Loading...
HomeMy WebLinkAbout20260335 Con}l/aCf Oa- 0383 '` _18W , :.e Weld County Public Works r =-1 9 ' (970) 400-3750 r 1 1 1 1 H St., P.O. Box 758 Co uN T Y Greeley, CO 80632 February 20, 2026 Mrs. Esther Gesick, CTB 1 150 O Street Greeley, CO 80632 Re: B2500147-CR 54/13 Roundabout Project Contract Dear Mrs. Gesick, Please place the attached contract on the BOCC agenda.The contract is for the construction of the roundabout at CR 54/13. The BOCC awarded the contract to Kraemer NA, LLC on February 18, 2026. The Tyler reference number is 2026-0335. The OnBase Contract ID is 10383. The contract is for an amount not to exceed $14,916,360.60. Public Works has included the project in its 2026 budget. I will attend the BOCC meeting to answer any questions the BOCC may have. Sincerely, 3icin anti Clay Kimmi Senior Engineer Public Works Department cbn,,n+ncr - cc :0v,v ,. (PW) 2ov,-0335 2/Z5/Zb Z/Z5/2(o EC-1 0OHS 1 BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE: Contractor for WCR 54/13 Roundabout Project DEPARTMENT: Public Works DATE: February 9, 2026 PERSON REQUESTING: Curtis Hall, Don Dunker, Cameron Parrott, and Clay Kimmi Brief description of the problem/Issue: In December 2025, Public Works and the Purchasing Department, issued a Request for Proposal (RFP) for the WCR 54/13 Roundabout Project. The procurement process followed the Best Value process as permitted by County Code. Since the project has a$1,419,409 CDOT grant, CDOT had to approve the use of the Best Value procurement process. Five construction contractors submitted proposals for review and scoring. After the proposals were reviewed and scored, the two proposals with the highest scores were interviewed.After the interviews were scored,the contractor with the highest score was Kraemer NA. Scoring results are attached for reference. The Engineer's Estimate for the project was$19,050,972.51 with a start date of February 23, 2026 and a completion date of November 18, 2026. Kraemer NA's proposal was for an amount not to exceed $14,916,360.60 with a start date of February 23, 2026 and a completion date of October 25, 2026. What options exist for the Board? • Option 1: Approve the award of the project to Kraemer NA for an amount not to exceed $14,916,360.60 and allow the approval of award to be placed on the BOCC agenda. • Option 2: Request a work session to understand the Public Works justification for recommending Kraemer NA. Consequences:Awarding the contract to Kraemer NA results in the project being completed ahead of schedule and under the Public Works budget for the project. If the contract is awarded to another contractor,the schedule would likely be longer and would cost more, Impacts: The Best Value process considers a contractor's qualifications, construction quality, cost, schedule, and other aspects and calculates on overall score for each proposal. Based on the overall score, Kraemer NA represents the best value to the County because they are proposing to open the road early,which minimizes the impact to the traveling public and they have proven they can complete projects on budget and schedule. Past Kraemer NA projects have resulted in projects being completed ahead of schedule and under budget. Costs (Current Fiscal Year/ Ongoing or Subsequent Fiscal Years): Public Works budgeted over$19 million in the 2026 budge. Awarding the contract to Kraemer NA will result in a savings of approximately$4.13 million. Recommendation: Award the contract to Kraemer NA in an amount not to exceed $14,916,360.60. Liquidated damages of$8,800/day apply if the intersection isn't open by Oct 25, 2026. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James I,, % Jason S. Maxey ..1 ti Lynette Peppier Kevin D. Ross Agreement for Construction Services Between Weld County and Kraemer NA for the WCR 54/13 Roundabout Project THIS AGREEMENT is made and entered into this 25 "` day of 2026, by and between the Board of Weld County Commissioners, on behalf of the Dep ment of Public Works, hereinafter referred to as "County," and Kraemer NA, 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. B2500147. 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 $14,916,360.60, 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. 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-VI'. 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: Ezra Llewellyn Position: Project Manager Address: 900 West Castleton Road, Suite 220 Address: Castle Rock, CO 80109 E-mail: ellewellyn@kraemerna.com Phone: (303) 688-7500 Weld County: Name: Clay Kimmi, P.E. Position: Senior Engineer Address: 1 1 1 1 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. 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 requiregmnt 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: Kraemer . or h nmcrica LLC Iffir By: MINIM 2/20/26 Date of Signature Name: ;� of y J. alone Title: Sr. Vice President WELD COUNTY: ATTEST: did:44V :' ti BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: � �..J - J Deputy C erk to the Board Jason S. Maxey, Chai r em '"`''„► FEB 2 5 2026 ,t14- ♦ iiiS 1661t j,CQ l 02 LP-0335 EXHIBIT A INVITATION TO BID FOR BID DOCUMENTS FOR B2500147 8y Weld County Finance Department . Ems Purchasing Division ' 1301 North 17th Avenue ' l� Greeley, Colorado 80632 COUNTY Public Works Construction — Request for Proposal (RFP) Solicitation Number: B2500147 Title: WCR 54/13 Roundabout Project Issue Date: December 17, 2025 Pre-Proposal Meeting: January 6, 2026, at 10:00 a.m. (Mandatory) Pre-Proposal Location: 1111 H Street, Greeley, CO 80632 Questions Due: January 12, 2026, by 7:00 a.m. Questions email: ckimmi(a�weld.gov with copy to bids(c�weld.gov Proposal Due Date: January 16, 2026, by 10:00 a.m., Purchasing's Clock Proposal Delivery: Preferred email to bids c(r�weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids©weld.gov Documents Included in this Solicitation Package RFP Schedules RFP Attachments Schedule A: Solicitation Instructions Attachment 1 — Project Special Provisions Schedule B: Scope of Work Attachment 2 — WCR CR 54/13 Roundabout Schedule C: Procurement Schedule Ready For Construction Plans Schedule D: RFP Response - Criteria Attachment 3 —WCR 54/13 Roundabout Schedule E: Proposal Form Geotechnical Report Schedule F: Insurance & Bonds Attachment 4 — WCR 54/13 Roundabout ROW Schedule G: Weld County Contract Plans Schedule H: Forms Due with Proposal Attachment 5 — WCR 54/13 Subsurface Utility Schedule I: Public Works Contract Forms Engineering Plans. 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 9 Schedule D— RFP Response Criteria 10 RFP Response Submittal 10 Response Format 11 Best Value Selection Process Summary Description 11 Technical Score 11 Schedule Score 11 Cost Score 12 Interview Score (optional) 12 Scoring Criteria 12 Schedule E - Proposal Response Form 16 Proposal Submittal Instructions 16 System for Award Management (SAM) Database 16 Fees - Proposal Schedule 16 Attestation 24 Schedule F — Insurance and Bonds 25 Solicitation#B2500147 Page 2 Insurance 25 Bonds 28 Insurance Mailing Information 28 Schedule G - Weld County Contract 30 Contractual Obligations 30 Weld County Standard Contract 30 Schedule H —Forms Due with Proposal 45 Bid Bond 46 IRS Form W-9 48 Title 49, CFR, Part 29 Debarment and Suspension Certification 49 Certification of Compliance with Equal Opportunity Clause Requirements 50 Contractors Performance Capability Statement (Form #605) 51 Anti-Collusion Affidavit (Form #606) 52 Assignment of Antitrust Claims (Form #621) 53 Anticipated DBE Participation Plan (Form #1414) 54 Schedule I — Public Works Contract Forms 55 Notice of Award 56 Performance Bond 57 Labor& Materials Payment Bond 59 Notice to Proceed (Example) 61 Change Order (Example) 62 Certification of Substantial Completion (Example) 63 Notice of Final Acceptance (Example) 64 Lien Waiver (General Contractor) (Example) 65 Lien Waiver (Subcontractor) (Example) 66 Solicitation #B2500147 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: WCR 54/13 Roundabout Project A Mandatory Pre-Proposal conference will be held on January 6, 2026 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 15, 2026 at 10:00 a.m. (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call January 15, 2026 at 10:30 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„662985626# Meeting ID: 256 750 935 355 83 United States, Denver Passcode: z2aU9cs6 Phone conference ID: 662 985 626# 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 bids(aweld.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 # B2500147 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 #B2500147 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 #B2500147 Page 6 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a contractor to provide construction services to construct the WCR CR 54/13 Roundabout Project. 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 constructing a roundabout at the intersection of WCR 54 and WCR 13. The work to be performed will include but not be limited to: • Clearing and grubbing; • Removal of structures; • Milling and stockpiling asphalt pavement; • Removal of gas lines; • Removal of trees; • Abandoning wells; • Unclassified excavation; • Placement of embankment material • Stripping and stockpiling topsoil; • Installing and maintaining erosion control items; • Dewatering; Solicitation #B2500147 Page 7 • Seeding and mulching; • Dust control; • Placement of aggregate base course; • Placement of asphalt and concrete paving; • Installing culverts, inlets, and curb/gutters; • Installing detention pond structures; • Installing riprap; • Installing slope and ditch paving; • Removing and installing fencing; • Installing delineators and signage; • Striping; • Traffic Control; • Contractor provided process control testing; and • Other Miscellaneous items. 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 Schedule E, Table 1 must be submitted as part of the proposal or the bid will be rejected. This project has CDOT oversight. As a result, the project shall include but not be limited to: • Certified payrolls with Davis Bacon Wages; • Equal Employment Opportunity requirements; • Buy America requirements; and • Other CDOT project requirements. The CDOT Disadvantaged Business Enterprise (DBE) goal for the project is 0%. The CDOT On the Job Training (OJT) goal for the project is 0%. Contractors shall be required to utilize CDOT's B2GNow and LCPTracker software programs. Solicitation #B2500147 Page 8 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date December 17, 2025 Pre-Proposal Meeting (Mandatory) January 6, 2026, at 10:00 a.m. 1111 H Street, Greeley, CO 80632 Technical Questions Due January 12, 2026, by 7:00 a.m. Technical Questions email ckimmi(a�weld.gov with copy to bids(a�weld.gov Questions Answered via Addendum January 13, 2026 Proposals Are Due January 16, 2026, by 10:00 a.m. Purchasing's Clock Interviews (Optional) January 29, 2026 Solicitation Notice of Award (Anticipated) February 11, 2026 Contract Execution (Anticipated) February 23, 2026 Solicitation #B2500147 Page 9 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 baseline construction schedule showing all construction tasks and how the proposer would complete the project within the contract time. Provide a copy of the baseline schedule using Microsoft project. An electronic copy of the Microsoft Project file shall be submitted with the proposal. 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 #B2500147 Page 10 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 b. Text sizes shall be 12 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 #B2500147 Page 11 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 each 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 will 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 ranked proposal and best value for the County. NOTE: The highest score proposal may not be the lowest proposed cost. Solicitation #B2500147 Page 12 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#B2500147 Page 13 Table 2 - Schedule Scoring Form Evaluation Weighting Score Criteria Evaluation Standard Scoring 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 j 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 #B2500147 Page 14 Table 4 - Interview Scoring Form Evaluation Evaluation Standard Scoring Weighting Score Criteria Factor Range • Contractor proposed and clearly described their approach for 2.0 — Work Approach completing the project. 1 to 5 2 10.0 • The Contractor offered innovative 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 2.0 — Presentation • The people being interviewed 1 to 5 2 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 Contractor demonstrated a clear 20.0 understanding of the project and the project goals. Proposal 10.0 to Interview 50.0 Score Solicitation#B2500147 Page 15 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. 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 Schedule E, Table 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 Schedule E, Table 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. Solicitation # B2500147 Page 16 Table 1 —WCR 54/13 Roundabout Project Bid Tabulation Item # Item Description Unit Quantity Unit Cost Total Cost 201-00000 Clearing and Grubbing LS 1.00 202-00002 Removal of Structures (Special) EA 1.00 202-00010 Removal of Trees EA 60.00 202-00020 Removal of Concrete Structure EA 4.00 202-00033 Removal of Pipe EA 14.00 202-00036 Removal of Gas Line (Contingency) LF 17,465.00 202-00036 Removal of Waterline (Contingency)(PVC, Copper, & Steel) LF 6,000.00 202-00210 Removal of Concrete Pavement SY 400.00 202-00220 Removal of Asphalt Mat (Planing)(FuII Depth Removal) SY 27,062.00 202-00250 Removal of Pavement Marking SF 779.00 202-00810 Removal of Ground Sign EA 17.00 202-01000 Removal of Fence LF 10,258.00 202-01130 Removal of Guardrail (Type 3) LF 200.00 202-04100 Abandon Well EA 2.00 203-00000 Unclassified Excavation CY 89,704.00 203-00050 Unsuitable Material (Muck)((Contingency) CY 16,461.00 203-00066 Embankment Material (R40 Import) CY 38,870.00 203-00200 Onsite Borrow CY 7,573.00 203-00510 Rock Fill (3 Inch Minus)(Contingency) CY 10,000.00 203-01100 Proof Rolling HR 60.00 203-01500 Blading HR 40.00 203-01594 Combination Loader HR 80.00 203-01597 Utility Potholing HR 100.00 203-02330 Laborer HR 80.00 207-00205 Topsoil (Redistribute)(12 Inches) CY 35,956.00 207-00210 Stockpile Topsoil CY 45,881.00 208-00002 Erosion Log (Type 2)(12 Inch) LF 7,696.00 208-00035 Aggregate Bag LF 600.00 Solicitation #B2500147 Page 17 Item # Item Description Unit Quantity Unit Cost Total Cost 208-00045 Concrete Washout Structure (Lined) EA 1.00 208-00051 Storm Drain Inlet Protection (Type 1) LF 588.00 208-00075 Prefabricated Vehicle Tracking Pad EA 4.00 208-00103 Removal and Disposal of Sediment (Labor) HR 40.00 208-00105 Removal and Disposal of Sediment (Equipment) HR 40.00 208-00106 Sweeping (Sediment Removal) HR 160.00 208-00207 Erosion Control Management (ECM) DAY 150.00 209-00600 Dust Palliative (Magnesium Chloride) GAL 50,000.00 210-00010 Reset Mailbox Structure EA 2.00 210-00810 Reset Ground Sign EA 4.00 211-03005 Dewatering DAY 100.00 212-00009 Seeding (Temporary) AC 4.32 212-00028 Seeding (Wetlands) AC 0.24 212-00702 Biotic Soil Amendment (Hydraulically Applied) LB 97,020.00 212-00706 Seeding (Native)(Drill) AC 21.56 213-00002 Mulching (Weed Free Hay) AC 26.12 216-00201 Soil Retention Blanket (Straw-Coconut)(Biodegradable CI 1) SY 4,886.00 304-06000 Aggregate Base Course (Class 6)(Recycled Concrete) TON 15,885.00 304-08000 Aggregate Base Course (Shouldering) TON 744.00 403-33841 Hot Mix Asphalt (Grading S)(100)(PG64-22) TON 7,904.00 403-34851 Hot Mix Asphalt (Grading SX)(100)(PG64-28) TON 2,635.00 412-00800 Concrete Pavement (8 Inch) SY 827.00 412-00801 Concrete Pavement (8 Inch)(Special, Davis Red) SY 1,278.00 412-00900 Concrete Pavement (9 Inch) SY 21,993.00 412-00901 Concrete Pavement (9 Inch)(Special, Davis Red) SY 657.00 420-00300 Geotextile (Reinforcement)(Under ABC) SY 54,625.00 506-00030 Grouted Riprap (12 Inch) CY 85.00 506-00212 Riprap (12 Inch) CY 524.00 507-00000 Concrete Slope and Ditch Paving CY 443.00 Solicitation#B2500147 Page 18 Item # Item Description Unit Quantity Unit Cost Total Cost 507-00001 Concrete Slope and Ditch Paving (Rundowns) EA 3.00 601-03000 Concrete Class D CY 52.00 602-00020 Reinforcing Steel (Epoxy Coated) LB 712.00 603-01150 15 In Reinforced Concrete Pipe LF 111.00 603-01180 18 In Reinforced Concrete Pipe LF 784.00 603-01240 24 In Reinforced Concrete Pipe LF 311.00 603-01200 30 In Reinforced Concrete Pipe LF 303.00 603-02180 23x14 In Horizontal Elliptical Reinforced Concrete Pipe LF 248.00 603-02240 30x19 In Horizontal Elliptical Reinforced Concrete Pipe LF 196.00 603-05015 15 In Reinforced Concrete End Section EA 5.00 603-05018 18 In Reinforced Concrete End Section EA 6.00 603-05030 30 In Reinforced Concrete End Section EA 1.00 603-05118 23x14 In Reinforced Elliptical Concrete End Section EA 8.00 603-05124 30x19 In Reinforced Elliptical Concrete End Section EA 1.00 604-00511 Inlet CDOT Type D (10 Ft)(Cast in Place) EA 1.00 604-14005 Inlet Double Combo (5 Ft Deep)(Cast in Place) EA 8.00 604-14605 Inlet Quad Combo (5 Ft Deep)(Cast in Place) EA 5.00 606-00302 Guardrail (Type 3)(31 Inch Midwest Guardrail System) LF 200.00 607-01010 Fence (Barbed Wire With Metal Posts)(Special) LF 10,476.00 607-11525 Fence (Plastic) LF 2,114.00 609-20010 Curb Type 2 (Section B) LF 330.00 609-20011 Curb Type 2 (Section M) LF 429.00 609-21010 Curb and Gutter Type 2 (Section I-B) LF 2,203.00 609-21020 Curb and Gutter Type 2 (Section II-B) LF 10,770.00 609-71001 Concrete Apron at End of Curb and Gutter to Grouted Riprap EA 8.00 612-00041 Delineator (Flexible)(Type ()(Driveable) EA 27.00 612-00042 Delineator (Flexible)(Type (()(Driveable) EA 38.00 612-00043 Delineator (Flexible)(Type III)(Driveable) EA 36.00 613-00400 4 Inch Electrical Conduit LF 381.00 Solicitation #B2500147 Page 19 Item # Item Description Unit Quantity Unit Cost Total Cost 614-00011 Sign Panel (Class I) SF 190.00 614-00012 Sign Panel (Class II) SF 204.00 614-00216 Steel Sign Post (2 x 2 Inch Square Tubing) LF 644.00 615-00202 Steel Irrigation Plate with Welded 12 Inch Starter Bell EA 1.00 616-30124 29x18 In Trash Guard EA 1.00 620-00002 Field Office (Class 2)(County Provided) EA 1.00 620-00012 Field Laboratory (Class 2) EA 1.00 620-00020 Sanitary Facility EA 1.00 621-00411 Temporary Access Road (Loveland Ready Mix)(CR 13 NW) LS 1.00 621-00412 Temporary Access Road (Coulson Excavating)(CR 13 NE) LS 1.00 621-00413 Temporary Access Road (Residence)(CR 13 SE) LS 1.00 625-00000 Construction Surveying LS 1.00 626-00000 Mobilization LS 1.00 627-00005 Epoxy Pavement Marking (Modified) GAL 231.00 627-30205 Thermoplastic Pavement Marking (Type I)(Word-Symbol, SF 1,309.00 Arrows, Stop Bar)(Inlaid) 629-01011 Survey Monument (Type 1-A) EA 1.00 630-00000 Flagging HR 400.00 630-00016 Traffic Control (Special) LS 1.00 630-10122 Portable Variable Message Board EA 9.00 630-80372 Concrete Barrier (Temporary)(Furnish and Install) LF 450.00 700-70010 F/A Minor Contract Revisions FA 1.00 $800,000.00 $800,000.00 700-70012 F/A Asphalt Pavement Quality Incentive FA 1.00 $55,000.00 $55,000.00 700-70013 F/A Concrete Pavement Quality Incentive FA 1.00 $83,000.00 $83,000.00 700-70016 F/A Fuel Cost Adjustment FA 1.00 $60,000.00 $60,000.00 700-70018 F/A Pavement Smoothness Incentive FA 1.00 $72,000.00 72,000.00 700-70019 F/A Asphalt Cement Cost Adjustment FA 1.00 $15,000.00 $15,000.00 700-70171 F/A Subsurface Utility Engineering (SUE) FA 1.00 $10,000.00 $10,000.00 700-70380 F/A Erosion Control FA 1.00 $150,000.00 $150,000.00 Solicitation#B2500147 Page 20 Item # Item Description Unit Quantity Unit Cost Total Cost 927-00170 Process Control Testing for Items 203, 206, 304, 306, and 603 DAY 150.00 Total Bid Price Written Total Amount: Solicitation#B2500147 Page 21 Fees — Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment YES, I choose to accept Asphalt Cement Cost Adjustments for this project. NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. 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 No. # B2400147. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. The person signing the Proposal is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F — Insurance and Bonds. 5. Acknowledgment of Schedule G — Weld County Contract. 6. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. 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. Solicitation # B2500147 Page 22 Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR By: Date of Signature Name: Title: Solicitation#B2500147 Page 23 NOTE: The following are items of work to be completed by Weld County: 1. Materials Owner Acceptance (OA) and Independent Assurance (IA) Testing. 2. Construction Inspection. Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 8. The Proposal herein meets all the conditions, specifications and special provisions set forth in the Request for Proposal B2500147 9. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 10. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 11. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 12. Acknowledgement of Schedule F — Insurance and Bonds 13. Acknowledgment of Schedule G — Weld County Contract 14. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 15. 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 # B2500147 Page 24 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 #B2500147 Page 25 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 # B2500147 Page 26 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# B2500147 Page 27 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 # B2500147 Page 28 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 # B2500147 Page 29 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 # B2500147 Page 30 Agreement for Construction Services Between Weld County and [Contractor] for the WCR 54/13 Roundabout Project 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. B2500147. 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 Solicitation # B2500147 Page 31 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 Solicitation # B2500147 Page 32 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 # B2500147 Page 33 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. 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 Solicitation # B2500147 Page 34 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 Solicitation#B2500147 Page 35 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. 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. Solicitation #B2500147 Page 36 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. 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 Solicitation # B2500147 Page 37 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 covenants contained in this Contract or decrease or limit any liability of Contractor. Solicitation # B2500147 Page 38 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 Solicitation # B2500147 Page 39 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 Solicitation # B2500147 Page 40 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#B2500147 Page 41 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 Solicitation # B2500147 Page 42 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# B2500147 Page 43 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 # B2500147 Page 44 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. Contractor's Performance Capability Statement (Form #605) 6. Anti-Collusion Affidavit (Form #606) 7. Anticipated DBE Participation Plan (Form #1414) Solicitation # B2500147 Page 45 Bid Bond WCR 54/13 Roundabout Project 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 WCR 54/13 Roundabout Project, 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 # B2500147 Page 46 Surety Signature: Title: ATTEST: By: Solicitation # B2500147 Page 47 IRS Form W-9 corn{W-9 Request for Taxpayer Glue term to the oar.Parch W2rb Identification Number and Certification requester.Go not t?apsrarifiit d the New" Go to rfricgerIFome W d 9 for instructions a the latest arlm n orabo Send to the IRS. w Internal Revenue Sconce Motors you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,bekhw. I Name of eneterladledual.M entry Is required.{For a sda prepneter or derogrded onrer.awe the owner's wire on line'.and crow the boaress'deraearded emar'a mart.an tire 2.1 2 Baeaeas namaVisregarded entaf name it ditteara hcrr above. 9a Check the aPpropnala hex for laden tax dararceon Cr the orah'tndvtdiaa whom name.s ertarad eft lee t.Check a sweespronu{codes at ply only in Si only tiro of fhe rdbwrng sever bares avian amass not indt.lduals o ] Ind clkeaF de propretor U C corporation u 5 corporation u Partnership j Tnaveabate tare ristncttruis onPage s �..� LLC Erse the tau claaulrcatlan( •C corporation.S-S corporation.P-Paireme l Exempt panes Code Cl anyt Nett Check the"LAC"boa abort'end In Um intro teats,arts,the appropriate coda IC,5,Or?t for the tat dasoneahon at he LLC,unless t is a dereganted city.A deregerdrd aver thole,rase chock the mareeira Emerpton horn Foreign Aroma Tax is box Y,r:ha tar rlasedicatwn al its owner. Compliance Act FNMA'reporting 0 Other Ism rtslnrcaonsi soar p any) O. ffi 11 on hies 3a trcxr checked'Partnership*or"Tnint+aalaaa."a rrhacsed"t:1C'and enured'P'as As tea cfastltratbn and you ate pravrdrq the torn toa partnership,abet,or es a:*in wren you halve an orershp I ch hairiest, ock patfaraf ro ieaorAals nkaritanad the boa a eon byre arty town partners,owners,or beneficiaries.See:riaruc:crrs auMm the!Naiad SNOW j2 AAYess yrumbor.skeet,and apt or site ro).See mfeucaens Reguasmr's name and address lepelon fi II City tram,and ZIP code 7 Lam account numberlil two Mahan* Part I Taxpayer Identification Number(TIN) Enter your TIN in the approprate box.The TIN brocaded must match the rwne given m lire 1 to avoxi I backup withholdrtg.For irdivnouals,this is generaty your soda{sectaity nurtber(SSNI.14oeiever,for a resident alert rl,sole propretor.or disregarded ertty,see the nstructions for Part I.later.Far other entities,ins your employer identification cumber IEINI.If you do not have a number,sea how to get a of 11N,later. Eaplorr drealleWon maser tYotr:If the account is in more than ore name,see the nstruclions for Ine 1.See also Whet bowie and Member To Gyre the Requester for guidelines an whose number to enter. - Part II Certification Under penairees of perjury.I certify that 1.The rumba shown on this form is my L...rat taxpayer idertdicataon rxrrbe or I am waiting fa a ru-ve r to a issled to nil:and 2.1 am rot subject to backup*tell with y because tat I an exempt Iran,backup witMw4dng or lb}I tone rot been rotted cy the Internal Revenue Serwne(IRS)the I am subject to backup ectNmldng as a result of a failure to report at merest or dividends.or tci the IRS has notified me that I am no Fangs subvect to backup wilhhoiding;and 3.1 am a U.S.citizen or other U.S.person idetned belowt:and 4.The FATCA codes)entered or the form lit air?_ndcatung that I am exerrsst from FATCA reps tng is correct Carta:aeon ndnfceons.You must cross oat{ten 2 above it you have been ratted by the FRS that you are currently sablect to bads up w'thhadng because you have failed to report all ntrest aid dividends on your to..return.For real estate transactions,item 2 Wes not awry.For mortgage nterest palm acquisition or abandonment of secured property.cancellation of debt,contributions to en nrrvieLai retirement arrangement 11RAt.and,generally,pafinerts other then Mares and dr.ideids.you ere riot regaled to sign the certhcation,bit you must provide your coned!TIN.See the nstnic o ns for Part 1,late. Sig• a naern of Here us.parson Dose General Instructions New ire 3b nes been added to this torn A Row-through entity a required to complete the the to indicate that it has direct or'mint Section reirences are to the Internal Revenue Cote urfess otherwise foreign partners,owners,a benefa ales rimen it prntdes the Form W-9 rioted, to another how-through entity in when it has an ownership interest.This Future developments.For the latent information about developments change is nterded to orchiae a how-through entity with information regarong the status al its ndrect foreign partners,owners,or after t taro wFere ibi and its to www.r such as legislation enacted beneficahes.so that i can satisfy any applicable reporting alter they were pablshtad,go to www.irs goviFamiM5. requirements.For example.a partnership that has any indirect foreign What's New partners may be requred to complete Schedules K-2 and K-3.See the Patriersho ttstrucears for Schedules K-2 and K-3 Form 10661. Inc 3a has been modified to clarify now a ttsregardeo envy completes this line.An LLC that is a disregarded anal),shoud check!roe Purpose of Form appropriate box for the tax ct ss(icabon of is owner.Ornerwise,t should check the'LLC'box and enter its appropriate tax classification. An iradivxuual or artilyiFann'h'9 reauestett who is required to t41e art irk:matdn return with the IRS-s giving you this farm because they Car f.c.'C:3Ix FormW-9 giex.3.24124) Figure 1 W-9 Form Solicitation # B2500147 Page 48 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 # B2500147 Page 49 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 # B2500147 Page 50 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 ❑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 Weld Form#605 1120 Solicitation# B2500147 Page 51 Anti-Collusion Affidavit (Form #606) WELD COUNTY PROJECT NO 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. 38. 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. Contractor's firm ar company name By Date Title 2nd contractor's frrn or company name(lfjoint venture.) By Date Title Sworn to before me this day of, 20 Notary Public My commission expires NOTE:This document must be signed in ink. Weld Form 7606 1120 Solicitation # B2500147 Page 52 Assignment of Antitrust Claims (Form #621) Weld County vaoEcrNo 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 subcontractors 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. •'tr3,t0es Inn a company name Title end air • ,riy name 111)ant venture I Date Veld Form•621 1/20 Solicitation # B2500147 Page 53 Anticipated DBE Participation Plan (Form #1414) Colorado Department of Transportation Anticipated DBE Participation Plan (CDOT Form 1414) Section A. Bidder and DBE Information.This section must be completed by the Bidder. 2. FHWA Project#or 1. Project S/A No. or Subaward Agreement PCN Number(5 digit#). #from COTRAMS 3. Project Name (FTA projects): 4. Name of Bidder: 5 Bidder's Contact 6. Bidder's Name: Contact Phone#. 7. Bidder's Contact Email 8 Bid Submission 9. Region: Address: Date: 10. DBE Contract Goal: Section B.DBE Commitments 9 DBE Commitment Details DBE Firm Name Work to be Performed Commitment Amount Eligible Participation Total Eligible Participation. SO 00 Total Bid Amount. Total Eligible Participation Percentage: #DIV/01 Section C. Bidder Signature 10. Bidder Representative: COMMITMENTS LISTED ON THIS FORM SHALL BE BINDING ON THE BIDDER UPON CONTRACT AWARD. IF THE DBE GOAL IS ZERO,DBE COMMITMENTS ARE OPTIONAL AND THE BIDDER IS NOT REQUIRED TO LIST ANY DBE COMMITMENTS ON THIS FORM.This section must be signed by an individual with the authority to contractually bind the Bidder. By signing this form, as an authorized representative of the Bidder,you declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are true and complete to the best of your knowledge. Further,you attest that you understand the following: CDOT shall not award a contract(or provide its concurrence to award a Local Agency Project) until it has been determined that commitments are sufficient to meet the DBE contract goal or else good faith efforts have been made to meet the goal despite falling short. Once your bid has been submitted, commitments may not be modified or terminated without the approval of COOT. If selected as the low apparent bidder,you shall submit a CDOT Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation of all good faith efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation has been properly counted. Please review your project's DBE requirements for additional information and instructions on calculating eligible participation. a. Name b Title c. Signature d. Date "Previous editions are obsolete and may not be used." CDOT Form No.1414 [061241 Page 1 Solicitation # B2500147 Page 54 Schedule I — Public Works Contract Forms The forms in Schedule I — 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. Notice to Proceed 6. Change Order Form 7. Notice of Substantial Completion 8. Notice of Final Acceptance 9. General Contractor Lien Waiver 10. Subcontractor Lien Waiver Solicitation # B2500147 Page 55 Notice of Award To: [Insert Company] [Insert Address' 'Insert City, State, Zip' WCR 54/13 Roundabout Project The project in general consists of performing construction services for the WCR 54/13 Roundabout project. 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 & Yearl Weld County, Colorado, Owner By: Clay Kimmi, P.E., Senior Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by (Contractor) Dated this day of , 2026 By: Title: Solicitation # B2500147 Page 56 Performance Bond (Page 1 of 2) WCR 54/13 Roundabout Project 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: WCR 54/13 Roundabout Project described in the Solicitation Number: B2500147 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 such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. Solicitation # B2500147 Page 57 Performance Bond (Page 2 of 2) WCR 54/13 Roundabout Project 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 # B2500147 Page 58 Labor & Materials Payment Bond (Page 1 of 2) WCR 54/13 Roundabout Project 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: WCR 54/13 Roundabout Project described in the Solicitation Number: B2500147 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 # B2500147 Page 59 Labor & Materials Payment Bond (Page 2 of 2) WCR 54/13 Roundabout Project 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 # B2500147 Page 60 1,,I7a1--ITNI! on= JJ , [!) Notice to Proceed (Example) COUNTY A Address ate:r D Contractordd PROJECT: WCR 54/13 ROUNDABOUT PROJECT described in the Invitation for Bid, Bid No. B2500147. You are hereby notified to commence Work in accordance with the Agreement dated The date of completion of all Work is, therefore, By: Clay Kimmi, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2026. By Title Solicitation # B2500147 Page 61 \\`j)n / �� -- , Change Order (Example) COUNTY Date: PROJECT: WCR 54/13 ROUNDABOUT PROJECT described in the Invitation for Bids, Bid No. B2500147 Owner: Weld County, Colorado Contractor: The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The New Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will be increased by calendar days. The date for completion of all Work will be RECOMMENDED: Owner Representative: Date: Clay Kimmi, P.E. (Senior Engineer) APPROVALS: CONTRACTOR: Name: Date: Title: WELD COUNTY: BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board Chairperson Solicitation # B2500147 Page 62 �.- = , s) Certification of Substantial Completion (Example) ti COUNTY Contractor: Contract For: WCR 54/13 ROUNDABOUT PROJECT described in the Invitation for Bids, Bid No. B2500147. Contract Dated: This Certificate of Substantial Completion applies to all Work that has been sufficiently completed in accordance with the Contract Documents and as modified by any change orders agreed to by the parties, so that the County and/or Owner can utilize the project for the use for which it was intended, except for the following specified parts thereof: See Attached Punchlist The Work to which this Certificate applies has been inspected by authorized representatives of the Owner, Contractor and Engineer, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the Work in accordance with the Contract Documents. The items in the list shall be completed or corrected by the Contractor within days of the above date of Substantial Completion or as approved by the Engineer. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: Solicitation # B2500147 Page 63 \Vef1 Notice of Final Acceptance (Example) ►A c © uNTY To: Date: RE: WCR 54/13 Roundabout PROJECT described in Bid No. B2500147. This is to inform you that the above referenced job, has been satisfactorily completed in accordance with the Contract Documents and is hereby accepted. Final payment will be made on or about , 2026. By: Clay Kimmi, P.E., Senior Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: Dated this day of 2026. By (Contractor) Title Solicitation # B2500147 Page 64 Lien Waiver (General Contractor) (Example) TO: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: PROJECT: WCR 54/13 ROUNDABOUT PROJECT described in the Invitation for Bids, Bid No. B2500147 Contractor: (If no legal description is shown following the description of Project, we acknowledge that the foregoing is an adequate description of the real properties and improvements inasmuch as the foregoing is the description given in the Contract Documents which govern the performance of the Work for which consideration has been received.) In executing this release, we certify that all claims for labor, or materials, or both, furnished or performed on our behalf by our material suppliers or subcontractors have been paid or that satisfactory arrangement for payment has been made. We agree to defend Weld County from any and all claims on the part of our material suppliers, laborers, employees, servants and agents or subcontractors arising from our Work on the Project, and we further agree to reimburse the Board of County Commissioners of Weld County for any and all costs, including reasonable attorney fees, which they may incur as a result of such claims. Contractor By: Title: Date: STATE OF ) ss. COUNTY OF The foregoing instrument was acknowledged before me this day of , 2026, by My commission expires: Notary Public Solicitation # B2500147 Page 65 Lien Waiver (Subcontractor) (Example) PROJECT: WCR 54/13 ROUNDABOUT PROJECT described in the Invitation for Bids, Bid No. B2500147 To All Whom It May Concern: WHEREAS, the undersigned has been employed by (A) to furnish labor and materials for (B) work, under a contract (C) for the improvement of the premises described as (D) County of Weld, State of Colorado of which Weld County is the Owner. NOW, THEREFORE, this day of , 2026 for and in consideration of the sum of (E) Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above described premises, and the improvements thereon, and on the monies or other considerations due or to become due from the Owner, on account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above described premises by virtue of said contract. (F) (Name of sole ownership, corporation or partnership) (SEAL) (Affix Corporate seal here) (Signature of Authorized Representative) Title: Solicitation # B2500147 Page 66 INSTRUCTIONS FOR FINAL WAIVER (A) Person or firm with whom you agreed to furnish either labor, or services, or materials, or both. (B) Fill in nature and extent of work; strike the word labor or the word materials if not in your contract. (C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work. (D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property. (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted. (F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used, partner should sign and designate himself as partner. Solicitation # B2500147 Page 67 Addendum # 1 Solicitation Request Number B2500147 WCR 54/13 Roundabout Project 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: • Revised Bid Tabulation Table • Contractor Questions and Responses • Mandatory Pre-Proposal Meeting Minutes • Pre-Bid Meeting Attendance List • Revised Project Special Provision- Force Account Items • Revised Project Special Provision-Section 106 • Revised Project Special Provision-Section 601 • Revised Standard Special Provision - Certified Payroll Requirements for Construction Contracts 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 1 through 7 of this Addendum shall be returned with the Proposal Documents. Pages 8 through 81 do 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: January 6, 2026 Page 1 of 81 Table 1 -WCR 54/13 Roundabout Project Bid Tabulation (Revised 01/06/2026) Item # Item Description Unit Quantity Unit Cost Total Cost 201-00000 Clearing and Grubbing LS 1.00 202-00002 Removal of Structures (Special) EA 1.00 202-00010 Removal of Trees EA 60.00 202-00020 Removal of Concrete Structure EA 4.00 202-00033 Removal of Pipe EA 14.00 202-00036 Removal of Gas Line (Contingency) LF 17,465.00 202-00036 Removal of Waterline (Contingency)(PVC, Copper, & Steel) LF 6,000.00 202-00210 Removal of Concrete Pavement SY 400.00 202-00220 Removal of Asphalt Mat (Planing)(Full Depth Removal) SY 27,062.00 202-00250 Removal of Pavement Marking SF 779.00 202-00810 Removal of Ground Sign EA 17.00 202-01000 Removal of Fence LF 10,258.00 202-01 130 Removal of Guardrail (Type 3) LF 200.00 202-04100 Abandon Well EA 2.00 203-00000 Unclassified Excavation CY 89,704.00 203-00050 Unsuitable Material (Muck)((Contingency) CY 16,461.00 203-00066 Embankment Material (R40 Import) CY 38,870.00 203-00200 Onsite Borrow CY 7,573.00 203-00510 Rock Fill (3 Inch Minus)(Contingency) CY 10,000.00 203-01100 Proof Rolling HR 60.00 203-01500 Blading HR 40.00 203-01594 Combination Loader HR 80.00 203-01597 Utility Potholing HR 100.00 203-02330 Laborer HR 80.00 207-00205 Topsoil (Redistribute)(12 Inches) CY 35,956.00 207-00210 Stockpile Topsoil CY 45,881.00 208-00002 Erosion Log (Type 2)(12 Inch) LF 7,696.00 208-00035 Aggregate Bag LF 600.00 208-00045 Concrete Washout Structure (Lined) EA 1.00 208-00051 Storm Drain Inlet Protection (Type 1) LF 588.00 Page 2 of 81 Item # Item Description Unit Quantity Unit Cost Total Cost 208-00075 Prefabricated Vehicle Tracking Pad EA 4.00 208-00103 Removal and Disposal of Sediment (Labor) HR 40.00 208-00105 Removal and Disposal of Sediment (Equipment) HR 40.00 208-00106 Sweeping (Sediment Removal) HR 160.00 208-00207 Erosion Control Management (ECM) DAY 150.00 209-00600 Dust Palliative (Magnesium Chloride) GAL 50,000.00 210-00010 Reset Mailbox Structure EA 2.00 210-00810 Reset Ground Sign EA 4.00 211-03005 Dewatering DAY 100.00 212-00009 Seeding (Temporary) AC 4.32 212-00028 Seeding (Wetlands) AC 0.24 212-00702 Biotic Soil Amendment (Hydraulically Applied) LB 97,020.00 212-00706 Seeding (Native)(Drill) AC 21.56 213-00002 Mulching (Weed Free Hay) AC 26.12 216-00201 Soil Retention Blanket (Straw-Coconut)(Biodegradable CI 1) SY 4,886.00 304-06000 Aggregate Base Course (Class 6)(Recycled Concrete) TON 15,885.00 304-08000 Aggregate Base Course (Shouldering) TON 744.00 403-33841 Hot Mix Asphalt (Grading S)(100)(PG64-22) TON 7,904.00 403-34851 Hot Mix Asphalt (Grading SX)(100)(PG64-28) TON 2,635.00 412-00800 Concrete Pavement (8 Inch) SY 827.00 412-00801 Concrete Pavement (8 Inch)(Special, Davis Red) SY 1,278.00 412-00900 Concrete Pavement (9 Inch) SY 21,993.00 412-00901 Concrete Pavement (9 Inch)(Special, Davis Red) SY 657.00 420-00300 Geotextile (Reinforcement)(Under ABC) SY 54,625.00 506-00030 Grouted Riprap (12 Inch) CY 85.00 506-00212 Riprap (12 Inch) CY 524.00 507-00000 Concrete Slope and Ditch Paving CY 443.00 507-00001 Concrete Slope and Ditch Paving (Rundowns) EA 3.00 601-03000 Concrete Class D CY 52.00 602-00020 Reinforcing Steel (Epoxy Coated) LB 712.00 603-01 150 15 In Reinforced Concrete Pipe LF 1 1 1.00 Page 3of81 Item # Item Description Unit Quantity Unit Cost Total Cost 603-01180 18 In Reinforced Concrete Pipe LF 784.00 603-01240 24 In Reinforced Concrete Pipe LF 311.00 603-01200 30 In Reinforced Concrete Pipe LF 303.00 603-02180 23x14 In Horizontal Elliptical Reinforced Concrete Pipe LF 248.00 603-02240 30x19 In Horizontal Elliptical Reinforced Concrete Pipe LF 196.00 603-05015 15 In Reinforced Concrete End Section EA 5.00 603-05018 18 In Reinforced Concrete End Section EA 6.00 603-05030 30 In Reinforced Concrete End Section EA 1.00 603-051 18 23x14 In Reinforced Elliptical Concrete End Section EA 8.00 603-05124 30x19 In Reinforced Elliptical Concrete End Section EA 1.00 604-00511 Inlet CDOT Type D (10 Ft)(Cast in Place) EA 1.00 604-14005 Inlet Double Combo (5 Ft Deep)(Cast in Place) EA 8.00 604-14605 Inlet Quad Combo (5 Ft Deep)(Cast in Place) EA 5.00 606-00302 Guardrail (Type 3)(31 Inch Midwest Guardrail System) LF 200.00 607-01010 Fence (Barbed Wire With Metal Posts)(Special) LF 10,476.00 607-11525 Fence (Plastic) LF 2,114.00 609-20010 Curb Type 2 (Section B) LF 330.00 609-20011 Curb Type 2 (Section M) LF 429.00 609-21010 Curb and Gutter Type 2 (Section I-B) LF 2,203.00 609-21020 Curb and Gutter Type 2 (Section II-B) LF 10,770.00 609-71001 Concrete Apron at End of Curb and Gutter to Grouted Riprap EA 8.00 612-00041 Delineator (Flexible)(Type I)(Driveable) EA 27.00 612-00042 Delineator (Flexible)(Type II)(Driveable) EA 38.00 612-00043 Delineator (Flexible)(Type III)(Driveable) EA 36.00 613-00400 4 Inch Electrical Conduit LF 381.00 614-00011 Sign Panel (Class I) SF 190.00 614-00012 Sign Panel (Class II) SF 204.00 614-00216 Steel Sign Post (2 x 2 Inch Square Tubing) LF 644.00 615-00202 Steel Irrigation Plate with Welded 12 Inch Starter Bell EA 1.00 616-30124 29x18 In Trash Guard EA 1.00 620-00002 Field Office (Class 2)(County Provided) EA 1.00 Page 4 of 81 Item # Item Description Unit Quantity Unit Cost Total Cost 620-00012 Field Laboratory (Class 2) EA 1.00 620-00020 Sanitary Facility EA 1.00 621-00411 Temporary Access Road (Loveland Ready Mix)(CR 13 NW) LS 1.00 _ 621-00412 Temporary Access Road (Coulson Excavating)(CR 13 NE) LS 1.00 621-00413 Temporary Access Road (Residence)(CR 13 SE) LS 1.00 625-00000 Construction Surveying LS 1.00 626-00000 Mobilization LS 1.00 627-00005 Epoxy Pavement Marking (Modified) GAL 231.00 627 30205 Thermoplastic Pavement Marking (Type I)(Word-Symbol, Arrows,Stop SF 1,309.00 Bar)(Inlaid) 629-01011 Survey Monument (Type 1-A) EA 1.00 630-00000 Flagging HR 400.00 630-00016 Traffic Control (Special) LS 1.00 630-10122 Portable Variable Message Board EA 9.00 630-80372 Concrete Barrier (Temporary)(Furnish and Install) LF 450.00 700-70010 F/A Minor Contract Revisions FA 1.00 $800,000.00 $800,000.00 700-70012 F/A Asphalt Pavement Quality Incentive FA 1.00 $55,000.00 $55,000.00 700-70013 F/A Concrete Pavement Quality Incentive FA 1.00 $83,000.00 $83,000.00 700-70016 F/A Fuel Cost Adjustment FA 1.00 $60,000.00 $60,000.00 700-70018 F/A Pavement Smoothness Incentive FA 1.00 $72,000.00 72,000.00 700-70019 F/A Asphalt Cement Cost Adjustment FA 1.00 $15,000.00 $15,000.00 700-70171 F/A Subsurface Utility Engineering (SUE) FA 1.00 $10,000.00 $10,000.00 700-70380 F/A Erosion Control FA 1.00 $150,000.00 $150,000.00 927-00170 Process Control Testing for Items 203, 206, 304, 306, and 603 DAY 150.00 Total Bid Price Written Total Amount: Page 5 of 81 Fees-Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment i YES, I choose to accept Asphalt Cement Cost Adjustments for this project. NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. 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 No. # B2400147. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. The person signing the Proposal is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F- Insurance and Bonds. 5. Acknowledgment of Schedule G-Weld County Contract. 6. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. 