAP(12 INCH) CY 13 320 4160 507-00550 CONCRETE LINED DITCH LF 97 140 13300 601-03000 CONCRETE CLASS D CY 8 1900 11400 602-00000 REINFORCING STEEL LB 83 10 830 603-01150 15 INCH REINFORCED CONCRETE PIPE LF 12 300 3600 603-01180 18 INCH REINFORCED CONCRETE PIPE LE 60 310 18600 603-02180 23 x 14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LE _ 32 365 11680 603-02181 23 x 14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 190 375 71250 603-02240 30 x 19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LE 40 435 17400 603-02241 30 x 19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 136 445 60520 603-02361 45 x 29 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) LF 40 575 2300D 603-05015 15 INCH REINFORCED CONCRETE END SECTION EA 1 2510 2510 603-05118 23 x 14 INCH REINFORCED CONCRETE END SECTION EA 8 3150 25200 603-05124 30 x 19 INCH REINFORCED CONCRETE END SECTION EA 8 3500 28000 Form Revision 6-2025 603-10240 24 INCH CORRUGATED METAL PIPE(ALUMINIZED) LF 38 280 10640 603-30024 24 IA CH CORRUGATED METAL ENO SECTION(ALIMIMZEO) EA 2 1740 3480 603.82012 12 INCH DUCTILE IRON PIPE LF 61 37S 22875 607.11525 CONSTRUCTION FENCE(PLASTIC) IF 1250 S 6250 62S00001 CONSTRUCTION SURVEYING LS 1 17250 17250 626-00008 1.1081LIZATION EA 1 50003 50000 + 63040100 TRAFFIC CONTROL•SIGNS ONLY(NO FLAGGERS)(MINOR ENCROACHMENT) DAY 5 400 2000 63000101 TRAFFIC CONTROL SIGNS ONLY(NO FLAGGERSI(ROAD CLOSURE) DAY 8 450 3600 630-00102 TRAFFIC CONTROL•SIGNS APO FLAGGERS(LAI+E CLOSURE) DAY 14 3500 49000 630-90404 1 INCH X 4 FOOT X 4 FOOT STEEL ROAD CROSSING PLATE PAY 22 300 6600 6 04)408 1 INCH X 4 FOOT X$FQQT STEEL ROAD CROSSING PLATE DAY 22 310 6620 630.90612 1 INCH X 6 FOOT X 12 FOOT STEEL ROAD CROSSING PLATE DAY 22 320 7040 700.70010 F.'AMINOR CONTRACT REVISIONS FA 1 S50.00000' , S50.00000 700.74010 F,A SUBSURFACE UTILITY ENGINEERING('SUE) FA I $10000.00* $10.00000 Total 81d Amount $651.585 00 Written Total Amount: Six Hundred Fifty One Thousand Five Hundred and Eighty Five Dollars and Zero Cents ILL Oir Salomon AI 82500148 Page 19 Exhibit 2-Possible Other Work Items Item No. Item Description Unit Can Contractor Perform tho Work? (Yes or No) 201-00003 CLEARING AND GRUBBING SY YES 202-00002 REMOVAL OF STRUCTURES(SPECIAL)(REMOVAL OF CONCRETE LINED DITCH) LF YES 202-00009 REMOVAL OF DEBRIS CY YES 202-07033 REMOVAL OF PIPE EA YES 202-00034 REMOVAL OF PIPE(GAS LINES) IF YES 20207036 REMOVAL OF PPE(12 INCH PVC) IF YES 202-00036 REMOVAL OF PPE(15 CAP) LF YES 202-00036 REMOVAL OF PIPE(IV PVC) LF YES 202-03036 REMOVAL OF PPE(IV CMP) IF YES 2024X036 REMOVAL OF PPE(24-CMP) I.F YES 20203036 REMOVAL Of PPE(20 x 28'CUP) LF YES 20240336 REMOVAL Of PIPE(22 x 30'CMP) ,- ES , YES 202-00136 REMOVAL OF PPE(24 x•P CMP) LF YES 2020003E REMOVAL OF WATER PPE(STEEL.PVC.At )COPPER) Lf YES 202-00)41 REMOVAL OF REINFORCEO CONCRETE PIPE(12 tICH) LF YES 202-00742 REMOVAL OF RF.NFORCEO CONCRETE PIPE(18 NCH) IF YES 207-00)43 REMOVAL OF REINFORCED CONCRETE PIPE(24 INCH) LF YES 202-00)44 REMOVAL OF CORRUGATED METAL PIPE(12 INCH) IF YES 202.00016 REMOVAL OF CORRUGATED METAL PIPE(18 INCH) IF YES 202.00048 REMOVAL OF CORRUGATED METAL PIPE$24 INCH) LF YES 202-00049 REMOVAL OF PIPE(MISCELLANEOUS) LF YES 202.00091 REMOVAL OF RETROREFLECTOR TAB EA YES 202.00127 REMOVAL OF RIPRAP CY YES 202.00246 REMOVAL OF ASPHALT MAT(PLANING)(SPECIALXI INCH-12 INCHES THICK) SY YES 202.00427 REMOVAL OF BRIDGE RAIL SUPPORTS(SPECIAL) EA YES 202-00428 REMOVAL OF BRIDGE MOUNTED UTILITY CONDUIT(SPECIAL) LF YES 202 00530 REMOVAL OF EXISTING STRUCTURE CONCRETE(DETERIORATED,WALLED,AND SF YES UNSOUND( 202-01000 REMOVAL OF FENCE IF YES 202-01130 REMOVAL OF GUARCRAIL(TYPE 3) LE YES 202-01175 REMOVAL OF GUARCRAIL(SPECIAL) IF YES 203-00000 UNCLASSIFIED EXCAVATION CY 'YES 30147.186041 R 82500148 Page 20 Item No. Item Description Unit Contractor Perform the Work? (Yee or No) 2O3-070t0 UNCLASSIFIED EXCAVATION(COMPLETE IN PLACE) CY YES 203-000550 UNSUITABLE MATERIAL IMUCK}(CONTINGENCY) CY YES 203-00060 EMBANKMENT MATERIAL CY YES 203-01100 PROOF ROLLING HOUR YES 20341598 POTHOLING(SPECIAL) EA YES 206-00068 STRUCTURE BACKFILL(FLOW FILL) CY YES 207.00700 TOPSOIL(ONSITE) CY YES 20T40702 TOPSOIL(OFFSITE) CY YES 208-00008 EROSION LOG(TYPE 2)(12 INCH) IF YES 208.00020 SILT FENCE LF YES 20840033 AGGREGATE BAG IF YES 208 00046 PRE•FABR►CATED CONCRETE WASHOUT STRUCTURE(TYPE 1) EA YES 208-00075 PREFABRICATED VEHICLE TRACKING PAO EA YES 208-00106 SWEEPING(SEDIMENT REMOVAL) HOUR YES 20640207 EROSION CONTROL MANAGEMENT OAY YES 210-00810 RESET GROUND SIGN EA YES 210-00815 RESET SKIN PANEL EA YES 21143009 DEWATERINO DAY YES 212-00001 SEEDING(NATIVE)(NORTH OF WCR 681 ACRE YES 212-00002 SEEDING(NATIVE)(SOUTH OF WCR 68) ACRE YES 212-00712 BIOTIC SOIL AMENDMENTS(HYDRAULICALLY APPL)EOHBIOTIC EARTH BLACK) ACRE YES 21300010 MULCHING(WEED FREE STRAW( ACRE YES 216C0041 SOIL RETENTION BLA KET ISTRAW,'000ONUT) SY YES 216.00043 SOIL RETENTION BLANKET(STRAWCOCONUT)(B)OOEGRADABLE CLASS 2( SY YES 2160:005 SOIL FILLED TURF REINFORCEMENT MAT(LANDLOK460) SY YES 21600006 SOIL FILLED TURF REINFORC€A NT MAT(PYRAMAT 76) SY YES 2e0-03010 REMOVAL OF NESTS HR YES 24040020 NETTING SY YES 304-06000 AGGREGATE BASE COURSE(CLASS 6) TON YES 304-06009 AGGREGATE BASE COURSE(CLASS 6XRECYCLEO CONCRETE) TON YES 304-08000 AGGREGATE BASE COURSE(SHOULDERING) TON YES 304-09100 AGGREGATE BASE COURSE(SCREENED RECYCLED ASPHALT PAVEMENT) TON YES So(kotaton s B2500148 Pap 21 Item No. Item Description Unit Can Contractor Perform the Work? (Yes or No) 304.10000 AGGREGATE BASE COURSE(SURFACE GRAVEL) TON YES 40333641 HOT MIX ASPHALT(GRADING S7(100XPG64-221 TON YES 403.34841 HOT MIX ASPHALT(GRADING SXN 100NPG 6422) TON YES 403.34642 HOI MIX ASPHALT(GRADING SX1110014PG 64.22XPA!CHING) SY YES 40341851 HOT MIX ASPHALT(GRADING SX(1100NPG 64.26) TON YES 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 1 YES 412-00900 CONCRETE PAVEMENT(9 NC„( SY YES 41244999 CONCRETE PANEL REPLACEMENT(9INCH) SY YES 412-05000 PARTIAL DEPTH REPAIR OF COTE PAVEMENT(SPALL REPAIR) SY YES 412.05001 CONCRETE PANEL REPLACEMENT(11 INCH) SY YES 412.16000 CLEANING AND SEALING CONCRETE JOINTS LF YES 420-00140 GEOTEXTILE(DRAINAGE( SY YES 420-00521 GEOGRIO RENFORCEMENT ITENSAR INTERAX-NX650) SY YES 506.00330 GROUTED RIPRAP(9 INCH) CY YES 506.00031 GROUTED RIPRAP(12 INCH) CY YES 506.00032 GROUTED RIPRAP(18 INCH) CY YES 506.00209 RIPRAP 19 NCH( CY YES 506.00212 RIPRAP 1121NCH) CY YES 506.00218 RIPRAP(18INCM) CY YES 506-00409 SOIL RIPRAP(9 NCPO CY YES 506-00412 SOIL RIPRAP(12 IND4) CY YES 506.00418 SOIL RIPRAP(18 Ne11 CY YES 50740000 CONCRETE SLOPE AND DITCH PAVING CY YES 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY YES 50740350 GROUTED RIPRAP SLOPE AND()ITCH PAVING CY YES 507.00400 ASPHALT SLOPE AK)DITCH PAVING TON YES 50740550 CONCRETE L WED DITCH LEO YES 50943300 FIELD WELDING(AWS CERTIFIED)(AWS D1 5 ENDORSEMENT( HOUR YES 509.90015 FELD CLEANING AND PAINTING OF STEEL SF YES 512-0)125 MAINTENANCE OF BEARING OEVICE HOUR YES 515-03120 V/ATERPROOFING(►EMBRANE) SY YES 51844010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE(STRIP SEAL( LF YES S01K1L)O l a B2500148 Page 22 Item No. Korn Descrlpuon Unfit Can Contractor Perform the Work? (Yaw or No) 516-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA YES 5184340Z0 BRIDGE EXPANSION DEVICE REPLACEAENT(ASPHALTIC PLUGXTIIORMA•JOINT N3 ICHES•8 LF YES INCHES TKO() 518-0I030 BRIDGE EXPANSION DEVICE REPLACEMENT(STRIP SEAL) IF YES 518-04031 BRIDGE EXPANSION DEVICE REPAIR(STRIP SEALHNEOPRENE GLAND ONLY) LF YES 601.03000 CONCRETE(CLASS O) CY YES 601-03001 CONCRETE(CLASS ONENCASEMENTI CY YES 601-0d021 CONCRETE CRACK REPAIR(HORIZONTALNERTICAUOVERHEAONDAYTON SUPERIOR SURE LF YES ANCHOR(J511 601 06151 CONCRETE PATCHING(140RIZONTALNUP TO 4 INCHES THICKXDAYTON SUPERIOR HO 50) SF YES 601-06152 CONCRETE PATCHING NERTICAUOVERHEAONUP TO 4 INCHES THICKXDAYTON SUPERIOR SF YES HD 25 VO) A01-06170 CONCRETE PATCHING(HOLE)(M L'OSF ORIZONTALNERTICAVERHEAD;IUP TO 12 NCHES YES THCKKDAYTON SUPERIOR t0 25 VO) 60140303 FIELD CLEANING AND PAINTING Of EXISTING CONCRETE SF YES 601-41000 CLEANING AND SEALING OF VERTICAL CONCRETE JOINT 10-3 INCHES WOE) LF YES 002-00000 REINFORCING STEEL. LB YES 002.00020 REINFORCING STEEL(EPDXY COATED) LB YES 603.01150 15INCH REINFORCED CONCRETE PIPE IF YES 603.01180 18 INCH REINFORCED CONCRETE PIPE LF YES 603.01240 24 INCH REINFORCED CONCRETE PIPE LF YES 603-01360 36INCN REINFORCED CONCRETE PIPE LF YES 603431420 42INCH REINFORCED CONCRETE PIPE IF YES 60341460 48 INCH REINFORCED CONCRETE PPE IF YES 603 01545 54 NCH REINFORCED CONCRETE PIPE IF YES 603.02100 2304 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE IF YES 603-02101 23 x 14 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) IF YES 603-02240 30■19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE IF YES 603402241 30119 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE(CLASS 4 STRENGTH) IF YES 003-02270 32.22 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE IF YES 00:-02272 3242 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION LF YES 003472300 3844 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE IF YES 003.42300 4549 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE IF YES 603-0238' 45.49 INCH HORIZONTAL ELLIPTICAL RE41FORCED CONCRETE PIPE(CLASS 4 STRENGTH) IF YES Soho/Son N B2500148 Pogo 23 Item No. Nsm Desolation Unit Can Contractor Porform the Work? (Yes or No) 603.06015 IS INCH REINFORCED CONCRETE ENO SECTION EA YES 603.05018 18INCH REINFORCED OONCRETE END SECTION EA YES 603.36024 24 INCH REINFORCED CONCRETE ENO SECTION EA YES 603.06036 36 INCH REINFORCED CONCRETE END SECTION EA YES 603.06042 42 INCH REINFORCED CONCRETE END SECTION EA YES 603.06048 48INCH REINFORCED CONCRETE END SECTION EA YES 603.06054 34 INCH REINFORCED CONCRETE END SECTION EA YES 603.06118 21/4 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION EA YES 603.06124 30x19 INCH HORIZONTAL ELLIPTICAL REINFORCED CONCRETE ENO SECTION EA YES 603-05130 38x24 INCH►ORIZONTAL ELLIPTICAL REINFORCED CONCRETE END SECTION EA YES 60345136 43x29 INCH HORIZONTAL ELLIPTICAL REIrFORCED CONCRETE END SECTION EA YES 603-10150 IS INCH CORRUGATED METAL PIPE(ALUMINIZED) LF YES 803-10180 181NCH CORRUGATED METAL PIPE(ALUIINIZED► LF YES 603-10240 24 INCH CORRUGATED METAL PIPE(ALLNINIZE01 Lc YES 603-10380 36 INCH CORRUGATED METAL PIPE(ALUMINIZED) Li YES 603-10480 481NCH CORRUGATED METAL PIPE(ALUMINIZED) LF YES 603-10540 St INCH CORRUGATED METAL PIPE(ALUIIINIZEDI IF YES 603-3C015 15 INCH CORRUGATED METAL END SECTION(ALUMINIZED) EA YES 60130018 18 INCH CORRUGATED METAL END SECTION(ALUIIZED) EA YES 601-30024 24 NCH CORRUGATED METAL ENO SECTION(ALUMHZED) EA YES 601.30036 36 INCH CORRUGATED METAL END SECTION(ALU.tNIZEDI EA YES 603-X048 4$NCH CORRUGATED METAL END SECTION(ALUINIZED) EA YES 60143054 S4 INCH CORRUGATED METAL ENO SECTION(ALUMINIZED) EA YES 60}70004 4 INCH PLASTIC PIPE(C-930 PVC) LF YES 603.50006 8 INCH PLASTIC PIPE(C•9:0 PVC) IF YES 60}50)06 8 INCH PLASTIC PIPE(C-900 PVC) LF YES 803.50)12 '2 INCH PLASTIC PIPE(C-SCO PVC) IF YES 803.82010 tO INCH DUCTILE IRON PIPE 1315 PSt) LF YES 803-62012 '2 INCH DUCTILE IRON PIPE 1315 PS4) IF YES 603-82014 '4 INCH DUCTILE IRON PIPE 131$P541 LF YES 603.82018 '8 INCH DUCTILE IRON PIPE(315 PCI) IF YES 606.00302 GUARDRAIL TYPE 3(31 INCH MIDWEST GUARDRAIL SYSTEM) IF YES Sam tatai a 6250o148 Page 24 Item No. Itan Description Unit (Yes Contractor Perform the Work? {Yes or No) 606-01340 END ANCHORAGE TYPE 30 EA YES 606-01370 TRANSITION TYPE 30 EA YES 606-01400 TRANSITION TYPE 8R10M.GR3 EA YES 606.02008 END ANCHORAGE(MSKT TERMf4ALl NONFLAREO) EA YES 606-02009 END ANCHORAGE(MAX-TENSION TERIMINALkNONFLARED) EA YES 603-11037 BRAE RAt TYPE 10R MASH LF YES 607-01015 FENCE(5-STRAND BARBED WIREXTEMPORARY) IF YES 607-01020 FENCE(5-STRAND BARBED WIRE)(PERMAAENT) IF YES 607-11525 CONSTRUCTION FENCE(PLASTIC) IF YES 612-0000O RETROREFLECTOR TAB EA YES 612-0070' DELINEATOR(TYPE IXSHUR-FLEX) EA YES 612.00002 DELINEATOR(TYPE IIXSHUR-FLEX) EA YES 612.00003 DELINEATOR(TYPE IIIXSHUR-FLEX) EA YES 614.00011 SIGN PANEL(CLASS I) SF YES 614.00012 SIGN PANEL(CLASS II) SF YES 614.00213 STEEL SIGN POST(2 INCH x 2 NCH SQUARE POST) IF YES 615-65005 IRRIGATION DIVERSION STRUCTURE EA YES 618.30449 TRASH GUARD(SPEOAL) EA YES 820.00020 SANITARY FACLITY EA YES 625.00001 CONSTRUCTION SURVEYING LS YES 828.00008 MOBILIZATION EA YES 627-00001 PAVEMENT MARKING PAINT GM. YES 627-00008 MODIFIED EPDXY PAVEMENT MARKING GM. YES 630-00100 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERSNMNDR ENCROACI4MENT) DAY YES 630.0)101 TRAFFIC CONTROL-SIGNS ONLY(NO FLAGGERSNROAD CLOSURE) DAY YES 630-0)102 TRAFFIC CONTROL-SIGNS AND FLAGGERS(LANE CLOSURE) DAY YES 630-8 370 TEMPORARY CONCRETE BARRIER LF YES 6306)400 PORTABLE MESSAGE SIGN PANEL DAY 1 YES 630-8504I MOBILE ATTENAJATOR DAY YES 63090404 1 INCH X 4 FOOT A 4 FOOT STEEL ROAD CROSSING PLATE DAY YES 6310-90406 I INCH X 4 FOOT X 8 FOOT STEEL ROAD CROSSING PLATE DAY YES 6W 90612 1 INCH X 6 FOOT X 12 FOOT STEEL ROAD CROSSING PLATE DAY YES Solic(tatun II B2500148 Page 25 Item No. Item Description Unit Can Contractor Perform tho Work? es or Not i46700.70010 FA MINOR CONTRACT REVISIONS FA 000'00* 700.70010 PA SUBSURFACE UTRJTY ENGINEERING 1511E) FA Y20'030"00 700-95000 FIA BIOHAZARD CLEANUP FA Y20.000 OW 924-00170 PROCESS COaiTROI TESTING FOR ITEMS 200.206 304.XIS 803 DAY YES Sok'Union a 82500148 Page 28 Cost increases for annual renewal must be consistent with the Consumer Price Index for Denver-Aurora-Lakewood. Price adjustments for annual renewal will be implemented with execution of annual renewal contract. Weld County reserves the right not to renew if the cost increase is not justified or consistent with the price index. NOTE: The following are items of work to be completed by Weld County: 1. Materials Quality Acceptance (QA) and Independent Assurance (IA) Testing 2. Construction Inspection_ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal B2500148 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F - Insurance and Bonds 6. Acknowledgment of Schedule G - Weld County Contract 7. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals. to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item � Entry Company Name: 72Al Cons, h&ctbrs „d. Address: Po Ar 334 338 Grub, Co 80633 Phone 17o-3Ya- El21 Email: �cxii,,e. i c/t Co�sfrKtd•�s . co At_ FEIN/Federal Tax ID #: gK-/l8402 CONTRAC OR:iz _ ziBy: 1 Q filg-rf.atureDteof Name: �_.i c MA Title:• t(ce FFc.s4d cd Solicitation#B2500148 Page 27 Schedule H -Forms Due with Proposal All forms in Schedule H - Forms Due at Proposal Submission must be completed and submitted with your proposal response Failure to complete and provide all forms during the Proposal submission will result in your Proposal being considered non- responsive, which will eliminate the vendor from consideration of award. The forms in this schedule are: 1. Bid Bond 2. IRS Form W-9 3 Title 49. CFR, Part 29 Debarment and Suspension Certification 4. Certification of Compliance with Equal Opportunity Clause Requirements 5 Anti-Collusion Affidavit(Form #606) Sohcitaton tt B2500133 __ Page 47 Bid Bond 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract KNOW ALL MEN BY THESE PRESENTS, that we. TLM Constructors,Inc. as Principal, hereinafter called the Principal, a co Corporation [corporation. partnership, or individual] duly authorized by law to do business in the State of Colorado, and RLI Insurance Company [Surety Company Name], a corporation duly authorized to do surety business under the laws of the State of Colorado as Surety, hereinafter called the Surety. are hereby held and firmly bound unto Weld County, Colorado as Obligee in the penal sum of Five Percent of the Total Amount Bid Dollars (S 5% ), lawful money of the United States of America. for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly to these presents. WHEREAS, the Principal has submitted a Proposal dated January 9 _, 2026 for the 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services Contract, and if selected as the Contractor on this Project. the Principal and Surety are firmly bound and jointly and severally liable to the Owner in the penal sum described above. WHEREAS, the Owner has required as a condition for receiving said Proposal that the principal deposit with the Owner either a certified check equivalent to not less than five percent (5%) of the amount of said Proposal or in lieu thereof furnish a Proposal Bond for said amount conditioned such that in the event of failure to execute the proposed Contract for such construction if the Contract is to be awarded to him, that said sum be paid immediately to the Owner as liquidated damages and not as a penalty for the principal's failure to perform. The above obligation is void if the Principal enters into the Contract within sixty(60)days of selection of the Principal, negotiates any final terms and conditions in good faith, and has furnished all required documents for issuance of the Notice to Proceed, unless time is extended by Weld County. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this §k day of January ,2026 the name and corporate seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representative pursuant to authority of its governing board. Principal: TLM Constructors,Inc. Signature:} Title:Jaodon Mills,Vico-President ATTEST. By: AA lq'th,, Solicitation it B2500133 Page 48 Surety RU Insurance Company Signature: �C. t Title:Sarah C.Brdwn.Attorney-in-Fact ATTEST: f\itt4i By: Lindsey1di tillo,Surely Witness a����N��.