No preview available
HomeMy WebLinkAboutC25-124 True North Steele, Inc. AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN EAGLE COUNTY, COLORADO AND TRUE NORTH STEEL, INC. THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between True North Steel, Inc., a North Dakota corporation (hereinafter “Contractor”), and Eagle County, Colorado, a body corporate and politic (hereinafter “County”). RECITALS WHEREAS, County desires to hire a contractor to design, fabricate, and deliver a replacement bridge deck and corrugated panels for backwall reinforcement (collectively, a “Bridge Deck”) for installation upon County property on the Old Salt Creek Road over the Brush Creek in Eagle County, Colorado (the “Project”); 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 Bridge Deck and Services as defined below in paragraph 1 hereof; and WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as follows: 1. Services. Contractor agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the services described in this Section 1 and in Exhibit A (“Services”), which is attached hereto and incorporated herein by reference. The Services include the design, fabrication, and delivery of a Bridge Deck. The bridge decking and corrugated panels are to be heavy- duty galvanized steel decking. Contractor will participate in the Project’s pre-construction meeting and provide on-site erection support. The Services shall be performed in accordance with the provisions and conditions of this Agreement and the plan set for the Project. a. Contractor will commence with Bridge Deck design drawings and calculations upon receipt of signed Agreement, required 25% deposit, and receipt of all necessary documents from County. Contractor is dependent upon County for supplying complete and accurate site information and design parameters. Designs supplied by Contractor are based upon information provided by County. County’s Representative is responsible for confirming that all information supplied to Contractor is current, accurate and applicable. Scope of Contractor’s design is limited only to the Bridge Deck supplied unless additional design features are specifically requested by County and agreed to by Contractor. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 3/20/2025 2 b. Contractor shall also provide the following deliverables and documents as part of its Services under this Agreement: i. Final stamped design for the Bridge Deck, including Title Sheet, General Notes, Detail Sheets, and Quantities ii. Construction Specifications iii. Project Special Provisions c. Contractor agrees to furnish the Services and to deliver the Bridge Deck to County no later than August 11, 2025, based on receiving an unconditional approval within one week of original submittal, and in accordance with the schedule established in Exhibit A. If no completion date is specified in Exhibit A, then Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the applicable standard of care. By signing below Contractor represents that it has the expertise and personnel necessary to properly and timely perform the Services. d. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. e. Delivery of Bridge Deck: The site must be safely and reasonably accessible for an over- the-road truck under its own power. County is responsible for providing safe means for off-loading on- site and for all rigging equipment, connection of rigging to the Bridge Deck and lifting and placement of the Bridge Deck. Two (2) hours of off-load time is included in the delivery/freight cost per truck. Additional off-load time is provided at $150/hour, per hour. 2. County’s Representative. The Engineering Department’s designee shall be Contractor’s contact with respect to this Agreement and performance of the Services. 3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to the provisions of paragraph 12 hereof, shall continue in full force and effect through the 15th day of November, 2025. 4. Extension or Modification. This Agreement may not be amended or supplemented, nor may any obligations hereunder be waived, except by agreement 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 in accordance with County’s internal policies. Accordingly, no course of conduct or dealings between the parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that 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 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. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 3 5. Compensation. County shall compensate Contractor for the performance of the Services in a sum computed and payable as a lump sum as set forth in Exhibit A. The performance of the Services under this Agreement shall not exceed $23,864.00. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. a. County will pay Contractor a deposit of $5,966.00, or 25% of the not to exceed sum, upon execution of this Agreement. Payment for the remaining balance of $17,898.00 will be paid for Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from Contractor. b. Any out-of-pocket expenses to be incurred by Contractor and reimbursed by County shall be identified on Exhibit A. Out-of-pocket expenses will be reimbursed without any additional mark-up thereon and are included in the not to exceed contract amount set forth above. Out-of-pocket expenses shall not include any payment of salaries, bonuses, or other compensation to personnel of Contractor. Contractor shall not be reimbursed for expenses that are not set forth on Exhibit A unless specifically approved in writing by County. c. 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 Services for which payment was made were not performed 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. d. 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. e. 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 therefor 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). 