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. Page 6of81 Item Entry Company Name: Address: _Phone Email: FEIN/Federal Tax ID #: CONTRACTOR By: Date of Signature Name: Title: Page 7of81 CONTRACTOR QUESTIONS AND RESPONSES Question 1: Does this project require any public information services? If so, where is the scope of work for the services provided? Answer 1: The public information services requirements, if needed, will be found in the project special revision for section 626. For this project, the Contractor will be responsible for communicating with landowners and working closely with them to make sure they have access to their properties during construction. There may also be instances where the Engineer will ask the Contractor for additional information that will then be provided to the County's Public Information Officer for posts to our social media accounts. Providing all of this information is incidental to the project. It will be up to the Contractor to determine if they want to hire a subconsultant to perform any additional public information services. Question 2: Is the concrete strength for the concrete pavement going to be tested using compressive or flexural strengths? Answer 2: Concrete paving will be tested using compressive strength as identified in the Weld County Project Special Provisions (PSP), Sections 412 and 601. Section 601 of the PSPs has been updated to remove any reference to flexural strength.A copy of the Section 601 PSP is attached to this addendum. Question 3: Is there a warranty period for this project? Answer 3: Since this project is a CDOT project, there is no warranty period for the project. Question 4: What is the schedule of liquidated damages? Answer 4: The schedule of liquidated damages is found in Section 108.09, Table 108-2, on page 147 of the Weld County PSPs. The amount of liquidated damages that will be assessed per calendar day is based on the contract value of the Contract and will be assessed starting the day after the contract end date specified in the Contract. Question 5: Is the CAD data available for use when putting our bids together? Answer 5: The CAD data can be downloaded from the County's Sharefile site at https://weldcounty.sharefile.com/public/share/web-s 1 e37c302591842ffac9739bd85382b41. The data can be accessed by anybody with the link. The link will be automatically deactivated and the date will be deleted on January 31, 2026. Bidders are hereby advised that Weld County does not warrant any CAD data. The CAD data is not considered to be part of the Contract and is provided to the Contractor as a courtesy. If the bidders use the CAD data in preparing a proposal or planning and prosecuting the work, it is at their own risk, and bidders are responsible for all conclusions, deductions, and inferences drawn from the CAD data. The CAD data shall not be used in relation to any request for additional time or compensation. Question 6: Can WinFab 610-HTM-USA be considered an approved equivalent for the geogrid that is to be placed between the R-40 material and the Class 6 crushed concrete aggregate base course? Answer 6: No, since WinFab 610-HTM-USE is not a geogrid product, it will not be allowed as an approved equivalent. Question 7: Can WinFab 610-HTM-USA be considered an approved equivalent for Geotextile (Separator) fabrics? Answer 7: No, WinFab 610-HTM-USA does not meet all of the specifications outlined in Table 712.2b,Section 712 of the Weld County Project Special Provisions,therefore,it will not be allowed as an approved equivalent. Page 8 of 81 Question 8: What company will be providing the County's Owner Acceptance (OA) Testing? Answer 8: The County will be using Ground Engineering to provide the OA testing. Question 9: Will the County be using a consultant to track Buy America/ Build America (BABA) certifications, certified test results (CTRs), certificates of compliance (COCs), and submittals? Answer 9: No, Weld County will be responsible for keeping track of Buy America certifications, CTRs, COCs, and submittals. BABA certifications, COCs, and CTRs have to be submitted by the Contractor prior to incorporation of the materials into the project. Monthly pay applications will not be processed if there are outstanding BABA certifications, COCs, and CTRs. Submittals have to be submitted and approved by Weld County prior to the start of the work item. Work will not be allowed to proceed if the submittals have not been approved by the County. Question 10 Why is there a dewatering pay item? Answer 10: Dewatering has been included as a pay item because there is the possibility of encountering a perched water table on the south leg of the intersection. Additionally, dewatering will be likely due to high groundwater levels in the detention pond area on the SW corner of the intersection. Groundwater is located at about 9 feet below the existing ground elevation and the detention pond is approximately 8.5 feet deep. Question 11: Can the temporary access roads be built at locations different than what is shown on the plans? Answer 11: No, while the temporary access roads may have to be field fit to meet turning radii and width, the location of the access roads has to be in the general areas shown on the plans. Question 12: How many people will be on the scoring committee? Answer 12: The scoring committee will be composed of 5 Weld County Public Works staff members. Question 13: Can P6 software be used to generate the schedule? Answer 13: No, the County does not have P6 software and therefore does not have the ability to run analytics on the schedule. The only scheduling software that will be allowed is Microsoft Project. Question 14: Why does the schedule have to be provided as part of the bid package? Answer 14: Part of the scoring criteria is the schedule so a Microsoft Project schedule has to be included as part of the bid package. Question 15: If the schedule shows an earlier completion date than November 18, 2026, will the Contractor be held to the completion date shown in the schedule? Answer 15:The completion date of November 18, 2026 is a conservative schedule assuming that one task is completed before a new task is started. The County expects the Contractor to provide additional crews as needed to ensure that multiple tasks can be completed at the same time in order to beat the November 18, 2026 completion date. Prepared By: Clay Kimmi, P.E., Senior Engineer Page 9 of 81 GR-70-WCR 54/13 Roundabout Project Mandatory Pre-Bid Meeting Minutes January 6, 2026 1. Sign-in Sheet-In order to submit a proposal, your company must be on the sign-in sheet. 2. Project Description/Location a. Located at CR 54 and CR 13 intersection b. The project in general consists of the demolition of the existing intersection, construction of a new roundabout at the intersection, excavation and embankment, PCCP and HMA paving, installation of drainage features, and erosion control. The project includes but is not limited to the following work items: unclassified excavation, embankment, aggregate base course, HMA pavement, erosion control, and installation of various sized culverts. c. 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. 3. Project Engineering a. Design was provided by Weld County Public Works Engineering. b. Materials Owner Acceptance testing will be arranged by Weld County and will be conducted by Ground Engineering. If CDOT requires any Independent Assurance Testing (IAT), Weld County will hire a third party testing company to provide the tests. c. Process Control testing by the Contractor is mandatory for this project. Refer to the Weld County Revision to Section 106 information regarding testing requirements and qualifications for the testing company and their testers. d. 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. Proposals can be hand delivered to the Purchasing Department at 1301 North 17th Ave or emailed to bids@weld.gov by 10 a.m. on January 16, 2026. Proposals dropped off at the Purchasing Department shall include 5 hardcopies and 1 electronic copy of the proposal. If proposals are sent in by email, they must be received by 10 a.m. on January 16, 2026. For proposals that are emailed, the submitter shall provide 5 hardcopies of the proposals by no later than 4 p.m. on January 16, 2026. Hardcopy proposals received after 10 a.m. on January 16, 2026 will be reviewed for consistency with the electronic copy. If changes between the electronic copy and the hardcopies are discovered, the proposal will be deemed unresponsive and the proposal will not be scored. c. If required, interviews will be on January 29, 2026 at times to be determined. d. Note the insurance requirements for the job are shown in Schedule F of the bid documents. i. "Weld County, its elected officials, and its employees" must be included as additional insureds. e. Forms required at bid time are shown in Schedule H of the bid documents. f. 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. g. Proposals shall follow the submittal requirements provided in the RFQ/RFP documents. See Schedule D for the submittal requirements. Page 10 of 81 h. 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. i. The proposal is limited to 25 pages not including the bid proposal forms, front and back covers, blank separator pages. ii. Schedules can be on an 11 x17 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, addendums, project specifications, plans, geotech reports, samples of contract and associated forms, and addendums. c. All of the forms in Schedule E shall be returned with the RFP response. d. Schedule G of the Bid Documents contains the construction contract. Any changes to the construction contract shall be approved by Weld County's attorneys prior to the bid closing. 6. Bid Tabulation a. An amended Bid tabulation will be posted with Addendum 1. Do not use the bid tabulation included in the bid documents. b. The option to choose fuel and asphalt cement cost adjustment will be added to the bid tabulation as part of Addendum 1. i. If you do not choose "Yes" or fail to choose an option, you will not have another opportunity to select them after the bid is opened. ii. Note that these cost adjustments will go up if the price of fuel or asphalt cement goes up but they also go down if the price of fuel or asphalt cement goes down. c. All force accounts must be included in all bids. i. 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. ii. Item 700-70018 will be changed to F/A Pavement Smoothness Incentive to allow a smoothness incentive to be paid for both HMA and PCCP pavements. 7. Project Timeline a. Mandatory Pre-Bid Meeting January 6, 2026 at 10 AM b. Final Date for Questions January 12, 2026 at 7 AM c. Final Addendum Posted January 13, 2026 at 5 PM d. RFQ/RFP Due at Purchasing January 16, 2026 at 10 AM e. Interviews (If Required) January 29, 2026 at TBD f. Anticipated Bid Award by BOCC February 11, 2026 g. Anticipated Contract Signed by BOCC February 23, 2026 h. Anticipated Notice to Proceed February 24, 2026 i. Anticipated Completion Date November 18, 2026 8. Plans a. Construction plans are posted on BidNet included as a separate document. b. Geotech and Asphalt Design reports are included as a separate document Page 11 of 81 c. The 2026 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. i. The contractor is advised to become familiar with the field materials manual. ii. Pay attention to the Notice to Contractors section d. Landowner and utility coordination is going to be critical. i. Landowners have been paid the temporary construction easements (TCE) shown on the plans. If you have to go outside of the TCEs, you must have written permission from the landowner and Weld County has to have a copy of the permission form or agreement. ii. 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. iii. 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. Construction Phasing a. The proposed phasing plan has been included in the Commencement and Completion Section of the Project Special Revisions and may be modified as long as the phasing plan finishes on or prior to the project completion date. A version of your phasing plan shall be included with the Microsoft Project Schedule which is part of the RFP response. b. The proposed phasing plan assumes multiple crews will be used to keep the construction on schedule. c. 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. d. Weld County has anticipated a full road closure from the start of construction to November 18, 2026. However, the bidders are advised that Weld County expects to open the road well in advance of the project end date. 10. General Project Submittals by Contractor a. Submittals for all materials to be used on the project. i. Refer to the Weld County Revision to Section 105,Table 105-1 and 105-1 a 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 as products are delivered to the sight. The Contractor's project manager shall be responsible for keeping track of the COCs and CTRs and ensuring they are submitted timely. c. Baseline Construction Schedule has to be submitted and approved prior to the start of construction activities. i. Monthly schedule updates have to be included with each pay application. ii. Three week look ahead schedules will be required with each weekly progress meeting. d. Mix designs for asphalt and concrete have to be submitted timely so your paving schedules are not impacted. i. Mix designs have to be approved a minimum of 2 weeks before the start of paving operations. It will take 4-6 weeks to obtain approvals for the HMA and PCCP mix designs. Page 12 of 81 ii. Check tests have to be completed a minimum of 2 weeks before the start of paving operations. 11. Davis Bacon Wages/DBE/OJT/Affirmative Action Requirements a. This project does require Davis Bacon wages and certified payrolls. Refer to the CDOT Standard Special Provision for Certified Payroll Requirements for Construction Contractions. b. CDOT issued a new wage decision after the project has bid so the new wage decision will be included in Addendum 1. c. There are no Disadvantaged Business Enterprise requirements for this project. d. The On-the-Job Training goal is 0%. See the CDOT standard special provision for OJT requirements. e. Refer to the CDOT Standard Special Provision for Affirmative Action requirements. f. EEO job bulletin boards are required. Employee interviews will be performed on a weekly basis. g. Contractor shall include a copy of the Form 1273, Required Contract Provisions - Federal Aid Construction Contracts. 12. Force Accounts a. There are eight force accounts that will be included in the project. i. Minor Contract Revision ii. Asphalt Pavement Quality Incentive iii. Concrete Pavement Quality Incentive iv. Fuel Cost Adjustment- If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid. This choice cannot be changed after the bid is opened. v. Pavement Smoothness Incentive vi. Asphalt Cement Cost Adjustment - If you want this, you must check the appropriate line in the bid tabulation at the time you place your bid. This choice cannot be changed after the bid is opened. vii. Subsurface Utility Engineering (SUE) viii. Erosion Control b. Force account items must have the written approval of the County Project Manager prior to any force account work being started. c. There is no incentive for pavement thickness on PCCP. 13. Commencement and Completion of Work a. Project is a completion date contract i. November 18, 2026 is the completion date ii. See the Section 212, Seeding, Fertilizer, Soil Conditioner, and Sodding Project Special Revision for seeding window dates. iii. No weather days or less than full-time charged days will be granted. 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. i. Table 105-la of the Project Revisions outlines the method statements that will be required for the project in addition to the salient feature method Page 13 of 81 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. 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 is a lump sum item, with only flagging, variable message boards, and concrete barricades being paid for separately, so bid accordingly. c. Traffic control plans shall be submitted to Weld County for approval prior to any construction and as MHTs are required to be modified. d. Access to adjacent properties must be maintained and coordinated with the affected landowners and farmers at all times. e. Refer to Traffic Control-General project special provision for more information. 15. Coordination and Protection of Existing Utilities a. Utility coordination is required on the project. Utilities include CenturyLink, Little Thompson Water District, Xcel Gas, and Poudre Valley Rural Electric Association. Contact information has been provided in the project special. 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. d. The required relocation work is anticipated to be complete prior to construction. e. Refer to the Utilities Coordination project special provision for more information. 16. Weld County Project Special Provisions and CDOT Standard Special Provisions. a. Weld County has incorporated the CDOT standard special provisions into its project special provisions. However, CDOT required the CDOT standard special provisions as part of the project documentation. The Project Special Provisions will take precedence over the CDOT Standard Special Provisions. 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 without prior written authorization by the Engineer. 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 in the bid documents. c. Bidders shall be on CDOT's prequalified list. Bidders shall also be in good standing with the federal government's System of Award Management (SAM). If the contractor fails to be on CDOT's prequalified list or is not in good standing with the federal governments System of Award Management, the bid will be deemed unresponsive and the bid will not be reviewed or scored. Page 14 of 81 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. 19. Revisions to Section 103-Award and Execution of Contract a. LCPTracker will be used on this project since certified payrolls are required. b. B2GNow will be utilized to track payments to subcontractors, track the Form 205s, and for prompt payment. Contractors shall get themselves setup in B2GNow prior to submitting the bid. c. All bids have to include Form 605, Contractor's Performance Capability Statement and Form 621, Assignment of Antitrust Claims. Failure to include these forms with the bid will result in the bid being determined to be unresponsive and the bid will not be reviewed or scored. 20. Revisions to Section 104-Scope of Work a. Revised definition for differing site conditions- Note the exclusions. i. 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. i. Note that repricing of bid items is for major items of work and in the amounts described above. c. Snow removal within the road closure area and to the nearest intersections are the responsibility of the Contractor. Snow removal has be done within 24 hours of the storm. d. In section 104.05 and 104.06, note the items that become the property of the Contractor and have to be properly disposed of. e. Revised formula for value engineering proposals. 21. Revisions to Section 105-Control of Work a. Revised 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. Revised section 105.02(f) to require as-built drawings from the Contractor prior to final payment. In addition to the Weld County revision, CDOT Section 105.08 requires as- built plans using a template provided by the Engineer. i. The description of what has to be included on the as-constructed drawings is found in section 12.1.2.3 of the CDOT Construction Manual which has been incorporated into the bid documents by reference. ii. Weld County will provide the AutoCAD drawings and associated files as the template at the time of award. iii. The requirement for an as-constructed survey are also outlined in Section 625.04. The as-constructed survey has to be completed per the CDOT Survey Manual, Chapter 6, Section 6.14 d. Added section 105.02(j) which outlines what submittals have to be submitted to Weld County for review and approval. i. See Table 105-1 a for items requiring a submittal. This is in addition to the CDOT items shown in Table 105-1. Page 15 of 81 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 105-1 a 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. e. Revised section 105.03 paragraph 5 to essentially require that all work pass or it will be removed and replaced. f. Revised section 105.03 paragraph 7 to require Process Control testing at the rates and with the procedures outlined in the Specifications. g. Price Reduction Factors in section 105.03 have been revised. h. Added section 105.03(c) to provide process control plan and documentation requirements for embankment. i. Revised Section 105.06 to state the lower tolerance limit is 4,500 psi (compressive strength) j. Section 105.06 has been extensively modified so make sure the bidder understands the specifications before submitting the bid. k. Revised section 105.09 Order of Precedence. I. Added section 105.10 to require the Contractor to provide meeting agendas, minutes, and attendance sheets for all meetings. i. The Contractor shall have a dedicated superintendent and project manager with authorization to act for the Contractor on site at all times. Failure to do so will result in a suspension of work on the project and contract time will continue. ii. Pay deductions will follow the Liquidated Damage Table in section 108.09. iii. Requirement for contractor signatures on the Form 105-Speed Memo, Form 94 - Minor Contract Revision, or Form 90 - Change Modification Order within 10 days after receipt. m. Replaced Section 105.12, Cooperation between Contractors i. 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. n. Added subsection 105.21 (b) which explains how Final Acceptance is issued. o. CDOT will not participate in disputes. 22. Revisions to Section 106-Control of Material a. A form 1425 is required for each supplier that provides $10,000 or more of materials. The form shall be submitted in B2GNow. 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 106-1 a, 106- lb, and 106-1 c. d. Revised section 106.05(a) and added 106.051 with requirements for projects with more than 5000 tons of HMA. i. Process control is mandatory. ii. Requires that a check test program be successfully completed. e. Revised section 106.06(a) to require process control testing. Page 16 of 81 i. A Process Control Manager is required to be onsite or at the batch plant when PCCP is being placed.The PC manager shall meet the requirements of Section 106.06(a)(4). ii. Note the requirements for required equipment in Section 106.06(a)(6). Note the requirements for providing proper curing of cylinders in Section 106.06(a)(6). 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. i. 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. A process control manager will have to be onsite to ensure the process control testing is completed, testing results are provided, and the process control notebook is kept up to date. This applies to all dirt work and paving work items. ii. Pay deduction of $300/sample or test will be assessed if the PC testing is not completed per Table 106-1 a, l b, and 1 c. 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. 23. Revisions to Section 107- Legal Relations and Responsibility to Public a. Added a paragraph to 107.02 for the requirement of a zoning permit for a manufactured home for any construction trailers or cargo containers used for offices. An electrical permit will be required regardless of whether the trailer and/or cargo containers are hooked up to generators or line power. b. Revised section 107.16 for insurance requirements and additional insured parties. c. 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. d. Revised section 107.19 to require a County ROW permit for the project. e. 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. f. Revised section 107.26(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. 24. Revisions to Section 108- Prosecution and Progress a. Revised section 108.01 to require Form 205 for all subcontractors on B2GNow for this project. b. Revised section 108.02 - Work to start within 15 days of Notice to Proceed. c. Revised section 108.03(b) to require the schedule be provided in Microsoft Project. d. Revised section 108.03(b) to include the requirement that the schedule be approved prior to start of work. e. Revised section 108.03(e) to provide a baseline schedule within 14 days of the contract award. Page 17 of 81 f. Added section 108.03(j) that outlines what information is required for method statements. g. Revised section 108.08 to establish the work hours allowed for the project. h. Revised section 108.08 to prohibit weekend or holiday work without prior written consent of the County. i. Added paragraphs to 108.08 so County is reimbursed for weekend time spent by Project Manager and Inspector. i. 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. j. Revised section 108.08(b) to define the completion date contract and no weather days allowed. k. Revised section 108.09 with a new Liquidated Damages table which is different than CDOT's. I. Revised section 108.09 to include a paragraph to require the submission of all paperwork required to closeout a project within 20 days after Notice of Final Acceptance. m. Added section 108.12 which outlines how pay reductions will be assessed to the contractor. 25. 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. i. Will be held on every pay application. ii. No release of retainage until Final Acceptance. d. Revised section 106.06(b) to include prompt payment. e. Revised section 106.06(h) to include the project schedule update for each pay application. Prompt payment will be strictly enforced. f. Revised section 109.07 to state that stockpiled materials will not be paid for unless approved by the Engineer. 26. 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. 27. 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 202.02 to include requirements for the removal of trees. c. Revised section 202.07 to outline what is required for the removal of pavements, sidewalks, and curbs. d. Replaced section 202.09 with requirements for planing the asphalt mat. All asphalt millings and chunks shall become the property of the Contractor. e. There are two removal items that are a contingency. The removal of gas lines refers to Xcel gas lines that are either under the existing road or would be under the new roadway embankment. The Contractor will have to coordinate with Xcel to ensure the gas lines are ready for removals. The removal of waterline contingency is for the Page 18 of 81 removal of Little Thompson Water District's (LTWD) copper, plastic, and steel lines in the event that LTWD cannot remove the lines once the road, base, and 2 feet of subgrade material have been removed. LTWD is responsible for the removal of all asbestos cement water lines. The Contractor will have to coordinate with LTWD so they can remove the water lines in a timely manner. 28. Revision to Section 203- Excavation and Embankment a. This project requires the removal of 2 feet of material below the roadway way. 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 that 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. 29. 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. 30. 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. i. 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. Page 19 of 81 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. 31. 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. i. 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. i. 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. Page 20 of 81 q. Revised section 208.05 to include additional requirements including: i. 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. 32. Revision to Section 209-Water and Dust Palliatives a. Dust control has to be used on the site to keep dust down. Water is incidental to the cost of the project. b. Added Section 209.05 to make the Contractor responsible for supplying magnesium chloride to Weld County for the purpose of maintaining CR 56 between CR 13 and CR 15. 33. Revision to Section 210- Reset Structures a. Revised section 210.04 to require the ROW fence be set on the landowner's side of the ROW line. b. Revised Section 210.13 with descriptions of how items will be measured and paid for. 34. Revision to Section 211 - Dewatering a. Added section 211 to provide a way to dewater areas as a contingency item. b. Before starting to dewater, the Contractor shall provide the information required in Section 211.13. c. Added Section 211.04 and 211.05 to describe how dewatering will be measured and paid for. 35. 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. Page 21 of 81 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. 36. Revision to Section 213-Mulching a. Revised sections 213.04 and 213.05 to state hydro-mulching and tackifier is incidental to seeding. 37. 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 for soil retention blankets used by Weld County. c. Revised Table 216-4 with the requirements for TRM used by Weld County. d. Revised section 216.02(f) to outline the requirements for staples. e. Revised section 216.03 to explain Weld County's procedure requirements for soil retention coverings. f. Revised section 216.08 to state how soil retention coverings are paid for. 38. Revision to Section 217- Herbicide Treatment a. Revised section 217.03 to describe when herbicide treatment is to be performed by the Contractor. b. Revised section 217.04 to make herbicide treatment incidental to the work. c. Revised section 217.05 to make water incidental to the work. 39. Revision to Section 240 - Protection of Migratory Birds (Biological Work Performed by the Owner's Biologist) a. Inserted section 240.01 to describe the type of work that will have to be done. The County's wildlife biologist will perform the required inspections and will inform the Contractor of what work needs to be completed. b. Inserted section 240.02 to outline the Contractor's requirements that have to be followed in the event that birds of prey or migratory bird nests are encountered. c. Inserted sections 240.03 and 240.04 to outline the methods for measurement and how items will be paid for under section 240. 40. 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 sections 304.07 and 304.08 to outline how aggregate base course will be measured and paid for. g. Revised Table 703-2 to include plasticity and LA abrasion requirements. Page 22 of 81 41. Revision to Section 401 - Plant Mix Pavements- General a. Revised section 401.01 to require that the paving contractor be a member in good standing with the Colorado Asphalt Pavement Association (CAPA). b. 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. c. Revised section 01.02(b) to include the requirement for including a safety edge. d. Revised section 401.02(c) to allow up to 20 percent RAP in the HMA mix design. e. Revised section 401.10 to require an approved longitudinal paver wedge system to construct the safety edge. f. 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. g. Revised section 401.17 to include requirements for the use of pneumatic tire rollers and steel wheel rollers. h. Revised section 401.21 to state that the HMA quantities have a 5% contingency built in and any asphalt quantities over the plan quantity will not be measured and paid for separately. i. Included a provision that quantities of pavement outside the lines shown in the plans will not be measured and paid for without written approval from the Engineer. ii. Included provision a provision that asphalt thickness exceeding the tolerance of 0 inches to 1/2 inch will not be measured and paid for separately iii. Included a provision outlining how safety edge will be paid for. 42. 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. 43. 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. 44. Revision to Section s 412-Portland Cement Concrete Paving a. Revised section 412.01 to require a minimum thickness of 9 inches and a requirement for a minimum of 65% machine placed PCCP. b. Revised section 412.03 to set the lower tolerance limit for PCCP at 4,500psi (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. i. Set maximum for fly ash to 20%Class F fly ash. ii. Using compressive strength to determine acceptance of PCCP. Page 23 of 81 e. Revised section 412.05 to outline the need for a Process Control Manager to be onsite during PCCP work. f. All concrete samples (PCCP and Structural Concrete) have to be stored and tested onsite. There are requirements for ensuring the concrete samples are kept stored in a climate controlled room. The concrete break machine shall be kept in a separate room form the concrete samples to prevent rusting. g. Revised section 412.07(b) to require slip-form and stringless paving with a minimum width of 16 feet. h. Revised section 412.08 to require a tolerance of 0.04 feet for the subgrade and the use of machine control grading. i. Revised section 412.10 to require a rubber tracked placer (RIP) when using dowel bar baskets and the use of welded wire mesh in the areas that are oddly shaped. j. Revised section 412.13(b) requirements for weakened plane joints. k. Revised section 412.14 for curing and sealing compounds. I. Revised section 412.15 to develop maturity curves for cold weather paving in accordance with ASTM C1074 which is different than CDOT's method of developing maturity curves. m. Revised section 412.16 regarding how defective concrete pavement is to be repaired. n. Revised section 412.21 to require PCCP that does not meet or exceed the plan thickness requirements to be removed and replaced at the Contractor's cost and added clarification that PCCP thickness would not have an incentive. o. Revised section 412.22 to require the use of maturity curves for determining strength. p. Revised section 412.23 to outline how PCCP will be paid for. q. Revised section 412.23 to outline addition items that are incidental to PCCP. 45. 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 geotextile(drainage)(class 1) and geotextile(separator). 46. Revision to Sections 420-Geogrid Reinforcement a. Revised section 420.11 to outline what is included in the work. b. Revised section 420.12 to include the specifications for geogrid reinforcement in table 420-2. c. Revised section 420.13 to outline the construction requirements for placing the geogrid. d. Revised sections 420.14 and 420.15 to describe how the geogrid will be measured and paid for. 47. Revision to Section 506- Riprap a. Revised section 506.01 to require a geotextile under the riprap used on the project. Geotextile is incidental to the riprap. b. Revised section 506.01 to describe soil riprap. c. Revised section 506.02 to describe the materials required for various kinds of riprap. d. Revised section 506.03 to describe how various kinds of riprap materials are to be placed. Page 24 of 81 e. Revised sections 506.04 and 506.05 to describe how various kinds of riprap will be measured and paid for. 48. Revision to Section 507-Slope and Ditch Paving a. Revised sections 507.13 and 507.14 to describe how slope and ditch paving will be measured and paid for. 49. Revision to Section 601 -Structural Concrete a. Revised section 601.01 to prohibit the use of ACI-318 during disputes. b. Revised Table 601-1 to require that BZ mixes be 4,500 psi at 28 days. c. Revised section 601.04 with sulfate resistance requirements for concrete. d. Revised section 601.05 with mix design submittal requirements. e. Revised section 601.06 to allow the use of electronic batch tickets as long as Weld County has access to them prior to the placement of the concrete. f. Revised section 601.07(d) to outline the requirements for the use of a self-contained mobile mixer. g. Revised section 601.08 to allow for air content adjustments. h. Revised section 601.09(h) to outline the County's requirements for removing forms. i. Revised section 601.12(o) to require compressive strength cylinder breaks. j. Revised section 601.13(2) to outline the minimum curing period. k. Revised section 601.16(e) to outline the County's requirements for developing maturity curves. Note these requirements are different than CDOT's. I. Revised section 601.17(a) outlines how air content will be tested for acceptance. m. 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. n. Replaced section 601.17(d) to outline the County's pay factors in the event the Engineer allows low strength concrete to remain in place. o. Replaced section 601.17(f) outlining maturity meter strength requirements. 50. 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. 51. 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 and conduits 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. h. Revised section 603.13 to include various kinds of pipes to be measured and paid for. 52. Revision to Section 604-Manholes, Inlets, and Meter Vaults a. Revised section 604.08 to include the various kinds of inlets that will be measured and paid for. Page 25 of 81 53. Revision to Section 606-Guardrail a. Revised section 606.08 to include the guardrail that will be measured and paid for. 54. Revision to Section 607- Fences a. Revised section 607.03 to call out the Weld County requirements for the fencing. 55. Revision to Section 609- Curb and Gutter a. Revision to section 609.01 has been deleted and replaced. Make sure to read and understand this revision. b. Revision to 609.03 has been deleted and replaced. Make sure to read and understand this revision. c. Revision to 609.07 outlining the various curb and gutter types that will be measured and paid for. 56. 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. 57. Revision to Section 613 and 715- Lighting a. Updated the requirements for using conduit for street lighting. 58. Revision to Section 614-Traffic Control Devices (Ground Sign Posts) 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 section 614.13 to outline how hardware is paid for. 59. Revision to Section 615-Water Control Facilities a. Revised subsection 615.05 to include the water control facilities that will be paid for. 60. Revision to Section 616-Siphons a. Revised subsection 616.08 to include the type of trash rack that will be paid for. 61. Revision to Section 620- Field Facilities a. Revised section 620.01 to require a Zoning Permit for a Manufactured Home (ZPMH) from the Planning Department for field offices. Also requires an electrical permit for connection to a generator or line power. b. Revised section 620.02(b) to provide Weld County's specifications for a field office. i. The County's office trailer is to be used on the project. Contractor to move the office to and from the project site. ii. Contractor to provide all items identified in the M&S Standards and in the specifications (office setup, cleaning services, trash services, office copier, paper, drinking water, power, sanitary, parking, etc.) c. Revised section 620.03 to provide Weld County's specifications for a field laboratory. The field laboratory shall be setup and a CP-10 shall be completed prior to the start of construction. All equipment for dirt work and for concrete paving shall be in place prior to the start of construction. All calibration certificates shall be included in the Page 26 of 81 Process Control notebooks. If a CP-10 is not approved prior to the start of construction, the Contractor will not be allowed to start the work but contract time will continue to be accrued. d. Revised section 620.06 to include a pay deduction if the field office is not set up prior to the start of construction activities. e. Revised section 620.08 to make permits incidental to the work. 62. Revision to Section 621 -Temporary Accesses a. Added section 621 to describe how temporary accesses shall be constructed, measured, and paid for. 63. 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. Revised section 625.03 to require the Contractor to have a presurvey conference before starting any survey work. c. Replaced section 625.04 to provide details on what is required for the construction surveying. 64. Revision to Section 626-Mobilization a. Revised section 626.01 to include miscellaneous items that have to be included in the mobilization cost. 65. Revision to Section 627- Pavement Marking a. Revised 627.03 to include the procedures to be used when items are paid for by the gallon. b. Revised section 627.13 to include pavement marking pay items. 66. Revision to Section 629-Survey Monumentation a. Revised section 629.03 to indicate who is required at the presurvey construction meeting. b. Revised section 629.05 to outline how to preserve and reference monuments. c. Revised section 626.06 to outline how monuments are to be installed. d. Revised section 629.09 to include how survey monumentation will be paid for. 67. 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 630.09 to outline the requirements for a truck mounted attenuator. d. Revised section 630.14(a) to require flagger certifications within the last 2 years before starting work on the project. e. Revised section 630.18 and 630.19 to outline how traffic control management and devices are to be measured and paid for. f. All traffic control items except flagging and variable message boards are going to be paid lump sum on this project. 68. Revision to Section 632- Night Work Lighting a. Added this revision to outline the requirements for lighting at night. Page 27 of 81 b. Night work is not anticipated for this project so this specification section is only added as a contingency. 69. 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. 70. Questions? a. Addendum 1 will be posted following this meeting. It will include the meeting minutes, questions and answers that were provided during the meeting, attendance list, project special provisions that have been updated, and a new bid tabulation. 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@weld.gov. c. Deadline for asking questions is 7 a.m., January 12, 2026. d. Final Addendum will be posted by 5 p.m. on January 13, 2026. e. Deadline for proposals is 10 am on January 16, 2026. Page 28 of 81 B2500147 Mandatory Pre-Bid Meeting Attendance List Name Company Phone Number Email Clay Kimmi Weld County Public Works 970-400-3471 ckimmi@weld.aov Don Dunker Weld County Public Works 970-400-3749 ddunker@weld.Qov Rodney Schneider Weld County Public Works 970-400-3701 rchneider@weld.gov Jack Herron Weld County Public Works 970-400-3766 jherron@weld.gov Monty Radford Goodland Construction 303-278-8100 roan@goodlandconst.com John Pinello Coulson Excavating Co. 970-702-6333 john@coulsonex.com Inc. Dennis Weitzer Jomax Construction 970-599-4042 dennis.weitzer@jomaxgb.us Jarrett Richl Coulson Excavating Co. 970-215-7014 jarrett@coulsonex.com Inc. Bill Smith Jomax Construction 303-903-7462 bill.smith@jomaxgb.com Tessa Swinger HEI Civil 303-688-0500 estimating@heicivil.com Joe Sable HEI Civil 720-990-5254 joe.sable@heicivil.com Dominic Macsia WW Clyde 720-910-8616 dmascia@wwclyde.net Trevor Farnam WW Clyde 970-342-5634 tfarnam@wwclyde.net Andrew Warner Front Range Concrete 970-290-6718 aarner@frontrangeconcrete.com Mitch Kohn Dietzler Construction 720-920-8355 estimating@dietzlerco.com Troy Graves Simon 307-823-8532 tgaraves@simonteam.com Mike McNish Kraemer 303-901-8899 mmcnish@kraemerna.com Sean Self Villalobos Concrete 720-688-7055 sean@villaloboscc.com David Clark Villalobos Concrete 720-206-5094 david@villaloboscc.com Guillerro Velez Top Notch Pavement 970-488-9287 gvelez@top-notchpavement.com Solutions Dan Jessop Timber Wolf Excavating 970-294-5804 dan@twolfx.com Dustin Duran Duran Excavating 970-405-7758 dustin@duranexcavating.com Ryan Trujillo Kraemer North America 303-419-3042 rtrujillo@kraemerna.com Hani Souraged Jalisco International 720-626-3618 bids@jalisco.com Mike Awdorsw Dalco Industrial 720-837-6823 mikea@dalcoind.vom Kris Jensen HEI Civil 512-496-7199 kris.iensen@heicivil.com Jeff Herringtow RCD Construction 760-792-3589 Sullivan JT Loveland Barricade 970-663-1153 joel@lovelandbarricade.com Brandt Loveland Barricade 970-663-1153 joel@lovelandbarricade.com Mikayla Davis Front Range Concrete 970-939-2978 mdavis@crc-co.net Dylan Bradley Coyote Ridge 970-791-0729 dbradley@crc-co.net Brandon Simao Kraemer 303-356-3001 bsimao@kraemerna.com Seth Flutcher Brannan Companies 303-435-8881 sflutcher@brannanl.com Jesse Geary Martin Marietta 970-407-3615 jesse.geary@martinmarietta.com PJ Shaw Ayers Associates 970-218-7986 shawp@ayersaccociates.com Kyle Rademacher AB Underground 970-301-2447 krademacher@abunderground.com Riley Barlow Elevated Excavating 385-290-7704 scan@elevatedexcavatina.com Bart/Dela Cruz CRCC 303-726-7559 bdelacruz@crccllc.com Curtis Daniels Millstone Weber 314-610-4068 curtis.daniels@millstoneweber.com Page 29 of 81 January 6, 2026 Revision of Force Account Items Force Account Items Description This special provision contains the County's estimate for force account items included in the Contract. The estimate amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payments bonds. Force Account work shall be performed as directed by the Engineer. Basis of Payment Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at$5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item Estimated Quantity Amount F/A Minor Contract Revisions F/A $800,000.00 F/A Asphalt Cement Adjustment F/A $15,000.00 F/A Asphalt Paving Quality Incentive F/A $55,000.00 F/A Fuel Cost Adjustment F/A $60,000.00 F/A Erosion Control F/A $150,000.00 F/A Concrete Pavement Quality Incentive F/A $83,000.00 F/A Pavement Smoothness Incentive F/A $72,000.00 F/A Subsurface Utility Engineering F/A $10,000.00 F/A Minor Contract Revisions-This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work for this contract. F/A Asphalt Cement Cost Adjustment - Adjustment will be made in accordance with the subsection 109.06(j).To utilize this force account, the Contractor must choose to take the asphalt cement adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the asphalt cement adjustment after the bids are opened. F/A Asphalt Paving Quality Incentive - This account will pay for the hot mix asphalt paving incentive outlined in Sections 105.05 and 106.05 of the Specifications. F/A Fuel Cost Adjustment - This account will pay for changes in fuel in accordance with the steps outlined in Section 109.06(i) of the Revised Standards and Specifications in use for this project. To utilize this force account, the Contractor must choose to take the asphalt cement adjustment at bid time. After the bids are opened, the Contractor shall not be able to choose the asphalt cement adjustment after the bids are opened. F/A Erosion Control -This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications, and is necessary Page 30 of 81 January 6, 2026 Revision of Force Account Items to accomplish the scope of work for this contract. All items shall be pre-approved by the Engineer prior to installation or they will be no cost to the project. F/A Portland Cement Concrete Pavement (PCCP) Quality Incentive -This account will pay for the concrete paving incentive outlined in Sections 105.06 and 106.06 of the Specifications. F/A Pavement Smoothness Incentive-This account will pay for the HMA and PCCP smoothness incentive outline in Sections 105.05, 105.06, 106.05, and 106.06 of the Specifications. F/A Subsurface Utility Engineering (SUE) - This account will pay for additional subsurface utility engineering work that may be required beyond the SUE that was provided in the plans. All work shall be pre-approved by the Engineer prior to the work being performed. If work is started before being approved by the Engineer, it will be done at no cost to the project. End of Section Page 31 of 81 January 6, 2026 Revision of Section 106 - Control of Material Revision of Section 106- Control of Material Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall be deleted and replaced with the following: 106.01 Source of Supply and Quality Requirements. All materials used shall meet all quality requirements of the Contract. The Contractor shall comply with the requirements of the special notice to contractors contained in the CDOT Field Materials Manual, including notifying the Engineer of the proposed sources of materials at least two weeks before delivery. When alternative materials are permitted for an item in the Contract, the Contractor shall state at the Pre-construction Conference the material that will be furnished for that item. Reference in the Contract to a particular product or to the product of a specific manufacturer, followed by the phrase "or approved equal", is intended only to establish a standard of quality, durability, and design, and shall not be construed as limiting competition. Products of other manufacturers will be acceptable provided such products are equal to that specified. In order to be considered an equal or equivalent product, all technical specifications for the alternate product must meet or exceed all technical specifications for the specified product. The technical specifications for the proposed equivalent product as well as the specified product shall be submitted to the Engineer for review. All rental equipment companies and all entities who meet the Supplier definition, as outlined in 101.02, in which the written agreement exceeds $10,000, shall have the following requirements for the Contract: (1) Rental equipment companies and Suppliers shall create an account in the B2GNow software system. (2) The Contractor shall submit a completed Form 1425 in the B2GNow software system at such time that the$10,000 amount is known to be exceeded and/or before the following occurs on the Contract: (a) the Supplier's upper tier begins work, or (b) rental equipment is being used, or (c) incorporating materials into the Contract. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. Subsection 106.03, paragraph 3 shall be deleted and replaced with the following: Sampling and testing will be done per the Department's minimum sampling, testing, and inspection schedule; the special notice to contractors; and the Colorado procedures; all contained in the CDOT Field Materials Manual and these specifications. Subsection 106.041 shall be added immediately following Subsection 106.04: Page 32 of 81 January 6, 2026 Revision of Section 106 - Control of Materials 106.041 Sampling and Testing of Earthwork. The testing of items associated with earthwork shall conform to the following: (a) Process Control Testing. Process Control (PC) testing is mandatory for the elements listed in Section 203 - Excavation and Embankment, Section 206 - Excavation and Backfill for Structures, Section 304- Aggregate Base Course, 306 - Reconditioning and Section 603 - Culverts and Sewers of the Specifications. The purpose of PC testing is to ensure the Contractor has complied with the Specifications before the Owner Acceptance (OA) testing performed by the County. The minimum PC sampling and testing frequencies are outlined in Table 106-1 a for Sections 203, 206, and 603 and Table 106-1 b for Section 304, and Table 106-1 c for Section 306. The Contractor shall utilize the PC testing to ensure the quality of the work. Weld County will pay for PC testing in accordance with Subsections 106.15 and 106.16. OA testing is used for acceptance by the County regardless of the PC testing results. Failing Owner Acceptance tests shall result in the removal and replacement of the elements to specifications.The Engineer, at their sole option, may choose to use PC testing results in the event of a discrepancy. (b) Process Control Plan. Process control plans (PCP) shall be submitted by the Contractor for approval by the Engineer for the elements listed in Section 203 - Excavation and Embankment,Section 206-Excavation and Backfill for Structures,Section 304-Aggregate Base Course, and Section 603 - Culverts and Sewers of the Specifications. All the above items shall be tested in accordance with the process control and acceptance procedures outlined in the latest version of the CDOT Field Materials Manual and the applicable Colorado Procedures (CP) contained in the CDOT Field Materials Manual.The PCP shall be submitted to the Engineer for approval before the Pre-Construction Conference. The Contractor shall not be allowed to start any work on the project until the Engineer has approved the PCP in writing.The PCP shall contain the following items: 1. Method Statements-The Contractor shall submit detailed method statements to the Engineer for approval before the Pre-Construction Conference. Method statements for Section 203- Excavation and Embankment, Section 206-Excavation and Backfill for Structures, Section 304-Aggregate Base Course, and Section 603 -Culverts and Sewers shall follow the requirements shown in Subsection 108.03(j). 