��CE,,,,',� .�`gJ ..COyy ¢:•c oPoM�';Ty 4. SEAL Soliatation#B2500133 Page 49 POWER OF ATTORNEY R1.1 Insurance Company Contractors Bonding and Insurance Company 9925 N.Lindbergh Dr. Peoria,IL 61615 Phone: it00.645.2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed.but may be detached by the approving officer if desired That RI.1 Insurance Company and/or Contractors Bonding and Insurance Company. each an Illinois corporation. (separately and together,the"Company")do hereby make,constitute and appoint: Todd D.l3engtbrd.Sarah C.Brown Donald E.Appleby_Mark Swetggrt.Grace Rasmussen_Alissa Cahalan.A.shlea McCaughey. Lindsey Minutillo.Connor Obcrg.jointly or severally in the City of Greenwood Villaee .State of Colorado its true and lawful Agents)and Attorney(s)in Fact.with full power and authority hereby conferred. to sign.execute.acknowledge and deliver for and on its behalf as Surety. in general.any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( S25,000.000.00 ►for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company. as applicable. have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force.to-wit- -All bonds,policies.undertakings. Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President.Secretary,any Assistant Secretary.Treasurer,or any Vice President.or by such other officers as the Board of Directors may authorize. The President. any Vice President. Secretary. any Assistant Secretary. or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies.undertakings.Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF. the RLI Insurance Company anchor Contractors Bonding and Insurance Company. as applicable. have caused these presents to be executed by its respective Sr. Vice President ,%1:h its corporate seal affixed this I tith day of September , 2025 . ,,,n."w., RLI InsuranCC(um pan% ;d.°... s "� CEC`o, Contractor.Hording and In nee Company •°•'p�1OR1f pa3:0:0t 4are...p'l'y- t Y. . @ gy to•, F'.•a I..e. % SEAL ? Gric Raudins Sr.Vice President Stateof()ttui , .t`.he", • ��'-,LiNOcB .rr`� } SS County of Cuyahoga CERTIFICATE On this 18th day of Scntember . 2025 , before me.a Notary I. the undcr,►tgned officer of RL1 Insurance Company and or Public,personally appeared Eric Raudins ,who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attaches/ Power of Attorney is in full force and effect and is officer of the RI.1 Insurance Company and,or Contractors Bonding and irrevocable. and lunherirore, that the Resolution of the Comm,' as lnsuraacc Company and ackituwkdged said instrument to be the''olunlar) set forth in the Power of Anoint". is now in force. In testimony act and deed of said corporation. whereof. I hay a hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance �1Company this 8th day of January . 2028 . Arthi- By: t_..- '` £ . Kit Insurance Company till A Seim Notary Puhli, Contractors Bonding and Insurance Company 1 ^^~..•,, �y/i I..•tfCO '�" t+.worc r VI IL 0 . ... Brfry' 4 VLW4/�+ ry e.....«a ma Chnstina Dean Corporate Secretary „. Uw_v:. A(iOS%I)19 Ft,. W..9 Request for Taxpayer Grvd form to Ute irks. tutor 20241 Identification Number and Certification requester.Do not Oepars+4nr d se'Trump( send to the IRS. Oo to srw .ihugov.'FormW9 for instrucbons en0 tiro latest information w 'Moroi Re.e'W Srru Before you begin rim guidance related to The pt.rpose of Form W-9 see Propose or far*,below I Name or er'rnprrvsreual &'o-rry rt requreo,For I WAN vr;v dor Or aaregerOod at Iv Isle'me u.r,erres'.a+e.y^s^e' am asks'$Gesso ls+ega.sal rdtt's nerve r.In,2 1 TIM Constructors,Inc. �_ 2 fig nar4 erg rMO emir Milne i Orsin,'cm shore do c6 30 Chock fro swop*** e krr'Isaacs ta.daaaSc.d on ci t nil 4ntay:tor1r utl Arwso name es enteral oh one t Check 4 Emnora gorse aCCJy onti 10 en. One:/t►eresiow,sa sorer hoses. (dies.,ovree rotrgsn0,ees 8 u na..0.ttrsou atwr w Qrr wowor G c or S corpbion ❑ sip nartna. t^Al WLtte see...err Ones m page a CItLC Ens r1 Nisdasa/kaeon IC r C eorpernttn S=S avircrahon P a Pennennpl .�eewpl:.oyes?:sae II ant --- __. Not*oneck true LC'oor abort and in ro troy spice.eras Ire.CCrrronshs coos It; y a Sh to the his ! gefulloftan as me ILC.Loins r rs a dettror036 p M Nry A derega'd artay sr144d•^i'aal:Mr],Tv aPOrcgrW rh e Essne0Lon dn Fo•eipr'ACteorr Tu DCA rot TOW layweefon or is OwrW CogaVAeroe Act.rArc.L)reponry f4 ❑ cow bee 4tletrctolq cols 0t arryl Y rlb II an Ire 3e you created Ic rtr'u,,n Cr 1 ust/eau*'Or Chtti'o'LLC fro a'te'ert'ir-as is tat:lssartcatICr' As'G+tti+a tceoenb nsaveUnw: WO yen rise pthiOrq th.,tarn to a prtnersrtp_trust.of.11.1e m retch yak•new an rr.-orsho sores) ...reach era hoe a ON haw en,honors wirers tannoy.►annoy.or barACemi s See natn,CtrGN 0 x:ra'w the Unit."'3:4 st I ,+ 6 Address hunt.,.*got rod apt or wile no Soo tee xhort% i Praeste s^a-o ago sooners.;ootbrvt P.O.Box SOS .I e Cry irate an,?p cC+d Swink,CO 81077 _ r 1st detour*s.riperxr'err.Im rc,--e, Part I Taxpayer Identification Number( IN1 _ _._. Social security rwinb4r ..., Enter your TIN r cepr the ep[riate tot This TIN crovicte f must snatch erne name over on line I to avoid J��_ b_ bacuua orethclaing for indiwduels.this.s generally yes../social security number ISSN) however.for a resident es n sole proprietor. a disreroed entity see The 41V/both:es for Part'.tater For orbs/ _ _ ll eivtt cis.it is yen,'r4^fi ursi cfdrt ic-ntioo rhrrt r IEINI ll you do hit have a nur .leer.tee Hoe to ger r► Pk Weir T lmOleyer ICeneAosdors nurser Note:c the account is rt^'Ore Char one name.see the instructions for erne I Sere also sinter Name rid .--- y . Number To e brit•Rtytiester for gtidesre5 jar w''ohe nuripe r to enter $ 4 -l 1 1 8 l(Age IT 0 2 6 t Part II Certification under penalties of pe'F.ry.I wary that. 1.The rurnber groan cut Mrs ton"a my correct taxpayer rrtentdr.Ucn number fix I am*agog hit a rumba to De Issued to rnei:and 2.I am rot sublcct to twaup withrokhtg because Oki 1 an exempt fro n backup witrhardsg,or gip)I here rot been notified by the Interne Revenue Se i ce IIRS)Mal I am si.b►oct to backup wetl+hokfey as a'own of a falure to report Sr Irt$iest Or dnrcicrd5.or;e;the IRS has rotrfed rho that I are ro k.alo..t.ee.-t to the sup ws.Mtrokl.q:and 3 I om a U.S.citizen or other U S pu7on Idaiis d below).and 4.The FATCA codol.i imbibed on the form I4 any!imitating that i am exempt horn MICA reporting is correct. Certification User/unions.va,trust aria out tern 2 above a you have teen't00be0 by TO IRS Ow you se ouma+0i subject to(=kLO ws:Ktadrng be sass you l'a.e Mod 10 report at Irtarest and drrdrxts on your tax return For roof estate tmsactons.tem 2 dues•rot nppty For sties toads Interest;rant acquisition or sba Xrv-mrC of soCisoo property canodlaDen 01 debt.contntx,t►ons:o an r ve.aai reire'rfet arra-+lement IRA.anc.generaly peymers other than reeve:t se':,a:derds,)ct:are'+Ct required to sign Me orsficiror,bi t y m nt cu at pronto,out ccroct tit. Sac the rtuCors for Part II.Later Sign 31gnstart of — Hare US.parson a/4 /9 Z/Letten f i d----_ /o.„, 2625 General Instructions Nee Ire 3o has Oren added to This tan.A now-through enley s 'egueed to compeers Thu Zing to indicate That it tat drool u txtevut Skc-s"ratteehi.era are to 4'e;r•terr'e 1r.Mt.e Code unless otherwise 'mew partners.owners.or beneficiaries when n provides The Fcrne 1y y ruled to another tow-Ivo-go entity In which:t has an oererwsp ranrest Tt.s Future developments Fce Vie Iatiast rtorrhasCdt about Oe reiCprlent8 charge s ntended to provide a rims-through entity with intCrryti0- rt4tlted to Hush W-D and its rrsst't.C1k ns.such 35 loglskabo'enacted regordryg the status of es indirect foreign partners.owners,or arta'Stay Nero ptitel-ed go to ewe✓s yov-,FonrtW9 fYnercarties.so that 4 C-0n satisfy arry%o'Cable nhoortel requirements.For example.a pernershp that has ar,Ina-ece lcragn What's New partners nib be regtireo tO Ccmprett SCNGh K-2 and K 3 see The partnership irsto..cbc s for ScPueduses K-2 and R-3 form 1065. Lrei Sec r,rs beer r*odfeC W CIanry hiss a Jaregarded entity Completes this Me An LLC that,s a daregarded entity shakd check tyro Purpose of Form aap'vpr•ate boa lot the ttex dusstrtabon of its owns OTanIfse.4 slu Jd crock the'LW'boa and enter its aperoprdre tax classification An rdivdjwl o'entity(Form W-9 req..eyta)who is required to hie a- rdor-nation'eb.m with the IRS,s gang you the term because thou Cur No •1t3l. sec-W-9lsev I:':2i, Entity infonnation TLM CONSTRUCTORS, INC. •Active Registration Unique Entitynl �tD CCAGE/NCAGE E !atian Date LRU3BKMHDAY4 OGVC2 Oct 39,2026 Physical Address Mailing Address 102 C ST PO Box 336638 Swink,Colorado Greeley,Colorado 81071-5012,United States 80633,United States Purpose of Registration All Awards Version Current Record V Title 49. CFR, Part 29 Debarment and Suspension Certification (To be signed by authorized signatory of Bidder/Proposer) The undersigned, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. • Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past 3 years. • Does not have a proposed debarment pending. • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any manner involving fraud or official misconduct within the past 3 years. • Has not within the past 3 years had one or more public transactions (federal, state, or local)terminated for cause or default. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of Award but will be considered in determining Proposer's responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. Date: /-9. 20t 6 s_ ignature pp !� % ;hi Title Solicitation#82500148 Page 52 Certification of Compliance with Equal Opportunity Clause Requirements (To be signed by authorized signatory of Bidder/Proposer) The Bidder/Proposer certifies that(1)fiL J/sheJ has Le has not developed affirmative action programs on file at each establishment pursuant to 41 CFR§60-4 and(2)(itei /she]has has not participated in a previous contract or subcontract subject to the equal opportunity clauses.as required by Executive Orders 10925, 11114.or 11246, and that, where required,fit/he/she)has filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance. a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date' ,.,/- Q 2026 Bidder/Proposer Name 3A lliIfs Signature: _!C , _.. Title: 1/4'K 1-i(s Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b)(1))and must be submitted by BidderslProposers only in connection with contracts which are subject to the equal opportunity clause Contracts which are exempt from the equal opportunity clause are sel forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently. Standard Form 100(EEO-1)is the only report required by the Executive Orders or their implementation regulations. Proposed contractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1)prevents the award of contracts unless such contractor submits a report covenng the delinquent period or such other period specified by the Federal Highway Administration or by the Director.Office of Federal Contract Compliance, U.S. Department of Labor. Solicitation#62500146 Page 53 Anti-Collusion Affidavit (Form #606) WELD COUNTY •• r 25o0Iyg ANTI-COLLUSION AFFIDAVIT I area nem Rot I am the person reepordate relhn my firm for the trod decision as to the price(s)and amount of this al or,d not that I have*Mon auhaaateen,anciosed Wardeen Mom tilt person to mete the stmemeres let out beam on ha or her behalf and on behalf of my firm I lurthw cowl that I The price(s)end*maul of Ihs bid here been armed al+ndeoenderrdy without consubbat conrnunicat r+or ays rant for the purport or Ma 11M effect of madam conpethon Ma any other frm or person who et a baler or potanbal prima bade( 2A Nether the pnoe(s)rot to amount of this bid have been disclosed to any odor km or person who Is a bender or acerb*prime bdder on this p OOCI.and vat ea to so disclosed prior to bid ooreig 28 Nether the prices nor the amount Cl the bid of any other firm or personnel*is a War or paternal game bidder on Nis aged have been drscbeed to me or my firm 3A.No aaernot hes been made to sdiwt cause a induce arty firm or person rain is a balder or Mental prime bider to *Aran tram biting on 11ss project or to e+.bmM a bd hgher dun tie bid o1 Pis frm or any mtansonstay high or non compeetbe bd or direr lam d compemer ary bid 38. No agreement has boon promised or sotcdod for arty od'ar firm or parson*Po a a bdder or potantial prima bidder on as promo to alma an rmnbonaly high,noriwr entve or other icam of ocremsynertaiy bud on Its mood 4 The led of my tams rn in good M.yr and not pursuant to any consulabor>cormr.nicabort agreement a dscutarcn MRh,or 1ddueomart;or takitatkn by a born army firm or person to submit any ntentcridy high.noncom. petrb+0 a caber form of cernplerneetery bad 5 My fern has not offered or e of rod nto a subcontract or agreement regardng the purchase or sale of motonals a evokes from any Inn of parson,Or offered,promised or pad cash or amythng of villa°to any firm or person, *nether in oennecbon wet tlrs a entr oilier promo,ii consider/ton for an agreement or promise by any firm or person to refrain born adding or to subunit any inleraonaly hqh.nancuvnpelbee a WON fo-n of wnplerrrsrtay bid or agreeing or promising to do so on his project 6 My urn Ilse not acoet eed or been prom eed any sabcantraa a*yeomen rogardrg the sale of matanels or services to any firm or parson,and Ara not bran promised or paid coon or on Abell of value by any brim or person. &other in oo(nrecaon nett this a fey oast project,In oonsderelon for my firma submarp arty ntenuonaly hgh. na+compoowo or other torn of complorrontary bd.or agreeing or psonwing to do to on as project 7 I rvsv*nab a aged inqury of el members,officers errisioyees,and agervs of my fern wth resporebates rotating to the peparabon *°°(Hirst a submission of my firms bd on this project and hate been*awed try each of therm that he or she has rot p*roopalad in any 0orrrmanc4I n mnWlalian ditcuasan egreentert cotuuon,or od'er conduct reconsstent Math any of the tmatomonts and repressed:mons node n OW affidirvt 8. I understand and my fern undeisprid►Ihat try rrmattarraml on ars affidavit s and chat be treated as a frauds eft concealment from Weld Carey.a *are hats raiding b ei r sasior+of bids for the contract I DECLARE UICER PENALTY CF PERJURY IN THE SECOND DEGREE AtiO ANY OTHER APPLICABLE STATE OR 1-EOERAL LAWS,THAT TIE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO Tt•E BEST OF MY KNdMEDGE _ _ t ` �IN 4•tat 4" COAsttr.r.r.TO t 4.tt. vet Prtfahaf ....rvir�..�r...._ ...., . ir• to befero mmo the 9)4 -- r say ofgantia 20 Z e0 WANOA At WEINRtrlGtl ss...... 2 t?r(((( 2028 NOTARY PUBLIC•STATE Of COLORADO COMMiNOTARY ID 20084009576 TE:This document must be signed in ink MY S5hON EXPIRES MAR 22. 