6. Sub-Contractors. 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 sub-Contractor agreements for the performance of any of the Services or additional services 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 subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each sub-Contractor, as approved by Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 4 County and to the extent of the Services to be performed by the sub-Contractor, 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 sub-Contractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, or sub-contractors. 7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. i. Workers’ Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined bodily injury and property damage liability insurance, including coverage for owned, hired, and non-owned vehicles. iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury, products/completed operations, broad form property damage with limits of liability not less than $1,000,000 per occurrence and $2,000,000 aggregate limits. iv. Professional liability insurance with prior acts coverage for all Services required hereunder, in a form and with an insurer or insurers satisfactory to County, with limits of liability of not less than $1,000,000 per claim and $2,000,000 in the aggregate. In the event the professional liability insurance is on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Agreement. Continuous coverage will be maintained during any applicable statute of limitations for the Services and Project. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents, and volunteers as additional insureds. ii. Contractor’s certificates of insurance shall include sub-Contractors as additional insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each sub-Contractor. All coverage(s) for sub-Contractors shall be subject to the same minimum requirements identified above. Contractor and sub-Contractors, if any, shall maintain the foregoing coverage in effect until the Services are completed. In addition, all such policies shall be kept in force by Contractor and its sub-Contractors until the applicable statute of limitations for the Project and the Services has expired. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 5 iii. Insurance shall 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. iv. Contractor’s insurance coverage shall be primary and non-contributory with respect to all other available sources. Contractor’s policy shall contain a waiver of subrogation against Eagle County. v. All policies must contain an endorsement affording an unqualified thirty (30) days notice of cancellation to County in the event of cancellation of coverage. vi. All insurers must be licensed or approved to do business within the State of Colorado and all policies must be written on a per occurrence basis unless otherwise provided herein. vii. Contractor’s certificate of insurance evidencing all required coverage(s) is attached hereto as Exhibit B. Upon request, Contractor shall provide a copy of the actual insurance policy and/or required endorsements required under this Agreement within five (5) business days of a written request from County, and hereby authorizes Contractor’s broker, without further notice or authorization by Contractor, to immediately comply with any written request of County for a complete copy of the policy. viii. Contractor shall advise County in the event the general aggregate or other aggregate limits are reduced below the required per occurrence limit. Contractor, at its own expense, will reinstate the aggregate limits to comply with the minimum limits and shall furnish County a new certificate of insurance showing such coverage. ix. If Contractor fails to secure and maintain the insurance required by this Agreement and provide satisfactory evidence thereof to County, County shall be entitled to immediately terminate this Agreement. x. The insurance provisions of this Agreement shall survive expiration or termination hereof. xi. 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 Agreement, the monetary limitations or rights, immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents, and volunteers. xii. Contractor is not entitled to workers’ compensation benefits except as provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax on any monies paid pursuant to this Agreement. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 6 8. Indemnification. The Contractor shall indemnify, defend, and hold harmless County, and any of its officers, agents, and employees against any losses, claims, damages, or liabilities for which County may become subject to insofar as any such losses, claims, damages, or liabilities arise out of this Agreement, or are based upon any performance or nonperformance by Contractor or any of its sub- Contractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs, legal, and other expenses incurred by County in connection with investigating or defending any such loss, claim, damage, liability, or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Contractor. In addition, this indemnification shall not apply in the event there is any movement or settling of site soils, during construction or anytime afterwards to the extent there is no involvement of the Contractor. This paragraph shall survive expiration or termination hereof. 