2. Testing-The Contractor shall provide adequate details in the PCP describing how the PC testing shall be performed. Testing results shall be reported in the Process Control Notebook in accordance with CP-12A. The PCP shall include a sampling frequency as required by the Specifications. When a random sampling frequency is required for the element, the PCP shall indicate how and when the random sampling will occur. The PC tests shall be independent of the acceptance tests unless otherwise allowed by the Engineer. 3. Point of Sampling - The materials for PC testing shall be sampled by the Contractor using the appropriate Colorado Procedures outlined in the CDOT Field Materials Page 33 of 81 January 6, 2026 Revision of Section 106 - Control of Materials Manual. The location where material samples will be taken shall be included in the PCP. Table 106-la-Section 203 (Embankment& Excavation), Section 206 (Excavation & Backfill for Structures), and Section 603 (Culverts &Sewers)Testing Schedule Minimum Testing Frequency Contractor's Process Control Element Minimum Testing Frequency Testing Owner Acceptance Testing None Required Soil Survey 1 per soil type (Classification) 1 per source and 1 per change Moisture- Density Curve 1 per soil type in material type 1 per soil type Gradation 1 per soil type 1 per soil type Atterberg Limits 1 per soil type 1 per 200 CY or fraction thereof & a minimum of 1 additional 1 per 1,000 CY or fraction test per change in material In-Place Density thereof & 1 additional per type change in material type. 1 per 100 CY or fraction thereof In-Place Density when 1 per 500 CY or fraction thereof & 1 per lift & 1 additional test within 100 ft. of Bridge & 1 per lift & 1 additional test per change in material type Approach(s). per change in material type 1 per 200 CY & a minimum of 1 per 1,000 CY yards or fraction one per change in material Rock Correction thereof type Material is Consistent: Minimum of 1 test per day. 1 per 2,000 CY or fraction Material is Changing: 1 test per 1 Point Check thereof. In-Place Density Test 1 per soil type R-Value 1 per soil type Any time the 1-point check is Any time the 1-point check is more than 2 lbs/ft3 and/or 2%of more than 2 lbs/ft3 and/or 2% optimum moisture content Proctor of optimum moisture content different than the proctor of different than the proctor of the material being tested. the material being tested. 1 per stockpile/source and 1 Slake Durability 1 per stockpile/source and 1 per material type per material type 1 per source of imported Water Soluble Sulfate Ion 1 per 2,000 CY or fraction material thereof 1 per source of imported Water Soluble Chloride 1 per 2,000 CY or fraction material Ion thereof 1 per source of imported 1 per 2,000 CY or fraction material I Resistivity thereof 1 per source of imported H 1 per 2,000 CY or fraction material p thereof Table 106-la Notes: (1) In-place densities, used for reported PC tests, shall be taken using 4, 1-minute tests. When density testing and/or changes in the soil type are in question, no reported density shall exceed 100% compaction without a 1-point proctor check on the material. Test results shall Page 34 of 81 January 6, 2026 Revision of Section 106 - Control of Materials be reported on CDOT Form 746, Nuclear Moisture/Density Gauge Log or equivalent, and CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-80. (2) Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale. Test results shall be reported on CDOT Form 24, Moisture-Density Relation or equivalent, CDOT Form 584, Moisture-Density Graph or equivalent, CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-23. (3) 1-point checks shall be done in the field on the day of in-place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The PC tester shall also provide a stable and solid platform to perform the 1-point verification checks. The use of the 1-point checks is required so the correct proctor is being utilized for the material being tested. Test results shall be reported on CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-25. Table 106-lb-Section 304 (Aggregate Base Course)Testing Schedule Minimum Testing Frequency Minimum Testing Contractor's Process Control Element Frequency Owner Testing Acceptance Testing 1 per 500 tons or fraction thereof Gradation 1 per 2,000 tons or fraction thereof 1 per 500 tons or fraction thereof Atterberg Limits 1 per 2,000 tons or fraction thereof 1 per 500 tons or fraction thereof In-Place Density/Percent 1 per 2,000 tons or fraction Relative Compaction thereof 1 per class and/or source Moisture-Density Curves 1 per class and/or source 1 per class and/or source LA Abrasion 1 per class and/or source 1 per class and/or source R-Value 1 per class and/or source Table 106-lb Notes: (1) In-place densities, used for reported PC tests, shall be taken using 4, 1-minute tests. When density testing and/or changes in the soil type are in question, no reported density shall exceed 100% compaction without a 1-point proctor check on the material. Test results shall be reported on CDOT Form 746, Nuclear Moisture/Density Gauge Log or equivalent, and CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-80. (2) Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale.Test results shall be reported on CDOT Form 24, Moisture-Density Relation or equivalent, CDOT Form 584, Moisture-Density Graph or equivalent, CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-23. (3) 1-point checks shall be done in the field on the day of in-place density testing. The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The PC tester shall also provide a stable and solid platform to perform the 1-point verification checks. The use of the 1-point checks is required so the correct proctor is being utilized for the material being tested. Test results shall be reported on CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-25. Page 35 of 81 January 6, 2026 Revision of Section 106 - Control of Materials Table 106-1c-Section 306 (Reconditioning)Testing Schedule Minimum Testing Frequency Contractor's Process Control Element Minimum Testing Frequency Testing Owner Acceptance Testing In-Place 1 per 1,000 SY or fraction thereof Density/Percent 1 per 5,000 SY or fraction thereof & 1 per 500 SY or fraction thereof Relative Compaction & 1 per 2,500 SY or fraction for each shoulder (when If more than 5%oversize thereof for each shoulder (when shoulders only are specified) is present, run CP-23 shoulders only are specified) rock correction. 1 per class and/or source Moisture-Density Curves 1 per class and/or source Material is Consistent: Minimum of 1 test per day. 1 Point Check 1 per 5,000 SY or fraction thereof. Material is Changing: 1 test per In-Place Density Test Table 106-01 c Notes: (1) In-place densities, used for reported PC tests, shall be taken using 4, 1-minute tests. When density testing and/or changes in the soil type are in question, no reported density shall exceed 100%compaction without a 1-point proctor check on the material. Test results shall be reported on CDOT Form 746, Nuclear Moisture/Density Gauge Log or equivalent, and CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-80. (2) Rock corrections shall be done in the field using the number 4 screen. PC Tester to supply their own screens and scale.Test results shall be reported on CDOT Form 24,Moisture-Density Relation or equivalent, CDOT Form 584, Moisture-Density Graph or equivalent, CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-23. (3) 1-point checks shall be done in the field on the day of in-place density testing.The PC tester shall supply their own sieve screens, scale, and hotplate or microwave. The PC tester shall also provide a stable and solid platform to perform the 1-point verification checks. The use of the 1-point checks is required so the correct proctor is being utilized for the material being tested. Test results shall be reported on CDOT Form 427, Nuclear Soils-Moisture-Density Test or equivalent. Follow CP-25. 4. Testing Standards-The PCP shall indicate which testing standards shall be followed. Acceptable standards are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, then AASHTO procedures, and then ASTM procedures. Deviations from the applicable procedures shall not occur unless approved by the Engineer in writing. All soils testing performed in the field and in the laboratory shall be performed per the WAQTC manual and the Colorado Procedures using the following procedures. A. AASHTO T 255 -Total Evaporable Moisture Content of Aggregate by Drying B. AASHTO T 265 - Laboratory Determination of Moisture Content of Soils C. AASHTO 272 and CP-23 & CP-25 - One-Point Method for Determining Maximum Dry Density and Optimum Moisture D. AASHTO T 99, CP-23 - Moisture-Density Relations of Soils Using a 2.5-kg (5.5-Ib) Rammer and 305-mm (12-in.) Drop Page 36 of 81 January 6, 2026 Revision of Section 106 -Control of Materials E. AASHTO T 180, CP-23 - Moisture-Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and 457-mm (18-in.) Drop F. AASHTO R 75- Developing a Family of Curves G. AASHTO T 85-Specific Gravity and Absorption of Coarse Aggregate H. AASHTO T 310 & CP-80 - In-Place Density and Moisture Content of Soil and Soil- Aggregate by the Nuclear Methods (Shallow Depth), CP-21, CP-31 (Class 1 and ABC) -Gradation I. AASHTO T 89 and T90-Atterberg Limits J. AASHTO M 145 - Soils Classification K. AASHTO T 96- LA Abrasion L. AASHTO T 190- R-value 5. Testing Supervisor Qualifications-The person in charge of and responsible for the PC sampling and testing shall be identified in the PCP. This person qualified according to the requirements of CP-10 (Note: this will require a PE or a NICET Level III certification). 6. Technician Qualifications - Technicians taking samples and performing the PC tests shall be WAQTC certified and shall meet the requirements of CP-10. Further qualifications for testing personnel are contained in Section 203, Chapter 200 of the CDOT Field Materials Manual, CP-10, CP-13, CP-15, and CP-80, and the CDOT Inspector's Checklist. 7. Testing Equipment-All testing equipment used to conduct the PC tests shall conform to the standards specified in the test procedures and shall be in good working order. Equipment calibrations shall be provided to the Engineer upon request. 8. Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer electronically at least once per day. Testing which is performed in the field (e.g., density, rock corrections, 1-point verifications, and other field tests) shall be provided on the same day as they are performed. Testing which requires laboratory procedures shall be report electronically within 24 hours after the laboratory testing is completed. The PC tester shall provide written copies of the field test reports to the Engineer and Inspector within the timeframes outlined above. The Contractor shall assemble a process control (PC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, and test results charts for each of the elements listed in Tables 106-1 a, 1 b, and 1 c, respectively. The Contractor shall submit the PC notebook to the Engineer for review upon request. Upon completion of the PC notebook review, the Engineer will notify the Contractor in writing of any deficiencies in the PC notebook, including the failure to submit the notebook on time or an absence of the required reports. The Contractor shall submit, in writing, a report detailing the cause for the absence of required reports. The report Page 37 of 81 January 6, 2026 Revision of Section 106 - Control of Materials shall include how the Contractor plans to resolve the failures. Additional failures to submit the PC notebook on time or absent the required reports will result in a delay of the pay estimate until the Contractor has identified and resolved the failure along with revising and resubmitting his PCP to address these issues. Once the Engineer has reviewed and approved the revised PCP the estimate may be paid. The final PC notebook shall be completed within 10 days of the completion of all the earthwork on the project. For tests involving compaction and density, the Contractor shall ensure the tester is performing rock corrections and 1-point proctor checks in the field. Subsection 106.05 shall be deleted and replaced with the following: 106.05 Sampling and Testing of Hot Mix Asphalt(More than 5,000 Tons).All hot mix asphalt (HMA), Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested per the following program of process control testing and acceptance testing: OA sampling frequencies shall follow Table 106-2 and Stratified Random Sampling Schedules. Although Incentive/Disincentive payments may not be made to the Contractor for Hot Mix Asphalt,the conformance to contract of the material and elements involved shall be evaluated using CP-71, Determining Quality Level (Percent within Tolerance Limit) and Section 105.03. (a) Process Control Testing. Contractor Process Control testing is mandatory. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-2. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work. The Contractor's HMA supplier and HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA in accordance with Table 106-2. The Contractor shall develop a process control plan (PCP) per the following: 1. Process Control Plan. For each element listed in Table 106-2, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre-construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. A. Frequency of Tests or Measurements. The PCP shall indicate a random sampling frequency, which shall not be less than that shown in Table 106-2. The process control tests shall be independent of acceptance tests. Table 106-2-Schedule for Minimum Sampling and Testing for HMA Element Process Control Acceptance'•2 Check(CTP) Asphalt Content 1/500 tons 1/1,000 tons 1/10,000 tons Gradation 1/Day 1/2,000 tons 1/20,000 tons Theoretical Maximum 1/1,000 tons, 1/1000 tons, 1/10,000 tons Specific Gravity minimum 1/Day minimum 1/Day In-place Density 1/500 tons 1/500 tons 1/5,000 tons Joint Density 1 core/2,500 linear 1 core/5,000 1 core/50,000 feet of joint linear feet of joint linear feet of joint Page 38 of 81 January 6, 2026 Revision of Section 106 —Control of Materials Element Process Control Acceptance12 Check(CTP) Aggregate Percent 1/2,000 tons, 1/2,000 tons Not applicable Moisture 3 minimum 1/Day Percent Lime 3'4 1/Day Not applicable Not applicable Table 106-2 Notes: 1 The minimum number of acceptance tests will be: 5 asphalt content, 3 gradation, 10 in- place density and 5 joint density for all projects. 2 When unscheduled job mix formula changes are made (Form 43) acceptance of the elements, except for in-place density, will be based on the actual number of samples that have been selected up to that time, even if the number is below the minimum listed in the schedule. At the Engineer's discretion, additional random in-place density tests may be taken in order to meet scheduled minimums, provided the applicable pavement layer is available for testing under safe conditions. Beginning with the new job mix formula, the quantity it will represent shall be estimated. A revised schedule of acceptance tests will be based on that estimate. 3 Not to be used for incentive or disincentive pay. Test according to CP-33 and report results from Form 106 or Form 565 on Form 6. 4 Verified per Contractor's PC Plan B. Worksheets, Forms, and Charts. The Contractor shall submit examples of worksheets, test result forms, and test results charts per CP-12A as part of the PCP. C. Test Result Chart. Each process control test result, the appropriate tonnage and the tolerance limits shall be plotted. For in place density tests, only results after final compaction shall be shown. The chart shall be emailed daily the Engineer and Project Inspector. The chart shall also be included in the PC Notebook in accordance with CP-12A. D. Quality Level Chart. The Quality Level (QL) for each element used to calculate incentive or disincentive in Table 106-2 and each required sieve size shall be plotted. The QL will be calculated per the procedure in CP-71 for Determining Quality Level (QL). The QL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter the last five consecutive test results. The tonnage of material represented by the last test result shall correspond to the QL. For in place density tests, only results after final compaction shall be shown. The chart shall be emailed daily the Engineer and Project Inspector. The chart shall also be included in the PC Notebook in accordance with CP-12A. 2. Elements Not Conforming to Process Control. The QL of each discrete group of five test results, beginning with the first group of five test results, shall be a standard for evaluating material not conforming to process control. When the group QL is below 65, the process shall be considered as not conforming to the PCP. In this case, the Contractor shall take immediate action to bring the process back into control. Except where the cause of the problem is readily apparent and corrected without delay, production shall be suspended until the source of the problem is determined and corrected. A written explanation of actions taken to correct control problems shall accompany the test data and be submitted to the Engineer on the day the actions are taken. Page 39 of 81 January 6, 2026 Revision of Section 106 —Control of Materials 3. Point of Sampling. The material for process control testing shall be sampled by the Contractor using approved procedures. Acceptable procedures are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. The location where material samples will be taken shall be indicated in the PCP. 4. Testing Standards. Acceptable procedures are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. 5. Testing Supervisor Qualifications. The person responsible for the process control sampling and testing shall be identified in the PCP and be qualified according to the requirements of CP-10. 6. Technician Qualifications. Technicians taking samples and performing tests must be qualified according to the requirements of CP-10. 7. Testing Equipment. All of the testing equipment used to conduct process control testing shall conform to the standards specified in the test procedures and be in good working order. Nuclear testing devices used for process control testing of in-place density do not have to be calibrated on the Department's calibration blocks. 8. Reporting and Record Keeping. The Contractor shall report the results of the process control tests to the Engineer in writing at least once per day. The Contractor shall assemble a process control (PC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, test results charts and quality level charts for each of the elements listed in Table 106-2. The Contractor shall submit the PC notebook to the Engineer for review once a month on the date agreed to at the Pre- Paving Conference. The PC notebook will be returned to the Contractor within one working day after submittal. The Engineer will notify the Contractor in writing of any deficiencies in the PC notebook, including the failure to submit the notebook on time or an absence of the required reports. Upon the second failure to submit the complete PC notebook on time or with an absence of the required reports, the Engineer will notify the Contractor, and the pay estimate will be withheld until the Contractor submits, in writing, a report detailing the cause for the failure to submit the complete PC notebook on time or the cause for the absence of required reports. The report shall include how the Contractor plans to resolve the failures.Additional failures to submit the PC notebook on time or absent the required reports will result in a delay of the pay estimate until the Contractor has identified and resolved the failure along with revising and resubmitting his PCP to address these issues. Once the Engineer has reviewed and approved the revised PCP the estimate may be paid. Upon submittal of the PC notebook for the semi-final estimate, the PC notebook shall become the property of the Department. The Contractor shall make provisions such that the Engineer can inspect process control work in progress, including PC notebook, sampling, testing, plants, and the Contractor's testing facilities at any time. After compaction of the HMA is completed, in-place density tests for process control shall be taken at the frequency shown in Table 106-2. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the Engineer. All of Page 40 of 81 January 6, 2026 Revision of Section 106 — Control of Materials the testing equipment used for in-place density testing shall conform to the requirements of acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's calibration blocks. (b) Acceptance Testing. Acceptance testing is the responsibility of the Department and shall not be addressed in the PCP. The Department will determine the locations where samples or measurements are to be taken.The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results will be per Table 106-2. The location or time of sampling will be based on the stratified random procedure as described in CP-75. Acceptance sampling and testing procedures will be per the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual. Samples for project acceptance testing shall be taken by the Contractor per the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Contractor may retain a split of each sample which cannot be included as part of the Contractor's process control testing. If the Contractor elects to question the Hot Mix Asphalt (HMA) acceptance test results, the steps outlined in CP-17 shall be followed. Dispute of the acceptance test results per CP-17 will not be allowed unless the CP-13 Check Test Program has been successfully completed. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with the OA tester before HMA placement. The results from the CP-17 resolution process shall be binding on both the Department and the Contractor. Requests for CP-17 process for all elements except density shall be submitted in writing to the Engineer within five workdays from the date the Contractor receives acceptance test data from the Engineer. The specific element questioned shall be identified in writing. All requests for the CP-17 process for the density element shall be submitted in writing to the Engineer within 24 hours of receiving test data from the Engineer. At the pre-HMA Paving Meeting, the Contractor and the County shall choose a consultant laboratory not associated with the project from the CDOT pre-established list to perform the third-party testing. The choice shall be documented in the Pre-HMA Paving Meeting minutes. The Department shall determine that the consultant has no conflict of interest. If third party testing is required, the responsibility for the testing expenses shall be assigned per CP-17. The costs for testing are shown in CP-17, Table 17-2. All materials being used are subject to inspection and testing at any time before, during, or after incorporation into work. Acceptance tests will be made by and at the expense of the Department except when otherwise provided. (c) Check Testing Program (CTP). Before, or in conjunction with, placing the first 500 tons of asphalt pavement, under the direction of the Engineer, a CTP will be conducted between acceptance testing and process control testing programs.The CTP will consist of testing for asphalt content, theoretical maximum specific gravity, HMA 4.75 mm (#4) sieve, HMA 2.36 mm (#8) sieve, HMA 0.075 mm (#200) sieve, in-place density, and joint density per CP-13. If the Contractor intends to test to determine air voids and VMA, check testing for these tests is recommended.The CTP will be continued until the acceptance and process control tests are within the acceptable limits shown in Table 13-1 of CP-13. For joint density, the initial check test will be a comparison of the seven cores tested by Weld County and the Page 41 of 81 January 6, 2026 Revision of Section 106 — Control of Materials seven cores tested by the Contractor. These are the cores from the compaction test section used for nuclear gauge calibration and test section payment. During production, a split sample check will be conducted at the frequency shown in Table 106-2. Except for joint density, the split samples will be from an acceptance sample obtained per subsection 106.05(b). The acceptance test result will be compared to the process control test result obtained by the Contractor using the acceptable limits shown in Table 13-1 of CP-13.An additional set of split samples from this CTP shall be retained and used in the event of third party testing per CP-17. For joint density, the comparison sample for testing by the Contractor will be obtained by taking a second core adjacent to the joint density acceptance core. The acceptance test result will be compared to the process control test result obtained by the Contractor using the acceptable limits as shown in Table 13-1 of CP-13 and following the check testing procedure given in CP-13. If production has been suspended and then resumed, the Engineer may order a CTP between process control and acceptance testing persons to assure the test results are within the acceptable limits shown in Table 13-1 of CP-13. Check test results shall not be included in process control testing.The Engineer shall be called upon to resolve differences if a CTP shows unresolved differences beyond the values shown in Table 13-1 of CP-13. (d) Stability Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three stability verification tests to verify that the field produced HMA conforms to the approved mix design: The test frequency shall be one per day unless otherwise directed by the Engineer. The test results will be evaluated, and the Contractor shall make adjustments if required per the following: 1. The minimum value for stability will be the minimum specified in Table 403-1 of the specifications. There will be no tolerance limit. 2. Quality Level. Calculate a QL for stability. If the QL for stability is less than 65,then production shall be halted,and the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. After a new or revised mix design is approved, three additional stability tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. If the stability QL is less than 65, then production shall be halted until a new mix design has been completed and approved using plant produced material or the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. Page 42 of 81 January 6, 2026 Revision of Section 106 — Control of Materials 3. New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional stability field verification tests shall be performed, and the test results evaluated per the above requirements. The test frequency shall be one per day unless altered by the Engineer. 4. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to 1 per 10,000 tons. (e) Mix Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three volumetric verification tests for each of the following elements to verify that the field produced hot mix asphalt conforms to the approved mix design: (1) Air Voids (2) Voids in Mineral Aggregate (VMA). (3) Asphalt Content (AC). The test frequency shall be one per day unless altered by the Engineer. The test results will be evaluated, and the Contractor shall make adjustments if required per the following: 1. Target Values. The target value for VMA will be the average of the first three volumetric field test results on project produced hot mix asphalt or the target value specified in Table 403-1 and Table 403-2 of the specifications,whichever is higher.The target value for VMA will be set no lower than 0.5 percent below the VMA target on Form 43 before production. The target values for the test element of air voids and AC shall be the mix design air voids and mix design AC as shown on Form 43. 2. Tolerance Limits. The tolerance limits for each test element shall be: AC ±0.3 percent Air Voids ± 1.2 percent VMA ± 1.2 percent 3. Quality Levels. Calculate an individual QL for each of the elements using the volumetric field verification test results. If the QL for VMA or AC is less than 65 or if the QL for air voids is less than 70, the production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. Production shall only commence upon receipt of written approval from the Engineer of the proposed mix design revision. After a new or revised mix design is approved, three additional volumetric field verification tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. Page 43 of 81 January 6, 2026 Revision of Section 106 — Control of Materials If the QL for VMA or AC is less than 65 or the QL for the test element of air voids is less than 70, then production shall be halted until a new mix design has been completed per CP-52 or CP-54, a new Form 43 issued, and the Contractor demonstrates that he is capable of producing a mixture meeting the verification requirements per A or B below: A. The Contractor shall produce test material at a site other than a Weld County project. The Contractor shall notify the Engineer a minimum of 48 hours before the requested test. The location and time of the test are subject to the approval of the Engineer before placement. Three samples will be tested for volumetric properties. If the QL for VMA or AC is equal or greater than 65 and the QL for the element of air voids is equal or greater than 70, full production may resume or; B. The Contractor may construct a 500 ton test strip on the project. Three samples in the last 200 tons will be tested for volumetric properties. After construction of the test section, production shall be halted until the testing is complete and element QLs are calculated. If the QL for VMA or AC is equal or greater than 65 or the QL for the element of air voids is equal or greater than 70, full production may resume. If the QL for VMA or AC is less than 65 or the QL for the element of air voids is less than 70, the material shall be removed and replaced at no cost to the Department. The time count will continue, and any delay to the project will be considered to have been caused by the Contractor and will not be compensable. The costs associated with mix designs shall be solely at the Contractor's expense. If the Contractor fails to verify the new mix design per A or B, then production shall be halted until a new mix design has been completed per CP-52 or CP-54, a new Form 43 issued, and the Contractor demonstrates they are capable of producing a mixture meeting the verification requirements per A or B. 4. New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional volumetric field verification tests shall be performed, and the test results evaluated per the above requirements. The test frequency shall be one per day unless altered by the Engineer. 5. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to a minimum of 1/10,000 tons. The Engineer has the discretion to conduct additional verification tests at any time. (f) Testing Schedule. Process control and project acceptance testing frequency shall be per Table 106-2. (g) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated per the procedure in CP-71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The MQL will not be used to Page 44 of 81 January 6, 2026 Revision of Section 106 — Control of Materials determine pay factors. The three reference conditions and actions that will be taken are described as follows: 1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the past five consecutive test results are within the specification limits. 2. Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job-mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate. 3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1,250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included as an acceptance test.) After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-2. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. 4. Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1,250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. Subsection 106.051 shall be added immediately following Section 106.05 and shall state the following: 106.051 Sampling and Testing of Hot Mix Asphalt (Less than 5,000 tons with volumetric verification). All hot mix asphalt, Item 403, except Hot Mix Asphalt (Patching) and temporary pavement shall be tested per the following program of process control testing and acceptance testing: Page 45 of 81 January 6, 2026 Revision of Section 106 - Control of Materials OA sampling frequencies shall follow Table 106-3 and Stratified Random Sampling Schedules. Although Incentive/Disincentive payments may not be made to the Contractor for Hot Mix Asphalt, the conformance to contract of the material and elements involved shall be evaluated using CP-71, Determining Quality Level (Percent with Tolerance Limits) and Sections 105.03. Dispute of the OA acceptance test results per CP-17 shall not be allowed unless Check Testing per CP-13 has been successfully completed for the elements specified. The Contractor shall initiate, coordinate, and complete a successful Check Testing Program with OA before hot mix asphalt placement. Hot Mix Asphalt Mix Designs submitted shall have historical test data on Total Voids %, VMA and AC Content %. If none are available, the Department may perform verification for these elements on first day of production or if other element test results indicate a conformance issue. OA acceptance testing of the in-place density element, shall follow Table 106-3 Note #1 using Asphalt Core samples tested per CP-44 Method B. A Compaction Test Section or Gauge Correlation shall not be required by the Department. If PC performs gauge correlations, coring shall be the responsibility of the Contractor as is the repair of the core holes. Reduction in testing and sampling may be considered for specific testing elements or in whole if tonnage warrants. This in no way relieves the Contractor of submitting and executing approved construction method statements, quality control plans or placement of specification materials. (a) Process Control Testing. Contractor process control testing of hot mix asphalt is mandatory and shall be performed every day any HMA placement occurs on the jobsite. The Contractor shall be responsible for process control testing on all elements and at the frequency listed in Table 106-3. Process control testing for HMA pay items shall not be measured and paid for separately but shall be included in the work.The Contractor's HMA supplier and HMA paving subcontractor shall be present when HMA paving is occurring and shall test the HMA in accordance with Table 106-3. Table 106-3-Schedule for Minimum Sampling and Testing for HMA Element Process Control Owner Acceptance (1) Asphalt Content 1/500 tons 1/1,000 tons Theoretical Maximum 1/1,000 tons 1/1,000 tons Specific Gravity minimum 1/day minimum 1/day Gradation 2 1/Day 1/2,000 tons In-Place Density 1/500 tons 1/500 tons Joint Density 1 core/2,500 linear feet of joint 1 core/5,000 linear feet of joint Aggregate Percent 1/2,000 tons or 1/Day if less than 1/2,000 tons Moisture 3 2,000 tons Percent Lime 3.4 1/Day Not applicable Table 106-3 Notes: 1 The minimum number of in-place density tests for acceptance will be 5. 2 Process control tests for gradation are not required if less than 250 tons are placed in a day. The minimum number of process control tests for gradation shall be one test for each 1,000 tons or fraction thereof. Page 46 of 81 January 6, 2026 Revision of Section 106 — Control of Materials 3 Not to be used for incentive/disincentive pay. Test according to CP-33 and report results from Form 106 or Form 565 on Form 6. 4 Verified per Contractor's PC Plan. After completion of compaction, in-place density tests for process control shall be taken at the frequency shown in Table 106-3. The results shall be reported in writing to the Engineer on a daily basis. Daily plots of the test results with tonnage represented shall be made on a chart emailed to the Engineer on a daily basis and shall be included in the Process Control Notebook. All of the testing equipment used for in-place density testing shall conform to the requirements of acceptance testing standards,except nuclear testing devices need not be calibrated on the Department's calibration blocks. For elements other than in-place density, results from process control tests need not be plotted, but shall be routinely reported to the Engineer.This does not relieve the Contractor from the responsibility of performing such testing along with appropriate plant monitoring as necessary to assure that produced material conforms to the applicable specifications. Process control test data shall be made included in the Process Control Notebook and shall be sent to the Engineer daily. The Process Control Notebook shall contain the information outlined by CP-12A. (b) Owner Acceptance Testing. Owner Acceptance testing is the responsibility of the Department. For acceptance testing the Department shall determine the locations where samples or measurements are to be taken and as designated in Section 403.The maximum quantity of material represented by each test result, the elements, the frequency of testing and the minimum number of test results shall be per Table 106-3. The location or time of sampling will be based on the stratified random procedure as described in CP-75. Acceptance sampling and testing procedures will be per the Schedule for Minimum Materials Sampling,Testing and Inspection in the CDOT Field Materials Manual.Samples for Owner Acceptance testing shall be taken by the Contractor per the designated method. The samples shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer. The Contractor may retain a split of each sample which cannot be included as part of the Contractor's process control testing. Dispute of the acceptance test results per CP-17 shall not be allowed unless a provision for check testing has been included in the Contract and it has been successfully completed. All materials being used are subject to inspection and testing at any time before or during incorporation into the work. (c) Stability Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three stability verification tests to verify the field produced HMA conforms to the approved mix design. The test frequency shall be one per day unless otherwise directed by the Engineer. The test results will be evaluated,and the Contractor shall adjust if required in accordance with the following: 1. The minimum value for stability will be the minimum specified in Table 403-1 of the specifications. There will be no tolerance limit. Page 47 of 81 January 6, 2026 Revision of Section 106 — Control of Materials 2. Quality Level. Calculate a QL for stability. If the QL for stability is less than 65, then production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. After a new or revised mix design is approved, three additional stability tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. If the stability QL is less than 65, then production shall be halted until a new mix design has been completed and approved using plant produced material or the Contractor shall submit a written proposal for a mix design revision to the Engineer. The Engineer shall give written approval to the proposed mix design revision before production continues. 3. New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional stability field verification tests shall be performed, and the test results evaluated in accordance with the above requirements.The test frequency shall be one per day unless altered by the Engineer. 4. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to 1 per 10,000 tons. (d) Mix Verification Testing. After the mix design has been approved and production commences, the Department will perform a minimum of three volumetric verification tests for each of the following elements to verify that the field produced HMA conforms to the mix design: (1) Air Voids (2) Voids in Mineral Aggregate (VMA). (3) Asphalt Content (AC). The test frequency shall be one per day unless altered by the Engineer. The test results will be evaluated, and the Contractor shall adjust if required in accordance with the following: 1. Target Values. The target value for VMA will be the average of the first three volumetric field test results on project produced hot mix asphalt or the target value specified in Table 403-1 and Table 403-2 of the specifications, whichever is higher. The target value for VMA will be set no lower than 0.5 percent below the VMA target on Form 43 prior to production. The target values for the test element of air voids and AC shall be the mix design air voids and mix design AC as shown on Form 43. 2. Tolerance Limits. The tolerance limits for each test element shall be: Page 48 of 81 January 6, 2026 Revision of Section 106 —Control of Materials AC ± 0.3 percent Air Voids ± 1.2 percent VMA ± 1.2 percent 3. Quality Levels. Calculate an individual QL for each of the elements using the volumetric field verification test results. If the QL for VMA or AC is less than 65 or if the QL for air voids is less than 70, the production shall be halted, and the Contractor shall submit a written proposal for a mix design revision to the Engineer. Production shall only commence upon receipt of written approval from the Engineer of the proposed mix design revision. After a new or revised mix design is approved, three additional volumetric field verification tests will be performed on asphalt produced with the new or revised mix design. The test frequency shall be one per day unless altered by the Engineer. If the QL for VMA or AC is less than 65 or the QL for the test element of air voids is less than 70, then production shall be halted until a new mix design has been completed in accordance with CP-52 or CP-54, a new Form 43 issued, and the Contractor demonstrates that he is capable of producing a mixture meeting the verification requirements in accordance with A or B below: A. The Contractor shall produce test material at a site other than a CDOT project. The Contractor shall notify the Engineer a minimum of 48 hours prior to the requested test. The location and time of the test are subject to the approval of the Engineer, prior to placement. Three samples will be tested for volumetric properties. If the QL for VMA or AC is equal or greater than 65 and the QL for the element of air voids is equal or greater than 70, full production may resume; or B. The Contractor may construct a 500 ton test strip on the project. Three samples in the last 200 tons will be tested for volumetric properties. After construction of the test section, production shall be halted until the testing is complete and element QLs are calculated. If the QL for VMA or AC is equal or greater than 65 or the QL for the element of air voids is equal or greater than 70, full production may resume. If the QL for VMA or AC is less than 65 or the QL for the element of air voids is less than 70, the material shall be removed and replaced at no cost to the Department. The time count will continue, and any delay to the project will be considered to have been caused by the Contractor and will not be compensable. The costs associated with mix designs shall be solely at the Contractor's expense. If the Contractor fails to verify the new mix design in accordance with A or B, then production shall be halted until a new mix design has been completed in accordance with CP-52 or CP-54, a new Form 43 issued, and the Contractor demonstrates they are capable of producing a mixture meeting the verification requirements in accordance with A or B. Page 49 of 81 January 6, 2026 Revision of Section 106 — Control of Materials 4. New or Revised Mix Design. Whenever a new or revised mix design is used and production resumes, three additional volumetric field verification tests shall be performed, and the test results evaluated in accordance with the above requirements. The test frequency shall be one per day unless altered by the Engineer. 5. Field Verification Process Complete. When the field verification process described above is complete and production continues, the sample frequency will revert back to a minimum of 1/10,000 tons. The Engineer has the discretion to conduct additional verification tests at any time. (e) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL). The MQL will be calculated per the procedure in CP-71 for Determining Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken are described as follows: 1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the past five consecutive test results are within the specification limits. 2. Condition yellow will exist for all elements at the beginning of production or when a new process is established because of changes in materials or the job-mix formula, following an extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will revert to yellow or red as appropriate. 3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified immediately in writing and the process control sampling and testing frequency increased to a minimum rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at 1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control tests is below 65, production will be suspended. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. (This test result will not be included as an acceptance test.) After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown in Table 106-3. After three acceptance tests, if the MQL is less than 65, production will be suspended. Production will remain suspended until the source of the problem is identified and corrected. Each time production is suspended, corrective actions shall be proposed in writing by the Contractor and approved in writing by the Engineer before production may resume. Page 50 of 81 January 6, 2026 Revision of Section 106— Control of Materials Upon resuming production, the process control sampling and testing frequency for the elements causing the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65, production will be suspended again. If gradation is the element with MQL less than 65, the Department will test one randomly selected sample in the first 1,250 tons produced in condition red. If this test result is outside the tolerance limits, production will be suspended. Subsection 106.06 shall be deleted and replaced with the following: 106.06 Sampling and Testing of Portland Cement Concrete Paving. All Portland Cement Concrete Pavement, Item 412, shall be tested per the following process control and acceptance testing procedures: (a) Process Control Testing.The Contractor shall be responsible for process control testing of all elements listed in Table 106-5. Process control testing shall be performed at the expense of the Contractor. The Contractor shall develop a process control plan (PCP) per the following: 1. Process Control Plan. For each element listed in Table 106-5, the PCP must provide adequate details to ensure that the Contractor will perform process control. The Contractor shall submit the PCP to the Engineer at the Pre-construction Conference. The Contractor shall not start any work on the project until the Engineer has approved the PCP in writing. A. Frequency of Tests or Measurements. The PCP shall indicate a random sampling frequency, which shall be equal to or more frequent than that shown in Table 106-5. The process control tests shall be independent of acceptance tests. B. Test Result Chart. Each process control test result, the appropriate area, volume, and tolerance limits shall be plotted. The chart shall be emailed daily to the Engineer. Test charts shall be incorporated into the Process Control Notebook. C. Quality Level Chart. The QL for each element in Table 106-5 shall be plotted.The QL shall be calculated per the procedure in CP-71 for Determining Quality Level. The QL shall be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then thereafter the last five consecutive test results. The area of material represented by the last test result shall correspond to the QL.The quality level charts shall be incorporated into the Process Control Notebook. 2. Point of Sampling. The material for process control testing shall be sampled by the Contractor using CP-61. The location where material samples will be taken shall be indicated in the PCP. 3. Testing Standards. The PCP shall indicate which testing standards will be followed. Acceptable standards are Colorado Procedures, AASHTO, and ASTM. The order of precedence is Colorado Procedures, then AASHTO procedures, then ASTM procedures. The compressive strength test for process control will be the average of strength of test cylinders using 4-inch by 8-inch cylinders cast in plastic molds from a single sample Page 51 of 81 January 6, 2026 Revision of Section 106 — Control of Materials of concrete, cured under standard laboratory conditions. A maximum of 48 hours after the cylinders are molded, they shall be removed from the plastic molds. After demolding, the cylinders shall be cured in either a 100% humidified cure room or lime treated testing tanks until the testing date. A minimum of two 7-day and three 28-day compressive strength tests are required. The Contractor may choose to make extra cylinders at their own expense for testing at 3 days (one cylinder), 14 days (two cylinders), and one extra cylinder.The extra cylinders will be used for strength tracking purposes. 