2028 4451•sew NM V.0 Figure 2 Anti-Collusion Affidavit Form Solicitation#132500148 Page 54 COVER LETTER 1/09/2026 Dear Weld County, TIM Constructors Inc, is a fan* Owned and Operated Buisness, our main office is located of 3400 16" Street. Terry Mills started HLM Contructors in 1978 with his partners in Swink CO.In 1991 Terry bought out his partners and started TIM Constructors Inc. In 1993 Aaron Milts joined the company and started work as a laborer, he quickly progressed through the ranks and pushed hard to grow the company. In 2001 TIM outgrew the Southeast Corner of the state and Aaron decided to open an office in Greeley as well. Our first project in Greeley was constructing the intersection at 23'd Ave and 29" Street. Since 2001 we have dehgently worked to bring quality work to the Greeley area and become a superior place of employment for Greeley Citizens. We predominately perform work for COOT. specifically regions 2 and 4, in Northern Colorado we have recenttycompleted projects for Firestone, Lorimer County, Loveland, Lochbuie. CCWCD, Philips County, Morgan County and Weld County. We have Maintained healthy relationships with both Weld County and PPRTA (El Paso County). we have held the Weld County Bridge Maintenance Contract Since 2020 and have had an on going Maintenance Contract with PPRTA since 2015. TIM takes pride in being able to self perfrom 75%of the work on majority of our projects. with our diverse expertise we perfom. our own Excavation, Earthwork, Fine Grading, Dewatering,Concrete Paving, Concrete Flatwork, Curb and Gutter. Structural Concrete. Falsework, Reinforcing Steel. Bridge Rehabilitation. Sow Cutting, Remolition. Storm Structures. Set Pre Cost Concrete. RCP, CMP, HDPE, Water Line Installation, Joint Sealing, Temporary Striping, Temporary Barrier and HMA Patching.Our strongest points of Construction involve Structural Concrete. Excavation and Bridge Rehabilitation. We hove heovely invested into both our employees and equipment to use up to date technology such as GPS operated equipment on our projects. We hove a strong amount of experince as a team with a combined 80 years of experince in Project Management and 125 years of experience with our Superintendents. TIM Constructors offers equipment and knowledge of a larger company but provides care and attention that only a small family owned and operated buisness con provide. We give all of our projects the attention they deserve regardless of the size or location. Sincerely. dt— Jaedon Mills TIM Constructors. Inc. 970-301-0043 jaedon@tlmconstructors.com PROJECT SCOPE Self-Performed Work on the Maintenance Contract Project Management • Scheduling of Crews. Sub and Trucking • Utility Coordination • Material Submittal and Ordering • Budget Management Demolition • Saw Cutting, Dust Mitigation and Slurry Clean Up • Removal of Concrete. Asphalt and Structural Steel and Disposal of Debris • Removal of Trees and other natural objects Earthwork • Verifying limits of removals and cross-checking elevations • Structure excavation and Structure Backlit, Fine Grading • Clearing and Grubbing,Installation of Top Sod • Roadway Grading and Compacting • Install of Fitering Materials and Dewatering Concrete Work • Forming, Pouring, Finishing, Stripping and Grouting Structural Concrete of all sorts • Forming. Pouring. Finishing and Curing of Concrete Flat work • Forming, Pouring and Finishing of Curb and Gutter • Forming, Pouring and Finishing of Irrigation Structures Miscellaneous • Site Clean up. Removal of Trees. Painting HMA Patching Sub Performed Work • Erosion Control-AN Cowboy • HMA Paving-Martin Marietta • Striping-Kolbe Striping • Traffic Control-NOCO Barricade • Surveying -King Surveyors ABOUT OUR COMPANY TLM Constructors LLC 3400 West 16'^Street, Bldg. 0 Greeley. CO 80633 Phone:970-346-8323 Fox:970-346.8324 jaedon 4 tlmconstruc tors.com https://ttmconstructces.com YEAR ESTABLISHED: 1 991 NUMBER OF EMPLOYEES: 40 Qualifications: COOT Prequalitication for$10.000.000.00 ABOUT US: Building Colorado's Future Since 1991 For more than three decodes, TLM Constructors, Inc.has proudly served as o trusted regional contractor across northern and southern Colorado.As a family-owned and operated company.we've built our reputation on honesty.craftsmanship.and a commitment to delivering every project with exceptional quality and on-time performance. From our headquarters in Greeley to our southern division in Swink. TLM Constructors brings local expertise and o hands-on.customer-focused approach to every job.Our team of approximately 40 highly skilled professionals is equipped with advanced technology,modern equipment. and industry-leading training—ensuring safety. precision, and efficiency on every project site. At TLM Constructors Inc., we don't just complete projects. We build relationships, strengthen communities. and deliver results you can Count on. PROJECT EXAMPLES PROJECT NAME DESCRIPTION Jt';•. JUkATtON Remove EAnMg Brrdgc Install 120 if ul precast 12xb Boa Culvert.lower 140'of.5" FW k+t WCR20 Uv«e Coat RicJSJe fW ltnAirte HMA Poving Cvs1 in Place The T7+vrt of 1 Months S1.100.00)00 Ditch 113 r CUvext Respkx a etseeN W,i Q and i4eodwIIs Rebcate r morcx,s Fte:lonC Lit t1 s Weld County Bridge w?nova het i and Montane the Weld 'larWvt C;Ontroc:t ►vwmte tonce C cnfro t C.axrly Muir*nor.c a Connocf sane 1020 WE►4 Ca nW 5 yeors Sues Iris OCnRoct is very srnlo so who+we PPRIA BnagnMnrnterconce have been doing vain our County PPR1A ►0 YearsS2.000.000.00• Contto::r Contract Wo hive held this contact Arnuafy since2015 0585 Business Pc**I Replacement Remove __RepkKe 630 COnCrRre CDOT t 20 pays $5.P.50 000.00 Portals.3 50G lows of HMA findge Rend) ROLES AND RESPONSIBILITIES NAME !i' RES'OI+SW ES AarcoN%OK i'1C",kiefl" Barirne61 MOnGc omen$C>r.0 fihmaling Project rvlarsayerrent Su094)ntee4lent,QvQI,ty(;orshcA.4cwrprnen!Agcu ikon. Joe(Son Mils Vice Poe-xfenl c)t Ooeraliuns Eshrru*nrj Worwu weirvaK:h CFO $R.Certified Fvyroll ACc[n,ntnp F y1e Cl/Wei Ploiet.,r%b ann9er Nap:.PAW,Wegnenr cold Estrn:tMuj Haney De ilnw C'.enerc/Surxtrr,rerwient Prt> :1 Mangr rnent.Crrrnq Pro,ects.Ccmtrucriny cur Touc refit. bs Jame Myers Project Enflrnspr SuGmittuls.Sub Puy Ape, Estmatc j Ross AlkworW, SuPennlenient Rurnny P,oft.:ri 84O0 AUpmc Supennlen*ent Rvrrang Prate:h REFERENCES PAST AND PRESENT CLIENTS Mike Bedell Weld County 970-301.0780 Erich Green weld County 970-702-3867 Allen Wood COOT Region 4 970-350-2241 Karl Larson COOT Region 4 719-740-1052 Thomas Pike JUB 970-829-7893 Jeff Meis JUB 720-618-2148 Brandon Schissel Atkins 319-400-1462 Brad Homes Rocksol 970-396-6787 4! ..e.- , li I ...:. a; :...:.i. e, n3 i... a 3 , .,,,_ k, .. .. r; .; n • I ,...,i ;E i . I - + t 1. 11 . 1i1 .+ sA- L et gg f .i �! iii a; Ili F i tl 5E i s ry; hi i III j RA i 1 i t A n R 3 3 $ R C A w a £ C £ e , , a 9 S a a c S S a a 9 9 ? e N z z i z a a - i 3 ,: f g 3 3 i 3 3 3 g s 3 f 3 i e i 3 3 3 3 3 J F F E i l 3 3 E E e E e 3 F u 3 p g l a 9 a a s h 9 i a - a i i a a a a a a 9 l a R A .. S r .. S r 4+ 7 r tir r . o t yy 33 e a `o _ fi 0 I a € n o I 3 u i _ z 1 ° x / _ a g a e 1 . a v n tl o .. ii 9 c x y 2 2 n E u O 1 R. i 04 rQ o o o r so r so N rQ p so so P so o r w ro p so rJ a N so so so - o, p a 2 a a a R 3 3 A 2 R r R d Bond No.RCB0062907 Performance Bond (Page 1 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services KNOW ALL MEN BY THE PRESENTS; that TLM Constructors,Inc. (Name of Contractor) 3400 W. 16th Street,Suite 2-0,Greeley,CO 80634 Address of Contractor) Corporation , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) RLI Insurance Company (Name of Surety) 9025 N. Lindbergh Drive,Peoria,IL 61615 (Address of Surety) hereinafter called surety, are held, and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of seven hundred thousand and no/100 dollars, ($700,000.00), in lawful money of the United States of America, 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 Contractor entered a certain Contract with the Owner, dated the day of 2026, a copy of which is hereto attached and made a part hereof for the construction of: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-call Services described in the Solicitation Number: B2500148 NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, 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 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 of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any Performance Bond (Page 2 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services such change. extension of 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 two (2) counterparts, each one of which shall be deemed an original, this day of 2026. TLM Constructors, Inc. contractor By (Contractor) ecretary J edon Mills,Vice President (SEAL) 3400 W. 16th Street,Suite 2-0,Greeley,CO 80634 (Address) (Address) ATTEST. (Surety) gJortX Amanda Beaman,Surety Witness yia""cEcoyQ. RLI Insurance Company is MAO k•.�c''''N;o'o,,.'' By Lindsey Minutillo,Attorney-in-Fact AeY-in-Fact 9025 N.Lindbergh Drive,Peoria,IL 61615 (Address) 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. Bond No.RCB0062907 Labor & Materials Payment Bond (Page 1 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services KNOW ALL MEN BY THE PRESENTS; that TLM Constructors,Inc. (Name of Contractor) 3400 W. 16th Street,Suite 2-0,Greeley,CO 80634 (Address of Contractor) Corporation , hereinafter called Contractor, and a (Corporation, Partnership, or Individual) RLI Insurance Company (Name of Surety) 9025 N.Lindbergh Drive,Peoria,IL 61615 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of seven hundred thousand and no/100 dollars, ($700,000.00), in lawful money of the United States of America, 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 Contractor entered a certain Contract with the Owner, dated the day of , 2026, a copy of which is hereto attached and made a part hereof for the construction of: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services described in the Solicitation Number: B2500148 NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, 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 thereof, including all amounts due for materials, lubricants, oil, gasoline, 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 Subcontractor or otherwise, 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 the Work to be performed thereunder of the Specifications accompanying the same shall in any way 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 or to the Work or to the Specifications. Labor & Materials Payment Bond (Page 2 of 2) 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services 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 two (2) counterparts, each one of which shall be deemed an original, this day of 2026. TLM Constructors, Inc. Contractor RakC,A) By I :4-- (Contracto Secretary Jaedon Mills,Vice President (SEAL) Not Applicable 3400 W. 16th Street,Suite 2-0,Greeley,CO 80634 (Witness as to Contractor) (Address) (Address) ATTEST. Not Applicable (Surety) Secretary >4JPp1/CECU`< 64 RLI Insurance Company ' ..... .r, ( 22OCt By Witness as to Surety Amanda Beaman Attor e -in-Fact Lindsey Minutillo 5619 DTC Parkway,Suite 1000,Greenwood Village,CO 80111 9025 N. Lindbergh Drive,Peoria, IL 61615 (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners shall 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. POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together.the"Company")do hereby make,constitute and appoint: Todd D.Bengford,Sarah C.Brown.Donald E.Appleby,Mark Sweigart,Grace Rasmussen.Alissa Cahalan,Ashlea McCatighev. Lindsey Minutillo,Connor Oberg,jointly or severally in the City of Greenwood\illage ,State of Colorado its true and lawful Agent(s)and Attorney(s) in Fact,with full power and authority hereby conferred, to sign, execute,acknowledge and deliver for and on its behalf as Surety, in general,any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( S25.000.000,00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds,policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President.Secretary,any Assistant Secretary,Treasurer,or any Vice President.or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings.Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr.Vice President with its corporate seal affixed this I 8th day of September 2025 RL1 Insurance Company a,r„r rrp0. %, _!" ra , '4 , ,, ContractorsBonding and In nce Company • 7%.___,.4., =f-• . SEAL : 5i: : y: :,,�, SEAL: ,' r Eric Raudins Sr.Vice President State of Ohio J •Kuno� " 1 /,l i.I N O,.drfr SS County of Cuyahoga CERTIFICATE On this I8th day of September 2025 , before me. a Notary I, the undersigned officer of RLI Insurance Company and'or Public,personally appeared Eric Raudins ,who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and%or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RL1 Insurance Company and/or Contractors Bonding and Insurance d A:4- Company this day of By: RLI Insurance Company Jill A.Scott Notary Public Contractors Bonding and Insurance Company .. a By: 011U 4V40 ZISLA ;,,,,,, Christina Dean Corporate Secretary 0,1'14502021 AU058D 19 Contractors Performance Capability Statement (Form #605) Weld County Proje`t# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT P500/0 1 List names of partnerships or joint ventures X none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to Weld County. (Attach additional sheets if necessary.) a. Key personnel changes g none b. Key equipment changes t`1 none c. Fiscal capability changes(legal actions, etc.) I$none d. Other changes that may effect the contractors ability to perform work. hone I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS,THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's fine or company name By Date Lf( Con31r4.4.c.11orS -LAG. /-27.2ott itle dw /Je J 2nd Contractor's firm or company name(if joint venture) By Date Title Weld form 0605 1/20 Solicitation#B2500148 Page 62 Assignment of Antitrust Claims (Form #621) Weld County ASSIGNMENT OF ANTITRUST CLAIMS BZ ,,ys Contractor and Weld County recognize that in actual economic practice antitrust violations ultimately impact on Weld County Therefore,for good cause and as consideration for executing this contract and for receiving payments hereunder. 1 Contractor hereby irrevocably assigns to Weld County any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project,goods or services purchased or acquired by Weld County pursuant to this contract 2 Contractor hereby expressly agrees' a That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to Weld County hereunder.Contractor shall immediately advise in writing (1) Such third party that the antitrust claim has been assigned to Weld County. and (2) Weld County that such civil action is pending and of the date on which,in accordance with subparagraph a. (1)above, Contractor notified such third party that the antitrust claim had been assigned to Weld County, b To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder;and c Promptly to pay over to Weld County its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to Weld County hereunder. 3. Further,Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract,Contractor shall require that each such subcontractor a. Irrevocably assign to Weld County(as a third party beneficiary)any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connection with any goods or services provided by the subcontractor in carrying out the subcontractor's obligations to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to Weld County hereunder,shall immediately advise in writing. (1) Such third party that the antitrust claim has been assigned to Weld County, and (2) Contractor and Weld County that such civil action is pending and of the date on which, in accordance with subparagraph b. (1)above,the subcontractor notified such third party that the antitrust claim had been assigned to Weld County, c Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to Weld County hereunder,and d. Promptly pay over to Weld County its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to Weld County pursuant hereto I,acting in my capacity as officer of a bidder(bidders if a joint venture)do agree to the above assignment of antitrust claims. 1N�/AtTa/'�mp,yLry n 3m.�/ :104' /r[ 6abt3f/�a0 ex . .IRC � / �'t 7•ZaGG P e- Res s del Weld Form 11621 1/t0 Solicitation#B2500148 Page 63 ' 1 ACOROJ CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYV) 1/27/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Holmes Murphy&Associates PHONE Velia Mancha FAX 2727 Grand Prairie Parkway (A/C.No.Eat): (A/C,No): E-MAIL Waukee IA 50263 ADDRESS: vmancha@holmesmurphy.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Zurich American Insurance Company 16535 INSURED TLMCONPC INSURER a:Travelers Property Casualty Co.America 25674 TLM Constructors, Inc. P.O. Boxx 336638336638 INSURERC:XL Specialty Insurance Company 37885 Greeley, CO 80633 INSURER D:Berkley Assurance Company 39462 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2067055152 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLT TYPE OF INSURANCE INS!DDL SUBR WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (YMIDDIYYYY) IYM/DDIYYYIn A X COMMERCIAL GENERAL LIABILITY GL0014404110 10/1/2025 10/1/2026 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence) $300,000 X PD Ded:$2,500 MED EXP(My one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X PEC7 X LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP014404210 10/1/2025 10/1/2026 COMBINED SINGLE LIMIT $1,000,000 (Ea accdent) X ANY AUTO BODILY INJURY(Per person) $ OWNED —SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) B X UMBRELLA LIAB X OCCUR CUP6581348125NF 10/1/2025 10/1/2026 EACH OCCURRENCE 510,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION 1 n,nnn $ A WORKERS COMPENSATION WC001404010 10/1/2025 10/1/2026 X MUTE EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? I N NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Leased/Rented Equipment UM00145633MA25A 10/1/2025 10/1/2026 $500,000 Limit $2,500 Deductible D Pollution/Professional Liab. PCADB50293541025 10/10/2025 10/10/2026 $1Mil Occ/$2Mil Agg $10,000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:2026 Bridge,Irrigation,and Drainage Maintenance/Rehabilitation On-Call Services Weld County,its associated and/or affiliated entities,successors,or assigns;its elected officials,employees,agents,and volunteer are an Additional Insured on General Liability,Automobile Liability,Umbrella Liability and Pollution Liability on a primary and non-contributory basis as required by written contract with the insured,per policy terms and conditions. The Workers Compensation,General Liability,Automobile Liability,Umbrella Liability and Pollution Liability includes a Waiver of Subrogation in favor of Weld County,its associated and/or affiliated entities,successors,or assigns;its elected officials,employees,agents,and volunteer as required by written contract with the insured,per policy terms and conditions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County, Colorado ACCORDANCE WITH THE POLICY PROVISIONS. 1111 H Street P.O. Box 758 Greeley CO 80632 AUTHORIZED REPRESENTATIVE USA 0 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Blanket Notification to Others of Cancellation or Non-Renewal ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 0144042 - 10 Effective Date: 10/01/2025 This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. 