9. Ownership of Documents. All documents prepared by Contractor in connection with the Services shall become property of County. Contractor shall execute written assignments to County of all rights (including common law, statutory, and other rights, including copyrights) to the same as County shall from time to time request. For purposes of this paragraph, the term “documents'' shall mean and include all reports, plans, studies, tape or other electronic recordings, drawings, sketches, estimates, data sheets, maps and work sheets produced, or prepared by or for Contractor (including any employee or subcontractor in connection with the performance of the Services and additional services under this Agreement). All documents shall be delivered to the County in the original electronic format. With respect to the Bridge Deck, Contractor shall execute any bill of sale or other documents required by County to transfer title of the Bridge Deck to County. Contractor shall provide copies of any instructions or operations manuals and shall further provide copies of any manufacturer's warranties associated with the Bridge Deck. 10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv) when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days prior written notice of such change to the other party. COUNTY: Eagle County, Colorado Attention: Rickie Davies 500 Broadway Post Office Box 850 Eagle, CO 81631 Telephone: 970-328-3567 E-Mail: richard.davies@eaglecounty.us With a copy to: Eagle County Attorney 500 Broadway Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 7 Post Office Box 850 Eagle, Co 81631 Telephone: 970-328-8685 E-Mail: atty@eaglecounty.us CONTRACTOR: TRUE NORTH STEEL Attention: Tom Viall 5405 Monont Road Missoula, MT 59808 Telephone: 406.698.5234 Email: tom.viall@truenorthsteel.com 11. Coordination. Contractor acknowledges that the development and processing of the Services for the Project may require close coordination between various Contractors and contractors. Contractor shall coordinate the Services required hereunder with the other Contractors and contractors that are identified by County to Contractor from time to time, and Contractor shall immediately notify such other Contractors or contractors, in writing, of any changes or revisions to Contractor’s work product that might affect the work of others providing services for the Project and concurrently provide County with a copy of such notification. Contractor shall not knowingly cause other Contractors or contractors extra work without obtaining prior written approval from County. If such prior approval is not obtained, Contractor shall be subject to any offset for the costs of such extra work. 12. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination. 13. Venue, Jurisdiction, and Applicable Law. Any and all claims, disputes or controversies related to this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 14. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 8 15. Other Contract Requirements. a. Contractor shall be responsible for the completeness and accuracy of the Services, including all supporting data or other documents prepared or compiled in performance of the Services, and shall correct, at its sole expense, all significant errors and omissions therein. Contractor has familiarized itself with the intended purpose and use of the Bridge Deck to be provided hereunder, the intended use of such Bridge Deck by County, and with all local conditions, federal, state, and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or the Bridge Deck. The fact that the County has accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor shall perform the Services in a skillful, professional, and competent manner and in accordance with the standard of care, skill, and diligence applicable to Contractors performing similar services. Contractor represents and warrants that it has the expertise and personnel necessary to properly perform the Services and covenants that its professional personnel are duly licensed to perform the Services within Colorado. This paragraph shall survive termination of this Agreement. b. Contractor warrants merchantability and fitness of the Bridge Deck for its intended use and purpose based on design parameters and information provided by County. c. Contractor hereby represents and warrants that the materials incorporated into the Bridge Deck will be new and guarantees the Bridge Deck against defects for a period of eighteen (18) months from the date of delivery to County. d. All guarantees and warranties furnished to Contractor by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier furnishes a guarantee or warranty for a period longer than one (1) year, then Contractor’s guarantee or warranty shall extend for a like period. e. Contractor warrants that title to the Bridge Deck shall pass to County either by incorporation into Old Salt Creek Road or upon receipt by Contractor of final payment from County (whichever occurs first) free and clear of all liens, claims, security interests, or encumbrances. Contractor further warrants that Contractor (or any other person performing the Services) purchased all materials for the Bridge Deck free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Bridge Deck until County has inspected and approved the same. f. Within a reasonable time after receipt of written notice, Contractor shall correct at its own expense, without cost to County, and without interruption to County: i. Any defects in the Bridge Deck which existed prior to or during the period of any guarantee or warranty provided in this Agreement, and any damage to any property caused by such defects or the repairing of such defects; or ii. replace the Bridge Deck with a Bridge Deck of approximately the same size, design, quality of material, and workmanship specified for the original Bridge Deck. Contractor will repair or replace the Bridge Deck within a reasonable time period agreed upon by Contractor and County. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 9 If the Contractor is unable to repair or replace the Bridge Deck, it will refund the original purchase price of the Bridge Deck. g. Guarantees and warranties shall not be construed to modify or limit any rights or actions County may otherwise have against Contractor in law or in equity. h. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement. i. This Agreement constitutes an agreement for performance of the Services by Contractor as an independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture, or any other relationship between County and Contractor except that of independent contractor. Contractor shall have no authority to bind County. j. Contractor represents and warrants that at all times in the performance of the Services, Contractor shall comply with any and all applicable laws, codes, rules, and regulations. k. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. l Contractor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. m. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. n. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. o. The invalidity, illegality, or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. p. Contractor shall maintain for a minimum of three years, adequate financial and other records for reporting to County. Contractor shall be subject to financial audit by federal, state, or county auditors or their designees. Contractor authorizes such audits and inspections of records during normal business hours, upon 48 hours’ notice to Contractor. Contractor shall fully cooperate during such audit or inspections. q. The signatories to this Agreement aver to their knowledge, no employee of the County has any personal or beneficial interest whatsoever in the Services or property described in this Agreement. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 10 The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services and Contractor shall not employ any person having such known interests. r. Contractor does not assume the risk of and shall not be liable for failure to perform any obligation caused by civil insurrection, war, riot quarantine, terrorism, fire, strike, labor stoppages or other labor disturbances, acts of God, acts or omissions of County, acts or omissions of any government body or entity, floods, epidemics, pandemics, freight embargoes, shortages of labor, fuel, energy or materials, failure of suppliers or subcontractors to satisfactorily meet scheduled deliveries, accidents to machinery, delays in transportation or any other cause beyond the reasonable commercial control of Contractor. Upon the occurrence of any such event, Contractor may terminate this Agreement without liability. In no event shall Contractor be liable to County for any consequential damages or claims for labor resulting from failure or delay in delivery. [REST OF PAGE INTENTIONALLY LEFT BLANK] Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 11 IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER By: ______________________________ Jeff Shroll, County Manager CONTRACTOR TRUE NORTH STEEL, INC. By: _____________________________________ Print Name: ______________________________ Title: ___________________________________ Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 Steve Henley Director Of Bridge Sales 12 EXHIBIT A SCOPE OF SERVICES, SCHEDULE, FEES Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 4401 Main Avenue 401 N. Loop 289 Fargo, ND 58103 Lubbock, TX 79403 Phone: (866) 982-9511 Phone: (806) 762-3255 Project Name: Old Salt Creek Road Bridge City, State: B02252484 Date: 2/12/2025 Quotation is valid for 15 days due to steel and fuel volatility TrueNorth Steel Territory Manager: Cell: Email: Rick Jones BOM Reference: 78723 QTY SIZE PRICE Below pricing is per attached terms, if additional terms are to be incorportated please contact TrueNorth Steel for updated pricing. 1 16 X 20 $16,395 2 panels for bolt-together field installation 16 Feet Travel Way - inside of rail to inside of rail 20 Feet Travel Length - end to end of girder 2 8' X 16' deck panels with lifting lugs $7,469 These panels would be shipped with the RediDek modules TO INCLUDE: • A588 weathering steel • Bridge Deck Surface – Galvanized, 12"x4-1/4" roll or press break formed panels Configured to accept gravel, timber, or asphalt wearing surface Buyer acknowledges and agrees that Buyer is responsible for evaluating the suitability of RediDek for Buyer's site and proposed use. TrueNorth Steel strongly recommends that Buyer retain a licensed structural or civil engineer familiar with the local and global conditions to fully evaluate the suitability of RediDek for the site and the proposed use. Whether or not Buyer retains a licensed structural or civil engineer, Buyer represents that Buyer has not relied on TrueNorth Steel to determine the suitability of RediDek for Buyer's purposes and Buyer agrees that TrueNorth Steel has the right to rely on information provided by Buyer concerning the site and proposed use of the RediDek. TrueNorth Steel shall not be responsible for any installation issues, misuse, or improper engineering evaluation of the site and proposed use RediDek for the project. Quote Eagle, CO Tom Viall 406-698-5234 tom.viall@truenorthsteel.com Quote #: Estimate Prepared By: 16' x 20' Redi-Dek Panels DESCRIPTION • Design drawings stamped by a CO Professional Engineer REDI-DEK FOR EXISTING VEHICLE BRIDGE • Hardware - Weathering steel splice bolts CORRUGATED PANELS FOR BACKWALL REINFORCEMENT Page 1 of 4 Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 * Price does not include embedded anchor bolts for pre-cast or poured in place concrete. Included in Bridge rollings. Delivery FREIGHT- FOB JOBSITE All schedules and shipping sequences will be mutually agreed upon by customer and TrueNorth Steel - Schedule will be contigent on material availability and mill Includes delivery of all components listed above - unloading/installation by others Freight is based on rates at time of quote, actual costs will be charged at time of delivery. SPECIFIC EXCLUSIONS Calculations and Load Ratings (unless otherwise noted specifically in quote); Galvanizing, Paint or any other finishes(unless otherwise noted in quote); Third-party inspection of bridge during fabrication; Design, excavation and construction of bridge abutments; Unloading and assembly