4. Process Control (PC) Manager Qualifications. A PC Manager shall be identified in the Process Control Plan (PCP). The PC Manager shall not be the Contractor's Project Manager.The PC Manager shall be in charge of and responsible for all aspects of the PCCP process control testing, reporting, coordination, and overall quality control.The PC Manager shall assemble and maintain the PC notebook for the duration of PCCP paving. The PC Manager shall be always present on the project site or batch plant during PCCP paving. Failure to provide a PC Manager shall result in the stoppage of paving operations. The PC Manager shall possess one or more of the following qualifications: A. Registration as a Professional Engineer in the State of Colorado or; B. Registration as an Engineer in Training in the State of Colorado with two years of paving experience or; C. A Bachelor of Science in Civil Engineering or Civil Engineering Technology with three years of paving experience or; D. A minimum of 10 years PCCP paving experience AND current ACI certifications in Aggregate Testing (Level 1 and 2), Cement Testing, Field Concrete Testing (Grade 1), Laboratory Concrete Testing (Level 1 and 2), Concrete Construction Inspection (Concrete Transportation Construction Inspector, Concrete Quality Technical Manager. 5. Technician Qualifications.Technicians performing tests shall meet the requirements of Colorado Procedure 10. The Contractor shall provide copies of all certifications for all technicians who may work on the project. 6. Testing Equipment. All of the testing equipment used to conduct process control testing shall conform to the standards specified in the test procedures and be in good working order. The Contractor shall provide copies of equipment certifications, calibrations, and documentation of all equipment shall be submitted to the County prior to use on the project. The Contractor shall provide the following equipment and supplies which will not be paid for separately but shall be included in the work: A. Adequate space or a minimum of at least 300 square feet of a temperature controlled facility, separate from the onsite lab space is required to store all project PCCP compressive strength specimens is required. This facility shall be used exclusively for the molding and storage of concrete test specimens as required. A separate space will be required to house equipment and perform Page 52 of 81 January 6, 2026 Revision of Section 106 — Control of Materials strength testing procedures. All equipment shall be maintained in satisfactory condition and calibration. Heavy rusting, mechanical, and/or electrical issues shall require testing and monitoring equipment to be replaced. These facilities shall be provided in addition to other facilities required in Section 620. The storage facility shall have sufficient water storage capacity for curing all required test specimens.The storage facility shall provide separate storage tanks for each type of required testing. Each storage tank shall have a continuously recording thermometer and sufficient blank charts for the project. (1) The storage facility shall provide proper ventilation and a continuous source of heating and cooling including backup power sources to maintain storage tank temperatures. (2) Each individual storage tank shall have continuously recording thermometers and sufficient blank charts for the project. The recording charts shall be changed regularly and used charts shall be kept in the PC notebook. The Engineer shall be notified of the maximum and minimum temperatures in each tank on a daily basis.Temperatures of each storage tank shall be recorded for the duration of the project or until the last OA strength test has been reported. (3) In the event, storage tanks drop below 60 °F or above 80 °F, all samples stored in the tank will be considered suspect and out of specification with the project requirements. Specimens shall be tested per the testing schedule for concrete specimens. If specimen test results indicate abnormalities or below the specified project strength requirements, the results shall be evaluated per the steps outlined below at the discretion of the Engineer. (i) The areas represented by the failing specimens shall be considered failing to meet the project specifications and shall be removed and replaced at no additional cost to the project. (ii) At the Engineer's sole discretion, cored specimen sampling may be allowed. The core companion specimens shall be taken from with the slab areas represented by the failing specimens. Testing shall be completed per CP-65-25, Evaluating Low Concrete Strength Test Results. For the purposes of this project CP-65-25 will be utilized for low concrete strength of PCCP and structural concrete. (iii) X-raying of the in-place PCCP may be required prior to the start of any coring operations in order to determine where the welded wire mesh, tie bars and dowel bars are located. (4) If the Contractor fails to provide proper curing or cold weather protection, the Contractor, at the Engineer's direction, shall use cores to determine the acceptance or rejection of the PCCP area(s) that are in question. Cores shall be taken with the following procedure. Page 53 of 81 January 6, 2026 Revision of Section 106 — Control of Materials (i) The Engineer will notify the Contractor in writing that cores shall be taken in the PCCP area(s) that are in question. The locations for the coring will be directed by the Engineer. All coring, repairing, and testing shall be done at the expense of the Contractor regardless of the result. (ii) Cores shall be taken and tested per CP-65-25 between 28 days and 45 days after PCCP placement. For the purposes of this project CP- 65-25 will be utilized for low concrete strength of PCCP and structural concrete. Cores shall be a minimum of 4 inches in diameter. Core bits used to cut the core shall produce a true 4 inch core. At the direction of the Engineer, a minimum of 3 cores from a single slab area shall be obtained for the locations that are suspect. Cores containing rebar steel, dowel bars, or other materials other than concrete shall be excluded from the splitting tensile testing results. (iii) If the Contractor fails to maintain the tank temperatures within the specified range and the Engineer determines,in their sole discretion, that coring is required, the areas represented by the cylinders stored in the tank shall be cored and a pay reduction of 2.5% will be applied to the unit price of PCCP, regardless of the testing results. If the average core strength is greater than or equal to 4,500 psi, the PCCP shall be accepted by the Engineer. If the average core strength is less than 4,500 psi, the PCCP shall be removed and replaced per subsection 105.03 and 105.06. (iv) Prior to coring, the Contractor shall submit a proposed repair method for the core hole for approval. The method shall use an approved high strength non-shrink concrete or grout patching material with of minimum compressive strength of 4,500 psi. The Contractor shall submit and follow the manufacturer's recommendations along with the repair method. The Engineer shall review and approve the repair method before the coring takes place. (v) Time delays resulting due to the Contractor's failure to provide proper curing or cold weather protections will be considered non- excusable and will not be compensated. (vi) The Contractor shall provide electronic copies of the testing results to the Engineer within two business days of receipt of the testing results. Page 54 of 81 January 6, 2026 Revision of Section 106— Control of Materials (vii) All costs associated with the repair of the core holes including the preparation and submittal of the repair method will not be measured, and paid for separately but shall be included in the work. B. A certified machine for testing compressive strength of concrete specimens shall be provided by the Contractor. The machine shall meet the requirements of ASTM C39 and shall have a minimum capacity of 250,000 pounds. The machine shall have a digital monitor capable of displaying load rate and total load. The following or an approved equal may be used: (1) Forney model number FHS-250 series compression machine with a digital monitor. (2) Humboldt model number HCM-2500 series with an i7 Digital Indicator. (3) Gilson model number MC-250 with a Pro Controller. (4) Test Mark Industries CM-2500 with i720 Digital Indicator. Both the Contractor and the Engineer will use this machine for testing concrete specimens. After the machine has been certified and accepted by the Engineer it shall not be moved until all Portland cement concrete paving and compressive strength acceptance tests have been completed. C. The Contractor shall supply an MIT Scan T2 or MIT Scan T3 and the associated tests plates when pavement thick acceptance is based on magnetic pulse induction (MPI). 7. Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer electronically at least once per day. The Contractor shall assemble a process control (PC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, test results charts and quality level charts for each of the elements listed in Table 106-5. The Contractor shall submit examples of worksheets, test result forms and test results charts per CP-12B as part of the Contractor's Process Control Plan (PCP). The Contractor shall submit the PC notebook electronically to the Engineer for review once a month on the date agreed to at the Pre-construction Conference. A list of recognized deficiencies will be returned to the Contractor within two workdays after submittal. Deficiencies may include, but are not limited to, the failure to submit the notebook on time or an absence of the required reports. For any month in which deficiencies are identified, the PC notebook will be submitted for review two weeks after the PC notebook is returned. Upon the second recognized deficiency the Engineer will notify the Contractor, and the pay estimate shall be withheld until the Contractor submits, in writing, a report detailing the cause for the recognized deficiency. The report shall include how the Contractor plans to resolve the deficiencies. Additional recognized deficiencies will result in a delay of the pay estimate until the Contractor has identified and resolved the deficiency along with revising and resubmitting his PCP to address these issues. Once the Engineer has Page 55 of 81 January 6, 2026 Revision of Section 106 - Control of Materials reviewed and approved the revised PCP the estimate may be paid. Upon submittal of the PC notebook for the semi-final estimate, the PC notebook shall become the property of the Department. The Contractor shall make provisions such that the Engineer can inspect process control work in progress, including PC notebook, sampling, testing, plants, and the Contractor's testing facilities at any time. 8. PC Stockpile Management. For Projects greater than 25,000 SY of PCCP, the contractor shall perform PC Testing for each aggregate source. All aggregates furnished for the project shall conform to the range of tolerances listed in Table 106-4 when compared to the approved mix design gradations. Individual gradation testing shall be at a minimum frequency of 1/day or 1/1,000 tons, whichever is greater, as aggregate is delivered to the batch plant and incorporated into the stockpile. If material does not meet the listed tolerances, the area of the stockpile represented by the sample may be remixed and retested. If material fails to meet the tolerances a second time, it shall be rejected. If multiple batch plants are being utilized, aggregates at each plant shall be tested separately. Testing and Tracking methods shall be included in the Contractor's Process Control Plan. Table 106-4-Individual Aggregate Gradation Tolerances Sieve Size Tolerance (%) ?_No. 4 ±6 No.8- No. 30 ±4 No. 50 ±3 • No. 100 ±2 No. 200 ±1 9. Optimized Gradation. The Contractor shall perform process control testing of the combined aggregate gradation (CAG) when an Optimized Gradation (OG) is used for Class P Concrete. A sample of the combined aggregate from the first 100 cubic yards of concrete shall be tested; then one test per 750 cubic yards shall be performed.The frequency shall be a minimum of one per day if production is less than 750 cubic yards per day. The Department will perform one gradation test each day that may be a split of one of the three daily PC samples. This data will not be used to determine acceptability of the material but as information only. The Contractor's gradation test data will be used to evaluate the gradation optimization based on the mix design optimization. When the Contractor's gradation test results fail to meet their optimization range, the Contractor shall immediately make corrections to bring the aggregate gradation optimization range and notify the Engineer. If two or more consecutive test results for any single day or two successive days are found to fall outside the optimization range, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval before resuming production. Upon being allowed to resume production, the Contractor shall follow the daily sampling frequency. If the next two consecutive gradation tests indicate that the meet the optimization range, the Contractor may continue production. If the first two Page 56 of 81 January 6, 2026 Revision of Section 106 — Control of Materials aggregate samples do not meet the optimization range, production shall be suspended. Before resuming production, the Contractor shall sample the individual aggregate stockpiles at two or more locations to determine the range of variability within each stockpile, make appropriate adjustments to the percentages for each aggregate component, and discharge and sample the combined aggregates. The combined aggregate gradation shall be tested to determine if the CF and WF fall inside the workability box. Production can resume if the optimization range is met. Production will continue to be suspended for additional evaluation of stockpiles and aggregate feed rates until gradation sampling and testing indicate the optimization range is met. All gradation test information during production shall be provided to the Engineer daily. The Contractor shall immediately report all gradation test data to the Engineer for evaluation during periods when production is suspended or upon resuming production.The Contractor will be notified in writing in all cases when production may resume or shall remain suspended. 10. Aggregate Moisture Content. An aggregate moisture content sample from the first 100 cubic yards of concrete shall be tested; then one test per 750 cubic yards shall be performed. The frequency shall be a minimum of one per day if production is less than 750 cubic yards per day.The moisture content sample may be the same sample used for gradation PC testing. Moisture content of each aggregate shall be tested per CP-33. As they become available, results shall be immediately input into the batching computer and reflected on batch tickets. When Recycled Concrete Aggregate (RCA) is used, the moisture content of the RCA shall be at or above the absorption of the RCA. When the moisture content of the RCA is lower than the absorption of the RCA, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval before resuming production 11. Box Test. When the Contractor is using a slipform paver, the Contractor shall perform a Box Test in accordance with CP-63 at the beginning of each day's paving. The Box Test shall show no more than 30 percent surface voids and an edge slump less than 1/4 inch. When the Box Test results fail to meet these requirements, the Contractor shall immediately make corrections and notify the Engineer. After corrective actions have been completed, the Contractor shall perform a Box Test.The Box Test shall show no more than 30 percent surface voids and an edge slump less than 1/4 inch. If two or more consecutive Box Test results fail to meet these requirements, the Contractor shall immediately suspend production and provide a written corrective plan to the Engineer for approval before resuming production. 12. Concrete Test Reports. The Contractor shall distribute electronically to the concrete supplier all compressive strength PC data for the concrete supplied to the project. The Contractor shall distribute the PC compressive strength data within two business days of the 7-day and 28-day compressive strength testing.The data shall include the compressive strength and batch ticket number at a minimum. Page 57 of 81 January 6, 2026 Revision of Section 106 — Control of Materials (b) Acceptance Testing. Acceptance testing frequencies shall be per the Schedule (Owner Acceptance) in the CDOT Field Materials Manual.Acceptance tests will be conducted by and at the expense of the Department. Acceptance sampling and testing procedures will be per the CDOT Field Materials Manual with the following exceptions and inclusions: A split sample from an acceptance test shall not be used for a process control test. The Engineer will designate the location where samples are to be taken.Samples shall be taken by the Contractor per CP-61. The Engineer will be present during the sampling and take possession of all acceptance samples. Samples transported in different containers will be combined and mixed before molding specimens. All materials are subject to inspection and testing at all times. Pavement thickness acceptance will be determined by cores or magnetic pulse induction (MPI). Acceptance tests for thickness using MPI shall be the Contractor's process control tests. MPI testing shall be per AASHTO T359. When compressive strength testing is specified, the Engineer will distribute electronically to the concrete supplier all compressive strength Owner Acceptance (OA) data for the concrete supplied to the project. The Engineer will distribute the OA compressive strength data within two business days of the 7-day and 28-day compressive strength testing. The data will include the compressive strength and batch ticket number at a minimum. The Contractor shall not have a valid dispute or claim as a result of any action or inaction by the Department related to the distribution of test results. The compressive strength test for acceptance will be the average compressive strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions before testing. If the compressive strength of any one specimen differs from the average by more than 10 percent, that specimen will be deleted, and the average strength will be determined using the remaining two specimens. If the compressive strength of more than one specimen differs from the average by more than 10 percent, the average strength will be determined using all three specimens. Each set of three cylinders will be tested at 28 days after molding. (c) Verification Testing. Verification testing will be used and is the responsibility of the Department. The Department will determine the locations where samples or measurements are to be taken. The location of sampling shall be based on a stratified random procedure. Verification sampling and testing procedures will be per Sections 105, 106, 412, the Schedule for Minimum Materials Sampling, Testing and Inspection in the CDOT Field Materials Manual, and CP-13. Samples for verification testing shall be taken by the Contractor per CP-61 in the presence of the Engineer. (d) Check Testing. The Contractor and the Engineer shall conduct a check testing program (CTP) before the placement of Portland Cement Concrete Pavement (PCCP). PCCP check testing will not be required for PCCP repairs and projects with less than 1,000 square yards of PCCP or when designated by the Engineer. The check testing program will include a pre-pave conference held between the Project Engineer, the Contractor, Contractor's Page 58 of 81 January 6, 2026 Revision of Section 106 —Control of Materials testers, and Department's testers. Items discussed will include methods, procedures, and equipment for compressive strength testing, air content, and slump. Check testing shall be completed before any PCCP is placed. A set of three cylinders will be molded by both the Contractor's and the Department's project testers from a split sample. The specimens will be sampled, molded and cured for seven days and tested for compressive strength according to the procedures of Section 106. The Department's Independent Assurance Tester will also mold, cure and test a set of three cylinders, but the Independent Assurance Test results will not be entered in the check testing analysis. If the results of the check tests do not meet the following criteria, then the check testing will be repeated until the following criteria are met: (1) The average of the Contractor's test results, and the average of the Department's test results shall be within 10 percent of the average of all test results. (2) Each specimen test result shall be within 15 percent of the average of all test results. (3) The Contractor's air content and the Department's air content shall be within 0.5%. (4) The Contractor's slump and the Department's slump shall be within 0.5 inches. A check test must also be conducted on the sand equivalent test. A set of 5 sand equivalents will be run by both the Contractor's and the Department's project tester, from a split sample.The average of the absolute differences between tests taken by the process control personnel and the acceptance testing personnel will be compared to the acceptable limits shown in Table 13-1 of CP 13. The CTP will be continued until the acceptance and process control test results are within the permissible ranges shown in Table 13-1 of CP 13. During production, split samples of randomly selected acceptance tests will be compared to the permissible ranges shown in Table 13-1 of CP-13. The minimum frequency will be as shown in Table 106-5. If production has been suspended and then resumed, the Engineer may order a CTP between tests taken by process control and acceptance testing persons to assure the test results are within the permissible ranges shown in Table 13-1 of CP-13.Check test results shall not be included in process control testing. The Engineer shall be called upon to resolve differences if a CTP shows unresolved differences beyond the ranges shown in Table 13-1 of CP-13. Page 59 of 81 January 6, 2026 Revision of Section 106 - Control of Materials Table 106-5-Testing Schedule- Item 412 Portland Cement Concrete Pavement Element Minimum Testing Frequency Contractor's Process Control Aggregate Gradation - each Minimum of 1/day, then 1/2,500 SY. When an optimized source or combined gradation gradation is used, follow 106.06(a)(9). Slump and Air Content First three loads each day, then as needed for control. Water Cement Ratio First three loads each day, then 1/500 CY. Air Content Minimum of 1/day, then 1/2500 SY. Yield Minimum of 1/day, then 1/2500 SY. Compressive Strength Minimum of 1/day, then 1/2500 SY. Sand Equivalent Minimum of 1/day, then 1/2,500 SY Pavement Thickness Per subsection 412.21. Minimum of six transverse and six longitudinal joint Pull Test Joints locations for the first 2500 linear feet, then three transverse and three longitudinal joints thereafter Load Transfer Dowel Bar Placement Per subsection 412.13(b)(2) Average Texture Depth 1 per 528 linear feet in each lane and shoulder wider than 8 feet. Box Test Minimum of 1/day when a slipform paver is used at the beginning of each day's paving Aggregate Moisture Content Per Subsection 106.06(a)(10) (e) Independent Assurance Testing. The sample for the IAT will be a split sample of the Contractor's process control test. The Department's representative performing verification tests shall also use a split sample of the Contractor's process control test and participate in the IAT. IAT specimens shall be tested at 28 days on the project's certified break machine. IAT specimens shall not be transported offsite. If the IAT specimens are transported offsite, the transported specimens shall be invalid. The IAT lab will be rescheduled to retest and recast the specimens for strength at the IAT lab's expense. (f) Testing Schedule. All samples used to determine Incentive or Disincentive payment by quality level formulas per Section 105, will be selected by a stratified random process. Subsection 106.11(a) shall be deleted and replaced with the following: (a) Contractual Documents. This specification shall be used in conjunction with the applicable version of the Special Notice to Contractors Section of the CDOT Field Materials Manual (FMM), and the requirements therein, in effect at the time of bidding. Subsection 106.11(d) shall be deleted and replaced with the following: (d) Manufactured Products. Manufactured products used and permanently incorporated shall be produced in the United States. The manufactured product must meet the following: (1) Buy America requirements apply to any steel or iron component of a manufactured product, regardless of the overall composition of the manufactured product. (2) Final assembly of the manufactured product must have occurred in the United States. Page 60 of 81 January 6, 2026 Revision of Section 106 - Control of Materials Before the permanent incorporation into the project and before payment for all manufactured products, the Contractor shall obtain a certification from the Manufacturer of the product,who has performed the final assembly of the product, and submit it to the Project Engineer. The certification shall attest that any iron/steel utilized in the manufactured product is compliant with Buy America requirements, and that the final assembly of the product occurred in the United States. Subsection 106.14 shall be inserted immediately following the end of Subsection 106.13 and shall include the following" 106.14 Trade Names,Approved Equals,and Substitutes. In order to establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description or process or by designating a manufacturer by name and referring to that brand or product designation or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit. Whenever a process is designated, or a manufacturer's name, brand or item designation is given, or whenever a process or material covered by patent is designated or described, it shall be understood that the words "or approved equal" follow such name, designation, or description,whether in fact they do so or not. In order to be considered an "approved equal" the item shall meet or exceed the specifications for the designated item specifications in all categories. If it is desirable to furnish items of equipment by manufacturers other than those specified as a substitute after the Contract is executed, the Contractor shall secure approval before placing a purchase order or furnishing the same. If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of submission of the bid, no substitutions therefore will be permitted after a proposal has been accepted without the express consent of the Owner. Subsection 106.15 shall be inserted immediately following the end of Subsection 106.14 and shall include the following: 106.15 Method of Measurement. Process Control (PC) sampling and testing for the earthwork items covered in Section 203 - Excavation and Embankment, Section 206 - Excavation and Backfill for Structures, Section 304-Aggregate Base Course, Section 306- Reconditioning, and Section 603-Culverts and Sewers will be measured as the actual number of days of PC sampling and Testing work performed. The PC tester shall be onsite for the entire time the Contractor is engaging in earthwork related to the above-mentioned sections.The Contractor shall utilize the PC tester to take samples and tests at the frequencies required in Subsection 106.041 as well as any other tasks needed (i.e., set rolling patterns for compactive effort, provide written daily test results to the Engineer and Inspector, log in and out on the daily sampling and testing results summary sheet, collecting tickets from trucks entering the site, etc.). Sampling and Testing report forms from the PC tester shall be provided to the Department within twenty-four hours of the field test being completed. Laboratory tests which take longer than 24 Page 61 of 81 January 6, 2026 Revision of Section 106 — Control of Materials hours to complete shall be provided to the Department no later than 24 hours after the test is completed. It is not acceptable to provide the PC test results on a weekly basis. Failure to provide PC sampling and testing shall result in a pay reduction of $300/sample or $300/test to be assessed to the Contractor for each day PC testing is not performed for all items requiring testing including but not limited to earthwork items, HMA items, concrete items, PCCP items, etc. The continued failure of the Contractor to comply with the requirements of this subsection shall result in the suspension of Work by the Engineer, the assessment of pay reductions in accordance with Section 108.12, and withholding of progress payments. Contract time shall not stop in the event of a suspension of work. Failing Owner Acceptance (OA) tests shall result in the removal and replacement of the elements per the specifications. In the event of a failing OA test, the Engineer will issue a Form 105 to the Contractor documenting the failure and shall apply a $300/failing test pay reduction. The Engineer will in their sole discretion determine if a pay reduction will be assessed. The County shall be responsible for obtaining and paying an Independent Assurance Testing (IAT) consultant as required for the project. If IAT has to be rescheduled for another time or has to be redone due to the Contractor's actions, the Contractor shall be responsible for paying for the IAT. The Contractor shall be assessed a $500/test pay reduction for each test that has to be rescheduled or redone. The Engineer will, in their sole discretion, determine if a pay reduction will be assessed. Subsection 106.16 shall be inserted immediately following the end of Subsection 106.15 and shall include the following: 106.16 Basis of Payment. Payment for Process Control Sampling and Testing shall be at the Contract unit price for each item listed below that appears in the bid schedule. Pay under: Pay Item r Pay Unit Process Control Testing for Items 203, 206, 304, 306, & 603 Day Payment for Process Control Testing for Items 203, 206, 304, and 603 shall be full compensation for all labor, materials, and equipment necessary for the PC tester to perform all the work described in the Specifications. Process Control Testing for other items not listed under Items 203, 206, 304, 306, and 603 is mandatory but will not be subject to payments and shall be incidental to the Work. The PC tester's commute time shall not be measured and paid for separately but shall be included in the work. End of Section Page 62 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.01 shall be revised to include the following: The use of ACI 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. Table 601-1 shall be deleted and replaced with the following: Table 601-1 — Concrete Field Requirements Concrete Required Field Air Content: Water/Cementitious Class Compressive % Range Slump2 Material (w/cm) Strength (psi) (Total) Ratio: ± 2" of Form 1373 B 4,500 at 28 days 5 - 8 Slump w/cm on Form 1373 BZ 4,500 at 28 days N/A1 6" — 9" w/cm on Form 1373 ± 2" of Form 1373 D 4,500 at 28 days 5—8 Slump w/cm on Form 1373 ± 2" of Form 1373 DF 4,500 at 28 days 4— 8 Slump w/cm on Form 1373 ± 2" of Form 1373 DT 4,500 at 28 days 5— 8 Slump w/cm on Form 1373 PS 8,500 at 28 days N/A1 9" maximum 0.45 (Girders) PS (Deck 6,000 at 28 days N/A' 9" maximum 0.45 Panels) ± 2" of Form 1373 P 4,500 at 28 days 4 —8 Slump w/cm on Form 1373 ± 2" of Form 1373 S35 5,000 at 28 days 5—8 Slump w/cm on Form 1373 ± 2" of Form 1373 S40 5,800 at 28 days 5—8 Slump w/cm on Form 1373 ± 2" of Form 1373 S50 7,250 at 28 days 5—8 Slump w/cm on Form 1373 Shotcrete 4,500 at 28 days 7-103 N/A 0.45 Table 601-1 Notes: 1 5 - 8% when specified. 2 Slump shall be a maximum of 9.0 inches for all classes of concrete. Concrete may have a slump above 9.0 inches when designed as Self Consolidating Concrete (SCC). The requirements for slump flow, blocking assessment, and segregation shall apply. 3 Before pumping for wet process. Subsection 601.04 shall be revised to include the following: If the sulfate exposure class of the embankment fill is different than the sulfate exposure class specified in the plans,the Contractor shall provide a concrete mix design that meets or exceeds the corresponding sulfate protection requirements at no additional cost to the project. Page 63 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete Subsection 601.05 shall be deleted and replaced with the following: 601.05 Mix Design Submittal Requirements. The Contractor shall submit a Concrete mix design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete Mix Design Report has been reviewed and approved by the Engineer. The Concrete mix design will be reviewed and approved following the procedures of CP-62. The Concrete mix design will not be approved when the laboratory trial mix data or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all materials including cements, pozzolans, aggregates, fibers, pigments, water additives, and the water to cementitious material ratio (w/cm). When determining the w/cm, the weight of the cementitious material (cm) shall be the sum of the weights of the cement, slag cement, fly ash, silica fume, and high-reactivity pozzolan. Water from dosages of admixtures greater than 10 ounces per 100 pounds of cementitious materials shall be included in the calculation of w/cm. The laboratory trial mix data shall include results of the following: (1) AASHTO T119 (ASTM C143) Slump of Hydraulic Cement Concrete., except when the concrete is SCC. (2) AASHTO T121 (ASTM C138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete. (3) AASHTO T152 (ASTM C231) Air Content of Freshly Mixed Concrete by the Pressure Method. (4) ASTM C39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. (5) Class P concrete shall include ASTM C39 Compressive Strength of Cylindrical Concrete Specimens. At least two specimens will be tested at 7 days and four specimens at 28 days. The laboratory trial mix shall produce compressive strength at 28 days of at least 4,500 psi. (5) Concrete with an OG shall indicate the gradation proportions of the blended aggregates. Optimized gradations shall be developed by an approved mix design technique such as Tarantula Curve, Shilstone, or KU mix. (6) SCC concrete shall include ASTM C1611 Standard Test Method for Slump Flow of Self- Consolidating Concrete. Slump flow shall be measured using an inverted slump cone. (7) SCC concrete shall include ASTM C1621 Standard Test Method for Passing Ability of Self- Consolidating Concrete by J-Ring. (8) SCC concrete shall include ASTM C1610 Standard Test Method for Static Segregation of Self-Consolidating Concrete Using Column Technique. (9) When concrete is to be placed using a paver, the edge slump and surface voids shall be reported per AASHTO T396. Page 64 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete Before placement of accelerated Class P concrete, the Contractor shall provide the Engineer a report of maturity relationships per ASTM C1074. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. Placement shall be as directed by the Engineer. Except for Class PS concrete, the laboratory trial mix must produce an average compressive strength of at least the required field compressive strength specified in Table 601-1. For Class PS concrete, the laboratory trial mix must produce an average compressive strength of at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, the trial mix shall be run with the required air content. The laboratory trial mix shall have a relative yield of 0.99 to 1.02. Aggregate data shall include the results of the following: (1) AASHTO T11 (ASTM C117) Materials Finer Than 75 mm (No. 200) Sieve in Mineral Aggregates by Washing. (2) AASHTO T19 (ASTM C29) Unit Weight and Voids in Aggregate. (3) AASHTO T21 (ASTM C40) Organic Impurities in Fine Aggregate for Concrete. (4) AASHTO T27 (ASTM C136) Sieve Analysis of Fine and Coarse Aggregates. (5) AASHTO T84 (ASTM C128) Specific Gravity and Absorption of Fine Aggregate. (6) AASHTO T85 (ASTM C127) Specific Gravity and Absorption of Coarse Aggregate. (7) AASHTO T96 (ASTM C131) Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (8) AASHTO T104 (ASTM C88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate. (9) CP-37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test. (10) ASTM C535 Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (11) ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar-Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results. Aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Page 65 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates, cement and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. For all concrete mix designs with ASTM C150 and ASTM C595 Type IL cements: the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS) or IT cements, ash or high reactivity pozzolan shall not be substituted for cement. For all concrete mix designs with ASTM C595 IT cements: slag cement shall not be substituted for cement. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS) cements, when slag cement is substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high- reactivity pozzolan, silica fume, or aggregate. Addition, removal, change of source, dosage change, or type of fibers to an approved mix design shall require a new mix design. Adjustments to aggregate weights may be made to adjust yield if the combined gradation remains constant (+/- 1 percent) or within the optimized band. When a change occurs in the source or type of approved admixtures or the addition of approved accelerating, retarding, or hydration stabilizing admixtures to existing mix designs, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change shall be approved by the Engineer before use. Addition or removal of pigments to an approved mix shall require a new mix design. Pigment color may be adjusted in an approved mix design so long as the brand and product line of the pigment remains the same. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. Approval of the concrete mix design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. Once approved for a project, the mix design may be used for the duration of the project. Page 66 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete Subsection 601.06, paragraph 4 shall be deleted and replaced with the following: Electronic tickets are allowed as long as Weld County has access to the batch ticket and the batch ticket can be downloaded and saved by the Engineer in PDF format before placement of the concrete, at any time during placement, and until the project is accepted. The Engineer in their sole discretion shall determine if and when electronic tickets will be used. Subsection 601.07(d) shall be deleted and replaced with the following: (d) Self-Contained Mobile Mixer. Self-contained mobile mixers shall not be used unless approved in writing by the Engineer. If the Engineer allows the use of self-contained mobile mixers, proportioning and mixing equipment shall be of the self-contained, mobile, continuous mixing type per ASTM C685 and subject to the following: (1 ) The mixer shall be self-propelled and be capable of carrying sufficient unmixed dry, bulk cement, fine aggregate, coarse aggregate, admixtures and water to produce on the site at least 6 cubic yards of concrete. The mixer shall have one bin for each size aggregate. (2) The mixer shall be capable of positive measurement of cement being introduced into the mix. A recording meter visible at all times and equipped with a ticket printout shall indicate the quantity of total concrete mix. (3) The mixer shall provide positive control of the flow of water into the mixing chamber. Water flow shall be indicated by flow meter and be readily adjustable to provide for minor variations in the aggregate moisture. (4) The mixer shall be capable of calibration to automatically proportion and blend all components of indicated composition on a continuous or intermittent basis as required by the finishing operation and shall discharge mixed material through a conventional chute directly in front of the finishing machine. (5) The Contractor shall perform calibration tests according to the equipment manufacturer's recommendations at the beginning of each project, and when there is a change in the mix design proportions or source of materials. The Engineer may require a calibration test or yield check when a change in the characteristics of the mixture is observed. The tolerances in proportioning the various ingredients shall be according to ASTM C685. Subsection 601.08 shall be deleted and replaced with the following: 601.08 Air Content Adjustment. When a batch of concrete delivered to the project does not conform to the minimum specified air content, an air-entraining admixture listed on the approved mix design may be added per subsection 601.17. After the admixture is added, the concrete shall be re-mixed for a minimum of 20 revolutions of the mixer drum at mixing speed. The concrete shall then be re-tested by PC. Subsection 601.09(h) shall be deleted and replaced with the following: Page 67 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete (h) Removal of Forms. The forms for any portion of the structure shall not be removed until the concrete is strong enough to withstand damage when the forms are removed. Unless specified in the plans, forms shall remain in place for members that resist dead load bending until the concrete has reached a compressive strength of at least 80 percent of the required 28-day strength, 0.80f 'c. Forms for columns shall remain in place until the concrete has reached a compressive strength of at least 1,000 psi. Forms for sides of beams, walls, or other members that do not resist dead load bending shall remain in place until the concrete has reached a compressive strength of at least 0.80f 'c. Forms and supports for cast-in-place concrete box culverts (CBCs) shall not be removed until the concrete compressive strength exceeds 0.6fc for CBCs with spans up to and including 12 feet, and 0.67f 'c for CBCs with spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans larger than 20 feet shall not be removed until after all concrete has been placed in all spans and has attained a compressive strength of at least 0.80f'c. Concrete compressive strength shall be determined by maturity meters per ASTM C1074. At the Pre-pour Conference, the Contractor shall submit the location where maturity meters will be placed. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire. At a minimum, a maturity meter shall be placed at the mid- span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple maturity meters, the lowest compressive strength shall determine when the forms can be removed. Acceptance cylinders shall not be used for determining compressive strength to remove forms. When field operations are controlled by maturity meters, the removal of forms, supports, and housing and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. Forms for the median barrier, railing, or curbs may be removed at the convenience of the Contractor after the concrete has hardened. All forms shall be removed except permanent steel bridge deck forms and forms used to support hollow abutments or hollow piers when no permanent access is available into the cells. When permanent access is provided into box girders, all interior forms, falsework, and loose material shall be removed, and the inside of box girders shall be cleaned with an industrial vacuum. When ESCAs are used, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. Page 68 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete Subsection 601.11(e), paragraph 8 shall be deleted and replaced with the following: Concrete compressive strength shall be determined by maturity meters per ASTM C1074. At the Pre-Pour Conference, the Contractor shall submit the location that maturity meters will be placed. Subsection 601.12(1), paragraph 2 shall be deleted and replaced with the following: Concrete compressive strength shall be determined by maturity meters per ASTM C1074. Subsection 601.12(m), paragraph 1 shall be deleted and replaced with the following: (m) Opening to Traffic. Concrete structures shall remain closed to traffic, and shall not carry the Contractor's equipment, for 21 days after placement of the concrete deck is completed. The structure may be opened to traffic earlier if the concrete deck and all other concrete has attained the Field Compressive Strength given in Table 601-1. Concrete compressive strength shall be determined by maturity meters per ASTM C1074. Subsection 601.12(o) shall be deleted and replaced with the following: (o) Backfilling Structures that Support Lateral Earth Pressure. Concrete compressive strengths shall reach f'c before backfilling operations can begin with heavy equipment, such as skid- steers or self-powered riding compactors. Concrete compressive strengths shall reach 0.80f'c before backfilling operations can begin with hand-operated equipment. Concrete compressive strength shall be determined by maturity meters per ASTM C1074. Subsection 601.13(2) shall be deleted and replaced with the following: (2) The minimum curing period shall be from the time the concrete has been placed until the concrete has met a compressive strength of 80 percent of the required field compressive strength. The Contractor shall develop a maturity relationship for the concrete mix design per ASTM C1074. The Contractor shall provide the maturity meter and all necessary thermocouples, thermometers, wires and connectors. The Contractor shall place, protect and maintain the maturity meters and associated equipment. Locations where the maturity meters are placed shall be protected in the same manner as the rest of the structure. Subsection 601.16(e), paragraph 6 shall be deleted and replaced with the following: Concrete compressive strength shall be determined by maturity meters. The Contractor shall develop maturity relationships for each mix placed during the cold weather conditions per ASTM C1074. The maturity relationship shall be submitted to the Engineer before cold weather concrete placement. The Contractor shall provide the maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement, protection, and maintenance of the maturity meters and wires. Locations where the maturity meters are placed shall be protected in the same manner as the rest of the concrete. Subsection 601.17(a) shall be deleted and replaced with the following: Page 69 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete (a) Air Content. The first three batches at the beginning of each day's production shall be tested by the Contractor's PC and the Department's OA for air content. When the PC and OA air content measurements differ by more than 0.5 percent, both the PC and OA air meters shall be checked per ASTM C231. When air content is below the specified limit, it may be adjusted per Subsection 601.08. Successive batches shall be tested by the Contractor's PC and witnessed by the Engineer until three consecutive batches are within specified limits. After the first three batches the Department will follow the random minimum testing schedule. After the first three batches, the Contractor shall perform PC testing at a frequency of one random sample per 50 cubic yards. Air content shall not be adjusted after the Department's OA test. At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less shall be rejected and replaced at the sole discretion of the Engineer. If in the Engineer's sole discretion, the batch is allowed to be placed, a pay factor reduction will be applied to the concrete as shown in Table 601-3. Portions of loads incorporated into structures before determining test results that indicate rejection as the correct course of action shall be subject to acceptance at reduced price, no payment, or removal as determined by the Engineer. Subsection 601.17(c) shall be deleted and replaced with the following: (c) Strength (When Specified). The concrete will be considered acceptable when the running average of three consecutive strength tests per mix design for an individual structure is equal to or greater than the specified strength and no single test falls below the specified strength by more than 450 psi. A test is defined as the average strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions before testing. If the compressive strength of any one test cylinder differs from the average by more than 10 percent, that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two test cylinders. When the average of three consecutive strength tests is below the specified strength, the individual low tests will be used to determine the pay factor per Table 601-3. If less than three strength tests are available the individual low tests, if any, will be used to determine the pay factor per Table 601-3. The pay factor will be applied to the quantity of concrete represented by the individual low test. When the compressive strength test is below the specified strength by more than10 psi but not more than 450 psi, the concrete represented will be evaluated by the Department for removal, corrective action, or acceptance at a reduced price. All costs of the evaluation shall be at the Contractor's expense. When the compressive strength test is below the specified strength by more than 451 psi, the concrete represented will be rejected. Page 70 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete The Contractor may take cores at its own expense and per Colorado Procedure 65 within 10 working days of being notified of a price reduction or up to 45 days after placement, whichever is later, to provide an alternative determination of strength. When cored, price reduction for strength will be based on the corresponding cores' strength. If the core compressive strength is at least 90 percent of the specified field compressive strength, the concrete represented by the cores will be accepted with no price reduction. When the Contractor fails to provide proper curing or cold weather protection, the Engineer may use cores to determine acceptance or rejection of a part of the structure instead of acceptance cylinders with the following procedure: 1. The Engineer will notify the Contractor in writing that the Department will core the structure. The location of the coring will be directed by the Engineer. Coring and testing will be performed at the expense of the Contractor regardless of the result. Cores will be taken and tested per AASHTO T24 between 28 days and 45 days after concrete placement. Cores will be a minimum of 4 inches in diameter unless otherwise approved by the Engineer. A minimum of three cores in a two-square-foot area will be obtained for locations of the structure that are suspect. If the compressive strength of any one core differs from the average by more than 10 percent, that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. If the average core compressive strength is greater than or equal to 85 percent of the specified 28- day compressive strength, the concrete represented by the cores will be accepted. 