60* of this endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph B.2. ** of this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1.or Paragraph B.2.above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U-CA-832-B CW(03/23) Page 1 of 2 D. We are not responsible for the accuracy, integrity,timeliness and validity of information contained in the list provided to us as described in Paragraphs A.and B.of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U-CA-832-B CW(03/23) Page 2 of 2 POLICY NUMBER: BAP 0144042 - 10 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: TLM CONSTRUCTORS, INC Endorsement Effective Date: SCHEDULE Name Of Person(s)Or Organization(s): "Any person or organization to whom or which you are required to provide additional insured status or additional insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to loss, except where such contract or agreement is prohibited by law." Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 Coverage Extension Endorsement Z U RI C H THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 0144042- 10 Effective Date: 10/01/2025 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s)or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 6 D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger type", light truck or medium truck is disabled. However,the labor must be performed at the place of disablement. As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and includes an "auto"of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage,we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 6 (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for"loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a.above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 6 If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller(or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered"autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto"unless the"loss"results from fraudulent acts or omissions on your part. If we make any payment to the owner,we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit"or"loss",you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual),a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent,servant or employee of the"insured"to notify us of any"accident",claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. 0 Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 6 This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the"accident"or"loss"arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered"auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto—World Wide Coverage Paragraph 7.b.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or"property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. U. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to$50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 6 V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss"to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the"loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto"to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 6 Blanket Notification to Others of Cancellation Z U RI C H or Non-Renewal THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0144041 - 10 Effective Date: 10/01/2025 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed;and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.1. or Paragraph B.2.above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U-GL-1521-B CW(01/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 2 D. We are not responsible for the accuracy, integrity,timeliness and validity of information contained in the list provided to us as described in Paragraphs A.and B.of this endorsement. SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of this 10* endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph B.2.of 30** this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. All other terms and conditions of this policy remain unchanged. U-GL-1521-B CW(01/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 2 Additional Insured — Automatic — Owners, Lessees Or ZURICH® Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0144041 - 10 Effective Date: 10/01/2025 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that"bodily injury", "property damage"or"personal and advertising injury"arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a.above; or (2) "Your work",with respect to Paragraph 1.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or"property damage" caused by"your work"and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office(ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 4 in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a.above; or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or"personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to"bodily injury"or"property damage" caused by"your work"and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations(if no form is specified), such person or organization is then an additional insured only to the extent that"bodily injury", "property damage" or"personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the"products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the"bodily injury"or"property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 4 (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to"bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the"occurrence"which caused the "bodily injury" or"property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an "occurrence"or offense that may result in a claim; (2) We receive written notice of a claim or"suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or"suit"will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 4 F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III—Limits Of Insurance: Additional Insured—Automatic—Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Section A.of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 4 0 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer No. Add'I Prem. Return Prem. GLO 0144041-10 10/01/2025 10/01/2026 79631000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Page 1 of 1 Page 1 of 19 Policy Number: PCADB50293541025 PERFORM CONTRACTOR'S PROTECTIVE, PROFESSIONAL, POLLUTION, CYBER, MEDIA AND MITIGATION RESPONSE POLICY NOTICE: THIS IS A CLAIMS MADE AND REPORTED POLICY (EXCEPT FOR COVERAGE C). SUBJECT TO ITS PROVISIONS, THIS POLICY(EXCEPT FOR COVERAGE C)APPLIES ONLY TO CLAIMS WHICH ARE FIRST MADE BY OR AGAINST YOU DURING THE POLICY PERIOD OR THE OPTIONAL EXTENDED REPORTING PERIOD, IF APPLICABLE, AND FIRST REPORTED IN WRITING TO US IN THOSE PERIODS OR THE AUTOMATIC EXTENDED REPORTING PERIOD. UNLESS SPECIFICALLY PROVIDED OTHERWISE, CLAIM EXPENSES ARE INCLUDED WITHIN AND REDUCE THE LIMIT OF LIABILITY, AND ARE SUBJECT TO ANY APPLICABLE SELF-INSURED RETENTION. PLEASE READ THE ENTIRE POLICY CAREFULLY. Words and phrases that appear in bold print, excluding caption headings, have special meanings that are defined in the Definitions of this Policy. The words "we," "us" and "our" mean the Insurer listed on the Declarations of this Policy. The words "you" and "your" mean any person or entity described in the Definition of Insured. In consideration of the payment of the premium,and in reliance upon the statements made in the application, materials, and information provided by you, which are incorporated into this Policy, form a part hereof, and are a representation upon which this Policy has been issued,we agree with you as follows: I. INSURING AGREEMENT A. Protective Indemnity We shall indemnify you for Protective Loss on a Protective Claim as established by final judgment or settlement to which we agree in writing, in excess of collectible Recoverable Insurance, provided that: 1. the Protective Claim arises out of: a. a negligent act,error or omission in the rendering of or failure to render Professional Services;or b. a Pollution Condition resulting from the performance of Contractor Activities; by the Responsible Entity that were rendered or performed on or after the Retroactive Date and before the end of the Policy Period;and 2. the Protective Claim for such Protective Loss is first made by you during the Policy Period or Optional Extended Reporting Period, if applicable, and reported in writing by you to us during one of those periods or the Automatic Extended Reporting Period;and 3. prior to the effective date of the first policy insuring this type of Protective Claim issued to you, and continuously renewed by us, the Principal Personnel had no knowledge of circumstances which could give rise to Protective Loss;and 4. you made all reasonable efforts to recover your Protective Loss from the Responsible Entity. B. Professional Liability We will defend you against any Professional Claim (as provided in Section III.A. of this Policy) and pay on your behalf all Damages and Claim Expense for that Professional Claim in excess of any applicable Self- Insured Retention,provided that: 1. the Professional Claim arises out of an actual or alleged negligent act, error or omission in the rendering of or failure to render Professional Services by you, or by a Responsible Entity for whom you are legally responsible,on or after the Retroactive Date and before the end of the Policy Period;and 2. the Professional Claim is first made against you during the Policy Period or Optional Extended Reporting Period, if applicable, and reported in writing by you to us during one of those periods or the Automatic Policy Form:PERFORM-10002(05-16) Page 2 of 19 Extended Reporting Period;and 3. prior to the effective date of the first policy insuring this type of Professional Claim issued to you, and continuously renewed by us, the Principal Personnel had no knowledge of circumstances which could give rise to a Professional Claim. C. Contractor Pollution Liability We will defend you against any Pollution Claim (as provided in Section III.A. of this Policy) and pay on your behalf for all Pollution Loss and Claim Expense for that Pollution Claim in excess of any applicable Self- Insured Retention,provided that: 1. the Pollution Claim arises out of an actual or alleged Pollution Condition that results from the performance of Contractor Activities by you, or by a Responsible Entity for whom you are legally responsible; and 2. the Pollution Claim is for Bodily Injury or Property Damage that occurs during the Policy Period, or for Cleanup Costs for a Pollution Condition that occurs during the Policy Period, provided that: a. progressive, continuous, intermittent or indivisible Bodily Injury or Property Damage, or Pollution Condition(s) for which Cleanup Costs are incurred, shall be deemed to have occurred only on the date of first exposure to the Pollution Condition,which is i. for Bodily Injury,the date of first exposure of any person to that Pollution Condition; or ii. for Property Damage or Cleanup Costs,the date the Pollution Condition first commenced. b. If the date of the first exposure cannot be immediately determined to have been within this Policy Period, and you have no liability insurance incepting prior to the inception of this Policy that provides pollution liability coverage for the subject Contractor Activities (regardless of whether the insurance covers this Pollution Claim), and the Bodily Injury, Property Damage or Pollution Condition for which Cleanup Costs are incurred continues to exist during the Policy Period, the date of the first exposure shall be deemed to have occurred only on the inception date of the first policy we issued insuring you for the subject Contracting Activities for this type of Pollution Claim. No more than one policy issued by us can be applicable to the Pollution Claim;and prior to the effective date of the first policy insuring this type of Pollution Claim issued to you, and continuously renewed by us, the Principal Personnel had no knowledge of circumstances that could give rise to a Pollution Claim. D. Cyber Liability We will defend you against a Cyber Claim and pay on your behalf all Damages and Claims Expense for the Cyber Claim in excess of any applicable Self-Insured Retention, provided that: 1. the Cyber Claim arises out of Contractor Activities or Professional Services performed or rendered by you, or by a Responsible Entity for whom you are legally responsible, on or after the Retroactive Date and before the end of the Policy Period;and 2. the Cyber Claim is first made against you during the Policy Period or Optional Extended Reporting Period, if applicable, and reported in writing by you to us during one of those periods or the Automatic Extended Reporting Period; and 3. Prior to the effective date of the first policy insuring this type of Cyber Claim issued to you, and continuously renewed by us, the Principal Personnel had no knowledge of circumstances that could give rise to a Cyber Claim. E. Media and Personal Injury Liability We will defend you against any Media and Personal Injury Claim and pay on your behalf all Damages and Claim Expense for that Media and Personal Injury Claim in excess of any applicable Self-Insured Retention, provided that: Policy Form:PERFORM-10002(05-16) Page 3 of 19 1. the Media and Personal Injury Claim arises out of an actual or alleged negligent act, error or omission in the rendering of or failure to render Professional Services, Media Activities or Information Technology Services by you, or by a Responsible Entity for whom you are legally responsible, on or after the Retroactive Date and before the end of the Policy Period; and 2. the Media and Personal Injury Claim is first made against you during the Policy Period or the Optional Extended Reporting Period, if applicable, and first reported in writing by you to us during one of those periods or the Automatic Extended Reporting Period;and 3. prior to the effective date of the first policy insuring this type of Media and Personal Injury Claim issued to you, and continuously renewed by us, the Principal Personnel had no knowledge of circumstances that could give rise to a Media and Personal Injury Claim. F. Mitigation We agree to pay you or on your behalf for Mitigation Cost in excess of any applicable Self-Insured Retention to mitigate or avoid a Professional Claim, Pollution Claim, Cyber Claim or Media and Personal Injury Claim that would be covered under this Policy, provided that: 1. the services or other activities you seek to mitigate or rectify were rendered or performed on or after the Retroactive Date and before the end of the Policy Period;and 2. the circumstances that would reasonably be expected to lead to such Claim are first reported in writing by you to us during the Policy Period;and 3. prior to the effective date of the first policy insuring such type of potential Claim issued to you, and continuously renewed by us,the Principal Personnel had no knowledge of circumstances that could give rise to a Claim;and 4. before incurring any Mitigation Cost, you demonstrate to us the reasonableness and necessity of the proposed cost in light of the projected benefit in terms of mitigating or avoiding a covered Claim, and we provide our express written consent for such Mitigation Cost, such consent not to be unreasonably withheld. II. SUPPLEMENTAL COVERAGES The Limits of Liability for each of the following Supplemental Coverages are separate from the Limits of Liability for the coverages in Section I. Insuring Agreement of this Policy, and payments made under the Supplemental Coverages do not erode the Limits of Liability for those coverages. A. Litigation Attendance Reimbursement Upon written request by you, we shall reimburse you for your actual and documented loss of earnings and reasonable expenses incurred when you attend a hearing, deposition, or trial at our written request, in the course of our defending a Claim under this Policy. B. Disciplinary Proceedings Defense Expense Upon written request by you during the Policy Period, Automatic Extended Reporting Period or the Optional Extended Reporting Period, if applicable, we will select and retain counsel for you and pay such counsel's reasonable and necessary fees and expenses in defense of a disciplinary proceeding against you before a design professional or contractor licensing board first brought against you during the Policy Period or Optional Extended Reporting Period, if applicable, and arising out of either an actual or alleged negligent act, error or omission in the rendering of Professional Services or Pollution Conditions resulting from the performance of Contractor Activities, rendered or performed by or on behalf of you on or after the Retroactive Date and before the end of the Policy Period. C. Subpoena Defense Expense Upon written request by you during the Policy Period, Automatic Extended Reporting Period or the Optional Extended Reporting Period, if applicable, we will select and retain counsel for you and pay such counsel's reasonable and necessary fees and expenses to advise and represent you regarding the production of documents and during the preparation for and giving of testimony, in response to a subpoena in a proceeding other than a Claim against you or a Protective Claim,that is both first served on you and Policy Form:PERFORM-10002(05-16) Page 4 of 19 reported to us in writing during the Policy Period or the Optional Extended Reporting Period, if applicable, and arising from Professional Services or Pollution Conditions resulting from the performance of Contractor Activities, rendered or performed by or on behalf of you on or after the