of bridge at the project site; Site surveys, geotechnical evaluations, or permitting (including fabricator approval, preparing permit applications, and any costs associated); Supply and placement of reinforced concrete deck (if applicable); Anchor bolt design, supply and installation (unless otherwise specifically noted in quote); Any storage fees (unless otherwise noted specifically in quote); Any freight costs (unless noted specifically in quote); Any Federal, State, County, or Local Sales Tax. * Hardware bolts and fasteners may include foreign/import content. It is TrueNorth Steel’s intent to maximize domestic sourcing of raw materials and hardware when available. * TrueNorth Steel will design the anchor bolts for shear and tension of the bolt only for lateral and uplift forces. Embedment and foundation checks by the foundation engineer of record. Any request for TNS to perform checks will be at the cost of the contractor. Page 2 of 4 Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 TrueNorthSteel.com | Bridge@TrueNorthSteel.com RediDek® Bridge Deck Replacement System Patented System TMTrueNorth Steel’s innovative process uses lightweight prefabricated galvanized corrugated steel deck panels. RediDek® bridge deck panels arrive on site ready to install on existing steel, wood or concrete girders. Making Bridge Rehabilitation Affordable As much as 75% FASTER than on-site field-fabricated construction Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 TrueNorthSteel.com | Bridge@TrueNorthSteel.com TM Features & Benefits • Shop-installed lifting eyes facilitate fast picking points for speedy installation. • Pre-punched weld holes are provided based on girder spacing. For concrete or timber stringers, a bolted flange connection is provided to securely attach the RediDek® panels to the bridge girders. • RediDek® prefabricated panels have interior splice bars to bolt adjacent panels together. • Each panel has shop-installed side and end dams to contain road base, asphalt or concrete. • Shop-installed blade runners protect steel bridge deck from grader and plow blades. Steel Specifications & Span Tables Table 1 - Engineering Data, 12” x 4-1/4” Bridge Flooring - Type A Nominal Gauge Design Thickness (in) Yield Strength (ksi) Approx. Weight (psf) Moment of Inertia (in4/ft) Section Modulus (in3/ft) Allowable Net Span* (in) HS 15-44 HS 20-44 HL-93 U80 12 0.104 50 7.4 6.05 2.92 65 52 52 N/A 9 0.149 50 10.5 8.83 4.02 77 61 61 59 7 0.179 50 12.6 10.59 4.78 89 70 70 67 The allowable net spans presented in the table above are for informational purposes only and require consultation with the project engineer for specific product application recommendations. • Net span is the clear span between girder flanges. • Allowable net span is based on 3-3/4” of gravel ballast cover above the top flange of 4-1/4” decking. • Steel decking shall be 4-1/4”deep x 12” lay length “Type A” galvanized corrugated steel conforming to ASTM A653 grade 50. • Steel decking shall be galvanized G200 coating weight per ASTM A653. Beaverhead County Installation TrueNorth Steel’s revolutionary RediDek® prefabricated deck panels saved us three days of construction time. As one of the largest counties in Montana, we are limited on county forces and infrastructure dollars. Saving valuable time allows us to quickly move onto the next project.” – Scott Jones, Beaverhead County Road and Bridge Supervisor “ Existing Deck Removal Final Road Base InstallationRediDek® Installation SW01.21 Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 13 EXHIBIT B INSURANCE CERTIFICATE Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778 ABDEFGHMHolder Identifier : 7777777707070700077763616065553330760715576205545607762317570516310071470467277113200716277642256773107662504026543313077614504311374200726332462210651307704431512270112077727252025773110777777707000707007 6666666606060600062606466204446200622000426006220206002206262240002060220042622600200620200626006000006222026040260020062222040620420020602222604204022206200004242260020066646062240664440666666606000606006Certificate No : 570111274999 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/10/2025 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). 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. PRODUCER Aon Risk Services Central, Inc. Chicago IL Office 200 East Randolph Chicago IL 60601 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 40142American Zurich Ins CoINSURER A: 16535Zurich American Ins CoINSURER B: 25674Travelers Property Cas Co of AmericaINSURER C: INSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: TrueNorth Steel, Inc. 4401 Main Ave Fargo ND 58103 USA COVERAGES CERTIFICATE NUMBER:570111274999 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $500,000 $10,000 $2,000,000 $4,000,000 $4,000,000 B 04/01/2024 04/01/2025YYGLO348637523 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000B04/01/2024 04/01/2025YY COMBINED SINGLE LIMIT (Ea accident)BAP 3486376-23 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $5,000,000 $5,000,000 04/01/2024UMBRELLA LIABC 04/01/2025CUP2T07025624NF RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEA04/01/2024 04/01/2025 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / A Y N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC348637423 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Stop Gap (Employers Liability) for Monopolistic States: OH, ND, WA, WY). RE: Old Salt Creek Bridge. Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability and Automobile Liability policies evidenced herein are Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. Ongoing and Completed Operations is included in the General Liability policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVEEagle County, Colorado PO Box 850 Eagle CO 81631 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Docusign Envelope ID: 22643A66-8DDB-4064-A1FA-2A514895A778