2. If the average core compressive strength is less than 85 percent of the specified 28- day compressive strength, the structure shall be removed and replaced. 3. After the Department performs additional core testing as described above, the Contractor may make one request that the structure be cored by the Contractor, tested and re-evaluated by the Department within 45 days after concrete placement. Coring and testing costs will be at the expense of the Contractor regardless of the result. Cores shall be taken at the same area of the structure as those obtained by the Engineer. The Engineer will approve the location of the cores before the Contractor coring the structure. All costs associated with the repair of these core holes including preparation and submittal of the repair method, will not be measured and paid for separately but shall be included in the work. If the concrete in the structure is found to be sufficient resulting time delays will be considered excusable. If the concrete in the structure is still found to be deficient, resulting time delays will be considered non-excusable for this evaluation. Compensation for time delays will be evaluated by the Engineer per subsection 108.08. The Contractor shall submit a proposed repair method for the core holes for approval before coring. The method shall use a non-shrink concrete patching material with a minimum compressive strength of 4,500 psi from the Approved Products List. The Contractor shall submit the manufacturer's recommendations along with the repair Page 71 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete method. The Engineer will review and approve the proposed methodology before patching. The Engineer will distribute electronically to the concrete supplier all compressive strength Owner Acceptance (OA) data for the concrete supplied to the project. The Engineer will distribute the OA compressive strength data within two business days of the 7-day and 28-day compressive strength testing. The data will include the compressive strength and batch ticket number at a minimum. The Contractor shall not have a valid dispute or claim as a result of any action or inaction by the Department related to the distribution of test results. Subsection 601.17(d) shall be deleted and replaced with the following: (d) Pay Factors. The pay factor for concrete that is allowed to remain in place at a reduced price shall be determined according to Table 601-3 and shall be applied to the unit price bid for the Item. If deviations occur in air content and strength within the same batch, the pay factor reductions for the batch shall be the added together to determine the pay factor reduction (not to exceed 100 percent). Table 601-3 — Pay Factor Reductions Deviations from Specified Pay Factor Below Specified Pay Factor Total Air(%) Reduction (%)1 Strength (psi) Reduction (%) 0.0-0.2 10 1-100 10 0.3-0.4 20 101-200 20 0.5-0.6 30 201-300 30 0.7-0.8 50 301-400 40 0.9-1.0 75 401-450 50 Over 1.0 Reject Over 451 Reject Table 601-3 Notes: 1. This table does not apply to Portland Cement Concrete Pavement (PCCP). See Table 105- 11 for Payment Factor Increases and Reductions on PCCP. Subsection 601.17(f) shall be deleted and replaced with the following: (f) Maturity Meter Strength. When maturity meters are specified for determining strength for removing forms, removing falsework, backfilling against structures, or loading the structure, the Contractor shall provide the Engineer a report of maturity relationships per ASTM C1074 before placement of concrete. If a maturity meter fails, is tampered with, destroyed, or was not placed, the following shall apply: The minimum curing time or waiting time for removing forms, removing falsework, backfilling against structures, or loading the structure shall be 28 days. The Contractor may choose at his own expense to core the structure represented by the maturity meter. Cores shall be obtained and tested according to CP 65. Cores shall be a minimum of 4 inches in diameter. A minimum of three cores in a two-square-foot area shall be obtained. If the compressive strength of any one core differs from the average by more Page 72 of 81 January 6, 2026 Revision of Section 601 — Structural Concrete than 10 percent, that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. The average compressive strength of the cores shall achieve the specified compressive strength of the structure. A structure may be cored only once. End of Section Page 73 of 81 January 6, 2026 Revision of U.S. Department of Labor— Davis Bacon Wages Colorado Highway Construction General Decision Number— CO20260014 Decision Nos. CO20250014 dated December 12, Modifications ID 2025, supersedes Decision Nos. CO20250014 dated MOD Date Page January 3, 2025. Number Number(s) When work within a project is located in two or more counties and the minimum wages and fringe benefits are different for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project. General Decision No. CO20250014 applies to the following counties: Larimer, Mesa, and Weld counties. General Decision No. CO20250014 The wage and fringe benefits listed below reflect collectively bargained rates. Basic Last Code Classification Hourly Fringe Benefits Mod Rate POWER EQUIPMENT OPERATOR: Drill Rig Caisson 1714 Smaller than Watson 2500 and similar 35.03 15.20 1715 Watson 2500 similar or larger 35.41 15.20 Oiler 1716 Weld 35.20 15.20 General Decision No. CO20250014 The wage and fringe benefits listed below do not reflect collectively bargained rates. CARPENTER: 1717 Excludes Form Work 20.72 5.34 Form Work Only 1718 Larimer, Mesa 18.79 3.67 1719 Weld 16.54 3.90 CEMENT MASON/CONCRETE FINISHER: 1720 Larimer 16.05 3.00 1721 Mesa 17.53 3.00 1722 Weld 17.48 3.00 ELECTRICIAN: Excludes Traffic Signalization 1723 Weld 33.45 7.58 Traffic Signalization 1724 Weld 25.84 6.66 Page 74 of 81 January 6, 2026 Revision of U.S. Department of Labor- Davis Bacon Wages Colorado Highway Construction General Decision Number- CO20260014 General Decision No. CO20250014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Hourly'c Rate Fringe Benefits Last Mod FENCE ERECTOR: 1725 Weld 17.46 3.47 GUARDRAIL INSTALLER: 1726 Lorimer, Weld 12.89 3.39 HIGHWAY/PARKING LOT STRIPING: Painter 1727 Larimer 14.79 3.98 1728 Mesa 14.75 3.21 1729 Weld 14.66 3.21 IRONWORKER: Reinforcing (Excludes Guardrail Installation) 1730 Larimer, Weld 16.69 5.45 Structural (Excludes Guardrail Installation) 1731 Larimer, Weld 18.22 6.01 LABORER: Asphalt Raker 1732 Larimer 18.66 4.66 1733 Weld 16.72 4.25 1734 Asphalt Shoveler 21.21 4.25 1735 Asphalt Spreader 18.58 4.65 1736 Common or General 16.29 4.25 1737 Concrete Saw (Hand Held) 16.29 6.14 1738 Landscape and Irrigation 12.26 3.16 1739 Mason Tender- Cement/Concrete 16.29 4.25 Pipelayer 1740 Larimer 17.27 3.83 1741 Mesa, Weld 16.23 3.36 1742 Traffic Control (Flagger) 9.55 3.05 Page 75 of 81 January 6, 2026 Revision of U.S. Department of Labor- Davis Bacon Wages Colorado Highway Construction General Decision Number- CO20260014 General Decision No. CO20250014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Last Code Classification Hourly'c Rate Fringe Benefits Mod LABORER (con't): Traffic Control (Sets Up/Moves Barrels, Cones, Installs signs, Arrow Boards and Place Stationary Flags), (Excludes Flaggers) 1743 Larimer, Weld 12.43 3.22 1744 PAINTER (Spray Only) 16.99 2.87 POWER EQUIPMENT OPERATOR: Asphalt Laydown 1745 Larimer 26.75 5.39 1746 Mesa, Weld 23.93 7.72 1747 Asphalt Paver 21.50 3.50 Asphalt Roller 1748 Larimer 23.57 3.50 1749 Mesa 24.25 3.50 1750 Weld 27.23 3.50 Asphalt Spreader 1751 Lorimer 25.88 6.80 1752 Mesa, Weld 23.66 7.36 Backhoe/Trackhoe 1753 Larimer 21.46 4.85 1754 Mesa 19.81 6.34 1755 Weld 20.98 6.33 Bobcat/Skid Loader 1756 Larimer 17.13 4.46 1757 Mesa, Weld 15.37 4.28 1758 Boom 22.67 8.72 Broom/Sweeper 1759 Larimer 23.55 6.20 1760 Mesa 23.38 6.58 1761 Weld 23.23 6.89 Page 76 of 81 January 6, 2026 Revision of U.S. Department of Labor- Davis Bacon Wages Colorado Highway Construction General Decision Number- CO20260014 General Decision No. CO20250014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Last Code Classification Hourlylc Rate Fringe Benefits Mod POWER EQUIPMENT OPERATOR (con't): Bulldozer 1762 Larimer, Weld 22.05 6.23 1763 Mesa 22.67 8.72 1764 Crane 26.75 6.16 Drill 1765 Lorimer, Weld 31.39 0.00 1766 Mesa 35.06 0.00 1767 Forklift 15.91 4.68 Grader/Blade 1768 Larimer 24.82 5.75 1769 Mesa 23.42 9.22 1770 Weld 24.53 6.15 1771 Guardrail/Post Driver 16.07 4.41 1772 Loader (Front End) 1773 Larimer 20.45 3.50 1774 Mesa 22.44 9.22 1775 Weld 23.92 6.67 Mechanic 1776 Larimer 27.68 4.57 1777 Mesa 25.50 5.38 1778 Weld 24.67 5.68 Oiler 1779 Larimer 24.16 8.35 1780 Mesa 23.93 9.22 Roller/Compactor (Dirt and Grade Compaction) 1781 Lorimer 23.67 8.22 1782 Mesa, Weld 21.33 6.99 Page 77 of 81 January 6, 2026 Revision of U.S. Department of Labor- Davis Bacon Wages Colorado Highway Construction General Decision Number- CO20260014 General Decision No. CO20250014 The wage and fringe benefits listed below do not reflect collective) bargained rates. Code Classification Basic Fringe Benefits Last Hourly Rate Mod POWER EQUIPMENT OPERATOR (con't.): Rotomill 1783 Larimer 18.59 4.41 1784 Weld 16.22 4.41 Scraper 1785 Larimer 21.33 3.50 1786 Mesa 24.06 4.13 1787 Weld 30.14 1.40 Screed 1788 Larimer 27.20 5.52 1789 Mesa 27.24 5.04 1790 Weld 27.95 3.50 1791 Tractor 13.13 2.95 TRAFFIC SIGNALIZATION: Groundsman 1792 Lorimer 11.44 2.84 1793 Mesa 16.00 5.85 1794 Weld 16.93 3.58 TRUCK DRIVER: Distributor 1795 Larimer 19.28 4.89 1796 Mesa 19.17 4.84 1797 Weld 20.61 5.27 Dump Truck 1798 Larimer 18.86 3.50 1799 Mesa 15.27 4.28 1800 Weld 15.27 5.27 Page 78 of 81 January 6, 2026 Revision of U.S. Department of Labor— Davis Bacon Wages Colorado Highway Construction General Decision Number— CO20260014 General Decision No. CO20250014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Last Code Classification Hourly'c Rate Fringe Benefits Mod TRUCK DRIVER (con't.): Lowboy Truck 1801 Larimer 18.96 5.30 1802 Mesa, Weld 18.84 5.17 1803 Mechanic 26.48 3.50 Multi-Purpose Specialty & Hoisting Truck 1804 Larimer, Mesa 16.65 5.46 1805 Weld 16.87 5.56 1806 Pickup and Pilot Car 13.93 3.68 1807 Semi/Trailer Truck 18.39 4.13 1808 Truck Mounted Attenuator 12.43 3.22 Water Truck 1809 Lorimer 19.14 4.99 1810 Mesa 15.96 5.27 1811 Weld 19.28 5.04 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. Page 79 of 81 January 6, 2026 Revision of U.S. Department of Labor— Davis Bacon Wages Colorado Highway Construction General Decision Number— CO20260014 Wage Determination Appeals Process 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to: davisbaconinfo@dol.gov, or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to: BCWD-Office@dol.gov, or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to: dba.reconsideration@dol.gov, or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Page 80 of 81 January 6, 2026 Revision of U.S. Department of Labor— Davis Bacon Wages Colorado Highway Construction General Decision Number— CO20260014 Washington, DC 20210. End of General Decision No. CO20250014 Page 81 of 81 Addendum #2 Solicitation Request Number B2500147 WCR 54/13 Roundabout Project 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: • Bid Tabulation Revision 2 • Contractor Questions and Responses • Revision to Sheet 164 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 1 through 7 of this Addendum shall be returned with the Proposal Documents. Pages 8 through 14 do 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: January 12, 2026 Page 1 of 13 Table 1 -WCR 54/13 Roundabout Project Bid Tabulation (Revised 01/12/2026) Item # Item Description Unit Quantity Unit Cost Total Cost 201-00000 Clearing and Grubbing LS 1.00 202-00002 Removal of Structures (Special) EA 1.00 202-00010 Removal of Trees EA 60.00 202-00020 Removal of Concrete Structure EA 4.00 202-00033 Removal of Pipe EA 14.00 202-00036 Removal of Gas Line (Contingency) LF 17,465.00 202-00036 Removal of Waterline (Contingency)(PVC, Copper, & Steel) LF 6,000.00 202-00210 Removal of Concrete Pavement SY 400.00 202-00220 Removal of Asphalt Mat (Planing)(Full Depth Removal) SY 27,062.00 202-00250 Removal of Pavement Marking SF 779.00 202-00810 Removal of Ground Sign EA 17.00 202-01000 Removal of Fence LF 10,258.00 202-01130 Removal of Guardrail (Type 3) LF 200.00 202-04100 Abandon Well EA 2.00 203-00000 Unclassified Excavation CY 89,704.00 203-00050 Unsuitable Material (Muck)((Contingency) CY 16,461.00 203-00066 Embankment Material (R40 Import) CY 38,870.00 203-00200 Onsite Borrow CY 7,573.00 203-00510 Rock Fill (3 Inch Minus)(Contingency) CY 10,000.00 203-01100 Proof Rolling HR 60.00 203-01500 Blading HR 40.00 203-01594 Combination Loader HR 80.00 203-01597 Utility Potholing HR 100.00 203-02330 Laborer HR 80.00 207-00205 Topsoil (Redistribute)(12Inches) CY 35,956.00 207-00210 Stockpile Topsoil CY 45,881.00 208-00002 Erosion Log (Type 1)(12 Inch) LF 7,696.00 208-00035 Aggregate Bag LF 600.00 208-00045 Concrete Washout Structure (Lined) EA 1.00 Page 2 of 13 Item # Item Description Unit Quantity Unit Cost Total Cost 208-00051 Storm Drain Inlet Protection (Type 1) LF 588.00 208-00075 Prefabricated Vehicle Tracking Pad EA 4.00 208-00103 Removal and Disposal of Sediment (Labor) HR 40.00 208-00105 Removal and Disposal of Sediment (Equipment) HR 40.00 208-00106 Sweeping (Sediment Removal) HR 160.00 208-00207 Erosion Control Management (ECM) DAY 150.00 209-00600 Dust Palliative (Magnesium Chloride) GAL 50,000.00 210-00010 Reset Mailbox Structure EA 2.00 210-00810 Reset Ground Sign EA 4.00 211-03005 Dewatering DAY 100.00 212-00009 Seeding (Temporary) AC 4.32 212-00028 Seeding (Wetlands) AC 0.24 212-00702 Biotic Soil Amendment (Hydraulically Applied) LB 97,020.00 212-00706 Seeding (Native)(Drill) AC 21.56 213-00002 Mulching (Weed Free Hay) AC 26.12 216-00201 Soil Retention Blanket (Straw-Coconut)(Biodegradable CI 1) SY 4,886.00 304-06000 Aggregate Base Course (Class 6)(Recycled Concrete) TON 15,885.00 304-08000 Aggregate Base Course (Shouldering) TON 744.00 403-33841 Hot Mix Asphalt (Grading S)(100)(PG64-22) TON 7,904.00 403-34851 Hot Mix Asphalt (Grading SX)(100)(PG64-28) TON 2,635.00 412-00800 Concrete Pavement (8 Inch) SY 827.00 412-00801 Concrete Pavement (8 Inch)(Special, Davis Red) SY 1,278.00 412-00900 Concrete Pavement (9 Inch) SY 21,993.00 412-00901 Concrete Pavement (9 Inch)(Special, Davis Red) SY 657.00 420-00300 Geotextile (Reinforcement)(Under ABC) SY 54,625.00 506-00030 Grouted Riprap (12 Inch) CY 85.00 506-00212 Riprap (12 Inch) CY 524.00 507-00000 Concrete Slope and Ditch Paving CY 443.00 507-00001 Concrete Slope and Ditch Paving (Rundowns) EA 3.00 601-03000 Concrete Class D CY 52.00 602-00020 Reinforcing Steel (Epoxy Coated) LB 712.00 Page 3 of 13 Item # Item Description Unit Quantity Unit Cost Total Cost 603-01 150 15 In Reinforced Concrete Pipe LF 1 1 1.00 603-01180 18 In Reinforced Concrete Pipe LF 784.00 603-01240 24 In Reinforced Concrete Pipe LF 311.00 603-01200 30 In Reinforced Concrete Pipe LF 303.00 603-02180 23x14 In Horizontal Elliptical Reinforced Concrete Pipe LF 248.00 603-02240 30x19 In Horizontal Elliptical Reinforced Concrete Pipe LF 196.00 603-05015 15 In Reinforced Concrete End Section EA 5.00 603-05018 18 In Reinforced Concrete End Section EA 6.00 603-05030 30 In Reinforced Concrete End Section EA 1.00 603-05118 23x14 In Reinforced Elliptical Concrete End Section EA 8.00 603-05124 30x19 In Reinforced Elliptical Concrete End Section EA 1.00 604-00511 Inlet CDOT Type D (10 Ft)(Cast in Place) EA 1.00 604-14005 Inlet Double Combo (5 Ft Deep)(Cast in Place) EA 8.00 604-14605 Inlet Quad Combo (5 Ft Deep)(Cast in Place) EA 5.00 606-00302 Guardrail (Type 3)(31 Inch Midwest Guardrail System) LF 200.00 607-01010 Fence (Barbed Wire With Metal Posts)(Special) LF 10,476.00 607-11525 Fence (Plastic) LF 2,114.00 609-20010 Curb Type 2 (Section B) LF 330.00 609-20011 Curb Type 2 (Section M) LF 429.00 609-21010 Curb and Gutter Type 2 (Section I-B) LF 2,203.00 609-21020 Curb and Gutter Type 2 (Section II-B) LF 10,770.00 609-23000 Gutter (Type 2)(Special) LF 352.00 609-71001 Concrete Apron at End of Curb and Gutter to Grouted Riprap EA 8.00 612-00041 Delineator (Flexible)(Type I)(Driveable) EA 27.00 612-00042 Delineator (Flexible)(Type II)(Driveable) EA 38.00 612-00043 Delineator (Flexible)(Type III)(Driveable) EA 36.00 613-00400 4 Inch Electrical Conduit LF 381.00 614-00011 Sign Panel (Class I) SF 190.00 614-00012 Sign Panel (Class II) SF 204.00 614-00216 Steel Sign Post (2 x 2 Inch Square Tubing) LF 644.00 615-00202 Steel Irrigation Plate with Welded 12 Inch Starter Bell EA 1.00 Page 4 of 13 Item # Item Description Unit Quantity Unit Cost Total Cost 616-30124 29x18 In Trash Guard EA 1.00 620-00002 Field Office (Class 2)(County Provided) EA 1.00 620-00012 Field Laboratory (Class 2) EA 1.00 620-00020 Sanitary Facility EA 1.00 621-00411 Temporary Access Road (Loveland Ready Mix)(CR 13 NW) LS 1.00 621-00412 Temporary Access Road (Coulson Excavating)(CR 13 NE) LS 1.00 62 1-004 1 3 Temporary Access Road (Residence)(CR 13 SE) LS 1.00 625-00000 Construction Surveying LS 1.00 626-00000 Mobilization LS 1.00 627-00005 Epoxy Pavement Marking (Modified) GAL 231.00 627 30205 Thermoplastic Pavement Marking (Type I)(Word-Symbol, Arrows,Stop SF 1,309.00 Bar)(Inlaid) 629-01011 Survey Monument (Type 1-A) EA 1.00 630-00000 Flagging HR 400.00 630-00016 Traffic Control (Special) LS 1.00 630-10122 Portable Variable Message Board EA 9.00 630-80372 Concrete Barrier (Temporary)(Furnish and Install) LF 450.00 700-70010 F/A Minor Contract Revisions FA 1.00 $800,000.00 $800,000.00 700-70012 F/A Asphalt Pavement Quality Incentive FA 1.00 $55,000.00 $55,000.00 700-70013 F/A Concrete Pavement Quality Incentive FA 1.00 $83,000.00 $83,000.00 700-70016 F/A Fuel Cost Adjustment FA 1.00 $60,000.00 $60,000.00 700-70018 F/A Pavement Smoothness Incentive FA 1.00 $72,000.00 72,000.00 700-70019 F/A Asphalt Cement Cost Adjustment FA 1.00 $15,000.00 $15,000.00 _ 700-70171 F/A Subsurface Utility Engineering (SUE) FA 1.00 $10,000.00 $10,000.00 700-70380 F/A Erosion Control FA 1.00 $150,000.00 $150,000.00 927-00170 Process Control Testing for Items 203, 206, 304, 306, and 603 DAY 150.00 Total Bid Price Written Total Amount: Page 5 of 13 Fees-Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment i YES, I choose to accept Fuel Cost Adjustments for this project. NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment 1 YES, I choose to accept Asphalt Cement Cost Adjustments for this project. NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. 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 No. # B2400147. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. The person signing the Proposal is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F-Insurance and Bonds. 5. Acknowledgment of Schedule G-Weld County Contract. 6. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. 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. Page 6 of 13 Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR By: Date of Signature Name: Title: Page 7 of 13 CONTRACTOR QUESTIONS AND RESPONSES Question 1: Is there any information available on the size and depth of the two wells to be abandoned? These wells do not appear in the current state well registry. Answer 1: The wells to be abandoned are permitted as 14757-R and 14758-R. The Division of Water Resources permit documentation shows that well permit 14757-R is 24 feet deep and is 18 inches in diameter. Well permit 14758-R is shown by the DWR records to be 24 feet deep and 48 inches in diameter. It is advisable that the Contractor visit the site to verify this information for themselves as the DWR records date from the 1960s. The locations of the wells are shown on the removal sheets. Question 2: Is it the intent of the County to have the toe walls incidental to the flared end sections? The toe walls do not appear tabulated with the Concrete Class D. Answer 2: Toe walls including the structural concrete, the reinforcing steel, and all other materials, labor, and equipment are incidental to the flared end sections. Question 3: Please confirm that the trash racks, orifice plates, and other misc. metals formed into the concrete outlet structure are incidental to the Class D bid item. Answer 3: Trash racks, orifice plates, and other miscellaneous metal parts that are formed into the detention bond outlet are incidental to the structural concrete (class D) bid item. Question 4: Can the County clarify the intent behind the note shown on plan sheet 150 and 274 regarding the detention pond needing to be constructed in Phase 1 of the project? Answer 4: The note is a left over from the original phasing for the project. The phasing for the project is outlined in the Weld County Project Special Provisions,Section-Commencement and Completion. The intent of the note is to get the detention pond area constructed and seeded early in the project so it stands a chance of revegetating prior to the completion of the project. Once the work in the detention pond is started, the Contractor needs to get it completed as the County's goal is to minimize the continued impact of construction to that area of the project. Question 5: We believe Phase 1 is prior to the road closure,where work is happening outside the existing roadway prism. Is this the same understanding as the County? Answer 5: Phase 1 of the project is to focus on getting the south and east legs of the intersection demolished and built back up to at least the top of the Class 6 ABC. Digging the detention pond and starting on all of the work to get the detention pond operational is one of the tasks that can occur at the same time as the work on the south and east legs. Getting the pond in early is one way the Contractor can advance the schedule. Question 6: Portions of the pond, including the outlets structure, two curb inlet drainage lines, as well as the pond outlet pipes are close to or within the current roadway. Constructing the pond in Phase 1 would require phased construction of this drainage infrastructure. Is this the County's intent? Answer 6: The County's intent is to close the entire project to the traveling public from the start of construction through completion of the project. Do not assume that the road will remain open during any part of the construction activities. Question 7:Constructing the pond in Phase 1 also necessitates installing drainage pipe prior to when some portions of the R40 would be completed, which runs counter to the project special provision requiring R40 embankment to be placed and compacted prior to the installation of drainage lines. Again, please clarify if this is to be permitted. Page 8 of 13 Answer 7: The answer to this question depends on whether or not the drainage pipe is wholly located in the subgrade beneath the R40 material or not. If the drainage pipe is located entirely in the subgrade beneath the R40 material, it is possible to install the pipe prior to placing the R40 material. However, if the pipe is partially in or all the way into the R40 material, in order to get proper compaction around the drainage pipes, it will be necessary for the Contractor to place the R40 material,then cut the portions of the R40 where the pipe goes,replace the R40 material, and then continue with building the embankment up to at least the top of the Class 6 ABC. Question 8: Can the County confirm (as discussed in the Mandatory Pre-Bid Meeting) that the AC waterline called to be removed is the responsibility of Little Thompson Water District? Answer 8: The Little Thompson Water District (LTWD) is supposed to remove all of their waterlines including the AC pipe. It will be the Contractor's responsibility to coordinate with LTWD to ensure the timeliness of the removals. LTWD shall be given 21 calendar days notice prior to the need for the removal of their lines. Line item 202-00036, Removal of Waterline (Contingency)(PVC, Steel, Copper) has been included so the Contractor can help LTWD remove the PVC, steel, and copper water lines so unnecessary delays are avoided. This line item can only be used if authorized in writing by the Engineer. Question 9: Can the County confirm whether power is available in the northwest corner of the intersection where the previous house existing that would be available for field offices and labs? Answer 9: There is currently no power drop on the NW corner of the intersection. The power drop was removed during the relocation of the PVREA electric lines. It should be noted that the NW corner of the intersection is located in Larimer County so all building permits and zoning permits will have to be obtained from Larimer County. Larimer County has agreed to assist in getting the permits but it will take coordination between Lorimer County, Weld County, and the Contractor to make this happen. Ultimately, it will be the Contractor's responsibility to get the permits from the appropriate Larimer County agencies. Question 10: The typical sections show "Layer of Geotextile (Separator)(Contingency)", if this is used will it be paid force account or is it being considered incidental? Answer 10: The use of a geotextile (separator)(contingency) is not widespread throughout the project. It is shown in the typical details only to make the Contractor aware that there may be a need to use it. The geotextile (separator)(contingency) will only be used in cases where there are unsuitable materials that have to be removed. For this project,we will decide on a case by case basis if a geotextile (separator) or geogrid is required as part of the repair sequence. In most cases, geogrid will be used in lieu of the geotextile (separator)(contingency) and the geogrid will be paid for under pay item 420-00300. If it is determined that a geotextile (separator)(contingency) is needed instead of geogrid, we will negotiate a unit price for it and will use the minor contract revisions force account to pay for it. Question 11: In the past, Weld County has used Erosion Control Logs (Type 1)(12 inch) but the bid tabulation is calling for Erosion Control Logs (Type 2)(12 Inch. Which type of erosion control log does Weld County expect to use on this project? Answer 11: The pay item should be for Erosion Control Logs (Type 1)(12 Inch). A revised bid tabulation form is included with this addendum. Question 12: How will flowfill around pipes and inlets be paid for? Answer 12: Flowfill is incidental to the cost of the pipes and inlets. Page 9 of 13 Question 13: The plan sheets for the accesses show concrete valley pan but there is not a detail showing how the valley pans are to be constructed and there is no not a pay item for the pans. How will the pans be paid for and is there a detail for the valley pans? Answer 13: The pay item will be 609-230000, Gutter (Type 2)(Special) and it will be paid by the linear foot. The bid tabulation has been updated to include this line item. Also, the valley pan detail will be added to sheet 164 of the plans. A copy of the revised bid tabulation and the revised plan sheet are attached to this addendum. Question 14: The plan sheets for the accesses call out a gravel radius on the back side of the valley pans. Is there a separate bid item for this gravel or is it incidental to another item? Answer 14: The gravel that is to be placed behind the valley pans is included in the quantity for bid item 304-08000, Aggregate Base Course (Shouldering). Question 15: Who will be responsible for applying the magnesium-chloride to the road? Answer 15: The Contractor is responsible for applying and spraying the magnesium-chloride onto the road. Weld County maintenance crews will be responsible for working the magnesium- chloride into the roadway. The Contractor shall be responsible for coordinating with the County to ensure timely applications of the magnesium chloride to the road. Question 16: If our schedule consist of multiple 1 1x17 sheets, how will the additional sheets be counted? Answer 16: Each page of the schedule will count as one page regardless of whether it is 1 1x17 or 8.5x11. A double sided sheet will be counted as two pages. 11X17 sheets containing information other than schedules will be counted as two pages for single sided page and four pages if the pages are double sided. Question 17: Will the County consider value engineered alternatives for the concrete ditch and/or riprap rundowns? Answer 17:Value engineering proposals will not be reviewed at the bidding stage of the project. Value engineering proposals will only be reviewed after a contract award has been signed by the Contractor and Weld County. Question 18:After the contract is signed will Weld County consider value engineering alternative for the concrete ditch and/or riprap rundowns? Answer 18: No, the County will not consider a value engineering proposal for replacing the concrete ditch with a turf reinforcement mat or other type of BMP. The concrete ditch is required in order to adequately convey the stormwater flows through the ditch system and TRM or other BMPs will only reduce the velocity in which we need to get the stormwater through our system. Weld County may be willing to consider a value engineering proposal for the riprap rundowns but the County will not consider any type of reinforcement mat in lieu of the riprap rundowns. Question 19: Will Weld County allow the use of ADS pipe as an approved equivalent to the reinforced concrete pipes that are shown in the plans? Answer 19: No, Weld County will not all the use of ADS pipe as an approved equivalent to the RCP shown in the plans. Question 20: Does Weld County prefer to use an on-site batch plant instead of a ready mix plant to produce the portland cement concrete paving? Page 10 of 13 Answer 20: While the County's preference would be to have an on-site batch plant producing the PCCP, it is not required. If a ready mix plant is used, the PCCP supplier will still have to meet all specifications for mix design and production requirements including but not limited to water/cement ratio, slump, air content, unit weight, strength, temperature, etc. The PCCP supplier will have to ensure that all PCCP is the only project being supplied concrete on paving days. PCCP coming out of a ready mix plant will be subject to additional process control testing (at the expense of the Contractor) to ensure the delivery trucks are properly mixed before being delivered to the project. It is very likely that each individual truck will have to be tested to verify that it is properly mixed. Every ready mix truck providing PCCP or structural concrete to the project shall have a current Form 46 submitted prior to the start of construction. Every truck shall have a revolution counter mounted on the outside of the truck so revolutions can easily be verified. Batch plant inspections will be required for any ready mix plant in accordance with the specifications. Weld County will not accept any concrete submittals that limit a concrete supplier's liability for producing concrete that meets the project specifications such as Colorado Ready Mixed Concrete Association documents including but not limited to specifications, technical resources, checklists, etc. Question 21: Can the contract be modified to remove the word "equipment" in section 4 of the contract? Answer 21: No, the word equipment refers to any equipment that may have been purchased for incorporation into the project. It does not refer to any type of heavy construction equipment owned by the Contractor. Question 22: Will pit-run product be acceptable for use as the Rock Fill (3-inch Minus) (Contingency)? Answer 22: No, the Rock-Fill (3-Inch Minus)(Contingency) has to be a screened product. Rock fill shall meet the requirements of the Weld County Project Special Provision (PSP) to Section 203. The Weld County PSP to section 203.03(4) clearly states that Rock Fill (3-Inch Minus)(Contingency) shall be recycled crushed concrete. Question 23: Will all of the gas lines to be removed by the Contractor be abandoned? Answer 23: It is anticipated that Xcel gas will have completed their relocations by the time construction starts. However, it is possible that some of the lines will still be active. It is the responsibility of the Contractor to coordinate with Xcel to determine which lines are decommissioned and which lines are still active. Question 24: For areas within the approved limits of disturbance,would mechanical mastication (mulching woody vegetation and small diameter trees in place, with resulting material incorporated into the upper soil layer or removed where required) be considered an acceptable method of clearing and grubbing, provided final subgrade, erosion control, and downstream construction requirements are met? Answer 24: No, we will not accept mechanical mastication as a means and methods for clearing and grubbing. Question 25: Based on a preliminary review of the SWMP limits of disturbance, roadway grading limits, detention pond area, and designated staging/stockpile areas, we are estimating approximately 25 acres of clearing and grubbing for planning purposes. Could you please confirm whether this is generally consistent with the County's anticipated disturbed area, or advise if a different approximate acreage should be assumed? Page 11 of 13 Answer 25:Since the clearing and grubbing pay item is paid as a lump sum,it is the Contractor's responsibility to determine how many acres of clearing and grubbing there are. In general, the Contractor needs to plan on clearing and grubbing the site from the edge of the roadway to the outside edge of the P-ROW. In a few cases, it may be necessary to clear and grub the temporary easements around the accesses. Additionally, the area to be used for staging and the plant site may need to be cleared and grubbed. Prepared By: Clay Kimmi, P.E., Senior Engineer Page 12 of 13 LIP OF G.'. - BACK OFCURB RADIUS=I7.50FT / RADIUS=20FT END GRAVEL RADIUS �. .a • RADIUS=17.5 FT \ ` BA OF CURB 1�R0 BACK OF CURB STA 100+80.99 / 1 • `5 QEGIN CUR DIUS 4\ END OF CURB RADIUS OFFSET 32.48 L � \ A 100+74.53 EN RANCEGRADING STA100YS7 76 `� OFFSET.20.51 OFFSET 26'09 L INSTALL 56 FT OF 15 RCP ♦ IE TO TING ``� \ \ 9' AND TW015'FLARED END fA 102«t 5.4 94 / Wrlt .0 R 'ek VER �" OFFSET 136.84'L N1382584�68 O f _ A r Cy SHEET FOR DETAILS /1 E 754549.63 / \\ • �. � �\ � \ Rp \ 0'T.50+64.20 PI.•51/1.n ,' ;g \'� ., �N361473.02 N 381495 28 ' • E 154407 68'11 E 154437.15 '4 _ ^ PI�5276,9 •N. 51 \ \t N 54 111 E 15 79 80 ro- \ e %``n �..: E,3841 o az _/ KEYMAP �07i !.✓� / �.. - -�TG\F N690sF NOT TO SCALE # NE7� / + `♦ \�i� END GRA 17.RADIU o / B FT VALLEY \ \l 1., FLe•i INE.SEE p a���__=�\ R,y7. RADIUS=17.5 FT cq'• VALLQ'PAN TAILS. <)Npk, ice\ � \\�_�.\� �0 ' ',�+.n \' �. \\ \` �� 53W1 BACK OF CURB ��� F �-���.►•�� END CURB RADIUS / �'50+22� �_ "t \ STA'100+95.92 E 154389 81 4b8- `!```•v _ � `\ / OFFSET:27 67 L 4 �- 55 ass v=' 9 \ 45.00 ..„, - N. BACK OF CURB RADIUS=17.50 FT •20' � _�g t q0y- BACK OF CURB ChB, °2822'E / © L�OF GUTTER RADIUS=20 FT ChL=A22'E �� , BEGIN CURBR I • f,` 7�2brz •.•e \ ."% STA f SET 2267 0 0 RADIUS \ I • _ + �� �...� Feet NM � ENTRANCE STA 100+85 LEFT H0R12 1-=50 VERT 1"=5'4840 4640 VARIES VARIES PVI STA 51 43.02 SEE DRIVEWAY PLAN SEE DRIVEWAY PLAN PVI EL 48}7 77 STA 52+02.10 AND PROFILE SHEETS AND PROFILE SHEETS VC t K 110 W ELEV.4827.47 i -2.31% 160% ETA.82+44 94 S Ip s BLEVI4827.IS 1. SLOPE SLOPE 91NCH MINIMUM 4835 - / 483$ FIBERMESH VARIES VAFUES CONCRETE(t•�4S5 B) STA 52+59.91 REINFORCEMENT AT MINIMUM 1.5 POUNDS STA:SOW/t3 ELEV:a82665� PER CUBIC YARD 4 40'�'�-iI It 6 INCH-ABC ELEV:41334.97 ��\ m w -,i-11 t4-II-II. CRUSHED CONCRETE STA' 2+81 26 :-II-IL-II-II- CLASS 6 R 69 ELE14825.79' GEOTEXTILE II*II=II=II=II;. \ I (REINFORCEMENT) I.=II 1I=II=III 2'0'R40 MINIMUM 4830 ,*4 --- 4830 41�-((CIF ••' MATERIAL STA:50.21 90 I ter-OIA!}L`P� r VALLEY PAN-PAID AS ELEV 4834- �----- GUTTER TYPE 2(SPECIAL) -slim E 53«0093 A N. E_EV 4824 84' DETAIL STA`•0+6394 i v, NOT TO SCALE ELEV.484441' STA 50+3103 I ELE\:4834.48' V.8,96 4825 4825 sA e3 88 a.8 a w a Z $ a wo a w 51+00 52+00 53+00 Computer File Information Index of Revisions WELD COUNTY As Constructed WCR 54-WCR 13 ROUNDABOUT Project No./Code c.o.Date 4/212022 InrtuK: MDL Date Comments Initials Iasi MosrM Dabs 6292025 Inaials: MDL n 1/92026 INCLUDED VALLEY PAN DETAL MDL A.1l eeela ror �a ,tl4, PUBLIC WORKS DEPARTMENT No Rembons ENTRANCE STA 100+85 LEFT PRO.24989.MSTU C030-085 Full Prin.Mar -wv r+ 1O+0 Nis set of 1111 H.STREET Wooing Fie Name ENTRANCES_WCR54-WCRI3.DWG - applieC90 the s are t 1� L' IT PO 80X758 Re'1'.'d Designer M LaPORTE GR 70 GREELEV,CO.806}2-0758 AOECAO Version: 2023 SEA AS NOTED Ih4c Enpka _ _ cover page(s) GOu,u TY FAX E 970030464870 Deta4er. M LaPORTE ( ) VaC Sheet Subset Sheet Subset Sheet Number 164 0l 384 Page 13 of 13 EXHIBIT B KRAEMER RESPONSE TO B2500147 CR 54/13 Roundabout Project Weld County Road 54/13 Roundabout Project SUBMITTED BY: KKraemer North America, KRAEmER Project No. B2500147 .r. li 4 ..-.'-7ffiSIAa.�.aar..w, � .. .jp>!t ■�Ers , . r ► a"J � r atire 1G -- — 'ram ''�' • A+� // f ,• riv I- r �_ 'x .7.400 t^ y _ . L, x - 0 - y,,,,.'' - Bar ` y j f y 'ems ._, 4# !. . .L, _.1 ..- ,Hca, JANUARY 16,2026 i,-, rk, 1 .. Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB1 SCOPE OF PROPOSAL AND TEAM at :::-.,d86,44.4.= Kraemer North America, ' f) r1 KRA61R IC O i0 Weld County Road 54/13 Roundabout Project Project No. B2500147 SCOPE OF PROPOSAL AND TEAM UNDERSTANDING OF SCOPE AND PROJECT OBJECTIVES Kraemer North America,LLC(Kraemer)is excited to �'"' ; , r�-�-•'•� continue our relationship with Weld County and deliver 4 • . '. 4 s4 another successful project to the community.We value the '",;:T:- -.: ' , County's commitment to providing valuable infrastructure . � �.�� 1. s.,.__ to its residents with minimal impacts on traffic,at reduced cost,and with the highest standards in quality.Although Kraemer understands Weld County Goals and the project has been thoughtfully planned and designed objectives for construction of the WCR 54/13 by Weld County,significantly reducing overall risk,the Roundabout project. WCR 54/13 Roundabout Project includes challenges that require a contractor aligned with the County's values. METHODOLOGY TO MEET THE PROJECT GOALS Kraemer understands that the following are specific scope, Our commitment to communication and collaboration objectives,and overarching goals of Weld County while with Weld County is the cornerstone of delivering the delivering the WCR 54/13 Project: project goals.We will provide regular updates and • Provide the highest quality product on all aspects of seek feedback throughout all steps of the project,from construction. preplanning to project closeout.We will first collaborate • Accelerate the schedule to limit the duration of the and create a detailed submittal log that outlines the WCR 54 and 13 Intersection closure. requirements for providing material certification, • Diligently provide method statements,submittals,and construction method statements,and QC testing hold material certifications before construction begins. points.Next,we hold pre-activity meetings before starting • Understand and execute the unique aspects of Weld every major feature of the project.This process includes County designed roundabout construction and process a detailed analysis of contract requirements,quality control requirements. expectations,material and equipment resources needed, • Coordinate with utility providers to expedite relocations detailed schedules for daily work execution,safety and and removals to avoid impacts to the schedule and be hazard analysis,owner's inspection/testing requirements, prepared to take mitigative-action when necessary. and labor productions to ensure the successful execution • Commit to a detailed quality control plan and of the work activity.Kraemer will share all work activity communicate openly with Weld County personnel. plans and method statements with Weld County • Effectively manage subcontractors. representatives well before starting the work to ensure • Seamlessly integrate,phase,and efficiently schedule all we are all on the same page with expectations.These cast-in-place drainage structures to support coordinated plans are communicated to our crews(and subcontractors, construction execution. if applicable)during the daily morning team meetings • Be a steward of the overall budget and avoid change to set clear expectations for all and ensure excellence in orders and quantity overruns. the safety and quality of all parts of the work.This open • Reduce impacts to the environment. communication on our procedures and approach gives • Maintain Redi Mix and Landowner access at all times and Weld County confidence that our operations will meet the complete the south and east legs first to minimize impacts. project's objectives. Kraemer is a proven partner to Weld County,having During construction,our staff overseeing the project will completed the WCR 54 bridge replacement and currently work closely with Weld County inspectors to ensure QC delivering two roundabouts on the High Plains Boulevard tests are performed,immediately address concerns,and Design Build Project.Our approach aligns with the County's follow the agreed upon process.Kraemer's approach objectives:delivering the highest quality product,accelerating results in a proactive process that solves problems before the schedule to limit closures,coordinating with utilities, they occur,ensures the highest quality,and achieves the maintaining open communication,managing subcontractors, controlling costs,and minimizing environmental impacts. project's schedule goals. Kraemer North America, Excellence. 1 KRAEAE Weld County Road 54/13 Roundabout Project Project No.B2500147 PROJECT COMMITMENTS Kraemer makes the following project-specific commitments as part of our methods to meet Weld County's goals. Additional details are provided throughout the proposal. 0 Cost := Schedule Focus on 0 Expert Key Self-Perform Transparent Benefit °°°° Benefit Quality Personnel Scope Communication We commit to no Open the south leg by Re-open the Implement disciplined quantity overruns August 20th and east roundabout to traffic by quantity management to and accept all the bid leg by September 19th October 15,2026. drive quantity underruns items in the contract to always maintain and capture unused only to be paid up to access for the Redi Mix force account budgets, the planned quantity, plant and landowners. reducing the overall providing cost certainty project cost for Weld to the County. County. @00 12:1/ o°°° 0 °°°a S� )� @00 We commit to no Proactive utility Self-perform all Implement stringent change orders resulting coordination plan with earthwork,drainage, quality controls for our in additional costs value-added staff to removals,and aggregate paving subcontractor, unless initiated by coordinate with third- base course work to including a pre-paving the County.This party utility relocations control the project concrete test pour, commitment brings and removals of old schedule's critical path. 28-day maturity curve certainty of outcome facilities. development,and daily for the County's overall project budget. strength testing. :, O O O 0 (D 0 .... oo°° J ED CI oa°o A full-time A full-time Process Maintain weekly Take full responsibility Environmental Manager, Control Manager,Stefan communication with for managing our Alex Smith,will perform Hennig to oversee the four adjacent subcontractors,using daily inspections,keep our quality program. landowners to proven management the SWMP up to date, We will deliver quality coordinate access and tools and processes to and maintain control excellence in all aspects construction activities. eliminate the risk of measures. of our work. third-party schedule impacts. 8 0 0 (5 0 0 42. (C) 46 ,..,_.. .... .... Kraemer will deliver high-quality work that will exceed Weld County standards.This will result in project elements that will avoid maintenance needs or repairs in future years.Kraemer's commitment to"Quality.Safety.Excellence:' will serve as our guide for delivering success.Throughout our 114-year company history,we have put our values and commitment to building a relationship with the owner ahead of any short-term gain on any minor project issue. We are proud to say we have successfully completed over$2.2B worth of local transportation work in the past two decades with this same approach and continue to be chosen again and again by owners along the Front Range based on our focus on delivering excellence in quality and safety while partnering closely to ensure project goals are met. iiir. Kraemer North America, Excellence. 2 KR� Weld County Road 54/13 Roundabout Project Project No.B2500147 KRAEMER'S TEAM AND QUALIFICATIONS The key personnel committed to this project expand on our success together from the WCR 54 Project.They are committed to the WCR 54/13 Project and have experience with Weld County or similar projects. 0 Project Sponsor Project Manager Ryan Trujillo ® Ezra Llewellyn Ryan has 14 years of construction experience and has led Ezra provides 10 years of construction management Kraemer's efforts on Weld County's High Plains Boulevard success having recently completed Kraemer's efforts on Design Build Project. Having worked closely with Weld Package 1 of the 1-70 Floyd Hill CMGC in Idaho Springs. County,Ryan understands Weld County's commitments He managed all roadway operations including earthwork, to quality,accelerated schedules,roundabout designs, drainage,and paving to complete the east section of the and accommodating landowners during construction. project ahead of schedule.Ezra will manage the overall As a Project Sponsor,he will foster communication schedule,day to day communications with Weld County, with Weld County and bring essential experience to and ensure all construction activities meet Weld County's guide Ezra,Stefan,Chad,and Jeff on Weld County's expectations. expectations and procedures.In addition,Ryan will coordinate efforts between WCR 54/13 and High Plains Process Control Manager Boulevard Design Build to ensure adequate resources, Stefan Hennig quality control,and earthwork management that will Stefan will lead Kraemer's overall quality program concurrently benefit two of Weld County's most high- including Kraemer's efforts on submittals,pre-activity profile projects. meetings,pre-pour checklists,and closeout documentation.He will also manage our third-party QC testing firm to ensure all results are received daily by 9:00 am.Stefan will be onsite daily and oversee all concrete °~ pavement placements to ensure our compliance of our Y . - paving subcontractor.For the last six years,Stefan led -.+ ,. ..` -..- ' .: - quality control and oversight on over one-million square -----� '` yards of concrete paving on Kraemer's I-25 North Express =- ~ - Lanes Design-Build Project.He understands CDOT's 2026 li - ru Field Materials Manual and the concrete pavement Special r :: Provision requirements.His focus on quality and communication will help deliver a successful outcome for ,' Weld County.His focus on quality and communication will .0 .ir i provide a successful outcome for Weld County. General Superintendent Chad Montover "Kraemer North America demonstrated exceptional professionalism,technical expertise,and a strong Chad has over 13 years of experience and managed field commitment to safety and quality.Their team maintained operations on the High Plains Boulevard Design Build clear communication with county staff,engineers,and Project.He knows northern Colorado geology and will other stakeholders,and proactively addressed challenges lead Kraemer's efforts on earthwork,R40 installation,and as they arose that allowed for efficiency in making difficult concrete paving.Chad has worked closely with Ryan and decisions.They provided innovations and ideas that have Ezra at High Plains Boulevard Design Build and 1-70 Floyd led to reduced risk,reduced cost impacts,and schedule Hill CMGC over the last several years.With the earthwork savings.They have been excellent to work with from preconstruction into construction on this project" operations at High Plains completing in the early spring of 2026,Chad has capacity to transition to WCR 54/13 Cameron Parrot,Engineering Manager, and provide a consistent approach to quality per Weld Weld County Public Works Department County's standards. irKraemer North America, Excellence. 