Retroactive Date and before the end of the Policy Period. D. ADA and FHA Defense Expense Upon written request by you during the Policy Period, Automatic Extended Reporting Period or the Optional Extended Reporting Period, if applicable, we shall select and retain counsel and pay such counsel's reasonable and necessary fees and expenses incurred when you respond to regulatory or administrative actions first brought against you during the Policy Period by a government agency under the Americans with Disabilities Act of 1990 (ADA) or the Fair Housing Act (FHA), and alleging a negligent act, error or omission in the rendering of Professional Services by or on behalf of you, provided that such Professional Services were rendered on or after the Retroactive Date and before the end of the Policy Period. E. Corporate Reputation Rehabilitation Upon written request by you, we shall pay on behalf of you the reasonable and necessary fees and expenses subsequently incurred by a public relations firm approved by us to restore your corporate reputation that is damaged as a result of a Claim that we defend under this Policy or circumstances for which we consent to the incurring of Mitigation Cost or Emergency Expense under this Policy. We have the right to require for approval of the public relations firm minimum professional certifications and qualifications (e.g., Examination for Accreditation in Public Relations, or Accredited Business Communicator from International Association of Business Communicators). F. Protective Claim Bankruptcy Litigation Expense Reimbursement Upon written request by you, we shall reimburse you for the reasonable and necessary fees and expenses of retaining bankruptcy counsel in the making of a Protective Claim arising out of Professional Services that qualifies for coverage under this Policy against a Responsible Entity who has filed for or been put into bankruptcy under the United States Bankruptcy Code, provided that the Protective Claim, at least in part, is allowed as against or results in a judgment against the Responsible Entity in your favor, which is final and no longer subject to objection or appeal. G. Building Information Modeling-Extra Expense Upon written request by you during the Policy Period, Automatic Extended Reporting Period or the Optional Extended Reporting Period, if applicable, we shall reimburse you for the reasonable and necessary additional expense payable to a third party software consulting company, not otherwise recoverable from any warrantee or guarantee, arising from loss of or damage to any information due to inherent malfunction of any software used in connection with any Building Information Modeling system purchased from a third party vendor and not modified by you or on your behalf, including but not limited to erroneous calculations or modeling, provided that the malfunction is first discovered during the Policy Period and after the system has been put to its intended use in the course of actual construction. H. Emergency Expense We will indemnify you for Emergency Expense in excess of the Self-Insured Retention, if applicable, provided that the Emergency Expense must be both incurred by you and reported to us, in writing and as soon as practicable, during the Policy Period, but no later than ten (10) days from the discovery of the Pollution Condition resulting from the performance of Contractor Activities, or the expiration of the Policy Period, whichever occurs first, and provided that the Contracting Activities giving rise to the need for Emergency Expense were rendered or performed on or after the Retroactive Date and before the end of the Policy Period. III. DEFENSE, SETTLEMENT AND COOPERATION A. Defense(Coverages B, C, D and E) 1. We have the right and duty to defend you against any Claim proceeding in the United States or Canada under Coverage B, C, D or E of this Policy: a. even if groundless or false; Policy Form:PERFORM-10002(05-16) Page 5 of 19 b. with counsel of our mutual agreement; and for any Claim proceeding anywhere else in the world seeking such Damages or Pollution Loss,we shall have the right, but not the duty, to defend you against such Claim. You shall have the duty to investigate and defend such Claims,and we will treat all reasonable and necessary fees and expenses paid to others in the course of doing so as Claim Expense. 2. If you and we cannot mutually agree upon defense counsel, we shall have the final right to select defense counsel, but we then will allow for a 25% Self-Insured Retention credit, up to a maximum of $25,000 per Claim, towards the costs of having you retain your own counsel to monitor the Claim. Defense counsel selected by us will have the sole right and responsibility for defending you against the Claim. 3. In the event you are entitled by law to retain independent counsel of your choosing to defend you at our expense and you choose to do so, the attorney fee component of Claim Expense shall be limited to the average of the rates we actually pay to counsel we retain in the ordinary course of business in the defense of similar Claims in the community where the Claim arose or is being defended. In addition, we may require that the independent counsel possess certain minimum qualifications, which may include that the selected counsel have: (1) at least five years of civil litigation experience defending similar Claims; and (2) errors and omissions coverage. You further agree to require your independent counsel to provide us with information concerning the Claim in a timely manner, to respond to our requests for information concerning the Claim, and to comply with our reporting and billing guidelines. 4. We shall have no obligation to pay any Claim Expense or to defend any Claim after any applicable Limit of Liability has been exhausted by incurred amounts or by payment, or after deposit or tender of the remaining applicable Limit of Liability into court. B. Settlement and Consent(Coverages B,C, D and E) We have the right to investigate, conduct negotiations concerning and,with your written consent,settle any Claim as we deem expedient. If you refuse to consent to a settlement or compromise recommended by us and acceptable to the claimant, then our Limit of Liability under this Policy with respect to such Claim shall be reduced to the amount for which the Claim could have been settled, including all Claim Expenses up to the time we made our recommendation to you. C. Settlement(Coverage A) 1. We have the right to investigate and participate in all negotiations concerning a Protective Claim. 2. You will not settle any Protective Claim for which coverage may be sought under this Policy without our written consent, which shall not be unreasonably withheld. We will not pay any Loss on a Protective Claim settled in part or whole without our consent. D. Proactive Resolution of Substantiated Protective Claim(Coverage A) If you provide us substantiation that satisfies us that the liability of the Responsible Entities and the value of your Protective Loss are not reasonably disputable and exceed all collectible Recoverable Insurance, then upon your written request,we will provide you the following proactive assistance in pursuing recovery for your Protective Loss: 1. we will consult with you in the prosecution of your Protective Claim and provide our input on strategy for the efficient resolution of the Protective Claim; 2. we will attend or otherwise participate in settlement negotiations, including mediations and settlement conferences,for the resolution of the Protective Claim; 3. we will assist you in negotiations with representatives for any Recoverable Insurance;and 4. if all of your reasonable efforts to recover your Protective Loss and the foregoing fail due to the refusal of the Responsible Entity or the representatives for Recoverable Insurance to settle your substantiated Protective Claim, we will pay the portion of your Protective Loss in excess of the available collectible Recoverable Insurance. Policy Form:PERFORM-10002(05-16) Page 6 of 19 The costs we incur in performing the activities described in Paragraphs 1.through 3.,above,shall be borne by us and shall not erode the Limits of Liability described in Section VI.of this Policy. E. Your Duties(All Coverages) As a condition precedent to this insurance, in the event of any First Party Claim, Claim or reported circumstance: 1. You shall promptly forward to us all documents that you send or receive in connection with the First Party Claim, Claim or circumstance, and you will direct all inquiries regarding a Claim or circumstance to us or to our designated attorney. 2. You shall cooperate fully with us and our designees in the investigation,defense and settlement of any First Party Claim, Claim or circumstance, the conduct of suit or any other proceeding, and in securing and enforcing any right of contribution, indemnity, or other recovery that you potentially may have; such cooperation includes but is not limited to, when requested, attending any proceedings, assisting in securing evidence and obtaining the attendance and testimony of witnesses, whether in a legal proceeding or in an examination by us;and such cooperation will be without charge to us, except as provided otherwise in the Supplemental Coverage for Litigation Attendance Reimbursement. Such cooperation is agreed by us and you to be in furtherance of our common interest in the First Party Claim or Claim, such that all such communications shall be protected by all applicable privileges and protections. 3. You shall not voluntarily make any payment, assume or admit any liability, consent to any judgment, settle any First Party Claim or Claim, or incur any Claim Expense or Mitigation Cost, for which coverage may be sought under this Policy, without our prior written consent, except for Emergency Expense. We shall not be liable for any payment, assumed or admitted liability, consent judgment, settlement, or Claim Expense to which we have not consented. You shall not release or compromise any right you may have with respect to a First Party Claim or Claim without our prior written consent. We shall not be liable for any Loss attributable to a release without such consent. 4. You shall obtain our written consent before exercising any right, assuming any obligation, or making any agreement, with respect to any dispute resolution mechanism or process for a First Party Claim or Claim, including but not limited to rejecting or demanding arbitration. IV. DEFINITIONS Words stated in the singular will be construed as also being stated in the plural and vice versa. For purposes of this Policy: A. Advertising means material which promotes your products,services or business. B. Bodily Injury means physical injury, sickness, disease, building-related illness, mental anguish, emotional distress, or shock sustained by any person, including death resulting therefrom. Furthermore, Bodily Injury shall extend to include the monitoring of medical conditions. C. Claim means Professional Claim, Pollution Claim, Cyber Claim, and Media and Personal Injury Claim. D. Claim Expense means reasonable and necessary fees and costs incurred by us to investigate and defend any Claim for which coverage is provided under this policy, including fees and costs charged by adjusters appointed by us to investigate a Claim. Claim Expense includes reasonable and necessary fees in defending such a Claim, for attorneys, investigators, arbitrators, mediators, consultants and expert testimony, as well as court and arbitration costs and expenses, but shall not include any remuneration, salaries, regular or overtime wages, benefits, fees or other payment of directors, officers, managers and employees of you or us, or fees and expenses of independent adjusters. Claim Expense also includes premiums for the covered portion of appeal bonds, attachment bonds or any similar bonds; however, we are not obligated to apply for,secure or furnish any such bond. E. Cleanup Costs means costs for the investigation, monitoring, or disposal of soil, surface water, groundwater, indoor or outdoor atmosphere or other contamination; clean up, abatement, containment, capping, remediation,or correction of a Pollution Condition resulting from the performance of Contractor Activities. Cleanup Costs also includes Restoration Costs. Policy Form:PERFORM-10002(05-16) Page 7 of 19 F. Content means data,digital code,images,drawings,scents, sounds,tastes,texts or textures. G. Contractor Activities means: 1. any general construction,construction management,or environmental activity; or 2. any loading, unloading, delivery or transportation of goods, materials, products, or waste to or from any site at which the activities, described in Paragraph 1. of this Definition, are performed as long as such activity is performed by an entity that is properly licensed and in the business of loading, unloading, delivering or transporting goods, materials,products,or waste; or 3. any operation, use,ownership, or maintenance of a land motor vehicle, off-road motor vehicle, mobile equipment, trailer, semi-trailer, watercraft, aircraft, or rolling stock in connection with the activities described in Paragraph 1.of this Definition;or 4. the use of a Non-Owned Location. Contractor Activities also includes Completed Operations. For the purpose of this Policy, Completed Operations means any of the activities described in Paragraphs 1. through 4. of this Definition that have been completed, including materials, parts or equipment furnished in connection with such work or operations. H. Cyber Claim means a written demand, demand for arbitration or mediation, or suit, made against you seeking money or services due to a Cyber Security Breach. I. Cyber Security Breach means any of the following circumstances: 1. the failure to prevent the introduction or transmission of a computer virus or any other malicious code, but only if such computer virus or malicious code affects the data, software, firmware, systems or networks of your clients; 2. the failure to provide your clients with access to your website, or your computer or communications network, when your clients have authorized use of your website, or your computer or communications network; 3. failure to prevent unauthorized access to, or use of, data, software, firmware, systems or networks containing private or confidential information of your client; 4. the destruction,deletion or corruption of your client's electronic data;or 5. failure to prevent the theft, unauthorized or illegal disclosure or loss of your client's information listed below: a. an individual, natural person's private Content,or b. commercial confidential information that resides in or on your hardware devices or data systems, including such information stored on your computer infrastructure system including cloud, remote servers at a co-location or data hosting services or any other data storage not in insureds direct control. J. Damages mean any amounts you are legally obligated to pay. K. Emergency Expense means reasonable and necessary expense, incurred by you, on an emergency basis, to contain, control, mitigate or rectify a Pollution Condition resulting from the performance of Contractor Activities that is an imminent and substantial endangerment to public health, safety or welfare,or the environment, where the absence of such emergency action being undertaken without delay, further harm to third parties or the environment is imminent. L. First Party Claim means a Protective Claim and any other request of us by you for Mitigation Cost or for sums arising out of any of the insuring agreements described in the Supplemental Coverage Section of this Policy. Policy Form:PERFORM-10002(05-16) Page 8 of 19 M. Information Technology Products means a computer or telecommunication hardware or software product or other electronic product that is used, created, developed or manufactured by or for you, including software updates,service packs and other maintenance releases for such products. N. Information Technology Services means: 1. Consulting on,design of,development of,analysis of, integration of, interface of,modification of and programming of software, hardware,networks,telecommunication systems and electronic or digital devices performed by you or on your behalf for your clients; 2. installation of,training in the use of,support of,servicing of, maintenance of, repair of your Information Technology Products; 3. marketing of,selling of,licensing of and distribution of Information Technology Products; 4. storage of,warehousing of,mining of and processing of data by you; 5. managing, operating,administering and hosting Information Technology Products for your clients;or 6. activities performed on your website(s); but shall not mean Information Technology Products. O. Insured means: 1. the Named Insured;or 2. any fully owned subsidiary corporations or subsidiary limited liability companies of the Named Insured, of any tier, in the past, as now constituted or hereafter constituted, subject to the limitations in Paragraph 9. of this Definition for the newly acquired or formed entities described therein; or 3. any present or former partner, director, officer, manager, member, shareholder, principal, trustee, or employee of the Named Insured