3 KRAEME1. Weld County Road 54/13 Roundabout Project Project No. B2500147 t it.it Concrete Paving Expert Environmental Manager Greg Frazee Alex Smith Kraemer will use the expertise of Greg Frazee and his Kraemer is committing Alex full-time because of 20 plus years of concrete paving experience to ensure the project's high profile and the need for proactive quality and compliance with County standards during environmental protections.Alex led Kraemer's concrete pavement operations.Greg will oversee concrete erosion control efforts on the sensitive WCR 54 bridge pavement work plan development,jointing locations, replacement project over the Big Thompson.Alex will smoothness verifications,and stringless paving machine perform daily permit compliance reviews and site walks. setups.He has worked with Kraemer's team for the last 8 He will work closely with Weld County to close any years on the 1-25 North Express Lanes Design-Build,WCR findings immediately and install BMPs that will limit 54,and the current High Plains Boulevard Design Build environmental risk to the project. Projects.Combined with his experience on WCR 49 and EXPERIENCE WORKING TOGETHER numerous roundabouts in Weld County,he will bring Kraemer provides a team of professionals that have valuable lessons learned and oversight to ensure the experience working with Weld County and together as a County's quality standards are achieved. team for the last 5 years. Underground Superintendent0 • Ryan,Chad,Greg,Stefan and Alex have worked Jeff Walker together on High Plains Boulevard Design Build Project Jeff is Kraemer's leading underground Superintendent. constructing two roundabouts at WCR 34 and 32. He will manage all the utility removals and drainage • Chad and Ezra collaborated to reconstruct 2 miles of installation on the project.He worked closely with 1-70 for Package 1 of the Floyd Hill CMGC. Weld County on WCR 54 and oversaw all underground • Ryan and Stefan collaborated on the North Meadows operations on Kraemer's 1-25 North Express Lanes Design- Extension and Roundabout for the Town of Castle Rock. Build Project including the SH 402 roundabouts.Jeff's • Jeff has worked with Ryan installing drainage and experience,communication skills,and focus on quality earthwork on our 1-25 South Gap CMGC and US 85 is why Kraemer is pre-qualified for several major water Projects in Douglas County. districts across the Front Range. In addition,our team has a proven history of managing and delivering high-quality concrete paving work with a range of Colorado subcontractors,including Villalobos,Chato's Concrete,WW Clyde(formerly IHC), Vr -,• ESI,Jalisco,Ideal Concrete,and others.Regardless of the „�`; ' paving subcontractor selected,Kraemer's disciplined / .. _ ' = , management approach ensures consistent schedule s� �__ control, rigorous quality oversight,and a high-quality "4 finished product for Weld County. , _ :_ -/-a!" -A -� : Similar to High Plains Boulevard Design Build project, - ` •1, -•/1...rI j#` ` '., Greg Frazee,our Concrete Paving Expert,will review our -Tg, `_ ' \ a t 1' subcontractor's method statements,paving equipment, y • \ 1 �� jointing plan,and smoothness procedures to ensure they vi . , xw• ,> .� , meet Weld County's requirements. , Jeff collaborated to construct a new roundabout with In addition to their experience on WCR 54 Project, drainage and utility relocations in 2023 for the Town our key personnel have experience working together, of Castle Rock. which will create synergy and immediately integrate with Weld County's team. ELKraemer North America, Excellence. 4 Weld County Road 54/13 Roundabout Project Project No.B2500147 ORGANIZATION CHART Below is Kraemer's organizational chart for construction.We selected our team based on their established relationship with Weld County and their experience working together in northern Colorado. A)/71 ri =1 !.}1:\ • Worked on WCR 54 and/ Project Sponsor '4 Project Success Team or High Plains Ryan Trujillo e., Mike McNish,PE-Project Executive • C1/4 Key Personnel Greg Frazee-Concrete Paving Expert• Project Manager wq Ezra Llewellyn General Superintendent Lead Cost Estimator Safety Manager Environmental Manager Chad Montover • David Naibauer • Walter Pena • Alex Smith • - Underground Document Control and Process Control Manager Superintendent Compliance Manager Stefan Hennig • Jeff Walker • Samantha Marko • Project Engineer Kraemer's team is led by Weld County residents who are proud Bryan Nelson to deliver success where they live,work,and play.Over 50% of our workforce (operators,carpenters,laborers) Field Engineer are Weld County residents.We also look forward to Bryce Gregg committing these same residents to the WCR 54/13 Project. �- .:ate 3741 Kraemer's team explored the project site to get a direct understanding of project needs with existing site conditions. iiiKraemer North America, 1 Excellence. 5 KRAMEa Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 2 CRITICAL ISSUES AND SIMILAR PROJECTS it Kraemer North America, .? r+ KRAeuet 0 Weld County Road 54/13 Roundabout Project Project No.B2500147 CRITICAL ISSUES AND SIMILAR PROJECTS Having constructed numerous roundabout projects and on time as part of the roundabout construction at High many projects in northern Colorado,we bring a unique Plains.Kraemer is committed to providing the necessary understanding of critical issues to this project.Below are resources to complete the WCR 54/13 Roundabout by the critical issues we foresee,and Kraemer's approach to October 15,2026.Our approach includes: mitigate them at no additional cost to Weld County or • Multiple crews for earthwork,abandoned gas and impacts to the schedule. waterline removals,drainage installation,and cast in CRITICAL ISSUES AND APPROACH TO MITIGATE place inlets.This commitment will allow us to work on EARTHWORK MANAGEMENT multiple legs of the roundabout concurrently. A detailed approach to the Unclassified Excavation and • Stefan will provide all submittals,method statements, Embankment R40 is critical to the project's schedule and and material certifications before construction begins to quality.With over 80,000 CY of unclassified excavation, avoid schedule delays. Kraemer has secured an offsite export location that is • The close proximity of the High Plains Boulevard only two miles from the project.This close proximity Design Build Project allows Kraemer to share resources will help expedite the schedule and reduce impacts and achieve economies of scale,delivering benefits to to landowners with less trucking.We understand the both projects. importance of providing high quality R40 material. Therefore,Kraemer's approach is to import material from MINIMIZE IMPACTS TO PUBLIC AND LANDOWNERS a commercial source within 30 minutes of the project, We understand Weld County's commitment to this close distance will help expedite the schedule. reducing public impacts and maintaining access for landowners.Because of this, Kraemer has developed a To avoid a major risk to the project,we have not assumed detailed phasing approach focused on accelerating the that any onsite unclassified excavation will meet roundabout construction and limiting the duration of the R40 requirements and have assumed importing the intersection closure.First,we commit to constructing proven high quality material in our pricing.If during temporary access immediately after mobilization and construction,R40 material is found onsite,Kraemer focus on the south and east legs of the roundabout will provide a credit of$15/CY back to Weld County on first.Then,as explained in the Schedule and Contract the embankment(R40)bid item.Kraemer values our Time section,Kraemer is committing to opening the partnership with Weld County and openly shares cost roundabout to traffic by October 15,2026. savings as part of our project first approach. In addition to accelerating the schedule, Kraemer has We understand from the geotech report that the existing also included several best practices in our unit pricing intersection was constructed with unidentified fill that will assist the landowners during construction,such material.Since this material's performance and properties as all-weather access to all fields and driveways,snow are unknown,we have accounted for extra time to scarify removal within the closure limits,and weekly check-ins and recompact 8 inches below R40 with abundant with all adjacent landowners by our Project Sponsor and proof rolling before placing fill or R40 over the existing Project Manager.This process paid dividends on WCR 54 material.This additional effort is in our price and gives Project as coordination between the project team and Weld County confidence that the existing material will an impacted landowner was able to use the access we be properly compacted or removed during construction, installed to feed their livestock. improving the quality of the Project. UTILITY COORDINATION ACCELERATE SCHEDULE Utility coordination is essential to the project's success Kraemer understands the requirement to limit impacts to before constructing the roundabout and installing the the public and accelerate construction during the closure permanent lighting before opening to traffic.Ryan period.Kraemer's commitment to meeting schedule is will use his experiences and relationships with PVREA, proven by the WCR 54 bridge replacement that opened Little Thompson Water District,Xcel,CenturyLink and the road two months early and recently opening WCR 34 others to facilitate relocations before the closing of the 111 Kraemer North America, Excellence. 6 KRAMfR Weld County Road 54/13 Roundabout Project = Project No.B2500147 intersection.We will begin coordination efforts after FOCUS ON CONCRETE PAVING QUALITY selection to expedite their work.Kraemer's schedule Kraemer controls the project's critical path by self- provides additional time for Xcel's gas line removal before performing all earthwork,drainage,waterline,and implementing the full closure.We have also accounted for aggregate base course.As required,we will use a time to coordinate with Little Thompson to remove the old subcontractor with specialized equipment to install AC waterline without impacting the closure duration. the concrete paving for the roundabout with a paving We know that permanent lighting must be installed machine.Kraemer is unique because we will have a before opening the roundabout for the safety of the robust quality control program on concrete pavement traveling public.During construction,we will coordinate independent of our subcontractor's production weekly with PVREA to integrate their permanent lighting staff.This oversight is an additional layer of quality installation with our schedule.We will provide them with assurance that ensures Weld County receives a enough lead time and a detailed schedule for their work quality product.We commit to implementing stringent so the permanent lighting will be installed and functional procedures on our paving subcontractor,including: before opening the roundabout.This coordination will avoid a major schedule risk and safety hazard to the le Requirements to perform a concrete test public by guaranteeing the roundabout is well-lighted slab before roundabout paving to ensure before opening. proper equipment performance,thicknesses, DEWATERING consolidation,tie-bar installation,and sawcutting. Kraemer understands that current ground water is Utilize Greg Frazee's experience with Weld approximately nine feet below existing ground with County to oversee our concrete pavement perched groundwater on the south leg only 3-4'deep. subcontractor's method statements and paving Kraemer has included all efforts to dewater drainage, equipment meet Weld County requirements. removals,and pond construction in our unit price and We require daily flexural strength tests on all will not let this challenge impact the schedule.Included concrete placements regardless of quantity in our price are onsite sump pits,filter bags,pumps,all installed. permits and testing,and additional crushed rock within 4% Timely access and backup sawcutting machines pipe trenches. so the joints are properly installed to avoid cracking. Frequent inspection of their aggregate supply to avoid issues with some local aggregate suppliers with known concrete strength issues. Inclusion of cold weather protection,including .., " .� blankets,plastic sheeting and ground heaters _ within our pricing. Smoothness verification by both profilograph fv _ and 10 foot straight edge testing. Maturity curve correlated to a 28-day compressive strength. —* Utilize Andrei Bedoya from Axios for expertise ::. ,.�� ,r M , , ; - in concrete jointing plan development. f ✓.' � � In addition,we understand the difficulty of paving __---- •.—' �✓ 10 + a roundabout given the variable panel sizes and circular drive lanes.To ensure compliance with County Kraemer performed materials management and stringent specifications,we will perform grinding and smoothness quality control during concrete placements on the Crystal corrections at no additional cost to Weld County. Valley Interchange Roundabout in Castle Rock. Kraemer North America, ,I Excellence. 7 KRap Weld County Road 54/13 Roundabout Project Project No. B2500147 MATERIALS MANAGEMENT • Construction fencing around sensitive areas and Kraemer understands the unique requirements from no work limits to keep construction personnel from Weld County on earthwork and other permanent entering private property. materials and has committed to the following in our price • Acquisition of all environmental permits,including proposal to avoid issues in the field.We will: CDPS Construction Stormwater,Air Pollution Emission • Purchase of recycled concrete aggregate base course Notice and associated modeling,and Mining Permit for from a reputable local commercial source. the export of more than 10,000 CY of material. • Include sufficient compaction ratio in our R40 purchase • Site-specific training for all employees working on quantity to ensure we deliver the required 2-foot prism the project,including information about sensitive at no additional cost to the County. environmental areas and project requirements. • Providing Class 3,4,and 5 drainage pipe and cast-in- • Multiple mobilizations from our landscaping place structures. subcontractor will be needed to implement final • Perform early testing of onsite topsoil with a complete stabilization and seeding as soon as an area is Soil Nutrient Analysis from a participating National completed to expedite closing the permit. Association for Proficiency Testing (NAPT) laboratory. • Full-time water truck for dust control efforts. • Use of flowfill above all culvert crossings within the • Dewatering pumping through filter bags for waterline roadway prism is included in our pricing. and storm sewer installation. • Provide all asphalt millings to Weld County and deliver • Early clear and grubbing to mitigate migratory bird to any desired location. ground nesting locations before March 31st. Ryan and Stefan used Weld County's innovative • Allowance in our construction schedule to complete pavement design on High Plains,WCR 54 and CDOT's I-25 final seeding in the fall of 2026. North Express Lanes Design-Build Projects and installed In addition to following Weld County requirements,we over 2 million square yards of mechanically reinforced will use ComplianceWise software to track inspections, base course section.We understand Weld County's site maps,photos,calendars,and other documentation design requirements and procedures for installing this required by CDPHE.We have also included a full-time critical roadway element. Environmental Manager,Alex Smith,who will perform ENVIRONMENTAL MANAGEMENT daily inspections,close findings,and coordinate with Weld Protecting the natural environment and compliance with County inspectors,like he did on the WCR 54 Project. stormwater permits will be critical issues for the project. COMMUNICATION AND PROBLEM SOLVING Kraemer recognizes that Weld County's 208 Specifications Communication and problem solving with Weld County staff are more stringent than CDOT.To ensure permit will be a key to completing this project.Kraemer takes compliance with these operations,we have included the pride in preplanning our work to identify problems following commitments in our price proposal: before they occur and partnering with Weld County to develop solutions in the project's best interest. For example,our five-week look ahead schedule provides advance notice of when activities will occur in the field. """—" Then,within one week of the activity occurring,we will hold pre-activity meetings with Weld County to -w discuss the method statement,procedures,specification requirements,testing frequency,and potential issues. This communication was essential to the success of • the WCR 54 Project.Stefan will incorporate this into rv `" our planning process and ensure potential issues are mitigated before construction begins. Kraemer installed Tensar'grid on the WCR 54 project. I Kraemer North America, Excellence. 8 ICRA { Weld County Road 54/13 Roundabout Project -. Project No.B2500147 HISTORY OF SUCCESS/RELEVANT PROJECT EXPERIENCE Kraemer has a successful history of overcoming these critical issues on earlier projects,either for Weld County directly or other municipalities throughout Colorado.Below is Kraemer's relevant experience and summary of previous projects. Weld County Road 54 Bridge Replacement Project Weld County,CO•$10M Kraemer and Weld County coordinated to accelerate the construction of the new Weld County 54 Bridge over the Big Thompson,drainage improvements, and reconstructed pavement.This new roadway was opened to traffic - Y ► two months ahead of contract requirements and one month earlier than Kraemer's commitment at bid time.Similar to our commitment on WCR 54/13,this project developed detailed work activity plans and quality control procedures,providing a high-quality product to Weld County.Kraemer completed the project early and delivered it under the original contract • ---' � - y amount,providing $1.5M in savings to Weld County at final completion. By implementing our cost control procedures,focusing on under-running `"' • .. , quantities,and being committed to no change orders or quantity overruns, . ' Kraemer delivered a high quality project to Weld County under budget and :-' 2 . ."; 1' two months early. ' ' High Plains Boulevard Design Build Weld County,CO•$25M Kraemer and Weld County collaborated on this design build project to __ �- transform infrastructure in Mead,Colorado.Spanning from County Road 32 to County Road 34, Kraemer managed a new 1.4-mile north-south arterial _ i-.,. corridor designed to alleviate congestion on 1-25 and its frontage road,while - ;,. .r ``= ' providinga modern,safe,and efficient alternative for upto 38,000 vehicles . _ per day.During the design, Kraemer provided innovative alignments and €" - two concrete roundabouts that minimized impacts to landowners while r : `fin meeting all of the County's special requirements.Ryan led Kraemer's efforts ,i f °- ;-; to coordinate with utility companies for timely relocations,and he oversaw ?► f • f • fLAIL, Mµ the right-of-way process and landowner coordination that minimized ~ ,c impacts while still advancing the project's schedule.During construction, ' -' 7 ;,fir , Kraemer imported over 30,000 CY of R40 and planned a series of fast track *.apiP •-- ., closures to construct the new box culvert crossings and concrete paved -14 "" ¢ * roundabouts.Kraemer collaborated with Weld County to overcome many '' ' '. A. ' project challenges including delays to right-of-way acquisitions,major utility relocations,flood plain impacts,embankment settlement,construction 0_��!" .� z , ,' .• dewatering,and the complexities of minimizing impacts to traffic. itiKraemer North America, Excellence. 9 KRAEME. 1 "' , Weld County Road 54/13 Roundabout Project - _, Project No.B2500147 Crystal Valley and Plum Creek Roundabout Castle Rock,CO•$3M -- - In 2023, Kraemer,led by Jeff Walker,self-performed all earthwork, e ;— . .% drainage,waterline relocations,and utility coordination,transforming - ---;- -� �.. this at-grade intersection into a new roundabout for the Town of Castle - 's � ° Rock. Kraemer implemented an alternative phasing plan that reduced the " `, as-designed construction phasing from six to two phases. By creatively1110 shifting traffic and accelerating construction, Kraemer significantly reduced the impacts on the public and accelerated construction. In addition, • Kraemer implemented a robust quality control program for our paving -- m -. subcontractors.We managed our subcontract by requiring test sections, �.�' . > daily strength verification,smoothness profiling,and thickness verifications, ultimately providing a high-quality product. 1-25 North Express Lanes at 402 Interchange Design-Build ..;_,, -‹ . „ , " Location:Johnstown to Fort Collins,CO•$486M As part of the $486M 1-25 North Express Lanes Design-Build Project, Illoa Kraemer installed three roundabouts at the1-25 and SH 402 intersection in • - - an accelerated 120 day closure period. Kraemer performed the earthwork, ' ' utility relocations,drainage improvements,and asphalt and concrete itiov �• pavement management for the new roundabouts within our committed duration. From these experiences,we understand the planning and coordination effort needed to accelerate a new roundabout intersection ,, '` =' within an aggressive schedule commitment. 1-25 and Crystal Valley Interchange CMGC Location:Castle Rock,CO•$91M The Crystal Valley Interchange project in Castle Rock,transformed a major stop controlled intersection into a concrete-paved roundabout as part of a ,,;es_ _ ,, new interchange with I-25.The project included significant drainage system -'-"� �'"' = "'" improvements, installation of a new waterline,and approximately 50,000 t` -- ,-,�" _ -- cubic yards of embankment raised the roadway profile by nine feet.Kraemer's ' innovative construction phasing and traffic management strategies ensured � + continuous community access and minimized disruptions,while strict No environmental controls were maintained throughout.The new roundabout �' - -:.I � ;.-`4! opened three months ahead of schedule,earning recognition as one of the .iee Town of Castle Rock's Major Projects of the Year. EaKraemer North America, I Excellence. 10 Weld County Road 54/13 Roundabout Project Project No.B2500147 ADDITIONAL ROUNDABOUT EXPERIENCE: Over the past 12 years,Kraemer has managed concrete and asphalt paving subcontractors for high-profile roundabout projects statewide,primarily through alternative delivery and best-value selections.Our repeated selection reflects our commitment to quality management and aggressive scheduling.Here are a few examples of Kraemer's completed roundabout projects: 1,.,- PI lif r 2:>p: - ' \ ,'-1-'/ _ ;, ., 711.41100:''. - ',-*- ., 1-70 Dotsero CMGC, 1-70 Vail Underpass Edwards Spur Road North Meadows Drive Dotsero, CO: CMGC, Vail, CO: CMGC, Edwards, CO: Extension CMGC, Kraemer constructed a Ryan Trujillo led Kraemer's As part of improving Castle Rock, CO: roundabout at 1-70 and efforts to construct two new access from 1-70 to the In addition to four miles Dotsero to accommodate roundabouts,major utility Town of Edwards,Kraemer of new roadway,Kraemer the heavy truck traffic at relocation,and an underpass constructed a roundabout connected the new North this intersection. to connect the two adjacent at the congested Hwy 6 Meadows Drive on 1-25 with a frontage roads along 1-70. intersection. concrete paved roundabout. OTHER RELEVANT EXPERIENCE: The WCR 54/13 Project includes unique schedule drivers,like earthwork,removals,and drainage improvements. Kraemer's experience in self-performing these tasks allows us to control the project's critical path,providing Weld County with a reliable,realistic schedule commitment. 011.. z, - - - ; NIPPr •/ :Thr:/- 41 --\11..--›-- Marksheffel Road 1-25 South GAP CMGC: CO 119 Safety, Mobility US 85 Widening: CMGC: Ryan led reconstruction of 18 and Bikeway CMGC: Ryan led construction Kraemer installed over miles of 1-25 with over 1 M CY Jeff is overseeing a waterline of a waterline,drainage 7,000 LF of waterline and of embankment and 800k tons relocation for Left Hand improvements,and utilities to embankment to reconstruct of asphalt. Water and building irrigation reconstruct 3 miles of US 85 in this corridor in El Paso County crossings and drainage facilities. Douglas County. UNIQUE WELD COUNTY EXPERIENCE REFERENCES We bring a unique understanding of Weld County Project:I-25 North Express Lanes Design-Build processes and procedures because of our experience Heather Paddock,PE I CDOT Region 4 I heather.paddock@ working together on the High Plains Design Build Project. state.co.us 1970.290.8723 I Kraemer Staff:Frazee,Pena, Ryan coordinated with Weld County on their specific Walker,Hennig,Smith roundabout design requirements,earthwork criteria, Project:North Meadows,I-25 South Gap CMGC, public outreach coordination,special purple dowel bar US 85 Widening:Art Griffith,PE I Douglas County Public requirements,and utility coordination for the last several Works I AGriffit@douglas.co.us I 303.947.8731 I Kraemer months.Therefore,we understand the commitments made to Weld County residents,expectations on quality Staff:Trujillo,McNish,Pena,Smith control,and the unique requirements for Weld County Project:Crystal Valley and Plum Creek roundabouts.This insight and knowledge will lead our Roundabout CMGC:Aaron Monks I Town of Castle planning process and help deliver success on the Rock I AMonks@crgov.com 1720.733.2465 I Kraemer Staff: WCR 54/13 Project. Hennig,Smith,Walker,McNish ALKraemer North America, ,I , Excellence. 11 Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 3 PROJECT CONTROL AND APPROACH r Kraemer North America, k a Weld County Road 54/13 Roundabout Project Project No.B2500147 PROJECT CONTROL AND APPROACH CONSTRUCTION COST CONTROL There is the potential to underrun bid items and force We understand Weld County's requirement to avoid accounts,which could save Weld County over$1 M price increases and change orders.Kraemer has already during construction.You have our commitment to started implementing these cost control goals during collaborate and explore these cost-saving options during our pricing development by performing a detailed construction,as we did on the WCR 54 Project. quantity verification of each bid item.Because of this We also commit to providing Weld County with a effort, Kraemer can confidently commit to accepting as monthly progress payment report that provides a final payment the quantities and unit prices in the plans detailed analysis of each bid item to inform the County with no bid item overruns.This commitment eliminates of percent complete and underrun opportunities.We will a significant risk to Weld County and provides immediate also provide a monthly drawdown schedule to forecast cost certainty on the project. expenditures by month to help the County with cash In addition,several opportunities exist to management.This results in updated cost control and underrun bid items and provide additional cost forecasting of the total project budget each month to savings to Weld County.To help with this effort, provide accurate information on the project's total cost. Kraemer will implement the following: KRAEMER'S EARTHWORK APPROACH BENEFITS • Include the risk of asphalt and fuel cost changes OTHER WELD COUNTY PROJECTS in our proposal and decline the force account cost As summarized in the Critical Issues and Similar Projects adjustments,eliminating the need for$75,000 in force section,our earthwork approach provides benefits to accounts compared to other proposers. Weld County by importing high quality R40 material from • Use erosion control devices efficiently and install them a reputable commercial source.If any onsite material is in locations that minimize resets and the need to use found to meet R40,Kraemer will offer a unit price credit the Erosion Control Force Account Budget. back to the County. • Manage materials onsite for underrunning the SUBCONTRACTOR COST CONTROL contingency bid items for utility removals,geotextile Since Kraemer is self-performing most of the work, separator,and unsuitable material. including all earthwork,drainage,removals,and erosion • Explore opportunities with Weld County to underrun control maintenance,our dependency on subcontractors the topsoil and stockpile topsoil bid item by limiting is minimal.This commitment to self perform most the areas of disturbance. of the work elements further reduces cost risk to the County.For subcontracted scope elements,we take the bsame''` y. approach to managing subcontractor costs by reviewing monthly quantities and percent complete to x ' ensure our cost of subcontractors is included in the total � �' `\ project analysis.Plus,we commit to accepting the risk of - \\' subcontractor quantity overruns at no additional cost to the County. FEDERAL, STATE,AND LOCAL PROCEDURE / COMPLIANCE \` , ` Our proposal includes our document control and lw compliance manager,Samantha Marko,located in our Kraemer implemented this same cost control regional office.She maintains compliance with the approach on the WCR 54 Project that resulted in project's federal,state,and local reporting requirements. the final construction cost being$1.5M less than Samantha will manage: the original contract amount,providing a 13%cost savings to Weld County compared to the original bid. lir KRAM . Kraemer North America, Excellence. 12 Weld County Road 54/13 Roundabout Project Project No.B2500147 • Prompt payment requirements by processing invoices and paying subcontractors and suppliers within seven 4 days of receiving payment per state and federal law. * '' • Background checks and ensuring all employees have __ completed E-Verify and are eligible to work per the ;,;; a._ ^_ Department of Homeland Security. • Tax payments are reported for all construction materials. Kraemer provided daily earthwork quality control testing • Wage compliance and payrolls are meeting all state on the WCR 54 embankment and R40 installation. and federal requirements. • • Equal Employment Opportunity,Anti-Harassment,and A full-time quality control tester onsite daily for Workplace Violence policies are enforced. earthwork,base course,pipe backfill,concrete placement,and asphalt paving operations. • Ensure subcontractors'compliance with all the items • Provide test results to Weld County by 9 am the stated above. following morning after tests are performed. • Reports and documentation are submitted through • Kraemer uses an independent quality control LCP Tracker and B2G. testing firm that reports directly to the Project Success QUALITY MANAGEMENT team to ensure separation from the production team. Kraemer is committed to providing quality services • Implemented cold-weather concrete protection and and products supporting our commitment to"Quality. heating during colder months,utilizing maturity Safety.Excellence."We understand the expectations of meters for every pour to monitor temperature and Weld County to exceed the specification requirements strength during curing. and deliver a high quality project.As an organization • Concrete paving batch plant,aggregate inspections, and individuals,we focus on achieving quality from the and weekly readiness reviews to ensure subcontractor outset,pursuing continual improvement in our work compliance with Weld County requirements. processes,and consistently monitoring our performance. We are committed to providing a framework for setting • Self-imposed requirement that our concrete paving and reviewing our quality goals and the necessary subcontractor performs a test pour to ensure their resources and training to help us achieve these equipment is set up for roundabout paving. objectives.We take responsibility for the infrastructure • Pre-pour checklists are reviewed with Weld County we build and prioritize collaboration with owners and inspectors before every concrete pavement placement. partners who trust us to execute their programs. • Earthwork and drainage checklists are reviewed with Our proposal includes full-time Process Control Manager Weld County inspectors daily. Stefan Hennig,who will oversee our quality program • Daily concrete pavement flexural strength tests. on the Project.Stefan led our quality process on the WCR 54 Project and has led major design-build quality • All subcontractors must attend pre-activity meetings, programs,including the 1-25 North Express Lanes Design- submit daily reports,and complete checklists,with Build Project.He has set the quality standards for each Stefan enforcing these quality requirements. project by developing our proven Construction Quality • Use GPS-controlled earthwork equipment and a Management Processes(CQMPs)through the lessons full-time rover for precise slopes and grades,with we have learned on concrete paving and earthwork Kraemer conducting all surveying in-house to expedite projects over the last decade.These CQMPs will be the the as-built process and enhance the quality of survey basis of method statements submitted to Weld County documentation. and help expedite the submittals before beginning work. • Dedicated staff to collect load tickets and submit In addition,we commit to the following quality control them to the County within 48 hours of material delivery. procedures: • As-built drawings including electronic point files with location and elevation. ligKraemer North America, Excellence. 13 KRAEAr Weld County Road 54/13 Roundabout Project Project No.B2500147 Our schedule focuses on working in the spring to avoid major embankment fills and pipe trenches during cold months,providing Weld County with data on concrete material performance and preventing issues with a frozen ground.Stefan,Ezra,and Ryan will collaborate to make sure our quality processes are in place for every activity.This detailed activity review guarantees quality is planned into the project and consistent with our quality management approach.The details of our quality processes are outlined below. Excellence in Quality Processes OUTSTANDING JUDGMENTS, CLAIMS, OR SUITS IWork Activity Plans Kraemer has no outstanding litigation cases in Colorado. Detailed procedures, specifications, OSHA CITATION HISTORY current plan sheets, and required Kraemer has proudly not had any OSHA citations in our , Tio) information with input from field crews, Colorado region in the last five years.The following are subcontractors and suppliers. recent citations from other regions outside of Colorado. Pre-Activity Meetings • 2024 Washington (8/13/2024)-3 General (Other than Ensures that all parties are informed of the serious)citations with no monetary penalty accessed. 10) project goals and requirements. Two of them were for not having proof of training on Daily Team Meetings the employee but was available in the office.The last Focuses on day-to-day activities and was for not tagging a sling that was out of service. step-by-step processes to complete Kraemer provide training concerning keeping your 10) each work activity along with addressing training cards on your person and tagging rigging out deficiencies/corrective actions needed of service. from the previous day's work. LIQUIDATED DAMAGES QC/QA Inspection and Testing No liquidated damages were assessed on past projects. Detail quantity and frequency of inspections. Documentation of tests OWNERSHIP HISTORY analyzes trends, improves processes, No company ownership changes in the past 5 years. and provides a record of acceptable work, Non-conforming work will be documented,tracked, and reported to Weld County, Weekly Quality Meetings _ Communicate at weekly meetings,the upcoming work,testing needs and any concerns from recent activities with resolutions to non-conforming work if , : required, ♦ Hold Points - -!- 4,. T, Ensures that no work proceeds until allToo) = � �' - `r inspections are complete and any non- compliance y- - compliance reports are resolved. ' _ - Final Documentation and Close Out `"'. Present documentation as needed for records, Final punch lists, certifications rz4 >F �jiiit a ii) and test reports will properly document ;, a1; 4, c ; ^ "� out excellence in a quality product 14'4 , 4.01 EKraemer North America, ;i Excellence. 14 KRAMER. Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 4 WORK LOCATION/ FAMILIARITY ilkKraemer North America, KRAe►et _•"�'� .. --ter ._�..,- __ .... -- ��_ Weld County Road 54/13 Roundabout Project --- Project No.B2500147 WORK LOCATION / FAMILIARITY KRAEMER'S OFFICE LOCATION (NUMBER . ;;� law OF EMPLOYEES AND ANNUAL OPERATING BUDGET) Kraemer's Mountain West regional office is in Castle I. MEI Rock,CO,and we have been building transportation � , infrastructure projects along the Front Range for over l; �. 40 years.We have an annual operating capability of over$600M.Kraemer's Colorado staff includes over 125 ' ' ' '' - salaried professionals,including managers,engineers, superintendents,quality and safety support staff,and administrative support personnel.Kraemer is signatory Kraemer offers Weld County unparalleled local expertise with over 40 years of Front Range experience to the National Heavy Highway Union agreement and and that over 50%of the project workforce will be has access to unlimited field craft(trades)dedicated to Weld County residents,supporting the local economy this project and our regional program.With more than and community involvement. 200 tradespeople on our Colorado payroll,including carpenters,operators,laborers,and ironworkers,over AVAILABLE RESOURCES 50%of the workforce assigned to this project will be current Weld County residents. Kraemer owns a large fleet of equipment that will be available to support this project.In addition to our Castle FAMILIARITY WITH WELD COUNTY POLICIES Rock,CO regional office,we have a material/equipment AND CRITERIA storage yard in Sedalia,CO,along with an equipment We are familiar with the project specifications and maintenance shop in Littleton,CO.Kraemer's equipment Weld County's specific quality and erosion control fleet includes over 1,000 units,including these types of requirements.Our Project Sponsor,Ryan,and Process units(with total#of units)that are available to be used Control Manager,Stefan,worked with Weld County on on this project: High Plains Boulevard Design Build and WCR 54 Projects. • Excavators:32 Because of Ryan's experience designing WCR 34 and WCR 32 Roundabouts with Weld County,Kraemer has a • Blades:4 unique perspective on Weld County's roundabout design • Dozers:7 requirements,quality requirements,and commitment to • Loaders:27 landowners.Ryan will utilize his experience to provide • oversight and senior leadership for all operations on Trucks:325 WCR 54/13 and help harmonize with the High Plains • Rollers:5 Boulevard Design Build Project by sharing resources,QC • Trench Box Shoring:5 procedures,and public outreach efforts. • Lowboy and trailer Kraemer also commits the experience of our concrete , potholing Truck paving expert Greg Frazee to provide more insight into Weld County policies and procedures on roundabout We have national relationships with major dealers construction as needed.Greg's experience with WCR 49 to ensure we can provide ample resources for any and numerous roundabout projects provides Kraemer equipment,attachments,buckets,etc.,needed to deliver with more resources and knowledge,especially in concrete this project early. paving with Weld County's unique requirements.Greg's approach to executing the work with an owner and his collaborative attitude fit well with Kraemer's culture.We are excited to include Greg as a consultant expert on our team,who will help deliver success for the County. ELKraemer North America, Quality Safet\ Excellence. 15 KRARAp Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 5 SCHEDULE AND CONTRACT TIME it ii Kraemer North America, ? 'TA rii — _' KRA !, .mug, .fa Weld County Road 54/13 Roundabout Project Project No.B2500147 SCHEDULE AND CONTRACT TIME DETAILED PHASING APPROACH AND MILESTONES Kraemer's goal on the WCR 54/13 Project is to provide a reliable and realistic construction schedule that reduces public impacts by accelerating the intersection closure duration to construct the roundabout.As shown below, Kraemer proposes to modify the phasing to ultimately result in a shorter construction duration overall.As proven by our previous projects with Weld County such as the WCR 54 Bridge replacement and recent opening of WCR 34 on High Plains Design Build,Kraemer has a history of providing real and achievable schedules to the County.We believe our schedule provided is aggressive but realistic,and we provide the full extent of our resources to meet or exceed these dates in construction.Starting on page 18 is a full CPM schedule.Details of our approach include: • Provide significant upfront staff to diligently provide • Focus on constructing the east and south legs of the submittals,method statements,and material roundabout to maintain access for the Redi Mix plant certifications before construction begins. and landowners.Open the south leg by August 20th • Perform preliminary site work such as ROW fence and east leg by September 19th. removal,erosion control install,and surveying outside • Focus on constructing the drainage and concrete of traffic to reduce the duration of the intersection lined ditch along the east leg of the roundabout first closures. and connect to the detention pond outfall structure. • Provide time for old waterline and gas removal within This focus will provide early drainage and assist with the closure period. dewatering efforts during construction. • Perform all concrete and HMA paving in the drier • Reopen the roundabout to traffic by October 15,2026. summer months to avoid to risk of weather impacts and • Final Project Acceptance October 25,2026. improve quality. PRECON -Mobilization and Complete all Project Submittals • NTP February 24,2026 • Complete submittals,method • Public outreach and adjacent • Mobilization,trailer,and lab setup statements,and work activity plans landowner coordination • Develop MHTs and obtain permits • Coordinate third-party utility • Begin construction on March 16, relocations 2026 PHASE 1 -Preliminary Site Work before WCR 54/13 Closure • Obtain permits/BOCC notifications • Install temporary access to • Stockpile R40,drainage materials of the intersection closure landowners • Close the intersection to traffic on • Install erosion control devices • Removals outside of existing May 4,2026 • Remove and replace ROW fencing roadway PHASE 2-Closure Period and Roundabout Construction • Export unclassified excavation • Little Thompson coordination to • Complete shouldering and topsoil within the existing roadway remove AC waterline • Complete signing and striping • Import and place R40 material for • Install lighting conduit • Reopen WCR 54/13 to traffic on the new roadway embankment • Complete subgrade,Tensar Oct. 15,2026 • Install drainage facilities,including geogrid,and ABC Class 6 • Reopen south leg Aug.20,2026 ditches,pipes,and structures • Install curb and gutter,PCCP and • Reopen east leg Sept. 19,2026 HMA Tie-Ins PHASE 3-Final Seeding and Punchlist Complete by October 25,2026 • Seeding and stabilization • Closeout • Punchlist • Final acceptance Kraemer North America, Excellence. 16 KRAW R Weld County Road 54/13 Roundabout Project Project No.B2500147 SUMMARY SCHEDULE Kraemer Proposed Project Schedule 2026 Feb Mar Apr May Jun Jul Aug Sep Oct PreCon Work Outside Reduced Closure Period and Overall Construction Duration of Traffic Avoid quality risks associated with I ' Final cold weather construction Additional time for Activities utComplete all of the submittal and method_ and tpuy blic coordination statements before construction starts and public outreach Below are the details of Kraemer's construction approach and phasing plan. SCHEDULE COMMUNICATION Communication is the cornerstone of a successful project,and we are committed to communicating across all facets of the project.We have developed many best practices to effectively communicate and collaborate on our plan, identify issues,and deliver our commitments for the project.With these tools and this approach,we proactively engage and collaborate with our clients on multiple levels to deliver the highest quality project early. INCORPORATING SUBMITTALS AND METHOD DAILY TESTING&INSPECTION STATEMENTS Each day,our team gathers and creates a schedule As part of our phasing approach, Kraemer has for the following day's activities for all items requiring incorporated more time in our schedule to complete testing and inspection.This helps our team,as well as all method statements,submittals,and material Weld County and subcontractors,focus on and schedule procurement before construction begins.This approach their day.On complex projects,this best practice of eliminates issues and delays during construction and communication creates a seamless operation. is a major reason we can accelerate the roundabout construction and decrease the closure duration. MONTHLY UPDATES Using the short interval schedule to build,progress,and SHORT INTERVAL SCHEDULE update,our monthly updates of the Baseline Schedule Communicating a plan as far out as possible and provide an accurate and well-derived communication tracking progress is important for a successful project tool for looking long-term at our projects.Every month, delivery.We plan,track,and update our Short Interval we review the long-range milestones and the effect of Schedule (lookahead)five weeks out rather than the the month's progress on the overall schedule.We also two or three weeks often required.This helps our team communicate areas of opportunity and risk with the plan effectively and in more detail for all upcoming County regarding changes that can be made to optimize activities.This communication tool also allows us to the overall project delivery. collaborate with Weld County to identify issues with ample time to make changes. • itir Kraemer North America, Excellence. 17 KRAE MER Weld County 54113 Roundabout Project Project No.82500147 ID Task Name ,,c..:rn i Star: Finish 12025 .-. 2027 ran Feb:Mar Apr May run Jul Aug;Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep CO Novjps ADMIN I PRECONSTRUCTION 2/23/26 10/25/26 I 1 ADMIN I PRECONSTRUCTION CONTRACT AWARD --_.. _ _ 2/23/26 3/,F Q,6 r-1 CONTRACT AWARD ContractAward-KNA/WeldContractAgreement 0d 2/23/26 2/23/26 •ContractAward-KNA/WeldContractAgreement 4 Contract Award-KNA/Subcontractor Agreements 15 d 2/24/26 3/16/26 Contract Award-KNA/Subcontractor Agreements NOTICE TO PROCEED 11.1111111111111W2/24/26 2/24/26 ♦ NOTICE TO PROCEED c Notice to Proceed-Issued by Weld County(February 23.2026] 0 d 2/24/26 2/24/26 • Notice to Proceed-Issued by Weld County(February 23,2026) PRECONSTRUCTION MEETINGS 1111111111111111111111111111k. 2/24/26 3/11/26 rT PRECONSTRUCTION MEETINGS A Precon Meetings-Traffic Control Closure Precon 1 d 3/10/26 3/10/26 Precon Meetings-Traffic Control Closure Precon Precon Meetings-Environmental Precon 1 d 3/10/26 3/10/26 Precon Meetings-Environmental Precon 10 Precon Meetings-Initial Project Submittals(February 23-March 16,2026) 10 d 2/24/26 3/9/26 Precon Meetings-Initial Project Submittals(February 23-March 16,200 11 Precon Meetings-Project Precon 1 d 3/11/26 3/11/26 Precon Meetings-Project Precon 12 UTI_f. ___ 1 UTILITY NOTIFICATIONS j I 1 Utility Notifications-P.V.REA(O.H.Electric) 1 d 2/24/26 2/24/26 Utility Notifications-P.V.REA(O.H.Electric) 14 Utility Notifications-DCP(Gas) 1 d 2/24/26 2/24/26 Utility Notifications-DCP(Gas) 1s Utility Notifications-XCEL(Gas) 1 d 2/24/26 2/24/26 Utility Notifications-XCEL(Gas) 16 Utility Notifications-Little Thompson Water District(Water) 1 d 2/24/26 2/24/26 Utility Notifications-Little Thompson Water District(Water) 17 Utility Notifications-City of Thorton Water Project(Water) 1 d 2/24/26 2/24/26 Utility Notifications-City of Thorton Water Project(Water) 18 Utility Notifications-Century Link(Tele Comm) 1 d 2/24/26 2/24/26 Utility Notifications-Century Link(Tele Comm) 19 Utility Notifications-Western Midstream(Gas) 1 d 2/24/26 2/24/26 Utility Notifications-Western Midstream(Gas) 20 Utility Notifications-Sinclair(Gas) I d 2/24/26 2/24/26 Utility Notifications-Sinclair(Gas) 21 S.I:_{J. .: =._?_Ci ,. : ,_ .3/ 26 VW* r1 PERMITS(PROCUREMENT 22 Permit-CDPHE-Dewatering 30 d 2/24/26 3/25/26 Permit-CDPHE-Dewatering 23 Permit-Larimer County-Electrical 14 d 2/24/26 3/9/26 Permit-Larimer County-Electrical 24 Permit-Larimer County-Land Use 14 d 2/24/26 3/9/26 Permit-Larimer County-Land Use 25 Procurement-Office&Laydown Yard 14 d 2/24/26 3/9/26 Procurement-Office&Laydown Yard 26 Permit-CDPHE-Construction Stormwater 14 d 2/24/26 3/9/26 Permit-CDPHE-Construction Stormwater 27 Permit-CDPHE-Air Pollutant Emission Notice-APEN 14 d 2/24/26 3/9/26 Permit-CDPHE-Air Pollutant Emission Notice-APEN 28 Permit-Weld County Department of Planning and Zoning-ZPMH 14 d 2/24/26 3/9/26 Permit-Weld County Department of Planning and Zoning-ZPMH 29 Permit-Weld Country Department of Public Works-ROW 14 d 2/24/26 3/9/26 Permit-Weld Country Department of Public Works-ROW 30 c 3160126 rT MOBILIZATION 31 Mobilization-Setup Complete(Ready to Start Construction 1 d 3/20/26 3/20/26 Mobilization-Setup Complete I Ready to Start Construction 32 Mobilization-Office Trailer&Lab Trailer Setup 5 d 3/10/26 3/16/26 Mobilization-Office Trailer&Lab Trailer Setup 33 Mobilization-Electrical(Generator Connections 3 d 3/17/26 3/19/26 Mobilization-Electrical(Generator Connections 34 l - 26 10/2S/26 l I MILESTONES 35 PHASE 3(Final Finishes)FINISH 0 d 10/4/26 10/4/26 • PHASE 3(Final Finishes)FINISH 36 Project Punchlist . 10 d 10/16/26 10/25/26 Project Punchlist 37 Substantial Completion 0 d 10/15/26 10/15/26 • Substantial Completion 38 Final Completion(Acceptance 0 d 10/25/26 10/25/26 i • Final Completion(Acceptance 39 PHASE 1(Construction Outside Existing WCR 54/13)START 0 d 3/20/26 3/20/26 •PHASE 1(Construction Outside Existing WCR 54/13)START 40 PHASE 1(Construction Outside Existing WCR 54/13)FINISH 0 d 4/23/26 4/23/26 • PHASE 1(Construction Outside Existing WCR 54/13) FINISH 41 PHASE 2(Closure of WCR 54/13 for RAB Construction)FINISH 0 d 10/19/26 10/19/26 • PHASE 2(Closure of WCR 54/13 for RAB Con 42 PHASE 3(Final Finishes)START 0 d 9/23/26 9/23/26 • PHASE 3(Final Finishes)START 43 WCR 54/13 Closure START 0 d 5/4/26 5/4/26 •WCR 54/13 Closure START 44 PHASE 2(Closure Notification WCR 54/13 RAB Construction)START 0 d 4/23/26 4/23/26 • PHASE 2(Closure Notification WCR 54/13 RAB Construction)STAR 45 WCR 54/13 Closure FINISH 0 d 10/15/26 10/15/26 •WCR 54/13 Closure FINISH 46 Reset Hard Closure East Leg STA 131+00-STA 138.00 0 d 8/20/26 8/20/26 l • Reset Hard Closure East Leg STA 131+00-STA 138+r r 47 CONSTRUCTION 3/23/26 w/13/Z6 j I I CONSTRUCTION itKraemer North America, Excellence. 18 Weld County 54113 Roundabout Project Project No.62500147 ID Task Name - Duration Start F,neh 2026 [2027 • Jan f es Mar AF'i Ma,lun 1ul Aug Sep Oct Nov Dec Jan Feb Mar Apr May:lun Jul Aug Sep Oct Ngy,QK] 48 PHASE 1-STARTUP ACTIVITIEVRIVECORRINE ' 3/23/26 4/23/26 r"-1 PHASE 1- STARTUP ACTIVITIES-(PRE CLOSURE) 49 Advanced Warning 2 d 3/23/26 3/24/26 Advanced Warning 50 Survey Primary and Secondary Control 2 d 3/26/26 3/27/26 Survey Primary and Secondary Control '.51 TCE I ROW Survey 3d 3/30/26 4/2/26 TCE I ROW Survey 152 Install Plastic Fence @ Existing Wetlands(If Required) 1 d 4/13/26 4/13/26 Install Plastic Fence @ Existing Wetlands(If Required) 53 Install Initial Perimeter BMPS(Project Wide) 5 d 4/3/26 4/9/26 Install Initial Perimeter BMPS(Project Wide) '54 Initial Phase 1 Activities-Complete 0 d 4/23/26 4/23/26 Initial Phase 1 Activities-Complete 55 Initial Potholing 5 d 4/15/26 4/21/26 Initial Potholing 56 l Setup Shoulder Closures(WCR 54 and WCR 13)(If Required) 1 d 3/25/26 3/25/26 Setup Shoulder Closures(WCR 54 and WCR 13)(If Required) 57 ,. K-(PRE CLOSUR _.. .,,,,,. ._ - -- ",—....µ_-." " 4/15/26 4/28/26 Ti PHASE 1- SITE WORK-(PRE CLOSURE) ':58 WCR 54 WEST LEG-STA 98+50-STA 112+00 4/15/26 4/22/26 n WCR 54 WEST LEG-STA 98.50-STA 112+00 59 WCR 54 WEST LEG-REMOVALS I RESET 4/15/26 4/22/26 n WCR 54 WEST LEG-REMOVALS I RESET 60 WCR 54 West Leg-Remove-ROW Fence 2 d 4/15/26 4/16/26 WCR 54 West Leg -Remove-ROW Fence 61 WCR 54 West Leg-Reset-Mailbox STA 101+68 1 d 4/22/26 4/22/26 WCR 54 West Leg-Reset-Mailbox STA 101+68 162 WCR 54 EAST LEG-STA 112+00-STA 138+50 4/17/26 4/21/26 R WCR 54 EAST LEG-STA 112+00-STA 138+50 i163 WCR 54 EAST LEG-REMOVALS 4/17/26 4/21/26 8 WCR 54 EAST LEG-REMOVALS 64 WCR 54 East Leg-Remove-ROW Fence 3 d 4/17/26 4/21/26 WCR 54 East Leg-Remove-ROW Fence 165 WCR 13 SOUTH LEG 197+50 to 215+00 4/22/26 4/28/26 n WCR 13 SOUTH LEG 197+50 to 215+00 166 WCR 13 SOUTH LEG-REMOVALS 4/22/26 4/28/26 n WCR 13 SOUTH LEG-REMOVALS '67 South Leg of CR 13-Remove-ROW Fence 1 d 4/22/26 -1/22/26 South Leg of CR 13-Remove-ROW Fence 68 South Leg of CR 13-Remove-Trees 5 d 4/22,'26 4/28/26 South Leg of CR 13-Remove-Trees 69 WCR 13 NORTH LEG-STA 215+00-STA 233+12 4/23/26 4/23/26 I WCR 13 NORTH LEG-STA 215+00-STA 233+12 40 WCR 13 NORTH LEG-REMOVALS 4/23/26 4/23/26 I WCR 13 NORTH LEG-REMOVALS ht WCR 13 North leg-Remo,, ROW Ferry 1 d 4/23/26 4/23/26 WCR 13 North Leg-Remove-ROW Fence ;72 PHASE 2(54/13 CLOSURE WORK) 4/23/26 10/19/26 r I PHASE 2(54/13 CLOSURE WORK) i73 WCR 54/13 PROJECT WIDE 4/23/26 10/19/26 I 1 WCR 54/13 PROJECT WIDE [74 WCR 54/13-Setup Detour Signage 2 d 5/1/26 5/4/26 WCR 54/13-Setup Detour Signage i75 WCR 54/13-Maintain Closure(LOE) 164 d 5/5/26 10/15/26 WCR 54/13-Maintain Closure(LOE) 76 WCR 54/13-Remove Detour Signage 2 d 10/16/26 10/19/26 WCR 54/13-Remove Detour Signage 77 WCR 54/13-BOCC Closure Approval(14 Days Prior) 0 d 4/23/26 4/23/26 ♦WCR 54/13-BOCC Closure Approval(14 Days Prior) 4 78 WCR 54/13-Close to Traffic 0 d 5/4/26 5/4/26 • WCR 54/13- Close to Traffic 179 WCR 54/13-Advanced VMB Notification 7d 4/24/26 4/30/26 WCR 54/13-Advanced VMB Notification 1,80 WCR 54/13-Profilograph and Grind as Needed 10 d 9/24/26 10/8/26 WCR 54/13-Profilograph and Grind as Needed ;81 WCR S4/13-Open to Traffic 0 d 10/15/26 10/15/26 •WCR 54/13-Open to Traffic • 182 WCR 13 SOUTH LEG-STA 197+50-STA 213.50 - - 5/5/26 10/12/26 1 1 WCR 13 SOUTH LEG-STA 197+50-STA 213+50 83 WCR 13 SOUTH LEG-REMOVALS 5/5/26 6/9/26 T-1 WCR 13 SOUTH LEG-REMOVALS 61 WCR 13 South Leg-Remove-Signage Where Applicable 1 d 5/5/26 5/5/26 WCR 13 South Leg-Remove-Signage Where Applicable 1E15 WCR 13 South Leg-Remove-Asphalt 3 d 5/14/26 5/18/26 WCR 13 South Leg-Remove-Asphalt 186 WCR 13 South Leg-Remove-PCCP at Entrance STA 210+01 2 d 5/19/26 5/20/26 WCR 13 South Leg-Remove-PCCP at Entrance STA 210+01 187 WCR 13 South Leg-Remove-Waterline(By Others) 5 d 5/19/26 5/27/26 II WCR 13 South Leg-Remove-Waterline (By Others) 88 WCR 13 South Leg-Remove-Culvert STA 207+27/Concrete Sructure 2 d 5/22/26 5/26/26 1 WCR 13 South Leg-Remove-Culvert STA 207+27/Concrete Sri. 89 WCR 13 South Leg-Remove-Culvert STA 210+07 1 d 5/27/26 5/27/26 WCR 13 South Leg-Remove-Culvert STA 210+07 90 WCR 13 South Leg-Remove-Culvert STA 213+23 1 d 5/28/26 5/28/26 WCR 13 South Leg-Remove-Culvert STA 213+23 91 WCR 13 South Leg-Remove Existing Gas Lines 5 d 6/3/26 6/9/26 WCR 13 South Leg- Remove Existing Gas Lines 92 WCR 13 SOUTH LEG-GRADING 5/14/26 6/30!2T 1-1 WCR 13 SOUTH LEG-GRADING 93 WCR 13 South Leg-Grading-Clear&Grub 2 d 5/14/26 5/15/26 WCR 13 South Leg -Grading-Clear&Grub WCR 13 South -Grading Strip Topsoil Stockpile 94 WCR 13 South Leg-Grading-Strip Topsoil I Stockpile(9500 CY) 6 d 5/22/26 6/2/26 l l a Leg 09- P P I kP- (9500 CV I aKraemer North America _,;I , ,. Excellence. Weld County 54/13 Roundabout Project Project No.H2500147 ID Task Name Duration Start Finish 2026 12027 1 Ian Ft9.Mar.Ayr May Iyn Jul Aug Sep Oct Nov Dec len Feb Mar Apr May lun lul Alep'OctNov Dec'', 195 WCR 13 South Leg-Grading-Unclassified Ex.I Embankment to Bttm of R40(19,610 CV) 11 d 6/8/26 6/23/26 o WCR 13 South Leg-Grading-Unclassified Ex. Embankment 196 WCR 13 South Leg-Grading-Muck Ex(As Required) 5 d 6/24/26 6/30/26 WCR 13 South Leg-Grading-Muck Ex(As Required) 97 WCR 13 South Leg-Grading-Construct Temp Access STA 197+28-STA 203+33 3 d 6/3/26 6/5/26 WCR 13 South Leg-Grading-Construct Temp Access STA 197+ 98 WCR 13 SOUTH LEG-DRAINAGE I UT1LITITIES(SEE WEST LEG POND) 1 d 6/30/26 6/30/26 WCR 13 SOUTH LEG-DRAINAGE I UTILITITIES(SEE WEST LEE 99 WCR 13 SOUTH LEG-ROADWAY 7/1/26 8/25/26 r1 WCR 13 SOUTH LEG-ROADWAY 100 WCR 13 South Leg-Roadway-Install R40 11 d 7/1/26 7/16/26 WCR 13 South Leg-Roadway-Install R40 101 WCR 13 South Leg-Roadway-Install GeoGrid Btwn R40&Base Course 4 d 7/17/26 7/22/26 1- WCR 13 South Leg-Roadway-Install GeoGrid Btwn R40 102 WCR 13 South Leg-Roadway-Install ABC 9 d 7/23/26 8/4/26 WCR 13 South Leg-Roadway-Install ABC '103 WCR 13 South Leg-Roadway-Install Curb&Gutter 1 d 8/5/26 8/5/26 WCR 13 South Leg-Roadway-Install Curb&Gutter 1 104 WCR 13 South Leg-Roadway-Asphalt Paving HMA WA 197+50-STA 208+60 4 d 8/18/26 8/20/26 WCR 13 South Leg-Roadway-Asphalt Paving HMA Sli 105 WCR 13 South Leg-Roadway-Pave PCCP STA 208+60-STA 213+50 5 d 8/10/26 8/14/26 WCR 13 South Leg-Roadway-Pave PCCP STA 208+60 106 WCR 13 South Leg-Roadway-Install Curb&Gutter Cure 2 d 8/6/26 8/7/26 WCR 13 South Leg-Roadway-Install Curb&Gutter Cu 107 WCR 13 South Leg-Roadway-Splitter Island Median Cover Material Placement STA 207+50-STA 213+50 2 d 8/17/26 8/18/26 WCR 13 South Leg-Roadway-Splitter Island Median 108 WCR 13 South Leg-Roadway-Backfill C&G I Shoulder as needed 3 d 8/20/26 8/25/26 WCR 13 South Leg-Roadway-Backfill C&G I Should 109 WCR 13 SOUTH LEG-FINISHES 8/25/26 10/12/26 r-1 WCR 13 SOUTH LEG-FINISHES 110 WCR 13 South Leg-Place Topsoil 5 d 8/25/26 9/1/26 1 WCR 13 South Leg-Place Topsoil 111 WCR 13 South Leg-Install Signage 3 d 9/1/26 9/4/26 WCR 13 South Leg-Install Signage 112 WCR 13 South Leg-Finishes-Perm Striping Installation 2 d 10/9/26 10/12/26 WCR 13 South Leg-Finishes-Perm Striping Insta 113 WCR 13 South Leg-Finishes-Remove Existing Striping at Tie-Ins 1 d 9/4/26 9/8/26 WCR 13 South Leg-Finishes-Remove Existing Stripy 114 WCR 54 EAST LEG-STA 112+00-STA 131+00(SECTION 1) ""'u. 5/6/26 10/12/26 —1 WCR 54 EAST LEG-STA 112+00-STA 131+00 IS 115 WCR S4 EAST LEG-REMOVALS 5/6/26 6/3/26 ri WCR 54 EAST LEG-REMOVALS 116 WCR 54 East Leg-Remove-Culvert 113+05 2 d 5/22/26 5/26/26 WCR 54 East Leg-Remove-Culvert 113+05 117 WCR 54 East Leg-Remove-Concrete Structure I Well STA 114+52 3 d 5/14/26 5/18/26 WCR 54 East Leg-Remove-Concrete Structure I Well STA 114+5; 118 WCR 54 East Leg-Remove-Concrete Structures STA 112+05 1 d 5/19/26 5/19/26 WCR 54 East Leg-Remove-Concrete Structures STA 112+05 119 WCR 54 East Leg-Remove-Signage Where Applicable 1 d 5/6/26 5/6/26 WCR 54 East Leg-Remove-Signage Where Applicable 120 WCR 54 East Leg-Remove-Asphalt 3 d 5/7/26 5/11/26 WCR 54 East Leg-Remove-Asphalt :121 WCR 54 East Leg-Remove-Pump House I Abandon Well 3 d 5/7/26 5/11/26 WCR 54 East Leg-Remove-Pump House I Abandon Well ', 1122 WCR 54 East Leg-Remove-Waterline(By Others) 5 d 5/14/26 5/20/26 WCR 54 East Leg-Remove-Waterline(By Others) 1.123 WCR 54 East Leg-Remove-Existing Gas 5 d 5/27/26 6/3/26 WCR 54 East Leg-Remove-Existing Gas ', 124 WCR 54 EAST LEG-GRADING 5/7/26 6/9/26 rn WCR 54 EAST LEG-GRADING I 125 WCR 54 East Leg-Grading-Unclassified Ex.I Embankment to Bttm of R40(15,111 CY) 6 d 5/22/26 6/2/26 WCR 54 East Leg-Grading-Unclassified Ex.I Embankment to BI 126 WCR 54 East Leg-Grading-Muck Ex(As Required) 5 d 6/3/26 6/9/26 WCR 54 East Leg-Grading-Muck Ex(As Required) 127 WCR 54 East Leg-Grading-Clear&Grub 3 d 5/7/26 5/11/26 WCR 54 East Leg-Grading-Clear&Grub !128 WCR 54 East Leg-Grading-Strip Topsoil I Stockpile(12,620) 5 d 5/14/26 5/20/26 WCR 54 East Leg-Grading-Strip Topsoil I Stockpile(12,620) 1129 WCR 54 East Leg-Grading-Grade Concrete V Ditch 5 d 6/3/26 6/9/26 WCR 54 East Leg-Grading-Grade Concrete V Ditch I130 WCR 54 EAST LEG-DRAINAGE I UTILITIES 6/3/26 7/22/26 r1 WCR 54 EAST LEG-DRAINAGE I UTILITIES i131 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.05(STA 117+92) 6 d 6/26/26 7/6/26 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet Ntl 1132 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.06(WA 119+76) 6 d 7/7/26 7/14/26 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet NI 1133 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.07&08(STA 121+60) 6 d 7/15/26 7/22/26 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet R 1134 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.02(WA 113+20) 6 d 6/3/26 6/10/26 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.02 ,135 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.04(STA 116+09) 6 d 6/17/26 6/25/26 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No-0 1136 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.03(STA 114+24) 4 d 6/11/26 6/16/26 WCR 54 East Leg-Drainage-Install 18-Inch RCP w/Inlet No.Di 1137 WCR 54 EAST LEG-ROADWAY 6/10/26 9/8/26 r— i WCR 54 EAST LEG-ROADWAY WCR 54 East -RoadwayFPS Concrete V-Ditch 1138 WCR 54 East Leg-Roadway-FPS Concrete V-Ditch 7 d 6/10/26 6/18/26 Leg -''139 WCR 54 East Leg-Roadway-Install Curb&Gutter Cure 2 d 8/22/26 8/23/26 WCR 54 East Leg-Roadway-Install Curb&Gutter Cur 140 WCR 54 East Leg-Roadway-FPS Concrete V-Ditch Concrete Sealer 1 d 6/24/26 6/24/26 WCR 54 East Leg-Roadway-FPS Concrete V-Ditch Concrete 141 WCR 54 East Leg-Roadway-FPS Concrete V-Oitch Sawcut Joints 2 d 6/22/26 6/23/26 WCR 54 East Leg-Roadway-FPS Concrete V-Ditch Sawat Jo IIIKraemer North America, 11 tv. Sa'ety. Excellence. Weld County 54 13 Roundabout Project Project No.B2500147 ID Task Name Duration Start Finish 2026 2027 „la�Feb Mar Apr M:rr Mg..I hag S:y>Oct'gm Der Ian Feb Mar Apt May tun Jul Aug Sep On Nov D. 142 WCR 54 East Leg-Roadway-Install R40 10 d 7/17/26 7/30/26 WCR 54 East Leg-Roadway-Install R40 143 WCR 54 East Leg-Roadway-Install GeoGnd Btwn R40&Base Course 6 d 7/31/26 8/7/26 WCR 54 East Leg-Roadway-Install GeoGrid Btwn R40 8 144 WCR 54 East Leg-Roadway-Install ABC 9 d 8/10/26 8/20/26 WCR 54 East Leg-Roadway-Install ABC .145 WCR 54 East Leg-Roadway-Install Curb&Gutter 1 d 8/21/26 8/21/26 WCR 54 East Leg-Roadway-Install Curb&Gutter 146 WCR 54 East Leg-Roadway-Asphalt Paving HMA STA 121+66-STA 131+00 3 d 9/1/26 9/2/26 WCR 54 East Leg-Roadway-Asphalt Paving HMA ST. 147 WCR 54 East Leg-Roadway-Pave PCCP STA 112+00-STA 121+66 5 d 8/24/26 8/28/26 WCR 54 East Leg-Roadway-Pave PCCP STA 112+00- 148 WCR 54 East Leg-Roadway-Splitter Island Median Cover Material Placement STA 112+20-STA 114+50 2 d 8/31/26 9/1/26 WCR 54 East Leg-Roadway-Splitter Island Median C .149 WCR 54 East Leg-Roadway-Backfill C&G I Shoulder as needed 3 d 9/3/26 9/8/26 WCR 54 East Leg-Roadway-Backfill C&G I Shoulder 150 WCR 54 East Leg-Roadway-FPS Concrete V-Ditch Cure 2 d 6/19/26 6/20/26 WCR 54 East Leg-Roadway-FPS Concrete V-Ditch Cure 151 WCR 54 EAST LEG-FINISHES 9/23/26 10/12/26 1--1 WCR 54 EAST LEG-FINISHES .152 WCR 54 East Leg-Finishes-Place Topsoil 5 d 9/23/26 9/29/26 WCR 54 East Leg-Finishes-Place Topsoil 153 WCR 54 East Leg-Finishes-Install Signage 3 d 9/30/26 10/2/26 WCR 54 East Leg-Finishes-Install Signage :154 WCR 54 East Leg-Finishes-Remove Existing Striping at Tie-Ins 1 d 10/6/26 10/6/26 WCR 54 East Leg-Finishes-Remove Existing Strip 155 WCR 54 East Leg-Finishes-Perm Striping Installation 2 d 10/9/26 10/12/26 WCR 54 East Leg-Finishes-Perm Striping Install 156 WCR 54 WEST LEG-STA 98+50-STA 110+50 S/8/26 10/13/26 1-----1 WCR 54 WEST LEG-STA 98+50-STA 110+50 157 WCR 54 WEST LEG-REMOVALS 5/8/26 6/24/26 I---1 WCR 54 WEST LEG-REMOVALS .158 WCR 54 West Leg-Remove-Culvert STA 102+41 1 d 6/16/26 6/16/26 WCR 54 West Leg-Remove-Culvert STA 102+41 159 WCR 54 West Leg-Remove-Existing Asphalt 2 d 5/26/26 5/27/26 WCR 54 West Leg-Remove-Existing Asphalt 160 WCR 54 West Leg-Remove-Signage Where Applicable 1 d 5/8/26 5/8/26 WCR 54 West Leg-Remove-Signage Where Applicable 161 WCR 54 West Leg-Remove-Culvert(STA 101+11) 1 d 6/15/26 6/15/26 WCR 54 West Leg-Remove-Culvert(STA 101+11) 162 WCR 54 West Leg-Remove-Existing Gasline 5 d 6/17/26 6/24/26 WCR 54 West Leg-Remove-Existing Gasline 163 WCR 54 West Leg-Remove-Waterline(By Others) 5 d 5/28/26 6/4/26 WCR 54 West Leg-Remove-Waterline(By Others) 164 WCR 54 WEST LEG-GRADING 5/20/26 7/27/26 r-1 WCR 54 WEST LEG-GRADING 165 WCR 54 West Leg-Grading-Muck Ex(As Required) 5 d 7/21/26 7/27/26 WCR 54 West Leg-Grading-Muck Ex(As Required) 166 WCR 54 West Leg-Grading-Strip Topsoil I Stockpile(7580 CY) 5 d 6/8/26 6/12/26 WCR 54 West Leg-Grading-Strip Topsoil 1 Stockpile(7580 CY 167 WCR 54 West Leg-Grading-Unclassified Ex.I Embankment to Btm of R40(18650) 11 d 7/6/26 7/20/26 WCR 54 West Leg-Grading-Unclassified Ex.1 Embankmer 168 WCR 54 West-Grading-Clear&Grub 2 d 5/20/26 5/22/26 WCR 54 West-Grading-Clear&Grub 169 WCR 54 WEST LEG-DRAINAGE I UTILITIES 7/21/26 8/21/26 I--I WCR 54 WEST LEG-DRAINAGE 1 UTILITIES '170 WCR 54 West Leg-Drainage-Culvert 19"x30"HERCP&Irrigation Outlet Box(STA 101+26) 8 d 7/30/26 8/10/26 WCR 54 West Leg-Drainage-Culvert 19"x30"HERCP& 171 WCR 54 West Leg-Drainage-18-Inch RCP w/Inlet No.01(STA 109+33)(R) 6 d 8/11/26 8/18/26 WCR 54 West Leg-Drainage-18-Inch RCP w/Inlet No. 172 WCR 54 West Leg-Drainage-Install Toe Wall(QTY:1)(STA 109+33)(R) 3 d 8/19/26 8/21/26 WCR 54 West Leg-Drainage-Install Toe Wall(QTY:1) 173 WCR 54 West Leg-Drainage-Ditch RipRap Install(STA 104+38) 2 d 7/21/26 7/22/26 WCR 54 West Leg-Drainage-Ditch RipRap Install(STA 1C 174 WCR 54 WEST LEG-WATER QUALITY POND 6/15/26 9/25/26 1-1 WCR 54 WEST LEG-WATER QUALITY POND 175 WCR 54 West Leg-Water Qlty Pond-Install 18-Inch RCP w/Inlet No.09(STA 213+32)(L) 8 d 7/6/26 7/15/26 WCR 54 West Leg-Water Qlty Pond-Install 18-Inch RCP w 176 WCR 54 West Leg-Water Qlty Pond-Finish Slopes 4 d 8/25/26 8/28/26 WCR 54 West Leg-Water Qlty Pond-Finish Slopes 177 WCR 54 West Leg-Water Qlty Pond-Install Toe Wall(QTY:1)(STA 213+32)(L) 3 d 7/16/26 7/20/26 WCR 54 West Leg-Water Qlty Pond-Install Toe Wall(QT1 178 WCR 54 West Leg-Water City Pond-Install 18-Inch RCP(STA 212+54)(L) 3 d 6/30/26 7/2/26 WCR 54 West Leg-Water Qlty Pond-Install 18-Inch RCP(5T 179 WCR 54 West Leg-Water Qlty Pond-Grade Trickle Channel 5 d 8/31/26 9/4/26 WCR 54 West Leg-Water Qlty Pond-Grade Trickle C 180 WCR 54 West Leg-Water Wry Pond-Seed Installation 5 d 9/23/26 9/25/26 WCR 54 West Leg-Water Qlty Pond-Seed Installs .181 WCR 54 West Leg-Water Qlty Pond-Excavate Water Quality Pond 10 d 6/15/26 6/29/26 WCR 54 West Leg-Water Qlty Pond-Excavate Water Quality :182 WCR 54 West Leg-Water City Pond-Install Pond Outlet Structure 5 d 8/7/26 8/13/26 WCR 54 West Leg-Water Qlty Pond-Install Pond Outle 183 WCR 54 West Leg-Water Qlty Pond-Install Riprap Rundown 7 d 8/14/26 8/24/26 WCR 54 West Leg-Water Qlty Pond-Install Riprap Ru 184 WCR 54 West Leg-Water Qlty Pond-FPS Concrete Trickle Channel 6 d 9/8/26 9/15/26 WCR 54 West Leg-Water Qlty Pond-FPS Concrete' 185 WCR 54 West Leg-Water Qlty Pond-Topsoil Installation 4 d 9/18/26 9/23/26 WCR 54 West Leg-Water Qlty Pond-Topsoil Instal 186 WCR 54 West Leg-Water Qlty Pond-Install Toe Wall(QTY:2)(STA 212+54)(L) 3 d 7/6/26 7/8/26 WCR 54 West Leg-Water Qlty Pond-Install Toe Wall(QTY:. 187 WCR 54 West Leg-Water Qity Pond-FPS Concrete Trickle Channel Cure 2 d 9/16/26 9/17/26 WCR 54 West Leg-Water pity Pond-FPS Concrete 188 WCR 54 WEST LEG-ROADWAY 8/13/26 9/25/26 r-1 WCR 54 WEST LEG-ROADWAY R Kraemer North America, Excellence. 21 Weld County 54/13 Roundabout Project Project No.82500147 IID Task Name Duration Start Finish 2026 I2027 Jan Feb Mar Apr May(yn Jai Aug Sep Oct,Not Dec Jan Feb Mar Apr May J*fl Jet ,i,t Sep Oct Nov Dec 1189 WCR 54 West Leg-Roadway-Install R40 7 d 8/13/26 8/21/26 WCR 54 W :. est Leg-Roadway-Install R40 190 WCR 54 West Leg-Roadway-Install GeoGnd Btwn R40&Base Course 5 d 8/24/26 8/28/26 • WCR 54 West Leg-Roadway-Install GeoGrid Btwn R4 1191 WCR 54 West Leg-Roadway-Install ABC 6 d 8/31/26 9/8/26 WCR 54 West Leg-Roadway-Install ABC '')192 • WCR 54 West Leg-Roadway-Install Curb&Gutter 1 d 9/9/26 9/9/26 WCR 54 West Leg-Roadway-Install Curb&Gutter 1193 WCR 54 West Leg-Roadway-Asphalt Paving HMA STA 98+50-STA 103+33 1 d 9/22/26 9/23/26 WCR 54 West Leg-Roadway-Asphalt Paving HMA '..194 WCR 54 West Leg-Roadway-Pave PCCP STA 103*33-STA 110+50 5 d 9/14/26 9/18/26 WCR 54 West Leg-Roadway- Pave PCCP STA 103+ ,195 WCR 54 West Leg-Roadway-Splitter Island Median Cover Material Placement STA 107+75-STA 110+20 2 d 9/21/26 9/22/26 WCR 54 West Leg-Roadway-Splitter Island Media 1196 WCR 54 West Leg-Roadway-Backfill C&G I Shoulder as needed 3 d 9/23/26 9/25/26 WCR 54 West Leg-Roadway-Backfill C&G I Shout 197 WCR 54 West Leg-Roadway-Install Curb&Gutter Cure 2 d 9/10/26 9/11/26 WCR 54 West Leg-Roadway-Install Curb&Gutter t 1198 WCR 54 WEST LEG-FINISHES 9/28/26 10/13/26 Ti WCR 54 WEST LEG-FINISHES 1199 WCR 54 West Leg-Finishes-Place Topsoil 5 d 9/28/26 10/2/26 WCR 54 West Leg-Finishes-Place Topsoil 1200 WCR 54 West Leg-Finishes-Install Signage 3 d 10/6/26 10/8/26 WCR 54 West Leg-Finishes-Install Signage ':1201 WCR 54 West Leg-Finishes-Remove Existing Striping at Tie-Ins 1 d 10/9/26 10/9/26 WCR 54 West Leg-Finishes-Remove Existing Str 202 WCR 54 West Leg-Finishes-Perm Striping Installation 2 d 10/12/26 10/13/26 WCR 54 West Leg-Finishes-Perm Striping Instal 203 WCR 13 NORTH LEG-STA 216400-STA233+25 5/7/26 10/12/26 I--, WCR 13 NORTH LEG-STA 216+00-STA 233+25 204 WCR 13 NORTH LEG-REMOVALS 5/7/26 6/5/26 r1 WCR 13 NORTH LEG-REMOVALS .205 WCR 13 North Leg-Remove-Signage Where Applicable 1 d 5/7/26 5/7/26 WCR 13 North Leg-Remove-Signage Where Applicable 206 WCR 13 North Leg-Remove-Asphalt 3 d 5/19/26 5/22/26 WCR 13 North Leg-Remove-Asphalt 207 WCR 13 North Leg-Remove-Guardrail STA 227+04-STA 229+04(Save for Reset) 1 d 5/8/26 5/8/26 WCR 13 North Leg-Remove-Guardrail STA 227+04-STA 229+04 208 WCR 13 North Leg-Remove-Gasline 5 d 6/1/26 6/5/26 WCR 13 North Leg-Remove-Gasline 209 WCR 13 North Leg-Remove-Waterline(By Others) 5 d 5/26/26 6/2/26 • WCR 13 North Leg-Remove-Waterline(By Others) 210 WCR 13 North Leg-Remove-Culvert STA 218+92 1 d 5/26/26 5/26/26 WCR 13 North Leg-Remove-Culvert STA 218+92 211 WCR 13 North Leg-Remove-Culvert STA 220+31 1 d 5/27/26 5/27/26 WCR 13 North Leg-Remove-Culvert STA 220+31 212 WCR 13 North Leg-Remove-Culvert STA 220+40 1 d 5/28/26 5/28/26 WCR 13 North Leg-Remove-Culvert STA 220+40 213 WCR 13 NORTH LEG-GRADING 5/18/26 7/10/26 r1 WCR 13 NORTH LEG-GRADING 214 WCR 13 North Leg-Grading-Clear&Grub 2 d 5/18/26 5/19/26 WCR 13 North Leg-Grading-Clear&Grub '.,215 WCR 13 North Leg-Grading-Strip Topsoil I Stockpile(5429) 3 d 6/3/26 6/5/26 WCR 13 North Leg-Grading-Strip Topsoil I Stockpile(5429) 216 WCR 13 North Leg-Grading-Unclassified Ex.I Embankment to Bttm of R40(8711) 5 d 6/26/26 7/2/26 WCR 13 North Leg-Grading-Unclassified Ex.I Embankmen 217 WCR 13 North Leg-Grading-Muck Ex(As Required) 5 d 7/6/26 7/10/26 : WCR 13 North Leg-Grading-Muck Ex(As Required) 218 WCR 13 North Leg-Grading-Build Western Temp Access STA 220+41-STA 229+70 2 d 6/8/26 6/9/26 WCR 13 North Leg-Grading-Build Western Temp Access STA '219 WCR 13 North Leg-Grading-Build Eastern Temp Access STA 220+66-STA 228+90 2 d 6/10/26 6/11/26 WCR 13 North Leg-Grading-Build Eastern Temp Access STA: I220 WCR 13 NORTH LEG-DRAINAGE)UTILITIES 7/6/26 8/3/26 11 WCR 13 NORTH LEG-DRAINAGE I UTILITIES '.221 WCR 13 North Leg-Drainage-Install 15-Inch RCP(STA 218+20) 3 d 7/6/26 7/8/26 WCR 13 North Leg-Drainage-Install 15-Inch RCP(STA 218 222 WCR 13 North Leg-Drainage-Install 15-Inch RCP w/Inlet No.12(STA 219+56)(R) 5 d 7/9/26 7/15/26 WCR 13 North Leg-Drainage-Install 15-Inch RCP w/Inlet 223 WCR 13 North Leg-Drainage-Install 15-Inch RCP w/Inlet No.13(STA 226+26)(L) 5 d 7/23/26 7/29/26 WCR 13 North Leg-Drainage-Install 15-Inch RCP w/Inle 224 WCR 13 North Leg-Drainage-Install 15-Inch RCP w/Inlet No.14(STA 226*33)(R) 5 d 7/16/26 7/22/26 WCR 13 North Leg-Drainage-Install 15-Inch RCP w/Inlet 225 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall(QTY:2)(STA 218+20) 3 d 7/9/26 7/13/26 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall 226 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall(QTY)1)(STA 226+26)(L) 3 d 7/30/26 8/3/26 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wal '227 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall(QTY:1)(STA 226+33)(R) 3 d 7/23/26 7/27/26 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall 228 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall(QTY:1)(STA 219+56)(R) 3 d 7/16/26 7/20/26 WCR 13 North Leg-Drainage-Install RipRap w/Toe Wall 229 WCR 13 NORTH LEG-ROADWAY 7/31/26 9/16/26 r—I WCR 13 NORTH LEG-ROADWAY 230 WCR 13 North Leg-Roadway-Install R40 9 d 7/31/26 8/12/26 WCR 13 North Leg-Roadway-Install R40 .231 WCR 13 North Leg-Roadway-Install GeoGrid Btwn R40&Base Course 4 d 8/13/26 8/18/26 : WCR 13 North Leg-Roadway-Install GeoGrid Btwn R4 232 WCR 13 North Leg-Roadway-Install ABC 8 d 8/19/26 8/28/26 WCR 13 North Leg-Roadway-Install ABC .233 WCR 13 North Leg-Roadway-Asphalt Paving HMA STA 218+05-STA 228+47 4 d 9/9/26 9/11/26 WCR 13 North Leg-Roadway-Asphalt Paving HMA 234 WCR 13 North leg-Roadway-Install Curb&Gutter 1 d 8/31/26 8/31/26 WCR 13 North Leg-Roadway-Install Curb&Gutter 235 WCR 13 North Leg-Roadway-Asphalt Pave PCCP STA 216+00-STA 218+05 5 d 9/2/26 9/4/26 WCR 13 North Leg-Roadway-Asphalt Pave PCCP ST itKraemer North America, Fxceellence. 22 "Age Weld County 54/13 Roundabout Project Project No.B2500147 ID Task Name Duration Start Finish 2026 2027 ,Jan Feb Mar Apr May lull JAI A,,g Sep Oct Nov Dec Jan Feb Mai Apr May:uu Jul Aug Sop Orr Nov Der 236 WCR 13 North Leg-Roadway-Splitter Island Median Cover Material Placement STA 216+00-STA 217+80 2 d 9/8/26 9/9/26 WCR 13 North Leg-Roadway-Splitter Island Mediar • 237 WCR 13 North Leg-Roadway-Backfill C&G I Shoulder as needed 3 d 9/11/26 9/16/26 WCR 13 North Leg-Roadway-Backfill C&G I Shoul 238 WCR 13 North Leg-Roadway-Install Curb&Gutter Cure 2 d 9/1/26 9/2/26 WCR 13 North Leg-Roadway-Install Curb&Gutter t 239 WCR 13 NORTH LEG-FINISHES 9/16/26 10/12/26 r—i WCR 13 NORTH LEG-FINISHES 240 WCR 13 North Leg-Finishes-Perm Striping Installation 2 d 10/9/26 10/12/26 WCR 13 North Leg-Finishes-Perm Striping Insta 241 WCR 13 North Leg-Finishes-Place Topsoil 5 d 9/16/26 9/23/26 WCR 13 North Leg-Finishes-Place Topsoil 242 WCR 13 North Leg-Finishes-Install Signage 3 d 9/24/26 9/29/26 WCR 13 North Leg-Finishes-Install Signage 243 WCR 13 North Leg-Finishes-Reset Guardrail 1 d 9/23/26 9/24/26 WCR 13 North Leg-Finishes-Reset Guardrail 244 WCR 13 North Leg-Finishes-Remove Existing Striping at Tie-Ins 1 d 9/29/26 9/30/26 WCR 13 North Leg-Finishes-Remove Existing Stn 245 WCR 54/13 RAB-STA 110+00-STA 112+00(STA 213+50-STA 216+00 5/11/26 10/12/'-,„, r I WCR 54/13 RAB-STA 110+00-STA 112+00 I ST 246 WCR 54/13 RAB-REMOVALS 5/11/26 6/9/26 1 n WCR 54/13 RAB-REMOVALS 247 WCR 54/13 RAB-Remove-Culvert(STA 214+76) 1 d 6/2/26 6/2/26 WCR 54/13 RAB-Remove-Culvert(STA 214+76) 248 WCR 54/13 RAB-Remove-Gaseline 5 d 6/3/26 6/9/26 1 WCR 54/13 RAB-Remove-Gaseline 249 WCR 54/13 RAB-Remove-Signage Where Applicable 1 d 5/11/26 5/11/26 WCR 54/13 RAB-Remove-Signage Where Applicable 250 WCR 54/13 RAB-Remove-Existing Asphalt 2 d 5/28/26 6/1/26 j 1 WCR 54/13 RAB-Remove-Existing Asphalt 251 WCR 54/13 RAB-Remove-Waterline(By Others) 4 d 6/2/26 6/5/26 WCR 54/13 RAB-Remove-Waterline(By Others) 252 WCR 54/13 RAB-GRADING 5/26/26 7/2/26 I 1 WCR 54/13 RAB-GRADING 253 WCR 54/13 RAB-Grading-Muck Ex(As Required) 5 d 6/26/26 7/2/26 WCR 54/13 RAB-Grading-Muck Ex(As Required) 254 WCR 54/13 RAB-Grading-Strip Topsoil I Stockpile 2 d 6/15/26 6/16/26 WCR 54/13 RAB-Grading-Strip Topsoil I Stockpile 255 WCR 54/13 RAB-Grading-Unclassified Ex.I Embankment to Bttm of R40(10,445) 6 d 6/17/26 6/25/26 WCR 54/13 RAB-Grading-Unclassified Ex.I Embankment 256 WCR 54/13 RAB-Grading-Clear&Grub 1 d 5/26/26 5/26/26 WCR 54/13 RAB-Grading-Clear&Grub 257 WCR 54/13 RAB-DRAINAGE I UTILITIES 7/23/26 8/18/26 I"I WCR 54/13 RAB-DRAINAGE I UTILITIES 258 WCR 54/13 RAB-Drainage-Install 30-Inch RCP(STA 214+04) 5 d 7/23/26 7/29/26 WCR 54/13 RAB-Drainage-Install 30-Inch RCP(STA 214 259 WCR 54/13 RAB-Utilities-Install 4-Inch PVC for Lighting(S.Leg) 1 d 8/18/26 8/18/26 WCR 54/13 RAB-Utilities-Install 4-Inch PVC for Lighti 260 WCR 54/13 RAB-Utilities-Install 4-Inch PVC for Lighting(W.Leg) 1 d 8/17/26 8/17/26 WCR 54/13 RAB-Utilities-Install 4-Inch PVC for Lighti 261 WCR 54/13 RAB-Utilities-Install 4-Inch PVC for Lighting(N.Leg) 1 d 8/14/26 8/14/26 WCR 54/13 RAB-Utilities-Install 4-Inch PVC for Light'. 262 WCR 54/13 RAB-Drainage-Install 24-Inch RCP w/Inlet No.10(STA 214+69) 6 d 7/30/26 8/6/26 WCR 54/13 RAB.Drainage-Install 24-Inch RCP w/Inlet '263 WCR 54/13 RAB-Drainage-Install 18-Inch RCP w/Inlet No.11(STA 215+91) 6 d 8/7/26 8/14/26 WCR 54/13 RAB-Drainage-Install 18-Inch RCP w/Inlet 264 WCR 54/13 RAB-ROADWAY 8/24/26 10/1/26 r l WCR 54/13 RAB-ROADWAY 265 WCR 54/13 RAB-Roadway-Install Curb&Gutter Cure 2 d 9/9/26 9/10/26 WCR 54/13 RAB-Roadway-Install Curb&Gutter G. 266 WCR 54/13 RAB-Roadway-Install R40 5 d 8/24/26 8/28/26 WCR 54/13 RAB-Roadway-Install R40 1267 WCR 54/13 RAB-Roadway-Install GeoGrid Btwn R40&Base Course 2 d 8/31/26 9/1/26 WCR 54/13 RAB-Roadway-Install GeoGrid Btwn R40 268 WCR 54/13 RAB-Roadway-Install ABC 3 d 9/2/26 9/4/26 WCR 54/13 RAB-Roadway-Install ABC .269 WCR 54/13 RAB-Roadway-Install Curb&Gutter 1 d 9/8/26 9/8/26 WCR 54/13 RAB-Roadway-Install Curb&Gutter '270 WCR 54/13 RAB-Roadway-Pave PCCP(Inside/Outside Lanes)&Hand Pours 3 d 9/21/26 9/23/26 WCR 54/13 RAB-Roadway-Pave PCCP(Inside/Our 271 WCR 54/13 RAB-Roadway-Pave RAB Truck Apron/Infill of RA8 3 d 9/24/26 9/28/26 WCR 54/13 RAB-Roadway-Pave RAB Truck Aproi 272 WCR 54/13 RAB-Roadway-Splitter Island Median Cover Material Placement(Remainder of South&North Legs) 1 d 9/29/26 9/29/26 WCR 54/13 RAB-Roadway-Splitter Island Mediar 273 WCR 54/13 RAB-Roadway-Backfill C&G I Shoulder as needed 2 d 9/30/26 10/1/26 WCR 54/13 RAB-Roadway-Backfill C&G I Should 274 WCR 54/13 RAB-FINISHES 10/2/26 10/12/26 n WCR 54/13 RAB-FINISHES 275 WCR 54/13 RAg-Finishes-Install Signage 3 d 10/2/26 10/7/26 WCR 54/13 RAB-Finishes-Install Signage 276 WCR 54/13 RAB-Finishes-Perm Striping Installation 2 d 10/9/26 10/12/26 WCR 54/13 RAB-Finishes-Perm Striping Install- 277 WCR 54 EAST LEG-STA 131+00 to 138+54(SECTION 2) 8/20/26 10/9/26 r-1 WCR 54 EAST LEG-STA 131+00 to 138+54(SECT 278 WCR 54 EAST LEG-REMOVALS 8/20/26 8/27/26 fl WCR 54 EAST LEG-REMOVALS 279 WCR 54 East Leg-Remove-Culvert 131*80 1 d 8/25/26 8/26/26 WCR 54 East Leg-Remove-Culvert 131+80 280 WCR 54 East Leg-Remove-Asphalt 1 d 8/20/26 8/21/26 WCR 54 East Leg-Remove-Asphalt .281 WCR 54 East Leg-Remove-Culvert 133+59 1 d 8/26/26 8/27/26 WCR 54 East Leg-Remove-Culvert 133+59 .282 WCR 54 EAST LEG-GRADING 8/20/26 9/3/26 in WCR 54 EAST LEG-GRADING AKraemer North America, Excellence. 23 wag Weld County 54113 Roundabout Project Project No.B2500147 �110 Task Name Duration Start Finish 2026 2027 • II- -. _-. -.-- _.._ _ ,tan Feb Mar Apr May Jun Jul Aug Sep Ort Nov Dec Jan Feb.May3pr'.May tun Jul Aug'Sep Oa Nov Dec 1283 WCR 54 East Leg-Grading-Clear&Grub 1 d 8/20/26 8/21/26 WCR 54 East Leg Grading-Clear&Grub 284 WCR East Leg-Grading-Strip Topsoil I Stockpile 2 d 8/21/26 8/25/26 1 WCR East Leg-Grading-Strip Topsoil 1 Stockpile .285 WCR 54 East Leg-Grading-Unclassified Ex.I Embankment to Bttm of R40 3 d 8/27/26 9/1/26 IWCR 54 East Leg-Grading-Unclassified Ex.1 Embank 1286 WCR 54 East Leg-Grading-Muck Ex(As Required) 2 d 9/1/26 9/3/26 WCR 54 East Leg-Grading-Muck Ex(As Required) 1287 WCR 54 EAST LEG-ROADWAY 9/3/26 9/22/26 r1 WCR 54 EAST LEG-ROADWAY [288 WCR 54 East Leg-Roadway-Install R40 4 d 9/3/26 9/10/26 WCR 54 East Leg-Roadway-Install R40 289 WCR 54 East Leg-Roadway-Install ABC 3 d 9/10/26 9/15/26 1.1 WCR 54 East Leg-Roadway-Install ABC 290 WCR 54 East Leg-Roadway-Install Curb&Gutter 1 d 9/15/26 9/16/26 WCR 54 East Leg-Roadway-Install Curb&Gutter 291 WCR 54 East Leg-Roadway-Install Curb&Gutter Cure 3 d 9/16/26 9/19/26 WCR 54 East Leg-Roadway-Install Curb&Gutter f 292 WCR 54 East Leg-Roadway-Asphalt Paving HMA STA 121+66-STA 138+50 1 d 9/19/26 9/19/26 • WCR 54 East Leg-Roadway-Asphalt Paving HMA 5 293 WCR 54 East Leg-Roadway-Backtll C&G(Shoulder as needed(Part 2) 2 d 9/21/26 9/22/26 WCR 54 East Leg-Roadway-Backfill C&G I Shouldi 294 WCR 54 EAST LEG-FINISHES 9/23/26 10/9/26 pi WCR 54 EAST LEG-FINISHES 295 WCR 54 East Leg-Finishes-Place Topsoil 5 d 9/23/26 9/29/26 WCR 54 East Leg-Finishes-Place Topsoil 296 WCR 54 East Leg-Finishes-Reset Guardrail 1 d 9/30/26 9/30/26 WCR 54 East Leg-Finishes-Reset Guardrail 297 WCR 54 East Leg-Finishes-Install Signage 3 d 10/1/26 10/6/26 1 WCR 54 East Leg-Finishes-Install Signage 298 WCR 54 East Leg-Finishes-Remove Existing Striping at Tie-Ins 1 d 10/7/26 10/7/26 WCR 54 East Leg-Finishes-Remove Existing Strp1 294 WCR 54 East Leg Finishes-Perm Striping Installation ;d 10/8/26 10/9/26 WCR 54 East Leg-Finishes-Perm Striping Install: 30i. PHASE 3(WORK NOT REQUIRED IN CLOSURE) -.'.A"--" "_ 8/20/26 10/4/35+n4 r1 PHASE 3(WORK NOT REQUIRED IN CLOSURE) 30 WCR 13 SOUTH LEG-STA 197+50-STA 215+00 8/20/26 9/25/26 r-1 WCR 13 SOUTH LEG-STA 197+50-STA 215+00 -�302 - -WCR 13 SOUTH LEG-FINISHES _ - 9/23/26 9/25/26 I WCR 13 SOUTH LEG-FINISHES 303 WCR 13 South Leg-Finishes-Final Seeding I ECM's 5 d 9/23/26 9/25/26 WCR 13 South Leg-Finishes-Final Seeding 1 ECM'! [304 WCR 13 SOUTH LEG-DRIVEWAYS 8/20/26 9/4/26 I r1 WCR 13 SOUTH LEG-DRIVEWAYS 1305 WCR 13 South Leg-Surfacing STA 203+42(R) 1 d 8/27/26 8/28/26 I WCR 13 South Leg-Surfacing STA 203+42(R) 306 WCR 13 South Leg-Surfacing STA 206+41(R) 1 d 9/3/26 9/4/26 WCR 13 South Leg-Surfacing STA 206+41(R) 11307 WCR 13 South Leg-Grading/Oraiange STA 203+42(R) S d 8/20/26 8/27/26 WCR 13 South Leg-Grading/Oraiange STA 203+42(R i. 1308 WCR 13 South Leg-Grading/Drainage STA 206+41(R) 5 d 8/27/26 9/3/26 WCR 13 South Leg-Grading/Drainage STA 206+41 II309 WCR 54 EAST LEG-STA 112+00-STA 138+50 9/29/26 10/1/26 1 I WCR 54 EAST LEG-STA 112+00-STA 138+50 I310 WCR 54 EAST LEG•FINISHES 9/29/26 10/1/26 , I WCR 54 EAST LEG-FINISHES WCR 54 East LegFinishes-Final Seeding ECM's 1311 WCR 54 East Leg-Finishes-Final Seeding ECM's 5 d 9/29/26 10/1/26 - rig 1312 WCR 13 NORTH LEG-STA 21S+00-STA 233+12 9/11/26 9/28/26 • n WCR 13 NORTH LEG-STA 215+00-STA 233+12 1313 WCR 13 NORTH LEG-FINISHES 9/23/26 9/25/26 I WCR 13 NORTH LEG-FINISHES I 1314 WCR 13 North Leg-Finishes-Final Seeding 1 ECM's 5 d 9/23/26 9/25/26 1 WCR 13 North Leg-Finishes-Final Seeding 1 ECM', 1315 WCR 13 NORTH LEG-DRIVEWAYS 9/11/26 9/28/26 i inWCR 13 NORTH LEG-DRIVEWAYS 1316 WCR 13 North Leg-Grading/Drainage STA 220+32(L) 5 d 9/11/26 9/18/26 g WCR 13 North Leg-Grading/Drainage STA 220+32 1317 WCR 13 North Leg-Surfacing STA 220+32(L) 1 d 9/18/26 9/21/26 1 WCR 13 North Leg-Surfacing STA 220+32 IU 131E I WCR 13 North Leg-Surfacing STA 220+44(R) 1 d 9/25/26 9/28/26 1 I WCR 13 North Leg-Surfacing STA 220+44(R) 1319 WCR 13 North Leg-Grading/Drainage STA 220+44(R) 5 d 9/18/26 9/25/26 m WCR 13 North Leg-Grading/Drainage STA 220+4 320 WCR 54 WEST LFG-STA 98+50-STA 112+00 9/23/26 10/4/26 IT WCR 54 WEST LEG-STA 98+50-STA 112+00 321 WCR 54'.;. a ,-,<,., ...r '•- - Y`" 'iC`. WCR 54 WEST LEG-FINISHES 1322 WCR 54 West Leg-Finishes-Final Seeding(ECM's 5 d 10/2/26 10/4/26 WCR 54 West Leg-Finishes-Final Seeding 1 ECM''. 1323 WCR 54 WEST LEG-DRIVEWAYS 9/23/26 8/30/26 n WCR 54 WEST LEG-DRIVEWAYS 1324 WCR 54 West Leg-Driveway-Surfacing STA 100+85(R) 1 d 9/28/26 9/29/26 WCR 54 West Leg-Driveway-Surfacing STA 100+ '325 WCR 54 West Leg-Driveway-Grading STA 101+41(R) 2 d 9/25/26 9/28/26 WCR 54 West Leg-Driveway-Grading STA 101+4 1326 WCR 54 West Leg-Driveway-Grading STA 100+85(R) 2 d 9/23/26 9/24/26 WCR 54 West Leg Driveway-Grading STA 100+85 1127 WCR 54 West Leg-Driveway-Surfacing STA 101+41(R) 1 d 9/29/26 9/30/26 WCR 54 West Leg Driveway-Surfacing STA 101J+ • atKraemer North America, '1'- -- Excellence. 24 x.Aeae Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 6 COST imp ; „ it Kraemer North America, • Weld County Road 54/13 Roundabout Project Project No.B2500147 COST Please refer to Schedule E,Table 1, starting on page iii in Tab 7 for project cost information. Kraemer North America, Quality, Safety Excellence. KRAEMER Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 7 SCHEDULE E: PROPOSAL RESPONSE FORM emu „ , Kraemer North America, `r r• MEMO Weld County Road 54/13 Roundabout Project Project No.B2500147 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 16, 2026 @ 10:00am 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 #: 07-981-4759 Fees - Proposal Schedule The submitted bid unit prices, along with the TOTAL cost for the bid tabulation provided in Schedule E, Table 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 Schedule E, Table 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. KKraemer North America, Quality. Safet\ Excellence. KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Table 1-WCR 54/13 Roundabout Project Bid Tabulation(Revised 01/12/2026) Item# Item Description Unit Quantity Unit Cost Total Cost 201-00000 CLEARING AND GRUBBING LS 1.00 43,000.00 43,000.00 202-00002 REMOVAL OF STRUCTURES(SPECIAL) EA 1.00 5,000.00 5,000.00 202-00010 REMOVAL OF TREES EA 60.00 575.00 34,500.00 202-00020 REMOVAL OF CONCRETE STRUCTURE EA 4.00 1,262.22 5,048.88 202-00033 REMOVAL OF PIPE EA 14.00 1,500.00 21,000.00 202-00036 REMOVAL OF GAS LINE(CONTINGENCY) LF 17,465.00 2.50 43,662.50 202-00036 REMOVAL OF WATERLINE(CONTINGENCY)(PVC,COPPER,&STEEL) LF 6,000.00 3.80 22,800.00 202-00210 REMOVAL OF CONCRETE PAVEMENT SY 400.00 10.32 4,128.00 202-00220 REMOVAL OF ASPHALT MAT(PLANING)(FULL DEPTH REMOVAL) SY 27,062.00 4.28 115,825.36 202-00250 REMOVAL OF PAVEMENT MARKING SF 779.00 5.00 3,895.00 202-00810 REMOVAL OF GROUND SIGN EA 17.00 150.75 2,562.75 202-01000 REMOVAL OF FENCE LF 10,258.00 0.75 7,693.50 202-01130 REMOVAL OF GUARDRAIL(TYPE 3) LF 200.00 4.57 914.00 202-04100 ABANDON WELL EA 2.00 5,038.01 10,076.02 203-00000 UNCLASSIFIED EXCAVATION CY 89,704.00 16.81 1,507,924.24 203-00050 UNSUITABLE MATERIAL(MUCK)((CONTINGENCY) CY 16,461.00 22.75 374,487.75 203-00066 EMBANKMENT MATERIAL(R40 IMPORT) CY 38,870.00 24.34 946,095.80 203-00200 ONSITE BORROW CY 7,573.00 3.52 26,656.96 203-00510 ROCK FILL(3 INCH MINUS)(CONTINGENCY) CY 10,000.00 58.85 588,500.00 203-01100 PROOF ROLLING HR 60.00 130.00 7,800.00 203-01500 BLADING HR 40.00 170.00 6,800.00 203-01594 COMBINATION LOADER HR 80.00 150.00 12,000.00 203-01597 UTILITY POTHOLING HR 100.00 356.71 35,671.00 203-02330 LABORER HR 80.00 65.00 5,200.00 207-00205 TOPSOIL(REDISTRIBUTE)(12 INCHES) CY 35,956.00 10.22 367,470.32 207-00210 STOCKPILE TOPSOIL CY 45,881.00 4.00 183,524.00 208-00002 EROSION LOG(TYPE 1)(12 INCH) LF 7,696.00 4.89 37,633.44 208-00035 AGGREGATE BAG LF 600.00 9.21 5,526.00 208-00045 CONCRETE WASHOUT STRUCTURE(LINED) EA 1.00 10,250.00 10,250.00 208-00051 STORM DRAIN INLET PROTECTION(TYPE 1) LF 588.00 9.21 5,415.48 HKraemer North America, Excellence. III KRAEAIFR Weld County Road 54/13 Roundabout Project Project No.B2500147 Item# Item Description Unit Quantity Unit Cost Total Cost 208-00075 PREFABRICATED VEHICLE TRACKING PAD EA 4.00 13,022.48 52,089.92 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT(LABOR) HR 40.00 60.00 2,400.00 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT(EQUIPMENT) HR 40.00 100.00 4,000.00 208-00106 SWEEPING(SEDIMENT REMOVAL) HR 160.00 185.00 29,600.00 208-00207 EROSION CONTROL MANAGEMENT(ECM) DAY 150.00 50.00 7,500.00 209-00600 DUST PALLIATIVE(MAGNESIUM CHLORIDE) GAL 50,000.00 3.33 166,500.00 210-00010 RESET MAILBOX STRUCTURE EA 2.00 981.52 1,963.04 210-00810 RESET GROUND SIGN EA 4.00 251.25 1,005.00 211-03005 DEWATERING DAY 100.00 190.00 19,000.00 212-00009 SEEDING(TEMPORARY) AC 4.32 236.86 1,023.24 212-00028 SEEDING(WETLANDS) AC 0.24 4,723.46 1,133.63 212-00702 BIOTIC SOIL AMENDMENT(HYDRAULICALLY APPLIED) LB 97,020.00 1.04 100,900.80 212-00706 SEEDING(NATIVE)(DRILL) AC 21.56 502.50 10,833.90 213-00002 MULCHING(WEED FREE HAY) AC 26.12 934.05 24,397.39 216-00201 SOIL RETENTION BLANKET(STRAW-COCONUT)(BIODEGRADABLE CL 1) SY 4,886.00 2.61 12,752.46 304-06000 AGGREGATE BASE COURSE(CLASS 6)(RECYCLED CONCRETE) TON 15,885.00 47.86 760,256.10 304-08000 AGGREGATE BASE COURSE(SHOULDERING) TON 744.00 87.26 64,921.44 403-33841 HOT MIX ASPHALT(GRADING S)(100)(PG64-22) TON 7,904.00 82.41 651,368.64 403-34851 HOT MIX ASPHALT(GRADING SX)(100)(PG64-28) TON 2,635.00 98.49 259,521.15 412-00800 CONCRETE PAVEMENT(8 INCH) SY 827.00 76.14 62,967.78 412-00801 CONCRETE PAVEMENT(8 INCH)(SPECIAL,DAVIS RED) SY 1,278.00 112.68 144,005.04 412-00900 CONCRETE PAVEMENT(9 INCH) SY 21,993.00 83.24 1,830,697.32 412-00901 CONCRETE PAVEMENT(9 INCH)(SPECIAL,DAVIS RED) SY 657.00 126.89 83,366.73 420-00300 GEOTEXTILE(REINFORCEMENT)(UNDER ABC) SY 54,625.00 5.85 319,556.25 506-00030 GROUTED RIPRAP(12 INCH) CY 85.00 721.60 61,336.00 506-00212 RIPRAP(12 INCH) CY 524.00 278.06 145,703.44 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 443.00 955.52 423,295.36 507-00001 CONCRETE SLOPE AND DITCH PAVING(RUNDOWNS) EA 3.00 2,301.60 6,904.80 601-03000 CONCRETE CLASS D CY 52.00 1,783.40 92,736.80 602-00020 REINFORCING STEEL(EPDXY COATED) LB 712.00, 10.00 7,120.00 603-01150 15 IN REINFORCED CONCRETE PIPE LF 111.00 284.76 31,608.36 KKraemer North America, Quality. Satet,. Excellence. iv KRAEMER Weld County Road 54/13 Roundabout Project Project No. B2500147 Item# Item Description Unit Quantity Unit Cost Total Cost 603-01180 18 IN REINFORCED CONCRETE PIPE LF 784.00 200.93 157,529.12 603-01240 24 IN REINFORCED CONCRETE PIPE LF 311.00 246.64 76,705.04 603-01200 30 IN REINFORCED CONCRETE PIPE LF 303.00 339.42 102,844.26 603-02180 23X14 IN HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 248.00 256.67 63,654.16 603-02240 30X19 IN HORIZONTAL ELLIPTICAL REINFORCED CONCRETE PIPE LF 196.00 286.81 56,214.76 603-05015 15 IN REINFORCED CONCRETE END SECTION EA 5.00 4,834.93 24,174.65 603-05018 18 IN REINFORCED CONCRETE END SECTION EA 6.00 5,234.37 31,406.22 603-05030 30 IN REINFORCED CONCRETE END SECTION EA 1.00 3,549.70 3,549.70 603-05118 23X14 IN REINFORCED ELLIPTICAL CONCRETE END SECTION EA 8.00 6,198.07 49,584.56 603-05124 30X19 IN REINFORCED ELLIPTICAL CONCRETE END SECTION EA 1.00 6,519.61 6,519.61 604-00511 INLET CDOT TYPE D(10 FT)(CAST IN PLACE) EA 1.00 18,234.29 18,234.29 604-14005 INLET DOUBLE COMBO(5 FT DEEP)(CAST IN PLACE) EA 8.00 13,881.69 111,053.52 604-14605 INLET QUAD COMBO(5 FT DEEP)(CAST IN PLACE) EA 5.00 34,806.23 174,031.15 606-00302 GUARDRAIL(TYPE 3)(31 INCH MIDWEST GUARDRAIL SYSTEM) LF 200.00 41.56 8,312.00 607-01010 FENCE(BARBED WIRE WITH METAL POSTS)(SPECIAL) LF 10,476.00 4.72 49,446.72 607-11525 FENCE(PLASTIC) LF 2,114.00 2.25 4,756.50 609-20010 CURB TYPE 2(SECTION B) LF 330.00 32.48 10,718.40 609-20011 CURB TYPE 2(SECTION M) LF 429.00 35.53 15,242.37 609-21010 CURB AND GUTTER TYPE 2(SECTION I-B) LF 2,203.00 28.42 62,609.26 609-21020 CURB AND GUTTER TYPE 2(SECTION II-B) LF 10,770.00 28.42 306,083.40 609-23000 GUTTER(TYPE 2)(SPECIAL) LF 352.00 86.29 30,374.08 609-71001 CONCRETE APRON AT END OF CURB AND GUTTER TO GROUTE EA 8.00 456.82 3,654.56 612-00041 DELINEATOR(FLEXIBLE)(TYPE I)(DRIVEABLE) EA 27.00 75.37 2,034.99 612-00042 DELINEATOR(FLEXIBLE)(TYPE II)(DRIVEABLE) EA 38.00 80.40 3,055.20 612-00043 DELINEATOR(FLEXIBLE)(TYPE III)(DRIVEABLE) EA 36.00 85.42 3,075.12 613-00400 4 INCH ELECTRICAL CONDUIT LF 381.00 23.86 9,090.66 614-00011 SIGN PANEL(CLASS I) SF 190.00 21.10 4,009.00 614-00012 SIGN PANEL(CLASS II) SF 204.00 28.14 5,740.56 614-00216 STEEL SIGN POST(2 X 2 INCH SQUARE TUBING) LF 644.00 15.07 9,705.08 615-00202 STEEL IRRIGATION PLATE WITH WELDED 12 INCH STARTER BELL EA 1.00 6,638.23 6,638.23 616-30124 29X18 IN TRASH GUARD EA 1.00 2,006.13 2,006.13 KKraemer North America, Quality, Satety. Excellence. v KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Item# Item Description Unit Quantity Unit Cost Total Cost 620-00002 FIELD OFFICE(CLASS 2)(COUNTY PROVIDED) EA 1.00 245,000.00 245,000.00 620-00012 FIELD LABORATORY(CLASS 2) EA 1.00 210,000.00 210,000.00 620-00020 SANITARY FACILITY EA 1.00 7,500.00 7,500.00 621-00411 TEMPORARY ACCESS ROAD(LOVELAND READY MIX)(CR 13 NW) LS 1.00 85,000.00 85,000.00 621-00412 TEMPORARY ACCESS ROAD(COULSON EXCAVATING)(CR 13 NE) LS 1.00 85,000.00 85,000.00 621-00413 TEMPORARY ACCESS ROAD(RESIDENCE)(CR 13 SE) LS 1.00 27,000.00 27,000.00 625-00000 CONSTRUCTION SURVEYING LS 1.00 117,790.35 117,790.35 626-00000 MOBILIZATION LS 1.00 1,284,863.22 1,284,863.22 627-00005 EPDXY PAVEMENT MARKING(MODIFIED) GAL 231.00 150.75 34,823.25 627-30205 THERMOPLASTIC PAVEMENT MARKING(TYPE I)(WORD-SYMBOL,ARROWS,STOP BAR)(INLAID) SF 1,309.00 15.07 19,726.63 629-01011 SURVEY MONUMENT(TYPE 1-A) EA 1.00 10,507.20 10,507.20 630-00000 FLAGGING HR 400.00 45.40 18,160.00 630-00016 TRAFFIC CONTROL(SPECIAL) LS 1.00 140,000.00 140,000.00 630-10122 PORTABLE VARIABLE MESSAGE BOARD EA 9.00 11,601.23 104,411.07 630-80372 CONCRETE BARRIER(TEMPORARY)(FURNISH AND INSTALL) LF 450.00 80.00 36,000.00 700-70010 F/A MINOR CONTRACT REVISIONS FA 1.00 800,000.00 800,000.00 700-70012 F/A ASPHALT PAVEMENT QUALITY INCENTIVE FA 1.00 55,000.00 55,000.00 700-70013 F/A CONCRETE PAVEMENT QUALITY INCENTIVE FA 1.00 83,000.00 83,000.00 700-70016 F/A FUEL COST ADJUSTMENT FA 1.00 60,000.00 60,000.00 700-70018 F/A PAVEMENT SMOOTHNESS INCENTIVE FA 1.00 72,000.00 72,000.00 700-70019 F/AASPHALTCEMENTCOSTADJUSTMENT FA 1.00 15,000.00 15,000.00 700-70171 F/A SUBSURFACE UTILITY ENGINEERING(SUE) FA 1.00, 10,000.00 10,000.00 700-70380 F/A EROSION CONTROL FA 1.00 150,000.00 150,000.00 927-00170 PROCESS CONTROL TESTING FOR ITEMS 203,206,304,306 and 603 DAY 150.00 80.00 12,000.00 Total Bid Price 14,916,360.61 Written Total Amount: Fourteen Million,Nine Hundred Sixteen Thousand,Three Hundred Sixty Dollars and Sixty One Cents itKraemer North America Quality. Safety. Excellence. vi KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Fees-Cost Adjustments Proposers have the option to accept Fuel and/or Asphalt Cement Cost Adjustments in accordance with CDOT Section 109 for Fuel and Asphalt Cement Cost Adjustments. To accept either of these standard special provisions, the Proposer must fill in an "X" next to the "YES" below. No Fuel or Asphalt Cement Cost Adjustments will be made due to fuel or asphalt cement cost changes for Proposers who answer "NO". If neither line is marked, the Department will assume the Proposer has answered "NO". After the Proposals are submitted, Proposer will not be given any other opportunity to accept or reject the Fuel and/or Asphalt Cement Cost adjustments. Fuel Cost Adjustment YES, I choose to accept Fuel Cost Adjustments for this project. X NO, I choose NOT to accept Fuel Cost Adjustments for this project. Asphalt Cost Adjustment YES, I choose to accept Asphalt Cement Cost Adjustments for this project. X NO, I choose NOT to accept Asphalt Cement Cost Adjustments for this project. 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 No. # B2400147. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. The person signing the Proposal is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement of Schedule F- Insurance and Bonds. 5. Acknowledgment of Schedule G-Weld County Contract. 6. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. 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. Kraemer North America, Excellence. vii KRAEMfR Weld County Road 54/13 Roundabout Project Project No.B2500147 Item Entry Company Name: Kraemer North America, LLC Address: .900 W. Castleton Rd., Ste. 220, Castle Rock, CO Phone (303) 688-7500 Email: ,cobids@Kraemerna.com FEIN/Federal Tax ID #: 47-2031815 CONTRA9TOR 1K( i' 1/16/2026 By: ,f i t Date of Signature Namb: Timothy J. Maloney Title: Sr. Vice President itKraemer North America, '_LC Quality, Safety Excellence. viii Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 8 SCHEDULE H : FORMS DUE WITH PROPOSAL Kraemer North America, T) r' KR t $ Weld County Road 54/13 Roundabout Project Project No.B2500147 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. Contractor's Performance Capability Statement (Form #605) 6. Anti-Collusion Affidavit (Form #606) 7. Anticipated DBE Participation Plan (Form #1414) Kraemer North America, Excellence. ix KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Bid Bond WCR 54/13 Roundabout Project KNOW ALL MEN BY THESE PRESENTS, that we, Kraemer North America,LLC as Principal, hereinafter called the Principal, a limited liability corporation [corporation, partnership, or individual]duly authorized by law to do business in the State of Colorado, and Liberty Mutual 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 Total Bid Amount Submitted Dollars($5%of Total Bid ), 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 16 , 2026 for the WCR 54/13 Roundabout Project, 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 26th day of December 2025 ,22818 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: Kraemer No America,LLC Signature: Title: S r . /10 r r.or+ ATTEST:By:1q,vtot A. Not,{,aue✓ Ass tS 1y Sam-171 Solicitation#B2500147 Page 44 KKraemer North America, Excellence. x KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 ,Surety tibem Mutual Insurance Company Signature: G��� ' Natalie K.Trofimoff Title:- Attorney-in-Fad Witnesss� C1,z, ATOM: rpo By: Andre'Perenishko Solicitation#B2500147 Page 45 irkKraemer North America, Excellence. xi KRAMER Weld County Road 54/13 Roundabout Project Project No.B2500147 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ss County of Los Angeles On DEC 2 6 2025 , before me, Maria Pena, Notary Public, personally appeared Natalie K.Trofimoff,who proved to me on the basis of satisfactory evidence to be the persons) whose name$} is{are subscribed to the within instrument and acknowledged to me that l e,1she{Tktey executed the same in kt}s/her/thei-F authorized capacity{•ies4, and that by krisIher/ Leif signature(}on the instrument the person$)•,or the entity upon behalf of which the person(&)acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. d .7:PENA Jn; Notary Public•California "`?F Los Angeles County g I Comm p Oct2n R t9224 My Ex Comm.Ex lies O 2. Signature: �-- (Seal) Maria Pena,Notary Public Kraemer North America, Excellence. xii KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 1- `.41 i Liberty POWER OF ATTORNEY fMutual. Liberty Mutual Insurance Company Certificate No: 8213811_977459 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire.that Liberty Mulual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Autumn Stockton;C.K.Nakamura;Carlos A.Albelo;E.S.Albrecht,Jr.,Elizabeth Perison,Jessica Rosser;Lisa L.Thornton;Mane Pena;Natalie K.Trufimoff;Noemi Quiroz; Patricia S.Arana;S.Nicole Evans;Tim M.Tomku - - all of the city of Los Angeles state of CA each individually if there be more than one earned,its he and lawful allaney-in-fad to make, execute,seal,acknowledge and deliver,for and on its behalf as surety end as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of April , 2025 Liberty Mutual Insurance Company 1NSlJ �ZY iN5, tl tN5Ug4 The Ohio Casualty Insurance Company ti. o'u'"V,t n�•ro° --''R4s cPp^POQ+ 'J� Weal American insurance Company F N d' 'o T ui f e 1912�,�r c 2 1919 0 o a 1991 o ✓�//�f / E N rdg''y+cwu'��` f y0 +'rr�xv,L1 I� Hoi,r� dDt 6,1 a,/i7/f L_ 8E C eh ._t•� fix! . tad ant . t•' By'- _- too State of PENNSYLVANIA Nall an J.Zangede,Assistant Secretary .G g es CountyofMONTGOMERY cJ= On this 14th day of April , 2025 before me personally appeared Nathan J.Zangerte.who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance r'I3 2 — Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing Instrument for the purposes ._ therein contained by signing on behalf of the corporations by himself as a duly authorized officer m al cc tom C v IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my noteral seal at Plymouth Meeting,Pennsylvania,on the day and year first above written O y 8 O 9'?..',�or,w* ( Cm,.�,.,..snn y cm"sri.uw :"saai w e4 t r.ms,e,r lera.Moan r1,D1< ,{— y-- p rU OF s Won snerymin!AV B /t4t e-1 lgQ,liltAir rrv-,nr, gins Alxtl,2e N2a G Cmvrtm,cn our bet 1126r3. y,;a c i wiz,ci;Pe,,syser.,,ssa Pastel a.Notary Public Q t5 r;i This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casual),Insurance Company,Liberty Mutual m;; C e Insurance Company.and West American Insurance Company which resolutions are now In full force and effect reading as follows: a E co k r: ARTICLE N-OFFICERS:Sedan 12.Power of Attorney C ,r E Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President and subject to such limrtatknl as the Chairman or the v a- 1 C President may prescribe,shad appoint such attorneys-in-fad,as may be necessary to act In behalf of the Corporation to make,execute,sear,acknowledge and degver as surety m ro any and all undertakings,bonds,recogruzances are other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall v}g have full power to bind;he Corporation try their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed,such o s z ol instruments nstruments shad be as binding as if signed by the President and attested to by the Secretary.My power or authority granted to any representative or attorney in-fact under the a as provisions of this Bride rosy be revoked al any erne by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti n ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds end Undertakings Any officer of the Company authon zed for that purpose in venting by the chairman or the president and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-In-fact sugect to the Imitations set forth in their respective powers of attorney,shall have full power to bine the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as If signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J Zangerfe,Assistant Secretary to appoint such abo-neys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,ecknowiedge and delver as surety any and all undertakings bonds,recognizances and other surety obligations Authorization-By unanimous consent of the Company's Boaro of Directors,the Company consents that laaimde or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds.shall be valid and binding upon the Corrpany with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Oho Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the orginal power of attorney Lti which the foregoing is a full,true and coned copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked DEC 2 6 2025 IN TESTIMONY WHEREOF,.i have herrsinto set my hand and affixed the seals of sad Companies this day of 1NSUkq _t,tY INN a tNSug4 AJPra-„.