solely while acting on behalf of the Named Insured, but this Paragraph 3. shall not make any entity an Insured solely because of its participation with the Named Insured in a legal entity such as a joint venture or limited liability company;or 4. any Insured with regard to its participation in a legal entity, including a joint venture or limited liability company, but solely for the Named Insured's legal liability arising out of the performance of Professional Services, Contractor Activities, Media Activities or Information Technology Services under the respective legal entity,and such legal entity itself,or any other entity other than an Insured that is part of the legal entity,are not Insureds;or 5. with regard to Coverage C only, any client of the Named Insured, or other entity or person, that the Named Insured is obligated to name as an additional insured on this Policy pursuant to a written contract,agreement,or permit, executed prior to when the Pollution Claim was first made, and solely as respects Pollution Conditions resulting from the Named Insured's performance of Contractor Activities;or 6. any entity which is specifically identified as an Insured in the Declarations or by endorsement to this Policy;or 7. the estate, heirs, executors, shareholders, administrators or legal representatives of an Insured in the event of such Insured's death, incapacity, or bankruptcy, or the spouse or legal domestic partner of any Insured, but only to the extent such Insured would otherwise be provided coverage under this Policy while acting solely on behalf of the Named Insured;or 8. any prior entity that has been reported to us prior to when the First Party Claim or Claim was first made and whose assets, partners, principals, or shareholders were acquired by the Named Insured, and for which the Named Insured is required to provide liability insurance under a written contract or agreement executed before the First Party Claim or Claim was first made;or 9. any entity newly formed or acquired by the Named Insured during the Policy Period in which the Named Insured has more than 50% legal or beneficial interest and over which the Named Insured exercises management or financial control and has agreed in writing to provide insurance for such Policy Form:PERFORM-10002(05-16) Page 9 of 19 entity prior to the First Party Claim or Claim being made. However: a. coverage will only be provided for First Party Claims or Claims arising out of Professional Services, Contractor Activities, Media Activities or Information Technology Services performed on or after the date of formation, acquisition, or exercised financial or management control;and b. this coverage will expire within 90 days for such entity,or the end of the Policy Period,whichever is earlier, unless the Named Insured provides written details of such newly acquired entity to us and pays the additional premium requested by us, if any. P. Insured Contract means: 1. a contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you, or temporarily occupied by you,with permission of the owner is not an Insured Contract;or 2. a sidetrack agreement;or 3. any easement or license agreement;or 4. an obligation,as required by ordinance,to indemnify a municipality,except in connection with work for a municipality;or 5. an elevator maintenance agreement;or 6. that part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for Bodily Injury, Property Damage, or Pollution Loss to a third party or organization. This section does not include that part of any contract or agreement that indemnifies an architect,engineer,or surveyor for injury or damage arising out of: a. Preparing, approving, or failing to prepare or approve maps,drawings, opinions, reports,surveys, change orders,designs or specifications;or b. Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. For the purpose of this section, tort liability means only that liability that would be imposed by law in the absence of any contract or agreement. Any assumption of liability beyond that of tort liability specified in this Paragraph 6.shall not be considered to be part of the Insured Contract. Q. Loss means Protective Loss, Third Party Loss, Mitigation Cost and any other amount to which you are entitled under any of the insuring agreements described in the Supplemental Coverages Section of this Policy. R. Media Activities means Media Communications or the gathering, collection, or recording of Media Material for inclusion in any Media Communications in the ordinary course of your business. S. Media and Personal Injury Claim means a written demand, demand for arbitration or mediation, or suit, made against you seeking money or services due to a Media and Personal Injury Offense. T. Media and Personal Injury Offense means: 1. Infringement of copyright, piracy, plagiarism or misappropriation or unauthorized use of ideas shared with you in the course of services for your client; 2. Infringement of trade secrets,domain name,title or slogan,or the dilution or infringement of trademark or service mark; 3. act, error or omission regarding the Content of any Media Communication, including harm caused through any reliance or failure to rely upon such Content; Policy Form:PERFORM-10002(05-16) Page 10 of 19 4. Misappropriation of trade secret; 5. Defamation, libel,slander, product disparagement,trade libel, or other tort related to disparagement or harm to the reputation or character of any person or organization; 6. Invasion or interference with the right to privacy or of publicity; 7. Misappropriation of any name or likeness for commercial advantage; 8. False arrest,detention or imprisonment or malicious prosecution;or 9. Invasion of or interference with any right to private occupancy, including trespass, wrongful entry, eviction or eavesdropping; U. Media Communications means the display, broadcast, dissemination, distribution or release of Media Material to the public by you. V. Media Material means information in the form of words, sounds, numbers, images or graphics in electronic, print or broadcast form, including Advertising, but does not mean computer software or Content. W. Mediation means the non-binding facilitation by a neutral third party of First Party Claim or Claim resolution. X. Mitigation Cost means reasonable and necessary fees or direct costs incurred to mitigate or rectify Professional Services, Contractor Activities, Media Activities or Information Technology Services that would reasonably be expected to give rise to a Claim covered by this Policy, including, in the event of a Cyber Security Breach,costs we incur to engage a qualified firm on your behalf to: 1. investigate the Cyber Security Breach; 2. notify any parties affected by the Cyber Security Breach; 3. perform credit monitoring service for your clients' individual personal data or your clients' corporate data lost because of the Cyber Security Breach;and 4. restore or recreate, if possible,any of your clients'lost data caused by the Cyber Security Breach. Your fees or direct costs may be treated as Mitigation Cost only with our prior written consent before being incurred, which consent shall not be unreasonably withheld. Mitigation Cost does not include any fees or direct costs relating to or resulting from Emergency Expense; betterment;or the failure to prevent or detect faulty workmanship. Y. Named Insured means the individual, partnership, entity, firm, or the company named in Item 1. of the Declarations. Z. Natural Resource Damage means physical injury to or destruction of(including the resulting loss of value) land, fish, wildlife, biota, air, water, groundwater, drinking water supplies, and other such resources belonging to, managed by, held in trust by, appertaining to, or otherwise controlled by the United States (including the resources of the fishery conservation zone established by Magnuson-Stevens Fishery Conservation and Management Act (16 U.S.C. § 1801 et. seq.)), any State or Local government, any Foreign government, any Native American tribe or, if such resources are subject to a trust restriction on alienation, any member of a Native American tribe. AA. Non-Owned Location means: 1. real property rented, leased or managed by you, but only if such real property is utilized on a temporary basis for the storage of goods, materials, products or wastes for the purpose of performing the activities,described in Paragraphs 1.through 3. in Definition G. Contractor Activities,for a client; or 2. any location used for the treatment,storage, recycling or disposal of your waste material provided that: Policy Form:PERFORM-10002(05-16) Page 11 of 19 a. the waste material is generated while performing activities, described in Paragraphs 1.through 3. in Definition G. Contractor Activities,for a client;and b. the location is not managed,operated, owned or leased by you or any of your subsidiaries or affiliates with the exception of any location that is managed,operated,owned or leased solely by one or more persons or organizations that are Insureds only by reason of Paragraph 5. in Definition O. Insured; and c. the location is permitted or licensed by any Federal,State, Local or Provincial authorities to accept such material as of the date of the treatment, storage, recycling or disposal. BB. Policy Period means the period from 12:01 a.m. on the effective date of this Policy as set forth in Item 3. of the Declarations,to 12:01 a.m. on the earliest of the date of the expiration date of this Policy as set forth in Item 3.of the Declarations or any earlier termination date if this Policy is cancelled. CC. Pollution Claim means the assertion of a legal right alleging liability or responsibility on your part, including but not limited to lawsuits, petitions, arbitrations or other alternative dispute resolutions, and public agency directives, made against you, for Pollution Loss arising out of a Pollution Condition resulting from otherwise insured Contractor Activities. DD. Pollution Condition means the actual or alleged discharge, dispersal, release, seepage, migration, growth or escape of smoke, soot, fumes, acids, alkalis, toxic chemicals, mold, mildew, spores, fungi, microbes, bacteria, legionella pneumophila, asbestos, lead, silica, silt, sediment, liquids, gases, waste materials, contaminants, organic or inorganic pollutants, electromagnetic fields, hazardous substances, hazardous materials, waste materials including medical, infectious, and pathological wastes, or other irritants, into or upon land, any structure on land, the indoor or outdoor atmosphere, any watercourse, or any body of water, including groundwater. Waste materials include materials to be recycled, reconditioned or reclaimed. Radioactive matter shall also be considered a pollutant, except as otherwise covered or protected by insurance or protections provided pursuant to 42 U.S.C. § 2014(w), as amended, or Section 170 of the Atomic Energy Act of 1954,as amended. EE. Pollution Loss means any amounts you are legally obligated to pay for Bodily Injury, Property Damage or Cleanup Costs. FF. Principal Personnel means the directors, officers, principals, partners, insurance and risk managers, and those persons responsible for your environmental or legal affairs for the Named Insured. GG.Professional Claim means a written demand, demand for arbitration or mediation or suit made against you seeking Damages or correction of Professional Services and alleging a negligent act, error or omission in the rendering of or failure to render Professional Services. HH. Professional Services means: 1. Construction Management, Program Management, Project Management, Owner's Representation, Property Management, Real Estate Brokerage/Agency, Property Development, Lease Brokering, any delegated design responsibility or design assist services, including but not limited to constructability reviews or value engineering;or 2. architecture; engineering; contract administration as part of design; sprinkler design; fire protection design; life safety design; mechanical, electrical or security systems design; light use, acoustical or signage design; landscaping design; surveying; quantity surveying; project accounting, quality control reviews, assist or documentation, material testing; cost consulting, economic, feasibility, technical consulting or technical studies or opinions, or scientific reviews; software design for the purpose of operating or maintaining any building system; interior design or space planning services; or design services to support Leadership in Energy and Environmental Design (LEED)certification for a project; or 3. professional services with respect to any Building Information Modeling (BIM) systems, including but not limited to modification, alteration, transfer, protection, manipulation, use, or misuse thereof, or design assist system or program, and the foregoing within Integrated Project Delivery (IPD), Public- Private Partnership projects(P3s),or Lean Project Delivery System (LPDS);or 4. environmental consulting, environmental engineering, environmental site assessment, remedial investigations, feasibility studies, remedial design, environmental monitoring, testing and sampling, Policy Form:PERFORM-10002(05-16) Page 12 of 19 remedial oversight and management, ecological studies, environmental training, industrial hygiene, forensic inspections and expert witness services;or 5. ordinary technology services utilized in the performance of the Professional Services described above. Such technology services include the design, development, programming, analysis, training, use, hosting, management, support, and maintenance of any software, database, internet service, or website. II. Property Damage means: 1. physical injury to or destruction of tangible property, including resulting loss of use thereof;or 2. loss of use of tangible property that has not been physically injured or destroyed;or 3. diminution of property value;or 4. Natural Resource Damage. JJ. Protective Claim means written demand, demand for arbitration or mediation or a suit instituted by you against the Responsible Entity seeking a remedy and alleging liability or responsibility on the part of such Responsible Entity arising from: 1. a negligent act,error or omission in the rendering of or failure to render Professional Services;or 2. a Pollution Condition resulting from the performance of Contracting Activities. Protective Claim does not include a demand or proceeding for non-monetary or injunctive relief. KK. Protective Loss means: 1. any amounts you are legally entitled to recover;or 2. in the event the Protective Claim is made against a Responsible Entity in whose favor you have granted a Limitation of Liability permitted by this Policy, any amounts you would have been legally entitled to recover in the absence of such Limitation of Liability; from each Responsible Entity: 1. due to a negligent act,error or omission in the rendering of Professional Services; or 2. for Bodily Injury, Property Damage or Cleanup Costs due to a Pollution Condition. In the event that multiple Responsible Entities cause the same or related loss, the amount of Protective Loss shall not exceed the single loss caused by such multiple Responsible Entities. LL. Recoverable Insurance means: 1. all available liability insurance providing applicable coverage to any Responsible Entity or any person or entity for which the Responsible Entity is responsible; or 2. in the event the Protective Claim is mad against a Responsible Entity in whose favor you have granted a Limitation of Liability permitted by this Policy,such Limitation of Liability. MM.Responsible Entity means those persons or entities, retained by you or on your behalf, rendering Professional Services or Contractor Activities. NN. Restoration Costs means the reasonable and necessary costs incurred by you, with our prior written consent, to repair, replace, or restore real or personal property to substantially the same condition it was prior to being damaged during work performed in the course of incurring Cleanup Costs. Restoration Costs do not include costs associated with improvements or betterments. 