„,r'ye1 yJF pFeo ya VP 0„.,..4f+ io U g° Cr C+ �3° `0010 r 1912 ^111 i o 1919 1991 0 .%—`-'C�'LLy`� Y o CF 11 4 O.t ��I B rd a,c„,p" O crams biz �S �vor.r► da y --- q1 + t•N -H1 ' /•�d dM * i•* Renee C.Llewellyn,Assistant Secretary L MS.12e73 LMIC Otte WAie MOO Co szrz4 KKraemer North America Excellence. xiii KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 IRS Form W-9 Ferro W-9 Request for Taxpayer Give form to the than.Mach 2l241 Identification N umber and Certification requester.Do not t3tp a antRev d IN eraaeuy Go to oawraa.ns. IFornrW9 for insbructionns and the latest into-matron Bend to the IRS. tome Ravened.Berne �' eelore you begin Far guitis•tre related to the purpose of Form W-9.see Purpose of Farm,below. 1 Mann or ana� n h ig.Mn earns neared for a sofa await),Of divagation timer,tenor Ma owner's nerd on lint .and a'daar!ha tkdres s'dnsragc dad e tay's remain are 2.1 Kraemer North America,LLC 2 threw namaktbreprdlod amtir name.n dterant from above 3a Chock tea aapropnala box for tens tel das*neasm Cltiro rat vtnwrxdual ants*name.a arnead an Ira I Chock 4 O 1 Emmet.,�C[6a5 iF�\'aYV:O T only one M the rWbong swan bola aortae annuls.red,ndieduats. J Ir rod asetdo prcnlatar ❑ C eon:oraton u S caps aten U Partnership J Tnstastaoe see rnaneeons an pogo 3a c O �v1 „ nL11 LLC Erna Ma tat deestecatlon Qc-c coeporattofl S-8 corporation.P-Patnasna.it P Exempt payee coda Many', .� No Check We'LLC eat above and in the!flay spacemen the appropriate filch IC,5.or Mice flit tau lase loaoon of tha LLC unites t is a abrogates!wary.A dlsregardad witty Maid retard check tha appropriate Exarpson tool Faecal Account Tax ban 1p the trot dimimmnon d its avow Camplanoa AL1 fATCAI reporting c Oe err ram riitru450Ml coda®1 any) n , 3b m on Inn 3a mu checked'Pannaship'a'Tnnt,tectam.'a chided 1.LC and trtarad'P as as tat classutcatbrt pipp and you are savant)the torm to a parlw risrs,oust.a estate asn in which you ha'e an ownp merest Chid( les ro aCmx+rs ma►ltaated the Cox d you harm air Ioreign par:nas,owners.or teenenlrlas See rvnudlwa _ . = ousel Pe United States.! 5 AdOms number,sheet,and apt.aeJta na4.Ste Irabsacidns Floguestara rams and address}epitome One Plainview Road i City,state,and ZIP code Plain,WI 53577 7 List amount numbers;hors ppoorup Part I Taxpayer Identification Number(TN) Enter your TIN in the appraprade box.The TIN trended must match the name given of line T to mod backup withholdrrg.For indivinuals,tins is generally your social security number(SSW However,for a resident Seri,sole proprietor.or disregarded artily.see the nstrucbane for Part L later.For other e nbttes,it is your employer identification number IEI4.If you do not have a rurnber.see How to get a or 71N,later. Empeyar Nrlefcatbn number Holm If the account is in more than ore re-re,see the Instructions far Ire I.See also What Marne and N rn6er To Give the Requester for gudelves on whose number to enter. 4 7 - 2 0 3 1 8 1 5 G ` Certification Linder penalties of per►ny.I certify that. 1.The number shown on the tam is my correct taxpayer identification numbs(or 1 an wanting for a rcrrdter to be issued to mel;and 2.I am not subject to backup withhold rug because(a)I am exempt from backup wiWtaldng or lb;I have rot been rotted by the Internal Revenue Seraoce ORS)that I am satinet to backup withholding as a result of a tailire to report as*merest or dr yderds,or tci the IRS has notified me that I am no Tanga subset to backup witttucling;and 3.I am a U.S.atml or other U.S.person(defined belong;and 4.The FATCA code(s)entered on the tom Of aryl rndcatng that I ant exerrpt from FATCA reporting s correct. Cotifoation its ruietions,You trust cross out tern 2 above d you have been nabbed by the IRS that you are currently wtnect to backup withhddng became you have failed to report all merest and dividends on your tat return.For real estate transacti ra.item 2 noes not apply.For mortgage nterest pad, aoqunsit en or abandonment of secured property.c-driceltation of debt,contribution to an ndvintit retirement arangernent dRA;,and,generally,Payments otter than interest and dmdeen you are not red to sign the certification.bte you must provide your correct TIN.See the nstructons for Part 1.tiler. Sign 1�Wn n u Dam 1/l 6/2026 Here person General Instructions New tine 3b has been added ID the form A now-through entity its required to complete this Inc to ndicate that it has die or indeed Section references are to the Interns Revenue Code napes oiherrrse foreign partners,owners.or beneficiaries when it provides the Form W-9 noted. to another how-through entity rt which it has an ownership interest.This Future developments.For the latest nlorrrahon atoil devemprrents change is nterxded to preade a taw-through entity with ntamtabor related to Form W-9 and its nstructons,si:cri as legelatnn enacted regarding the status at its indeed foreign partners,owners.or after they were pablethed,go to www.i-S toe FormW9. beneficiaries,so that t can satisfy any applicable reporting requirements.Far example,a partnership that has any ndrect foreign What's New partners may be required to carrmlele Schedules K-2 and K-3.See the Patrershb Instructions for Schedules K-2 and K-3(Form 10661. Lne bc tits Dem.,rod toed to candy how a disregarded ertny completes this lire hn L.0 that Is a disregarded entity shoLId check tie Purpose of Form ,xxcrccitate b A for the tax ciasar ocaban of Is owner.Otherwise.t mould check tie-LLC'box and enter is appropriate tax classification. M irdivuual or ertny i(um'h-C reauceteri who is required to He an iricrmaron ratan with the IRS is glvnq yea this form because they Cat hie.+C2 31 X ham W-9 Fat,.3 2324'. Figure 1 W-9 Form KKraemer North America, Excellence. xiv KRAFMER — Weld County Road 54/13 Roundabout Project Project No.B2500147 '- 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: 1/16/2026 i"'i ' Siature Sr. Vice President Title KKraemer North America, Excellence. xv KRAEMER Weld County Road 54/13 Roundabout Project Project No. B2500147 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 pro rams on file at each establishment pursuant to 41 CFR § 60-4 and I (2) [it/he/she] has ✓ I 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: January 16 , 2026 Bidder/Proposer Name: Kraemer North America, LLC / ___-1 Signature: rTitle: Sr. Vice re.'dent 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. KKraemer North America, Excellence. xvi KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Contractors Performance Capability Statement (Form #605) Project# Weld County B2500147 CONTRACTORS PERFORMANCE CAPABILITY STATEMENT STU C030-085 (C24989) 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 J none c. Fiscal capability changes(legal actions,etc.) ®none d. Other changes that may effect the contractors ability to perform work. j 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 DOCUME ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name By Date l/16/2026 Kraemer North America, LLC Title Sr. e,Prksid nt 2nd Contractors firm or company name(if joint venture) By I ,.; Date Title itKraemer North America, Excellence. xvii aenaEr Weld County Road 54/13 Roundabout Project • Project No.B2500147 Anti-Collusion Affidavit (Form #606) WELD COUNTY Pao-ECT No B2500147/STU C030-085 (24989) ANTI-COLLUSION AFFIDAVIT t„ Ail.,tr WCR 54/13, Weld County,CO 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. Contractui s htm or comronv name EY Date 1/13/26 Kraemer North America, LLC T,il.> S . i e 'residint l t idle Sworn to before me this i 3 kh day of, J 4,tn.t cx_v a 20 Z,(,Q x, ,^-( NANCY GUERRERO ` NOTARY PUBLIC t l O 3 I 2-0 Z STATE OF COLORADO NOTARY ID 20124067633 NOTE:This document must be signed in ink. MY COMMISSION EXPIRES 11/03/2028 We.d Form.#506 tiM EaKraemer North America, Excellence. xviii KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Assignment of Antitrust Claims (Form #621) Weld County Pau ACT NO B2500147 ASSIGNMENT OF ANTITRUST CLAIMS STU C030-085 (C24989) 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 Contractors 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 subcontractors 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 subcontractors 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. i;ontra<t(Ns 6rm or company name BY Date 1/16/2026 Kraemer North America, LLC Tale S Vie res dent 2nd contractors Inn or mmpanv name(It(cent venture I By Date Title ywtd Form 1621 120 KKraemer North America Excellence. xix KRAEMER Weld County Road 54/13 Roundabout Project Project No.B2500147 Anticipated DBE Participation Plan (Form #1414) Colorado Department of Transportation Anticipated DBE Participation Plan (CDOT Form 1414) Section A. Bidder and DBE Information.This section must be completed by the Bidder. 2. FHWA Project#or 1.ProjectS/A No.or Subaward Agreement WCR 51/13 PCN Number(5 digit#). 24989 #from COTRAMS STU C030-085 3.Project Name: Roundabout (FTA projects): 4. Name of Bidder: Kraemer N.A. 5. Bidder's Contact Nancy Guerrero 6.Bidder's (303)688-7500 Name: Contact Phone#: 7.Bidder's Contact Email bidscog 8. Bid Submission Address: kraemerna.om Date: 1/t 6/2026 9.Region: 4 10. DBE Contract Goal: 0.00% Section B.DBE Commitments 9. DBE Commitment Details DBE Firm Name Work to be Performed Commitment Amount Eligible Participation Total Eligible Participation: $0.00 Total Bid Amount: $14,916,360.61 Total Eligible Participation Percentage: 0.00%r Section C.Bidder Signature 10. Bidder Representative. COMMITMENTS LISTED ON THIS FORM SHALL BE BINDING ON THE BIDDER UPON CONTRACT AWARD.IF THE DBE GOAL IS ZERO,DBE COMMITMENTS ARE OPTIONAL AND THE BIDDER IS NOT REQUIRED TO LIST ANY DBE COMMITMENTS ON THIS FORM.This section must be signed by an individual with the authority to contractually bind the Bidder. By signing this form,as an authorized representative of the Bidder,you declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made in this document are true and complete to the best of your knowledge. Further,you attest that you understand the following: CDOT shall not award a contract(or provide its concurrence to award a Local Agency Project)until it has been determined that commitments are sufficient to meet the DBE contract goal or else good faith efforts have been made to meet the goal despite falling short.Once your bid has been submitted,commitments may not be modified or terminated without the approval of CDOT. If selected as the low apparent bidder,you shall submit a CDOT Form 1415 for each commitment listed above. If you have not met the contract goal,you will also be required to submit documentation of all good faith efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation has been properly counted.Please review your projects DBE requirements for additional information :instructions on calculating eligible participation. '" a. Name b.Title i� c.Signature d. Date Timothy J. Maloney Sr. Vice President I t f 1/16/26 'Previous editions are obsolete and may not,b u�sed. j COOT Form No.1414(06124] Page 1 i Kraemer North America, • Excellence. xx Weld County Road 54/13 Roundabout Project Project No. B2500147 TAB 9 ADDENDA ilkKraemer North America, ' � r Weld County Road 54/13 Roundabout Project Project No. B2500147 Addendum # 1 Solicitation Request Number B2500147 WCR 54/13 Roundabout Project 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: • Revised Bid Tabulation Table • Contractor Questions and Responses • Mandatory Pre-Proposal Meeting Minutes • Pre-Bid Meeting Attendance List • Revised Project Special Provision- Force Account Items • Revised Project Special Provision-Section 106 • Revised Project Special Provision-Section 601 • Revised Standard Special Provision - Certified Payroll Requirements for Construction Contracts 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 1 through 7 of this Addendum shall be returned with the Proposal Documents. Pages 8 through 81 do 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' Kraemer North America, LLC 1/16/26 Date of Signature Signature: Name: Timgi by . Maloney Title: Sr. Vice President Addendum #1 Date: January 6, 2026 Kraemer North America, Excellence. xxi inPAe Weld County Road 54/13 Roundabout Project Project No.B2500147 Addendum #2 Solicitation Request Number B2500147 WCR 54/13 Roundabout Project 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: • Bid Tabulation Revision 2 • Contractor Questions and Responses • Revision to Sheet 164 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 1 through 7 of this Addendum shall be returned with the Proposal Documents. Pages 8 through 13 do 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' K.raemer North America, LLC 1/16/26 Date of Signature Signature: Name: Tim . Maloney Title: Sr. Vice President Addendum #2 Date: January 12, 2026 itKraemer North America, Quality. Safety. Excellence. xxii KRAEMER NORTH AMERICA Total RFP Contractor Score(out of Cost Comments 580) • Lowest cost • Schedule shows a completion date of September 17, 2026 Timber Wolf 131.50 $14,197,526.00 but it was missing several key milestones. Excavating • New to Colorado and not familiar with Weld County construction process. • Did not have full time staff dedicated to the project. • Second lowest cost. • Schedule shows a completion date of October 25, 2026 • County has worked with them on 2 projects (BR54/13A and Kraemer NA 435.38 $14,916,360.60 High Plains Blvd). • Have several full time staff dedicated to the project. • Have a history of completing the project on budget and ahead of schedule. • Third lowest cost • Schedule shows a completion date of November 18, 2026 HEI Civil 195.25 $15,617,849.60 • Company has never worked for Weld County and are not familiar with the County construction process. • Did not identify who all of their subcontractors would be. • Fourth lowest cost. • Schedule shows a completion date of November 18, 2026 • County has worked with WW Clyde in the past. WW Clyde WW Clyde 429.74 $15,619,887.00 has placed the concrete paving on all of our concrete road and roundabout projects. • Have multiple full time staff dedicated to the project. • Have a history of completing the project on budget and ahead of schedule. • Highest cost. • Schedule shows a completion date of October 30, 2026 but is missing some key milestones dates. Coulson 201.39 $15,952,671.65 • Unclear if they will have the required project staff dedicated Excavating to the project. • No history of constructing concrete roundabouts for Weld County. • Has a history of paving asphalt roads for Weld County. WCR 54/13 Roundabout Ranking Summary Date:01-27-26 cc RFP Summary Committee Members Total RFP Score 0 Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 aCoulson Excavating 34.00 36.60 37.00 27.00 40.50 175.10 < HEI Civil 33.00 34.50 36.75 26.50 37.50 168.25 1- Kraemer NA 35.50 35.20 39.50 44.50 46.50 201.20 z O Timber Wolf Excavating 18.00 26.50 17.50 10.00 29.50 101.50 v WW Clyde 41.00 43.80 41.25 36.50 41.00 203.55 Committee Members Total Interview o' RFP Summary O Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 Score aCoulson Excavating 0.00 0.00 0.00 0.00 0.00 0.00 ce HEI Civil 0.00 0.00 0.00 0.00 0.00 0.00 1- Kraemer NA 42.50 46.00 30.00 41.20 46.00 205.70 z O Timber Wolf Excavating 0.00 0.00 0.00 0.00 0.00 0.00 v WW Clyde 44.00 45.00 34.00 39.20 37.00 199.20 cc RFP Summary Cost Score O QCoulson Excavating 26.29 re HEI Civil 27.00 F- Kraemer NA 28.48 z 0 Timber Wolf Excavating 30.00 WW Clyde 26.99 o_ RFP Summary Schedule Score O u Coulson Excavating 0.00 None of the schedules were scored because they all had significant g HEI Civil 0.00 issues. It was not possible to accurately assess which contractor z Kraemer NA 0.00 had the earliest completion date because of the scheduling issues. As O Timber Wolf Excavating 0.00 a result,the review committee opted to toss the schedule score out. v WIN Clyde 0.00 Total Score(RFP+ cc RFP Summary Interview+Schedule+ 1- Cost Scores) g Coulson Excavating 201.39 HEI Civil 195.25 z Kraemer NA 435.38 0 Timber Wolf Excavating 131.50 WW Clyde 429.74 _ Proposer with the highest total score is considered to be the best value for Weld County. f EXECUTED IN TWO(2)COUNTERPARTS Performance Bond Bond Number: 070228050 (Page 1 of 2) WCR 54/13 Roundabout Project KNOW ALL MEN BY THE PRESENTS; that Kraemer North America, LLC (Name of Contractor) 900 West Castleton Road,Suite 220, Castle Rock, CO 80109, Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Liberty Mutual Insurance Company (Name of Surety) 175 Berkeley Street, Boston, MA 02116 (Address of Surety) hereinafter called surety, are held, and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1 111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of fourteen million, nine hundred sixteen thousand, three hundred sixty dollars and sixty cents, ($ 14,916,360.60). 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 18th day of February 2026, a copy of which is hereto attached and made a part hereof for the construction of: WCR 54/13 Roundabout Project described in the Solicitation Number: B2500147 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 such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. I Performance Bond (Page 2 of 2) WCR 54/13 Roundabout Project 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 18th day of Februa ,2026. Kraemer North America,LLC Contractor By ih (Contractor)rsecretary (SEAL) 900 West Castleton Rd.,Suite 220 Castlerock,CO 80109Address) (Address) 40004 (Sure $I JCll Witness \eaypZY r .•f SLkLiberty Mutual Insurance Company v .•410 IJyc•. 1C • _ 4 Frit(i4ia:, ;Ara na By - u>: z : 175 e�celey St.,Boston��I�yOu ligct s 4i~ • (Address) •frr3 ° 3�? 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 Departments most current list(Circular 570 as amended) and be authorized to transact business in the State where the Project is located. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 _— A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ss County of Los Angeles On F 6 IS, 2D2-.(0 , before me, C.L. Hernandez, Notary Public, personally appeared Patricia S. Arana , who proved to me on the basis of satisfactory evidence to be the persons) whose name4 is,Lafe subscribed to the within instrument and acknowledged to me that 14e7Lshc/thcy executed the same in #is/her/their authorized capacitOcs), and that by fi+s¢her/thcif signatures)on the instrument the person(-s), or the entity upon behalf of which the persor4s4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. C.L.HERNANDEZ Notary Public•California Los Angeles County Commission X 2414374 9M�My Comm,Expires Sep 27,2026 O { Signatur • • n (Seal) C.L. Hernandez, Notary Public r EXECUTED IN TWO(2)COUNTERPARTS Bond Number: 070228050 Labor&Materials Payment Bond (Page 1 of 2) WCR 54/13 Roundabout Project KNOW ALL MEN BY THE PRESENTS; that Kraemer North America, LLC (Name of Contractor) 900 West Castleton Road, Suite 220, Castle Rock,CO 80109, Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) Liberty Mutual Insurance Company (Name of Surety) 175 Berkeley Street, Boston, MA 02116 (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1 1 1 1 H Street, Greeley,Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of fourteen million, nine hundred sixteen thousand, three hundred sixty dollars and sixty cents, ($ 14,916,360.60). 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 18th day of February , 2026, a copy of which is hereto attached and made a part hereof for the construction of: WCR 54/13 Roundabout Project described in the Solicitation Number: B2500147 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 } Labor&Materials Payment Bond (Page 2 of 2) 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. WCR 54/13 Roundabout Project 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 18th day of February ,2026. Kraemer N Pmerica,LLC Contractor By (Contractor) cretary (SEAL) I /00 . CQS-fle o n 201. StP Z 2 U (Wit ss as to Contractor) (Address) /oo t.•). n. • 22 as-Ate leo 1 co Sol 0 (Address) ATTEST: SEE WITNESS BELOW . • ,,,,I, (Surety) Secretary • ocrir ' e, (SEA ••1 .� Liberty Mutual Insurance Company g = F- By • m Witn s.c"rs• S ty •;J'T& Q� -'. '; Patricia S.A a aFact • ',▪. • 333• Ao a St.,Suite 3750,Los Angeles,CA 90071 +" /4 dress) 175 Ber(Address)eley St., Boston, MA 02116 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. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ) ss County of Los Angeles On e), 2-O2-(0 , before me, C.L. Hernandez, Notary Public, personally appeared Patricia S. Arana , who proved to me on the basis of satisfactory evidence to be the persons) whose name(s3 is/afe subscribed to the within instrument and acknowledged to me that he¢she/thcy executed the same in his/her/theif authorized capacity(ics), and that by his¢her/thcir signatures)on the instrument the person(s},or the entity upon behalf of which the persons}acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. `��__, NotaC.ry L.Public-HERNANOEZCalifornia = 1 � -; ; Los Angeles County •`: ! Commission#2414374 My Comm.Expires Sep 27,2026 Signatur „ ficA AA A (Seal) C.L. Hernan z, Notary Public • r °Vo L�,iiber't�y1■ POWER OF ATTORNEY fMutual4 Liberty Mutual Insurance Company Certificate No: 8213811-977459 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Autumn Stockton;C.K.Nakamura,Carlos A.Albelo;E.S.Albrecht,Jr.;Elizabeth Perison;Jessica Rosser;Lisa L.Thornton;Mena Pena;Natalie K.Trofimoff;Noemi Quiroz, Patricia S.Arena;S.Nicole Evans;Tim M.Tomko all of the city of I.os Angeles state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of April , 2025 . Liberty Mutual Insurance Company P`tNSUp' _01 'Ns. tNsupq The Ohio Casualty Insurance Company �cpo'c,t+r1'�o� cJ?°°"PO1r r�y� P:00°R,,t't'm West American Innssurance Company uii "a ., 19194.� o a 1991 0 141A/ �Qo� a) d� P4cNu5 ,aL I.O N4MP6�AS' `!s N°IAN/.' ass_ U E. s/1 * t`a ''S''4 * ).a '�M * t`a By: •-— Of co Nathan J.Zangerle,Assistant Secretary to State of PENNSYLVANIA fp en State of MONTGOMERY ss a E wCO On this 14th da A Y of April 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 cur o m SECompany,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes a a)> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. atm rY -o IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O-/ tt1 0 p, PAs a 0 ai` s$aONW r1. Commonwealth of Pennsylvania-Notary Seal �_ O Y�, Teresa Pastella,Notary Public a2-- CI) ~ 1 7 Montgomery County /1,A® ` O OF IAMy commission expires March 28,2029 �.Q%�r�t� o cu C P Commission number 1126044 By: ai W �1,-.7l•�,.G Member.Pennsylvania Association of Notaries eresa Pastella,Notary Public Q O cn co ARy P o v t:co ? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 coo 0. Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a c ii ,N ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o co o 42 12 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the-0•- 2 c President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o= any and all undertakings,bonds,recognizances and other surety obligations.Such atto meysin-fad,subject to the limitations set forth in their respective powers of attorney,shall-v 3 o ; have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o ar Z cui instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the qi provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. a ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fad,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J. Zangerte, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power cif attorryey of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. s.'i,k...U N BY4t 'DO IN TESTIMONY WH OF,.Ih d and affixed the seals of said Companies this 18th day of February , 2026 . d�- : P 1 a 0,11 Wk. 1NSrp- 4?(pa . c °avolgar`9 sy oi,potkl.4,0!- a r on n co sc c, 2 ra 1919 1991 c "— rs s0 f mo as R o B . •.us/, rd 9w8icrwI la - N4rvs+,da ,rs vNbIANP ..,,kb y Renee C.Llewellyn,Assistant Secrets • , • rC;.t a*, l► yi * ** 'M * tva Yn' Secretary L.MS-12873 WIC OCIC VVMrr Multi r C04 r'r r�-44ai►►! ----RN DATE(MM/DD/YYYY) ACORL CERTIFICATE OF LIABILITY INSURANCE 2/20/2026 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 NAME: Christina Hess FAX 2727 Grand Prairie Parkway (A/C.No.Ext):612-322-6071 (A/C,No): Waukee IA 50263 E-MAIL ADDRESS: chess@holmesmurphy.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Westchester Fire Insurance Company 10030 INSURED KRANORPC INSURER B:Zurich American Insurance Company 16535 Kraemer North America, LLC 1 Plainview Rd INSURERC:Steadfast Insurance Company 26387 Plain, WI 53577 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1760724634 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP UNITS LTR INK) WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) B X COMMERCIAL GENERAL LIABILITY GL0980612014 1/1/2026 1/1/2027 EACH OCCURRENCE $2,000,000 CLAIMS-MADE X OCCUR PREMI ESORENTED PREMISES(Ea occurrence) $1,000,000 X Contr Liab per MED EXP(Any one person) $10,000 X Policy Form/XCU PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X TCT X LOC PRODUCTS-COMP/OPAGG $4,000,000 OTHER: $ B AUTOMOBILE LIABILITY BAP980612214 1/1/2026 1/1/2027 COMBINED SINGLE LIMIT $2,000,000 (Ea aoc)denU X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY — AUTOS ONLY (Per accident) A UMBRELLA LIAB X OCCUR G21986380021 1/1/2026 1/1/2027 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ B WORKERS COMPENSATION WC980612114 1/1/2026 1/1/2027 X STATUTE OTH- ER B AND EMPLOYERS'LIABILITY Y/N WC980612414 1/1/2026 1/1/2027 ANYPROPRIETOR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? 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 Pollution/Professional Liability E0C323818100 1/1/2026 1/1/2027 Occurrence Limit: $5,000,000 Aggregate Limit: $5,000,000 Retention: $100,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Kraemer Job#062601-Project:WCR 54/13 Roundabout Project Additional Insured only if required by written contract with respect to General Liability,Automobile Liability and Umbrella/Excess Liability applies on a primary basis and the insurance of the additional insured shall be non-contributory:Weld County,Colorado,its elected officials,its subsidiary,associated and/or affiliated entities,successors,or assigns,employees,agents,and volunteers as required by written contract,per policy terms and conditions. Waiver of Subrogation only if required by written contract with respect to General Liability,Automobile Liability,Workers Compensation and Umbrella/Excess Liability applies in favor of:Additional Insureds as required by written contract,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. Dept of Public Works 1300 N. 17th Ave AUT RIZED REPRESENTATIVE Greeley CO 80632 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job KRAEMER NORTH AMERICA LLC SUP-47950 aid linked here to add a ❑supplier in Workday. Contract Name* Contract ID Parent Contract ID AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN 10383 WELD COUNTY AND KRAEMER NA FOR THE WCR Requires Board Approval 54/13 ROUNDABOUT PROJECT Contract Lead* YES CKIMMI Contract Status Department Project# CTB REVIEW Contract Lead Email GR-70 CKimmi@weld.gov Contract Description* CONTRACT WITH KRAEMER NA TO CONSTRUCT THE CR 54/1 3 ROUNDABOUT Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 02/21 /2026 02/25/2026 Amount* Department Email $14,916,360.60 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov HAD Renewable* NO Department Head Email Does Contract require Purchasing Dept. to be CM-PublicWorks- included?* Automatic Renewal DeptHead@weld.gov NO NO County Attorney Grant GENERAL COUNTY NO ATTORNEY EMAIL IGA County Attorney Email NO CM- COUNTYATTORNEY@WEL D.GOV 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 02/12/2026 Termination Notice Period Expiration Date* Committed Delivery Date 10/25/2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 02/23/2026 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/20/2026 02/20/2026 02/23/2026 Final Approval BOCC Approved Doc ID# AG 022526 BOCC Signed Date Originator BOCC Agenda Date CKIMMI 02/25/2026 `r=1861 PUBLIC WORKS DEPARTMENT 1 'A ' " k (970) 400-3750 - ,, r p' i 1 1 1 1 H St., P.O. Box 758 `. -N rY Greeley, CO 80632 III '4. lia February 13, 2026 To: Board of County Commissioners Subject: WCR 54 and WCR 13 Roundabout Project Recommendation RFP #62500147 As advertised, this solicitation is for WCR 54 and WCR 13 Roundabout Project. Public Works utilized the Best Value Procurement Method to select a contractor for the construction of the WCR 54 and WCR 13 Roundabout. Five proposals were received and all were complete and met the submission requirements. Each proposal was reviewed and scored based on the published scoring criteria. Kraemer North America, LLC achieved the highest score (see attached RFP Scoring and Ranking Summary). Based on this evaluation, Weld County Public Works recommends awarding the contract to Kraemer North America, LLC in the amount of $14,916,360.60. Since this project contains Federal funding administered through CDOT, we have obtained CDOT's concurrence prior to make this recommendation. Please find the following attached documents in support of this recommendation: • Concurrence to Award Letter Provided by CDOT • RFP Scoring and Ranking Summary • Bid Tabulation If you have any questions, please contact me. Sincerely, /1___ ),,W Curtis Hall Director 2026-0335 C40 � COLORADO Department of Transportation Office of the Chief Engineer Engineering Contracts STU C030-085 2829 W Howard Place, 3rd Floor WCR13 &WCR54 Roundabout Denver, CO 80204 Project Code 24989 February 3,2026 Attn: Clay Kimmi Weld County 111 H Street P.O. Box 758 Greeley,Colorado 80632 Dear Clay, The County's award of project STU C030-085 (24989) to Kraemer North America LLC. is approved based on the Colorado Department of Transportation's review of the request for concurrence dated February 3,2026, and supported by the associated financial statement along with the receipt of the following documents: -CDOT Form 605, Contractors Performance Capability Statement -CDOT Form 606,Anti-Collusion Affidavit -CDOT Form 621,Assignment of Anti-Trust Claims and The reimbursement of Federal funds for this project is subject to the requirements of the Inter-Governmental Agreement (IGA)between the County and the Colorado Dep&trnent of Transportation. Any funding that may be required to complete the project beyond the funds approved under the IGA will be the responsibility of the County. Please be sure to include a copy of FHWA Form 1273 as part of your entity's contract with the above selected contractor. Your cooperation in this matter is appreciated. Sincerely, Heather Digitalysigned by Heather Paddock Paddock ate:026.r]2.0613:42:42 Heather Paddock Region 4 Transportation Director PH: 970-290-8723 cc: Armando Ochoa,R-4 Region EEO Officer, R-4 Katrina Kloberdanz,R-4 Traffic Engineer Katrina Kloberdanz"' q;'";: :7`m"° Yehdego/Ngo,HQ-Accounting Civil Rights Central Files WCR 54/13 Roundabout Ranking Summary Date:01-27-26 ce RFP Summary Committee Members Total RFP Score O Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 O Coulson Excavating 34.00 36.60 37.00 27.00 40.50 175.10 HEI Civil 33.00 34.50 36.75 26.50 37.50 168.25 re 1- Kraemer NA 35.50 35.20 39.50 44.50 46.50 201.20 z O Timber Wolf Excavating 18.00 26.50 17.50 10.00 29.50 101.50 WW Clyde 41.00 43.80 41.25 36.50 41.00 203.55 Committee Members Total Interview ce RFP Summary O Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 Score U Coulson Excavating 0.00 0.00 0.00 0.00 0.00 0.00 g HEI Civil 000 0.00 0.00 0.00 000 0.00 z Kraemer NA 42.50 46.00 30.00 41.20 46.00 205.70 O Timber Wolf Excavating 0 00 0.00 0.00 0.00 0 00 0.00 WW Clyde 44 00 45 00 34.00 39.20 37 00 199.20 o' RFP Summary Cost Score 0 U Coulson Excavating 26.29 < HEI Civil 27.00 ce r Kraemer NA 28.48 z O Timber Wolf Excavating 30.00 O WW Clyde 26.99 c RFP Summary Schedule Score 0 U Coulson Excavating 0.00 Q HEI Civil 0.00 cc H Kraemer NA 0.00 z O Timber Wolf Excavating 0.00 WW Clyde 0.00 Total Score(RFP+ re RFP Summary Interview+Schedule+ 0 Cost Scores) Q Coulson Excavating 201.39 w HEI Civil 195.25 i- z Kraemer NA 435.38 U Timber Wolf Excavating 131.50 WW Clyde 429.74 - Proposer with the highest total score is considered to be the best value fa Weld County. ZV2-VVUV< rtenwvai VI ouuuuroe topuU9J cr.. I.VV a <,UUU.VV y 2,VVU.UV 4, U.VVV.vU y O,UVV-UV 4, r,ouu.uu y r,puU.UU y I,UOV.UU 4, I,VOV.VU p 4, 3 202-00010 Removal of Trees EA 60.00 $ 768.80 $ 46,128.00 $ 575.00 $ 34,500.00 $ 680.00 $ 40,800.00 $ 1,600.00 $ 96,000.00 $ 350.00 $ 4 202-00020 Removal of Concrete Structure , EA 4.00 $ 2,300.00 $ 9,200.00 $ 1,262.22 $ 5.048.88 $ 900.00 $ 3,600.00 $ 1,400.00 $ 5,600.00 $ 3,500.00 $ 5 202-00033 Removal of Pipe EA 14.00 $ 2,561.67 _$ 35,863.38 $ 1,500.00 $ 21,000.00 $ 2,500.00 $ 35,000.00 $ 1,350.00 $ 18,900.00 $ 50.00 $ 6 202-00036 _Removal of Gas Line(Contingency) LF 17,465.00 $ 25.00 $ 436,625.00 $ 2.50 $ 43,662.50, $ 10.00 $ 174,650.00 $ 3.24 $ 56,586.60 $ 5.00 $ 7 202-00036 Removal of Waterline(Contingency)(PVC,Copper.&Steel) LF 6,000.00 $ 25.00 $ 150,000.00 $ 3.80 $ 22,800.00 $ 25.00 $ 150,000.00 $ 8.13, $ 48,780.00 $ 5.00 $ 8 202-00210 Removal of Concrete Pavement SY 400 00 - $ 30.41 $ 12,164.00 $ 10.32 $ 4,128.00 $ 16.50 $ 6,600.00 `$ 9.80 $ 3,920.00 $ 20.00 $ 9 202-00220 Removal of Asphalt Mat(PlaningXFull Depth Removal) SY 27,062.00 $ 7.50 $ 202,965.00 $ 4.28 $ 115,825.36 $ 5.00 $ 135,310.00 $ 7.00 $ 189,434.00 $ 6.00 $ 10 202-00250 Removal of Pavement Marking SF 779.00 $ 5.00 $ 3,895.00 $ 5.00 $ 3,895.00_$ 5 50 $ 4.284.50 $ 4.00 $ 3,116.00 $ 8.00 $ 11 202-00810 Removal of Ground Sign EA_ 17.00 $ 97.05 $ 1,649.85 $ 150.75 $ 2,562.75 $ 110.00 $ 1,870.00 $ 195.00 $ 3,315.00 $ 250.00 $ 12 202-01000 Removal of Fence LF _ 10,258.00 $ 3.00 $ 30.774.00 $ 0.75 $ 7.693.50 $ 2.10 $ 21,541.80 $ 2.20 $ 22,567.60 $ 1 25 $ 13 202-01130 Removal of Guardrail(Type 3) LF 200.00 $ 6.84 $ 1,368.00 $ 4.57 $ 914.00 $ 12.00 $ 2,400.00 $ 12.50 $ 2,500.00 $ 6.00 $ 14 202-04100 Abandon Well EA 2.00 $ 4,300.00 $ 8,600.00 $ 5,038.01 $ 10,076.02 $ 17,000.00_$ 34,000.00 $ 6,500.00 $ 13,000.00 $ 25,000.00 $ 15 203-00000 Unclassified Excavation CY 89,704.00 $ 24.00_ $ 2,152,896.00 $ 16.81 $ 1,507,924.24 $ 10.50 $ 941,892.00 $ 19.20 $ 1,722,316.80 $ 7.00 $ 16 203-00050 Unsuitable Material(Muck)((Contingencv) CY 16,461.00 $ '33.00 $ 543,213.00 $ 22.75 $ 374,487.75 $ 21.00 $ 345,681.00 $ 18.10 $ 297,944.10 $ 35.00 $ 17 203-00066 Em benign ent Material(R40Import) CY 38.870.00 $ 42.00 $ 1,632,540.00 $ 24.34 $ 946,095.80 $ 41.00 $ 1,593,670.00 $ 24.50 $ 952,315.00 $ 12.50 $ 18 203-00200 Onsite Borrow CY 7,573.00 $ 24.00 $ 181,752.00 $ 3.52 $ 26,656.96 $ 13.00 ,$ 98,449.00 $ 13.50 $ 102,235.50, $ 12.00 $ 19 203-00510 Rock Fill 13 Inch MinusXConbnaency) CY 10,000.00 $ 59.00 $ 590,000.00 $ 5885 $ 588,500.00 $ 60.00 $ 600,000.00 $ 73.50 $ 735,00000 $ 35.00 $ 20 203-01100 Proof Rolling HR 60.00 $ 105.00 $ 6,300.00 $ 130.00 $ 7,800.00 $ 185.00 `$ 11,100.00 $ 165.00 $ 9,900.00 $ 200.00 $ 21 203-01500 Blading HR 40.00 $ 218.00 $ 8,720.00 $ 170.00 ,$ 6,800.00 $ 180.00 $ 7,200.00, $ 215.50 $ 8,620.00 $ 175.00 $ 22 203-01594 Combination Loader HR 80.00 $ 178.00, $ 14,240.00 $ 150.00 $ 12,000.00 $ 150 00 $ 12,000.00 $ 200.00 $ 16,000.00 $ 150.00 $ 23 203-01597 Utility Potholing HR 100.00 $ 263.00 $ 26,300 00 $ 356 71 $ 35,671.00 $ 415.00 $ 41.500.00 $ 348.00 $ 34,800.00 $ 350.00 $ 24 203-02330 Laborer HR 80.00 $ 55.00 $ 4.400 00 $ 65.00 $ 5,200.00 $ 75.00 $ 6,000 00 $ 60.50 $ 4,840.00 $ 75.00 $ 25 207-00205 Topsoil(Redistribute)(12Inches) CY 35,956.00 $ 15.00 $ 539,34000 $ 10.22 $ 367.470.32 $ 13.00 $ 467,428.00 $ 2.60 $ 93,485.60`$ 7.00 $ 26 207-00210 Stockpile Topsoil CY 45,881.00 $ 8.00 $ 367,048.00 $ 4.00 $ 183.524.00 $ 10.00 $ 458,810 00 $ 1.80 $ 82,585.80 $ 4.00 $ 27 208-00002 Erosion Log(Type 1 X12 Inch) LF 7,696.00 $ 5.50 $ 42,328.00 $ 4.89 $ 37,63344 $ 5.50 $ 42,328.00 $ 6.20 $ 47,715.20 $ 5.50 $ 28 208-00035 Aggregate Bag LF 600.00 $ 6.00 $ 3,600.00 $ 9.21 $ 5,526.00 $ 9.25 $ 5,550.00 $ 10.60 $ 6,360.00 $ 11.50 $ 29 208-00045 Concrete Washout Structure(Lined) EA 1.00 $ 10,000.00 $ 10,000.00 $ 10,250.00 $ 10,250.00 _$ 1,200.00 $ 1,200 00 $ 1,750.00 $ 1,750.00 $ 25,000.00 $ 30 208-00051 Storm Drain Inlet Protection(Type 1) LF 588.00 $ 43.79 $ 25,748.52 $ 9.21 $ 5,41548 $ 9.25 $ 5,439.00 $ 11.00 $ 6,468.00 $ 13.00 $ 31 208-00075 Prefabricated Vehicle Tracking Pad EA 4.00 $ 15,000.00 $ 60,000 00 $ 13.022.48 $ 52,089.92 $ 2,500.00 $ 10,000.00 $ 2.800.00 $ 11,200.00 $ 4,500.00 $ 32 208-00103 Removal and Disposal of Sediment(Labor) HR 40.00 $ 55.00 $ 2,200.00 $ 60.00 $ 2,400.00 $ 75.00 _$ 3,000.00 $ 60.50 $ 2,420.00 $ 125.00 $ 33 208-00105 Removal and Disposal of Sediment(Equipment) , HR 40.00 $ 102.00 $ 4,080.00 $ 100.00 $ 4,000.00, $ 135.00 $ 5,400.00 $ 135.00 $ 5,400.00 $ 250.00 $ 34 208-00106 Sweeping(Sediment Removal) HR 160.00 $ 180.00 $ 28,800.00 $ 185.00 $ 29,600.00 $ 160 00 $ 25,600.00 $ 186.50 $ 29.840.00 $ 150.00 $ 35 208-00207 Erosion Control Management(ECM) DAY_ 150.00 $ 1,343 29 $ 201,493.50 $ 50.00 $ 7,500.00 $ 310 00 $ 46.500.00 $ 753 50 $ 113,025.00 $ 600.00 $ 36 209-00600 Dust Palliative(Magnesium Chloride) GAL 50,000.00 $ 6.00 $ 300,000.00 $ 3.33 $ 166,500.00 $ 1.40 $ 70,000 00 $ 4.00 $ 200,000.00 $ 5.00 $ 37 210-00010 Reset Mailbox Structure EA 2.00 $ 320.00 $ 640.00 $ 981.52 $ 1,963.04 $ 500.00 $ 1,000.00 $ 400.00 $ 800.00 $ 1,500.00 $ 38 210-00810 Reset Ground Sign EA 4.00 $ 674.27 $ 2,697.08 $ 251 25 $ 1,005 00 $ 270.00 $ 1,080 00 $ 400.00 $ 1,600.00 $ 1,000.00 $ 39 211-03005 Deweterinq DAY 100.00 $ 1,511.84 $ 151,184.00 $ 190.00 $ 19,000.00 $ 325.00 $ 32,500.00 $ 290.00 $ 29,000.00 $ 1,500.00 $ 40 212-00009 Seeding(Temporary) AC 4.32 $ 1,840.01 $ 7,948.84_$ 236.86 $ 1,023.24 $ 900.00 $ 3,888.00 $ 1,060.00 $ 4,579.20 $ 1,000.00 $ 41 212-00028 Seeding(Wetlands) AC 0.24 $ 25,760.14 $ 6,182.43 $ 4,723.46 $ 1,133.63 $ 5,000.00 $ 1,200.00`$ 5,600.00 $ 1,344.00 $ 5,000.00 $ 42 212-00702 Biotic Soil Amendment(Hydraulically Applied) LB 97,020.00 $ 1.58 $ 153,291.60 $ 1.04 $ 100,900.80 $ 1.30 $ 126,126.00 $ 1.50 $ 145,530.00 $ 1.50 $ 43 212-00706 Seeding(Native)(Dnll) AC 21.56 $ 1,058.12 $ 22,813.07 $ 9502,055 $ 10,833.90' $ 875.00 $ 18,865.00 $ 995.00 $ 21,452.20 $ 700.00 $ 44 213-00002 Mulching(Weed Free Hay) AC 26.12 $ 1,203.10 $ 31,424.97 $ 934.05 $ 24,397.39 $ 1,580.00 $ 41,269.60 $ 1,810.00 $ 47,277.20 $ 1,300.00 $ 45 216-00201 Soil Retention Blanket(Straw-Coconut((Biodegradable CI 1) SY 4,886.00 $ 2.66 $ 12,996.76 $ 2.61 $ 12,752 46 $ 5.00 $ 24,430.00 $ 5.60 $ 27,361.60 $ 5.00 $ 46 304-06000 Aggregate Base Course(Class 6)(Recycled Concrete) TON 15,885 00 $ 43.00 $ 683,055.00 $ 47.86 $ 760,256.10 $ 38.00 $ 603,630.00 $ 42.50 $ 675,112.50 $ 33.00 $ 47 304-08000 Aggregate Base Course(Shouldering) TON 744.00 $ 45.21 $ 33,636.24,$ 87 26 $ 64,921.44 $ 45.00 $ 33,480.00 $ 30.00`$ 22,320.00 $ 75.00 $ 48 403-33841 Hot Mix Asphalt(Grading S)(100)(PG64-22) TON 7,904.00 $ 142.98 $ 1,130,113.92 $ 8241 $ 651,36864 $ 86.00 $ 679,744.00 $ 110.20 $ 871,020.80 $ 98.50 $ 49 403-34851 Hot Mix Asphalt(Grading SX)(100)(PG64-28) TON 2,635.00 $ 11845 $ 312,115.75 $ 98.49 -$ 259,521.15 $ 98.00 $ 258,230.00 $ 125.00 $ 329,375 00 $ 118.00 $ 50 412-00800 Concrete Pavement(8 Inch) SY 827.00 $ 118.01 $ 97,594.27 $ 76 14 $ 62,967.78 $ 88.00_$ 72,776.00 $ 105.50 $ 87,248.50 $ 90.00 $ 51 412-00801 Concrete Pavement(8 IndixSpecial,Davis Red) SY 1,278.00 $ 208.10_$ 265,951.80 $ 112.68, $ 144,005.04 $ 130.00 $ 166,140.00 $ 157.00, $ 200,646.00 $ 134.00 $ 52 412-00900 Concrete Pavement(9 Inch) SY 21,993.00 $ 100.00 $ 2,199,300.00 $ 83.24 $ 1,830,697.32 $ 92.10 $ 2,025,555.30 $ 115.50 $ 2,540,191 50 $ 98.50 $ 53 412-00901 Concrete Pavement(9 Inch$Special,Davis Red) SY 657.00 $ 153.94 $ 101,138.58 $ 126 89 $ 83,366.73 $ 150 00 $ 98,550 00 $ 176.00 $ 115,632.00 $ 150.00 $ 54 420-00300 Geotextile(Reinforcement)(Under ABC) SY 54,625.00 , $ 800 $ 437,000.00 $ 5.85 $ 319,556.25 $ 6.25 ,$ 341,406.25 $ 5.70 $ 311,362.50 $ 2.00 $ 55 506-00030 Grouted Riprap(12 Inch) CY 85.00 $ 375.00 $ 31,875.00 $ 721.60 $ 61,336.00 $ 750.00 $ 63,750 00 $ 175.00 $ 14,875.00 $ 350.00 $ 56 506-00212 Riprap(12 Inch) CY 524.00 $ 227.12 $ 119,010.88 $ 278.06 $ 145,703.44 $ 250.00 $ 131,000.00 $ 173.00 $ 90.652.00 $ 200.00 $ 57 507-00000 Concrete Slope and Ditch Paving CY 443.00 $ 1,141.63 $ 505,742.09 $ 955.52 $ 423,295.36 $ 575.00 $ 254,725.00 $ 1,200.00 $ 531,600.00 $ 960.00 $ 58 507-00001 Concrete Slope and Ditch Paving(Rundowns) EA 3.00 $ 3,000.00 $ 9,000.00 $ 2,301.60 $ 6,904.80 $ 8,500.00 $ 25.500.00 $ 8,100.00 $ 24,300.00 $ 5,500.00 $ 59 601-03000 Concrete Class D CY 52 00 $ 2,570.60 $ 133,671.20 $ 1,783.40 $ 92,736.80 $ 1,750.00 $ 91,000 00 $ 796.00 $ 41,392.00 $ 1,200.00 $ 60 602-00020 Reinforcing Steel(Epoxy Coated) LB 712.00 $ 3.06 $ 2,178.72 $ 10.00 $ 7,120.00 $ 7.70 $ 5,482 40 $ 1.70 $ 1,210.40$ 10.00 $ 61 603-01150 15 In Reinforced Concrete Pipe LF 111.00 $ 259.00 $ 28,749.00 $ 284.76 $ 31,608.36 $ 200.00 $ 22,200.00 $ 214.00 $ 23,754.00 $ 140.00 $ 62 603-01180 18 In Reinforced Concrete Pipe LF 784.00 $ 259.00 $ 203,056.00 $ 200.93 $ 157,529.12 $ 150.00 $ 117,600.00 $ 179.50 $ 140,728.00 $ 155.00 $ 63 603-01240 24 In Reinforced Concrete Pipe LF 311.00 $ 531.67 $ 165,349.37 $ 246.64_$ 76,705.04 $ 152.00 $ 47,272.00 $ 340.50, $ 105,895.50 $ 185.00 $ 64 603-01200 30 In Reinforced Concrete Pipe LF 303.00 $ 429.07 $ 130.008.21 $ 339.42 $ 102,844.26 $ 170.00 $ 51,510.00 $ 375.00 $ 113,625.00 $ 225.00 $ 65 603-02180 23x14 In Horizontal Elliptical Reinforced Concrete Pipe LF 248.00 $ 347.38 $ 86,150 24 $ 256.67 $ 63,654.16 $ 185.00 $ 45.880 00 $ 160.00 $ 39,680.00 $ 250.00 $ 66 603-02240 30x19 In Horizontal Elliptical Reinforced Concrete Pipe LF 196.00 $ 350.34 $ 68,666 64 $ 286.81 $ 56,214.76 $ 225.00 $ 44,100.00 $ 288 00 $ 56,448.00 $ 300.00 $ 67 603-05015 15 In Reinforced Concrete End Section EA 5.00 $ 2,950.00 $ 14,750.00 $ 4.834.93 $ 24,174.65 $ 4,500.00 $ 22,500 00 $ 3,500.00 $ 17,500.00 $ 2,500.00 $ 68 603-05018 18 In Reinforced Concrete End Section EA 6 00 $ 5,527.53 $ 33,165.18 $ 5,234.37 $ 31,406.22 $ 4,200.00 $ 25.200.00 $ 3,600.00 $ 21,600.00 $ 2,500.00 $ 69 603-05030 30 In Reinforced Concrete End Section _EA 1.00 $ 4,772.19 $ 4,772.19_$ 3,549.70 $ 3,549 70 $ 5,700.00 $ 5,700.00 $ 4,150.00 $ 4,150.00 $ 3,500.00 $ 70 603-05118 23x14 In Reinforced Elliptical Concrete End Section EA 8.00 $ 3,300.00 $ 26 400.00_$ 6,198.07 $ 49,584.56_$ 4,100.00 $ 32,800.00 $ 4,200.00 $ 33,600.00 $ 4,000.00 $ 71 603-05124 30x19 In Reinforced Elliptical Concrete End Section EA 1.00 $ 7,800.00 $ 7,800.00 $ 6,519.61 $ 6,519.61 $ 5,700.00 $ 5,700.00 $ 4,200.00 $ 4,200.00 $ 5,000.00 $ 72 604-00511 Inlet CDOT Type D(10 Ft)(Cast in Place) EA 1.00 $ 16,743.73 $ 16,743.73 $ 18,234.29_$ 18,234.29, $ 19,000.00 $ 19,000.00 $ 14,500.00 $ 14,500.00 $ 14,500.00 $ 73 604-14005 Inlet Double Combo(5 Ft Deep(Cast in Place) EA 8.00 $ 13,737.22 $ 109,897.76 $ 13,881.69 $ 111,053.52 $ 18,500.00 $ 148,000.00 $ 13,800.00 $ 110,400.00 $ 12,500.00 $ 74 604-14605 Inlet Quad Combo(5 Ft Deep)(Cast in Place) EA 5.00 $ 18,224.58 $ 91,122.90'$ 34,806.23 $ 174,031.15 $ 24,000.00 $ 120,000.00 $ 24,100.00 $ 120,500.00 $ 16.500 00 $ 75 606-00302 Guardrail(Type 3)(31 Inch Midwest Guardrail System) LF 200.00 $ 47.76 $ 9,552.00 $ 41.56_$ 8,312.00_ $ 44.00 $ 8,800.00 $ 70.50 $ 14,100.00 $ 55.00 $ 76 607-01010 Fence(Barbed Wire With Metal Posts)(Special) LF 10,476.00 $ 7.38 $ 77,312.88 $ 4.72 $ 49,446.72 $ 5.75 $ 60,237.00 $ 6.00 $ 62,856.00 $ 6.00 $ 77 607-11525 Fence(Plastic) LF 2,114.00 $ 4.01 $ 8,477.14 $ 2.25 $ 4,756.50 $ 2.70 $ 5.707.80 $ 4.00_$ 8,456.00 $ 10.00 $ 78 609-20010 Curb Type 2(Section B) LF 330.00 $ 39.59 $ 13.064.70 $ 32.48 $ 10,718 40 $ 57.00 $ 18,810.00 $ 47.50 $ 15.675.00 $ 40.00 $ 79 609-20011 Curb Type 2(Section M) LF 429.00 $ 77.71 $ 33,337.59,$ 35.53 $ 15,242.37 $ 55.00 $ 23,595.00 $ 51.50 $ 22,093.50 $ 43.00 $ 80 609-21010 cart,and Griner TVne 9(ser,tinn l-R1 i F 9 9n3 nn $ 3R St G Rn Rn7 77 S 9R G9 c A")Ana',e a as nn ': OR os9 on S inn $ 93 R97 en $ 34 fio $ 91 616-30124 29x18 In Trash Guard EA 1.00 _$ 3,800.00 $ 3,800.00 $ 2,006 13 $_ 2,006.13_$ 4,900.00_ $ 4,900.00 $ 3,500.00,$ 3,500.00 $ 5,000.00 _ 92 620-00002 Field Office(Class 2rounty Provided) EA 1.00 $ 100,000 00 $ 100,000.00 $ 245,000.00 $ 245,000.00 $ 35,000.00, $ 35,000.00$ 19,750.00 $ 19,750.00 $ 35.000.00 $ 93 620-00012 Field LaboratorySClass 21 EA 1.00 _$ 50,000.00 $ 50.000.00 $ 210,000.00 $ 210,000.00 $ 53,000.00 $ 53.000.00 $ 19,750.00 $ 19,750.00 $ 55,000.00 $ 94 620-00020 Sanitary Facility , EA 1.00 $ 4,225.07 $ 4,225.07 $ 7,500.00 $ 7,500.00 $ 30,000.00 $ 30,000.00 $ 5,250.00 $ 5,250.00 $ 20,000.00 $ 95 621-00411 Temporary Access Road(Loveland ReadyMalCR 13 NW) LS 1.00 $ 20,000.00 $ 20.000.00 $ 85,000.00_ $_ 85,000.00 $ 140,000.00 $ 140,000.00 $ 34,500.00 $ 34,500.00 $ 55,000.00 $ 96 621-00412 Temporary Access Road(Coulson ExcavatingXCR 13 NE) LS 1.00 $ 25000.00 $ 25,000.00 $ 85,000.00 $ 85,000.00,$ 15.000.00. $ 15,000.00 $ 34,500.00,$ 34 500.00 $ 50,000.00 $ 97 621-00413 Temporary Access Road(Residence((CR 13 SE) LS 1.00 $ 15,000.00 $ 15,000.00 $ 27,000.00 $ 27 000.00 $ 65,000.00 $ 65,000.00 $ 24,000.00 $ 24,000.00 $ 50,000.00 $ 98 625-00000 Construction Surveying LS 1.00 6 204,000.00 $ 204,000.00 $ 117,790.35 $_ 117,790.35,$ 150,000.00 $ 150,000.00 $ 132,400.00_$ 132,400.00 $ 185,000.00 $ 99 626-00000 Mobilization LS 1.00 $ 900,000.00 $ 900,000.00 $ 1,284,863.22 $_ 1,284,863.22,$ 1,244,60000 $ 1,244,600.00 $ 768,000.00 $ 768,000.00 $ 1,500,000.00 $ 100 627-00005 Epoxy Pavement Marking1Modified) GAL, 231.00 $ 220.00 $ 50,820 00 ,$ 150.75_ $ 34.823.25, $ 160.00 $_ 36,960.00 $ 404.00 $ 93,324.00 $ 180.00 $ 101 Thermoplastic Pavement Marking(Type IXWord-Symbol,Arrows, 1,309.00 $ 27.00 $ 35,343.00 $ 15.07 $ 19,726.63 $ 17.00 627-30205 Stop BarXlnlaid) SF $ 22,253.00 $ 29.00 $ 37,961.00 $ 20.00 $ 102 629-01011 Survey Monument(Type 1-A) EA 1.00 $ 2,600.00 $ 2,600.00 $ 10,507.20 $ 10,507.20 $ 2,000.00 $ 2,000.00 $ 6.250.00 $ 6,250.00 $ 10,000.00 $ 103 630-00000 Flagging HR 400.00 $ 49.26 $ 19,704.00 $ 45.40 $ 18,160.00 $ 48.00 $ 19200.00 $ 37.50 $ 15,000.00 $ 55.00 $ 104 630-00016 Traffic Control(Special) LS 1.00 $ 120,000.00_ $ 120,000.00 $ 140.000.00 $ 140,000 00 $ 200,000.00 $ 200,000 00 $ 240,000.00 $ 240.000.00 $ 185,000.00 $ 105 630-10122 Portable Variable Message Board EA 9.00 $ 6,000.00 $ 54.000 00 $ 11,601.23 $ 104,411.07 $ 12,000.00 $ 108,000.00 $ 2,500.00 $ 22,500.00 $ 18,500.00 $ 106 630-80372 Concrete Barrier(TemporaryXFumish and Install) LF 450.00 $ 71.36 $ 32,112 00 $ 80.00 ,J 36,000.00 $ 40.00 $ 18 000.00 $ 99.00 $ 44,550.00 $ 75.00 $ 107 700-70010 F/A Minor Contract Revisions FA 1.00 $ 800,000.00 $ 800,000.00 $ 800,000.00 $ 800,000.00 $ 800,000.00 $ 800.000.00 $ 800.000.00 $ 800,000.00, $ 800,000.00 $ 108 700-70012 F/A Asphalt Pavement Quality Incentive FA 1.00 $ 55,000.00 $ 55,000.00 ,$ 55,000.00 $ 55,000.00 $ 55,000.00 $ 55 000.00 $ 55,000.00 $ 55,000.00 $ 55.000.00 $ 109 700-70013 F/A Concrete Pavement Quality Incentive FA 1.00 $ 83 000.00 $ 83,000.00 $ 83,000.00 $ 83,000.00 $ 83,000 00 $ 83,000.00 ,j 83,000.00 $ 83,000.00 $ 83,000.00 $ 110 700-70016 F/A Fuel Cost Adjustment FA 1.00 $ 60,000.00 $ 60,000.00 $ 60,000.00 $ 60,000.00 $ 60,000.00 $ 60000.00 $ 60,000.00 $ 60.000.00 $ 60,000.00 $ 111 700-70018 F/A Pavement Smoothness Incentive _ FA 1.00 $ 72,000.00 $ 72,000 00 $ 72,000.00 $_ 72 000.00 $ 72,000.00 $ 72,000.00,$ 72,000 00 $ 72,000.00 $ 72,000.00 $ 112 700-70019 _F/A Asphalt Cement Cost Adiustment FA 1.00 ,; 15 000.00 $ 15,000.00 $ 15,900.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00,$ 15,000.00 $ 113 700-70171 F/A Subsurface Utility EngineeringjSUE) FA , 1.00 ,,J 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 114 700-70380 F/A Erosion Control FA 1.00 $ 150,000.00, $ 150,000.00_ $ 150,000.00 $ 150,000.00 $ 150,000.00 ,j 150,000.00,$ 150,000.00 $ 150,000.00 $ 150,000 00 $ 115 927-00170 ,Process Control Testing for Items 203.206.304.306,and 603 DAY 150.00 $ 750.00 $ 112,500.00 $ 80.00 $ 12,000.00 $ 3,100 00 $ 465,000.00 J 905.00 $ 135,750.00 $ 950.00 $ Total $ 19,060,972.61 Total _ $ 14,916,360.60 Total $ 15,952 671.66 Total $ 16,617,849.60 Total $ Total From Bid Total From Bid ,, $ 14,916,360.61 Total From Bid , $ 15,952,671.65 $ 15.618.178.10 $ Discrepancy _Discrepancy _$ 0.01 Discrepancy $ - $ 328.50 $ Weld County Finance Department Purchasing Division V �� LP; ) bids@weld.gov N -Y ' 1301 North 17th Avenue c Greeley, Colorado 80631 Bid Opening Tabulation Title: WCR 54/13 Roundabout Project Bid Number: B2500147 Department: Public Works Bid Opening Date: January 16, 2026 Award: February 18, 2026 Vendor(s) Name Kraemer North America, L.L.C. 900 W. Castleton Rd., Ste 220 Castle Rock, CO 80108 W. W. Clyde & Co. 1030 E. Dry Creek Rd, Ste 300 Englewood, CO 80112 Hudick Excavating, Inc. Dba HEI Civil 5460 Montana Vista Way Castle Rock, CO 80108 Coulson Excavatng Company, Inc. 3609 Madison Avenue Loveland, CO 80538 Timber Wolf Excavating Colorado 634 County Road 23 1/2 Brighton, CO 80603 The Public Works Department is reviewing the proposals. Hello