00.Retroactive Date(s)means the date(s)set forth in Item 6.of the Declarations. PP. Third Party Loss means the total of all Damages and Pollution Loss you are legally obligated to pay, and all related Claim Expense. Policy Form:PERFORM-10002(05-16) Page 13 of 19 V. EXCLUSIONS We will not be liable to make payments or indemnify you for any First Party Claim, Claim or Loss directly or indirectly for or arising out of: A. any amounts incurred in connection with the making or prosecution of a Protective Claim. This Exclusion applies at all times, including where we are providing Proactive Resolution of Substantiated Protective Claim under Section III.D. of this Policy, excepting only the Supplemental Coverage for Protective Claim Bankruptcy Litigation Expense Reimbursement. B. the amount of any default judgment, arbitration award or adjudicator's decision in circumstances where the Responsible Entity has failed to plead or provide a defense, response or answer, or take any other procedural step, except that this Exclusion shall not apply to the amount of Protective Loss which you would have been entitled to recover from the Responsible Entity, respectively, had such defense, response or answer been pleaded or provided,or procedural step been taken. In such instance where the Responsible Entity has failed to plead or provide a defense, response or answer, or take any other procedural step, the burden of proving the extent of Protective Loss which you would have been entitled to recover from the Responsible Entity, respectively,will be upon you. C. any design or manufacture of any goods or products which are sold or supplied by you or by anyone under license to you, including any parts, components, assemblies or equipment installed or incorporated by or on behalf of you into your work. This Exclusion does not apply to (1) software sold or supplied by you in connection with your provision of other Professional Services, or (2) goods or products installed or incorporated in your work which have been specially designed, but not manufactured, by you or on your behalf by a qualified Responsible Entity for use in a specific project, or(3)goods or products installed or incorporated in your work that cause a Pollution Loss arising out of a Pollution Condition resulting from the performance of Contractor Activities,or(4)Information Technology Products. D. the cost to repair or replace faulty workmanship in any construction, erection, fabrication, installation, assembly, or manufacturing process, including materials, parts, or equipment furnished in connection therewith, unless the faulty workmanship is caused by otherwise covered Professional Services as respects the applicability of: 1. Coverages A or B;or 2. Mitigation Cost to mitigate or rectify Professional Services under Coverage F, except for any fees and direct costs relating to or resulting from the failure to prevent or detect faulty workmanship. This Exclusion does not apply to Coverages C, D, E, Mitigation Cost to mitigate or rectify a Pollution Condition resulting from the performance of Contractor Activities under Coverage F, or Supplemental Coverage H. Emergency Expense. E. any actual or alleged harassment, humiliation, discrimination, or similar misconduct on any basis, whether as to a legally protected group or otherwise. F. any employment obligations, decisions, conduct, practices or policies as an employer, including but not limited to any obligation for which any party shall be liable under any worker's compensation, unemployment compensation, employer's liability, obligation to pay fair wages or benefits, or disability benefits law or under any similar law. G. liability under contract, agreement, warranty or guarantee, except such liability that would have existed in the absence of such contract or agreement. This Exclusion extends to any contractual obligation to make payments to others, including subcontractors, subconsultants, or their employees, or for materials. Solely for purposes of Coverage C, this Exclusion shall not apply to liability of others assumed under an Insured Contract. H. any fraudulent, criminal,dishonest,intentionally or knowingly wrongful, or malicious act,error,or omission, or those of an inherently harmful nature, except that this Exclusion shall not apply to a Claim against you if you did not commit, participate in,or have knowledge of such conduct. I. taxes; criminal fines; criminal penalties; or liability for liquidated damages you or the Responsible Entity would not have had in the absence of the agreement for liquidated damages. Policy Form:PERFORM-10002(05-16) Page 14 of 19 J. any return, withdrawal or reduction in contractor charges; any equitable obligation, including restitution, disgorgement, or the costs of complying with injunctive relief; or the time and expense in addressing or resolving an actual or potential First Party Claim or Claim. K. any conduct by an individual,corporation, partnership, or joint venture of which you are a partner, director, officer, member, participant, or employee that is not designated in the Declarations or by endorsement as an Insured. L. First Party Claims or Claims made by any Insured against any other Insured. However, this Exclusion shall not apply as respects Claims made by any entity or person only qualifying as an Insured under Paragraph 5.of the Definition of Insured in this Policy. M. Claims against you made by, or Protective Claims by you made against, any individual or entity, or its subrogees or assignees: 1. that wholly or partially owns,controls or operates you; or 2. in which you have an ownership interest in excess of twenty-five percent(25%);or 3. that is controlled or operated by you;or 4. in which you are an officer or director;or 5. that is an affiliate of you,where you both are ultimately owned in excess of twenty-five percent(25%), directly or indirectly, by the same entity. With respect to Items 2., 3., and 4. above, this Exclusion shall be limited when the Claim or Protective Claim is made by a formal joint venture partnership of which you are a participant to your percentage of ownership interest in the joint venture, so that we shall only be responsible for that portion of Third Party Loss or Protective Loss that is the difference between your percentage of ownership interest and the total joint venture ownership interest percentage. N. Bodily Injury or Property Damage arising out of construction means, methods or techniques; site safety; crane erection, use, maintenance or operation; scaffolding; or demolition, but solely for the purposes of Coverage B, and for the purposes of Coverages A and F with respect to obligations arising from Professional Services. O. any Loss caused by or resulting from war, invasion, hostilities, acts of foreign enemies, civil war, rebellion, insurrection, military or usurped power, martial law, or confiscation by order of any government or public authority. P. any Protective Loss or Pollution Loss resulting from: 1. the discovery of a Pollution Condition on,at or under the Non-Owned Location;or 2. a Pollution Condition on,at,under or migrating from a Non-Owned Location,for which the owner of the Non-Owned Location becomes legally obligated to pay unless such Pollution Loss results from the performance of the activities described in Paragraphs 1. through 3. of Definition G. Contractor Activities. Q. for purposes of Coverages D and E, the loss,theft, destruction,transfer, misappropriation,or any misuse of any of your employees' personal data, confidential information or other private Content, including but not limited to social security numbers, phone numbers, family names, family history, or home or medical information. R. any Professional Services, Contractor Activities, Media Activities, or Information Technology Services that constitute violations of either the laws of the United States or any jurisdiction in which they were performed, including U.S. economic, trade sanction or export control laws administered by the U.S. Treasury, State and Commerce Departments (e.g., the economic and trade sanctions administered by the U.S.Treasury Office of Foreign Assets Control),or the U.S. Controlled Substances Act or similar laws in the subject jurisdiction. Additionally, we shall not be required to provide any coverage, pay any Claim or First Party Claim, or provide any other benefit hereunder to the extent that provision of such coverage, payment of such Claim or First Party Claim or provision of such other benefit would be in violation of any trade or economic sanctions laws or regulations applicable in our jurisdiction of domicile or with which we are legally obligated to comply. Policy Form:PERFORM-10002(05-16) Page 15 of 19 VI. LIMITS OF LIABILITY AND SELF-INSURED RETENTION A. Limits of Liability 1. Limit of Liability Each Claim or First Party Claim:Our Limit of Liability for the sum of all Loss for each single Claim or First Party Claim to which this Policy applies shall not exceed the amount stated in Item 4.A.of the Declarations specified for each applicable coverage provided by this Policy. 2. Limit of Liability in the Aggregate for Each Coverage for the Policy: Our Limit of Liability for all Loss under each respective coverage provided by this Policy shall not exceed the amount stated in Item 4.B.of the Declarations for such coverage for the Policy. 3. Limit of Liability in the Aggregate for All Coverages Described in Section I. of this Policy for the Policy: Our Limit of Liability for the sum of all Loss arising out of all Claims or First Party Claims under the coverages described in Section I. provided by this Policy shall not exceed the amount stated in Item 4.C.of the Declarations for the Policy. B. Self-Insured Retention The Self-Insured Retention amount stated in Item 5.A. of the Declarations applies to each Claim or First Party Claim, if applicable. The Self-Insured Retention amount stated in Item 5.B.of the Declarations is the most you shall pay for the sum of all of your Self-Insured Retention obligations arising out of all Claims or First Party Claims under each respective coverage for the Policy, if applicable, provided that in no event shall your Self-Insured Retention obligation be less than the amount state in Item 5.C. of the Declarations for any Claim or First Party Claim under each respective coverage. The Self-Insured Retention amount shall be paid by you before we pay any Loss,though any payments made by any Recoverable Insurance also implicated by the Claim or First Party Claim shall serve to reduce your Self-Insured Retention obligation. Our Limits of Liability set forth in Item 4. of the Declarations are in addition to and in excess of the Self-Insured Retention amount. No Self-Insured Retention amount shall apply with respect to the Supplemental Coverages provided by the Policy, except for Supplemental Coverage H. Emergency Expense. If a Claim arising out of the same set of circumstances for which we have paid Mitigation Cost is made, then any amounts paid under the Self-Insured Retention for such Mitigation Cost shall reduce the Self-Insured Retention for that Claim. Mediation Credit: If you and we agree beforehand to attempt to resolve a Claim or First Party Claim at Mediation, and if you and we resolve such Claim or First Party Claim by such Mediation, your Self- Insured Retention obligation for such Claim or First Party Claim will be reduced by 50%, subject to a maximum reduction of$25,000. VII. MULTIPLE INSUREDS The number of Insureds covered by this Policy shall not operate to increase the Limit of Liability specified in the Declarations, notwithstanding any other provision of this Policy. VIII. MULTIPLE CLAIMS Two or more Claims or First Party Claims arising out of one or more acts,errors,omissions, incidents,events, or Pollution Conditions, or a series thereof, that are related (either causally or logically),will be considered a single Claim or First Party Claim subject to: A. a single Each Claim or First Party Claim Limit of Liability;and B. a single Self-Insured Retention (if applicable);and shall not operate to increase our Limits of Liability. All such Claims or First Party Claims treated as a single Claim or First Party Claim, whenever made, shall be considered first made on the date the earliest such Claim or First Party Claim was first made, and only a Policy providing coverage for the earliest Claim or First Party Claim shall have any coverage for such Claims or First Party Claims. If more than one Coverage applies to the whole or a part of a Claim treated as a single Claim pursuant to this Section VIII., then the Each Claim Limit of Liability for the entirety of that single Claim and the applicable Self- Insured Retention for that single Claim shall be those set forth in Items 4.A. and 5., respectively, of the Declarations for the applicable Coverage with the largest Each Claim Limit of Liability. If more than one applicable Coverage has the same Each Claim Limit of Liability, but have different Self-Insured Retentions, then the largest Self-Insured Retention shall apply to that single Claim. Policy Form:PERFORM-10002(05-16) Page 16 of 19 IX. EXTENDED REPORTING PERIOD A. Automatic Extended Reporting Period If we or you terminate or non-renew this insurance for any reason, other than nonpayment of premium or your failure to comply with any term or condition, or fraud or material misrepresentation, you shall be entitled to a period of sixty (60) days from the date of policy termination to report a Claim (except for a Pollution Claim) or First Party Claim which is made by or against you prior to such termination date. This Automatic Extended Reporting Period may not be canceled by you and does not require the payment of an additional premium. This Automatic Extended Reporting Period shall be included within the Optional Extended Reporting Period if such is purchased. The Automatic Extended Reporting Period shall not serve to increase or reinstate the Limits of Liability set forth in the Declarations. The Aggregate Limit of Liability for the Automatic Extended Reporting Period shall be the amount of coverage remaining in this Policy's aggregate liability limit set forth in the Declarations. B. Optional Extended Reporting Period If we or you terminate or non-renew this insurance for any reason, other than nonpayment of premium, your failure to comply with any material term or condition, fraud or material misrepresentation, and if the total premium for this Policy has already been paid in full, then you shall have the option to pay an additional premium and extend the period by which a Claim (except for a Pollution Claim) or First Party Claim can be first made by or against you and reported to us. The premium for the Optional Extended Reporting Period shall be: (1) 100% of the annual premium for twelve(12) months of extension; (2) 150%for twenty-four(24)months of extension; or(3)200%for thirty- six(36)months of extension.The purchase of an Optional Extended Reporting Period shall not be effective unless endorsed herein. Your right to purchase the Optional Extended Reporting Period must be exercised by notice in writing to us no later than sixty (60)days after the cancellation or termination date of this Policy. Effective notice must indicate the total Optional Extended Reporting Period desired and must include payment of premium for such period. If such notice and premium are not mailed to us within such sixty(60)days,then you are not entitled to purchase an Optional Extended Reporting Period at a later date. At the commencement of any Optional Extended Reporting Period, the entire premium shall be deemed fully earned. In the event you terminate the Optional Extended Reporting Period before its term for any reason,we shall not be obligated to return any portion of the premium. Although the period during which a Claim (except for a Pollution Claim) or First Party Claim can be reported to us is extended by virtue of the Optional Extended Reporting Period, this fact shall not in any way increase or reinstate the Limits of Liability of this Policy. The Optional Extended Reporting Period shall not serve to increase or reinstate the Limits of Liability set forth in the Declarations. The Aggregate Limit of Liability for the Optional Extended Reporting Period shall be the amount of coverage remaining in this Policy's aggregate liability limit set forth in the Declarations. X. REPORTING A. Reporting a Claim or First Party Claim As a condition precedent to coverage under this Policy, in the event of a Claim or First Party Claim, you must do the following: 1. Report the Claim or First Party Claim to us in writing as soon as reasonably possible, which (except for a Pollution Claim) must be during the Policy Period, the Automatic Extended Reporting Period, or during any applicable Optional Extended Reporting Period. Reporting should be sent to us at the address stated in the Claims Notice attached to this Policy;and 2. Promptly provide a copy of the Claim or First Party Claim, if in writing, and specify in the report: the names and addresses of the Insured reporting the Claim or First Party Claim, the persons or entities making the Claim or First Party Claim, and the persons or entities against whom the Claim or First Party Claim is made; when the Claim or First Party Claim was made; the subject of the Claim or First Party Claim;and any other relevant facts or allegations known to you. B. Reporting a Circumstance If during the Policy Period,you become aware of a circumstance that may reasonably be expected to give rise to a Claim or First Party Claim which may be covered under the Policy, and if you, during the Policy Policy Form:PERFORM-10002(05-16) Page 17 of 19 Period, provide a written report to us at the address stated in the Claim Notice attached to this Policy of the circumstance as soon as practicable containing particulars sufficient to identify you and all reasonably obtainable information with respect to: 1. when and how you first became aware of such circumstance; 2. any act,error,omission asserted or believed to be at issue; 3. the services or activities involved in the circumstance; 4. what happened and the dates and entities involved;and 5. the nature of any alleged or potential Loss; then any Claim (except for a Pollution Claim)or First Party Claim arising out of such circumstance shall be deemed to have been made on the date we received the written report of the circumstance. At our sole discretion and cost, we may elect to investigate any circumstance which is reported; any such costs associated with the investigation of a circumstance prior to a Claim being made against you will not be considered Claim Expense, will not reduce the applicable Self-Insured Retention and shall be paid by us in addition to the Limit of Liability. Xl. CONDITIONS A. Territory The coverage afforded by this Policy applies worldwide. B. Audit and Inspection Upon reasonable prior notice, we shall be permitted to audit your final books and records at any time during the Policy Period, the Automatic Extended Reporting Period, the Optional Extended Reporting Period, if applicable, and within three years after the final termination of this Policy, as far as they relate to the subject matter of this Policy. We shall also be permitted to inspect, sample, and/or monitor your operations on a continuing basis. Neither our right to make inspections, sample, and/or monitor, nor the actual undertaking thereof, nor any report thereon shall constitute an undertaking, on behalf of us or others, to determine or warrant that your operations are safe, healthful, conform to acceptable practice, or are in compliance with any law, rule,or regulation. C. Subrogation In the event of any payment under this Policy,we shall be subrogated to all of your rights of recovery thereof. You shall execute and deliver all requested instruments and papers in furtherance of such rights to us and do whatever else is reasonably necessary to secure such rights. You shall do nothing to waive or prejudice such rights. We shall have priority in any recovery, and any amounts recovered in excess of our total payment and the cost to us of recovery shall be paid to you. However,we waive our rights of subrogation under this Policy against your clients or their designees(except for a Responsible Entity)to the extent such a waiver is required by a written contract with you executed prior to the Claim. For Coverage A only,we will not subrogate against a Responsible Entity in excess of its collectible insurance, provided it has maintained Recoverable Insurance, regardless of whether or not such Recoverable Insurance is exhausted or reduced. D. Changes None of the provisions of this Policy will be waived, changed, or modified except by written endorsement issued by us to form a part of this Policy. Notice to any of our agents or knowledge possessed by any such agent or any other person will not act as a waiver or change in any part of this Policy and will not prevent us from asserting any rights under the provisions of this Policy. E. Action Against Us Only you can make claims against us under Coverages A and F, and the Supplemental Coverages, of this Policy. No action shall be taken against us with respect to Coverage A unless, as a condition precedent thereto, you shall have fully complied with all the terms of this Policy, and until the amount the Responsible Entity Policy Form:PERFORM-10002(05-16) Page 18 of 19 is legally obligated to pay shall have been finally determined either by judgment after actual contested trial or arbitration,or other method of dispute resolution for which we have given prior written approval. No action shall be taken against us with respect to Coverage B, C, D or E unless,as a condition precedent thereto, you shall have fully complied with all the terms of this Policy, and until the amount you are legally obligated to pay shall have been finally determined either by judgment after actual contested trial or arbitration,or other method of dispute resolution for which we have given prior written approval. No person or organization shall have any right under this Policy to join us in any action against you. No Responsible Entity shall be an Insured under this Policy. F. Assignment of Interest It is agreed that the insurance provided herein and your interests hereunder cannot be transferred or assigned to another party without our express written consent. G. Cancellation and Termination 1. The premium paid for this Policy shall be fully earned in the first twelve months of the Policy Period. 2. This Policy may only be cancelled by us for one or more of the following reasons: a. non-payment of premium;or b. a material misrepresentation or concealment of facts;or c. a material breach of any provision of this Policy. If this Policy is cancelled by us, notice of cancellation will be sent in writing to you, at the address indicated on the Declarations. We will provide such written notice at least ninety(90)days prior to the date such cancellation is to take effect; except that, in the event of cancellation for non-payment of premium, we will provide only fifteen (15) days written notice. If the premium is paid by a premium financing company and the premium financing company, acting under a valid premium finance agreement with you, requests cancellation of the Policy due to non-payment of premium from you in the first twelve(12)months of the Policy Period, the earned premium shall be computed short-rate of the twelve-month earned policy term premium and returned to the premium finance company. The effective date and hour of cancellation will be stated in such notice. Cancellation by us also cancels the Automatic Extended Reporting Period and any Optional Extended Reporting Period; the Policy Period, the Automatic Extended Reporting Period, and any Optional Extended Reporting Period will end on that date. If we cancel for the reason specified in Subparagraph (a), there shall be no return premium. If we cancel for reasons stated in Subparagraphs (b) or(c) in the first twelve (12) months of the Policy Period, the earned premium shall be computed pro-rata of the twelve-month earned policy term premium. Payment of any return premium shall not be a condition of cancellation. 3. This Policy may be cancelled by the first Named Insured for any reason. In the event that the first Named Insured cancels the Policy,the earned premium shall be computed under the customary short rate table and procedure as a percentage of the total Policy premium stated in the Declarations, and we will return the earned premium to the first Named Insured. Cancellation by the first Named Insured shall also cancel the Automatic Extended Reporting Period and any Optional Extended Reporting Period on the date of cancellation. 4. Notwithstanding the foregoing, if you report a Claim or First Party Claim to us prior to the date of cancellation, the Policy premium shall be considered 100% earned, and no premium shall be returned upon cancellation. H. No Limitation of Liability You shall not limit the liability of any Responsible Entity, except to collectible insurance,without our prior written approval. I. Your Bankruptcy Your bankruptcy or insolvency shall not relieve us of our obligations under this Policy. Policy Form:PERFORM-10002(05-16) Page 19 of 19 J. Authorization Clause By acceptance of this Policy, the first Named Insured shall be the sole agent of and shall act on behalf of the Insureds for all purposes as to the Policy, including but not limited to the payment or return of premium, receipt and acceptance of any endorsement issued to form a part of this Policy, providing and receiving notice of cancellation, termination, or nonrenewal, the giving of notices and reporting of First Party Claims, Claims and circumstances,for completing applications and the making of any statements or representations, for making any change to the Policy, and for the exercising or declining to exercise any right under this Policy, including the purchase of an Optional Extended Reporting Period. K. Severability of Policy Provisions If any material provision or clause of this Policy is declared illegal or unenforceable by any court of competent jurisdiction and cannot be modified to be enforceable, that provision will immediately become null and void, leaving the remainder of this Policy in full force and effect. L. Severability of Insureds(Coverages B,C, D and E) Except with respect to the Limits of Liability and Self-Insured Retentions, the Authorization Clause of this Conditions Section and as otherwise provided in this Policy,this insurance applies as if each Insured were the only Insured and separately to each Insured against whom a Claim is made. M. Other Insurance This Policy is excess over the Self-Insured Retention and any other valid and collectible liability insurance available to you, whether such other insurance is stated to be primary, pro-rata, contributory, excess, contingent, self-insured or otherwise, unless such other insurance is written specifically excess of this Policy by reference in such other policy to the Policy number in this Policy's Declarations. When any other insurance has a duty to defend a Claim, we will have no duty to defend the Claim; if no such other insurance defends the Claim,we will have the right but not the duty to defend the Claim. Under Coverage C only,when you are required by written contract,written agreement,or permit, executed prior to when the Pollution Claim was first made,to include any person or entity as an additional Insured, such coverage will be provided on a primary and non-contributory basis to the extent so required. N. Choice of Law All matters arising from or related to this Policy, including without limitation questions related to the validity, interpretation, performance, and enforcement of this Policy, all forms of contractual, tort and statutory claims, and all remedies and entitlement to costs or attorneys'fees in a dispute over any of the foregoing, shall be determined in accordance with the law and practice of the State of New York (notwithstanding New York's conflicts of law rules). O. Jurisdiction and Venue It is agreed that, in the event of any dispute arising from or related to this Policy, including without limitation questions related to the validity, interpretation, performance, and enforcement of this Policy, and all forms of contractual, tort and statutory claims, you and we will submit to the jurisdiction of any court (State or Federal) in New York and will comply with all the requirements necessary to give such court jurisdiction. Nothing in this clause constitutes or should be understood to constitute a waiver of your or our right to remove an action to the United States District Court, regardless of the jurisdiction in which an action is commenced. Policy Form:PERFORM-10002(05-16) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity,timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2025 Policy No. WC 0144040-10 Endorsement No. Insured TLM CONSTRUCTORS, INC Premium$ Insurance Company Zurich American Insurance Company WC 99 06 43 Page 1 of 1 (Ed.01-13) Includes copyright material of the National Council on Compensation Insurance,Inc.used with its permission. ©2012 Copyright National Council on Compensation Insurance,Inc.All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2025 Policy No. WC 0144040- 10 Endorsement No. Insured TLM CONSTRUCTORS, INC Premium $ Insurance Company Zurich American Insurance Company Countersigned by WC124(4-84) Copyright 1983 National Council on Compensation Insurance,Inc. Page 1 of 1 WC 00 03 13 Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job TLM CONSTRUCTORS, INC SUP-1 5325 aid linked here to add a ❑supplier in Workday. Contract Name* Contract ID Parent Contract ID CONSTRUCTION AGREEMENT FOR 2026 BRIDGE, 10327 IRRIGATION, AND DRAINAGE Requires Board Approval MAINTENANCE/REHABILITATION ON-CALL SERVICES Contract Lead* YES EGREEN Contract Status Department Project # CTB REVIEW Contract Lead Email AN-1 egreen@weld.gov Contract Description* AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND TLM CONSTRUCTORS, INC. FOR 2026 BRIDGE, IRRIGATION, AND DRAINAGE MAINTENANCE/REHABILITATION ON-CALL SERVICES. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 01 /31 /2026 02/04/2026 Amount* Department Email $700,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included?* Automatic Renewal DeptHead@weld.gov NO NO County Attorney Grant ADRIA SCHIEL NO County Attorney Email IGA ASCHIEL@WELD.GOV NO If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 11 /30/2026 01 /01 /2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 01 /28/2026 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 01 /28/2026 01 /28/2026 01 /28/2026 Final Approval BOCC Approved Doc ID# AG 020226 BOCC Signed Date Originator BOCC Agenda Date EGREEN 02/02/2026 PUBLIC WORKS DEPARTMENT 8�'= _ 1 1 1 1 H STREET P.O. BOX 758 `A r; GREELEY, COLORADO 80632 pUN7r_ -^711 PHONE: (970) 400-3750 January 20, 2026 To: Board of County Commissioners Subject: Award recommendation for solicitation #62500148 -2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services As advertised, this solicitation is for on-call construction services for bridge, irrigation, and drainage maintenance/rehabilitation. On January 9, 2026, two (2) proposals were received and opened. The proposal from L & M Enterprises, Inc. (L & M) did not contain all the necessary forms required with the proposal and was therefore considered non-responsive and not reviewed/scored. The second proposal from TLM Constructors, Inc. (TLM) was complete and was therefore the sole-responsive proposal. TLM's proposal was in the amount of $651,585.00 and this is within the Department's budget of $700,000.00. Therefore, the recommendation is to award the bid to TLM in an amount not to exceed $700,000.00. Sincerely, Curtis Hall Director 2026-0126 I/Zip ce.l00sq Public Works Department PROJECT: 2026 Bridge, Irrigation, and Drainage Maintenance/Rehabilitation On-Call Services RFP Due Date: January 9, 2026 Summary of Committee Member Scoring Total Adjusted Total Adjusted Consultant Name Score (RFQ- Score Total Score Fee Ranking RFP) (Interview) • Vendor #1 337.25 N/A 337.25 $651,585.00 1 Shortlisted Consultants for Interview Final Best Value Determination ION COST TABULATION 01-16-2026 , AND DRAINAGE MAINTENANCE/REHABILITATION ON-CALL SERVICES (B25000148) UNIT PRICE TOTAL TLM Constructors, TLM Constructors, DESCRIPTION UNIT QUANTITY Inc. Inc. Clearing and Grubbing LS 1 $15,000.00 $15,000.00 Removal of Structures (Special) (Removal of Concrete Lined Ditch) LF 46 $30.00 $1,380.00 Removal of Pipe (12 Inch PVC) LF 60 $30.00 $1,800.00 Removal of Pipe (15" CMP) LF 60 $30.00 $1,800.00 Removal of Pipe (18" PVC) LF 59 $30.00 $1,770.00 Removal of Pipe (18" CMP) LF 162 $30.00 $4,860.00 Removal of Pipe (24" CMP) LF 72 $30.00 $2,160.00 Removal of Pipe (20 x 28" CMP) LF 89 $30.00 $2,670.00 Removal of Pipe (22 x 30" CMP) LF 40 $35.00 $1,400.00 Removal of Pipe (24 x 44" CMP) LF 40 $35.00 $1,400.00 Unclassified Excavation CY 57 $95.00 $5,415.00 Unsuitable Material (Muck Excavation) (Contingency) CY 100 $165.00 $16,500.00 Embankment Material CY 135 $95.00 $12,825.00 Potholing (Special) EACH 32 $750.00 $24,000.00 Soil Retention Blanket (Straw/Coconut) SY 122 $15.00 $1,830.00 Aggregate Base Course (Class 6) CY 39 $175.00 $6,825.00 Hot Mix Asphalt (Grading SX) (100) (PG 64-22) (Patching) CY 8 $800.00 $6,400.00 Grouted Riprap (9 Inch) CY 7 $935.00 $6,545.00 Riprap (12 Inch) CY 13 $320.00 $4,160.00 Concrete Lined Ditch LF 95 $140.00 $13,300.00 Concrete Class D CY 6 $1,900.00 $11,400.00 Reinforcing Steel LB 83 $10.00 $830.00 15 Inch Reinforced Concrete Pipe LF 12 $300.00 $3,600.00 18 Inch Reinforced Concrete Pipe LF 60 $310.00 $18,600.00 23 x 14 Inch Horizontal Elliptical Reinforced Concrete Pipe LF 32 $365.00 $11,680.00 23 x 14 Inch Horizontal Elliptical Reinforced Concrete Pipe (Class 4 Strength) LF _ 190 $375.00 $71,250.00 30 x 19 Inch Horizontal Elliptical Reinforced Concrete Pipe LF 40 $435.00 $17,400.00 30 x 19 Inch Horizontal Elliptical Reinforced Concrete Pipe (Class 4 Strength) LF 136 $445.00 $60,520.00 45 x 29 Inch Horizontal Elliptical Reinforced Concrete Pipe (Class 4 Strength) LF 40 $575.00 $23,000.00 15 Inch Reinforced Concrete End Section EACH 1 $2,510.00 $2,510.00 23 x 14 Inch Reinforced Concrete End Section EACH 8 $3,150.00 $25,200.00 30 x 19 Inch Reinforced Concrete End Section EACH 8 $3,500.00 $28,000.00 24 Inch Corrugated Metal Pipe (Aluminized) LF 38 $280.00 $10,640.00 Traffic Control - Signs Only (No Flaggers) (Minor Encroachment) DAY 5 $400.00 $2,000.00 Traffic Control - Signs Only (No Flaggers) (Road Closure) DAY 8 $450.00 $3,600.00 Traffic Control - Signs and Flaggers (Lane Closure) DAY 14 $3,500.00 $49,000.00 1 Inch x 4 Foot x 4 Foot Steel Road Crossing Plate DAY 22 $300.00 $6,600.00 1 Inch x 4 Foot x 8 Foot Steel Road Crossing Plate DAY 22 $310.00 $6,820.00 1 Inch x 6 Foot x 12 Foot Steel Road Crossing Plate DAY 22 $320.00 $7,040.00 F/A Minor Contract Revisions FA 1 $50,000.00 $50,000.00 F/A Subsurface Utility Engineering (SUE) FA 1 $10,000.00 $10,000.00 TOTAL $651,585.00 RFP TOTAL $651,585.00 DIFFERENCE $0.00 • ,r . . 1 1861 `'' Weld County Finance Department �.!r= r,1 Purchasing Division Ln n ') bids@weld.gov COUNTY 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Bridge,Irrigation & Drainage Maintenance/Rehabilitation On-Call Services Bid Number: B2500148 Department: Public Works Bid Opening Date: January 9, 2026 Award: TBD ( January 26, 2026) Vendor(s) Name TLM Constructors Inc Po Box 336338 Greeley CO 80633 L & M Enterprises Inc PO Box W Berthoud CO 80513 The Public Works Department is reviewing the proposals.
Hello