Loading...
HomeMy WebLinkAbout03-09-26 City Council Agenda PacketAGENDA CITY COUNCIL MEETING CITY OF WHEAT RIDGE, COLORADO Monday, March 09, 2026 6:30 p.m. This meeting will be conducted as a virtual meeting, and in person, at: 7500 West 29th Avenue, Municipal Building, Council Chambers. City Council members and City staff members will be physically present at the Municipal building for this meeting. The public may participate in these ways: 1. Attend the meeting in person at City Hall. Use the appropriate roster to sign up to speak upon arrival. 2. Provide comment in advance at www.wheatridgespeaks.org (comment by noon on March 09, 2026) 3. Virtually attend and participate in the meeting through a device or phone: Click here to pre-register and provide public comment by Zoom (You must preregister before 5:00 p.m. on March 09, 2026) 4. View the meeting live or later at www.wheatridgespeaks.org, Channel 8, or YouTube Live at https://www.ci.wheatridge.co.us/view Individuals with disabilities are encouraged to participate in all public meetings sponsored by the City of Wheat Ridge. The City will upon request, provide auxiliary aids and services leading to effective communication for people with disabilities, including qualified sign language interpreters, assistive listening devices, documents in Braille, and other ways of making communications accessible to people who have speech, hearing, or vision impairments. To request auxiliary aid, service for effective communication, or document in a different format, please use this form or contact ADA Coordinator, (Kelly McLaughlin at ada@ci.wheatridge.co.us or 303-235-2885) as soon as possible, preferably 7 days before the activity or event. CALL TO ORDER PLEDGE OF ALLEGIANCE ROLL CALL OF MEMBERS APPROVAL OF MINUTES None APPROVAL OF AGENDA PROCLAMATIONS AND CEREMONIES 1. Proclamation – Women’s History Month and International Women’s Day 2. Proclamation – Colorectal Cancer Awareness Month 3. Proclamation – National Procurement Month PUBLICS’ RIGHT TO SPEAK a. Public may speak on any matter not on the agenda for a maximum of 3 minutes under Publics’ Right to Speak. Please speak up to be heard when directed by the mayor. b. Members of the Public who wish to speak on a Public Hearing item or Decision, Resolution, or Motion may speak when directed by the mayor at the conclusion of the staff report for that specific agenda item. c. Members of the Public may comment on any agenda item in writing by noon on the day of the meeting at www.WheatRidgeSpeaks.org. Comments made on Wheat Ridge Speaks are considered part of the public record. 1. CONSENT AGENDA a. Resolution No. 15-2026 – a resolution amending the Fiscal Year 2026 budget to reflect the approval of a supplemental budget appropriation for the re- appropriation and re-encumbrance of 2025 Fiscal Year encumbered funds in the amount of $5,374,077.75 b. Resolution No. 16-2026 – a resolution amending the 2026 General Fund Budget to reflect the approval of a supplemental budget appropriation in the amount of $99,000 to accept a grant from the Colorado Auto Theft Task Authority c. Motion awarding a contract to Jalisco International, Inc in the amount of $3,278,285 for the Wadsworth Boulevard Path project PUBLIC HEARINGS AND ORDINANCES ON SECOND READING None ORDINANCES ON FIRST READING 2. Council Bill No. 05-2026 – an ordinance amending Chapter 26 of the Wheat Ridge Code of Laws supporting compliance with state legislation regarding housing supportive code amendments to remain eligible for state funding opportunities 3. Council Bill No. 06-2026 – an ordinance approving the sale of city-owned real property and in connection therewith, authorizing execution of a purchase and sale agreement DECISIONS, RESOLUTIONS, AND MOTIONS 4. A motion awarding a contract to Olsson in the amount of $1,652,462 for design services for the 2J Fund Sidewalk Gap project CITY MANAGER’S MATTERS CITY ATTORNEY’S MATTERS ELECTED OFFICIALS’ MATTERS ADJOURN TO SPECIAL STUDY SESSION PROCLAMATION WOMEN’S HISTORY MONTH AND INTERNATIONAL WOMEN’S DAY MARCH 2026 AND MARCH 8, 2026 WHEREAS, Women's History Month is declared annually as the month that highlights the contributions of women throughout history and in contemporary society and March 8th has been recognized across the world as International Women’s Day since 1911; and WHEREAS, in March 1980, President Jimmy Carter issued the first Presidential Proclamation declaring Women’s History Week to align with International Women’s Day to commemorate the accomplishments, perspectives, and experiences of women in the United States; and WHEREAS, in November 1893, a Colorado referendum passed women’s suffrage into law, making it one of the first states in the country to give women the right to vote; and WHEREAS, while the right to vote is a common topic of study when examining women's history, there are many more issues, perspectives, and accomplishments that require investigation across history, literature, science, politics, and the arts to appreciate and understand the significant contributions of women throughout history; and WHEREAS, the 2026 Women’s History Month theme established by The National Women’s History Alliance is titled “Leading the Change: Women Shaping a Sustainable Future,” focusing on women designing blueprints for sustainable transformation in financial sustainability, community resilience, leadership succession, and intergenerational equity; and WHEREAS, women are residents, business owners, employees, elected officials, volunteers, caregivers and members of city staff, and make a difference every day in the City of Wheat Ridge and are to be celebrated for their contributions. NOW, THEREFORE BE IT RESOLVED that I, Mayor Korey Stites and the Wheat Ridge City Council, formally celebrate the month of March 2026, as Women’s History Month and March 8, 2026, as International Women’s Day. IN WITNESS WHEREOF, on this 09th day of March 2026. Janeece Hoppe, City Clerk Korey Stites, Mayor PROCLAMATION COLORECTAL CANCER AWARENESS MONTH WHEREAS, colorectal cancer is the second-leading cause of cancer deaths in the United States among men and women combined; and WHEREAS, colorectal cancer is one of the few cancers that can be prevented with timely screening, 29% of eligible Coloradans are not up to date on screening; WHEREAS, Black, Indigenous and People of Color, rural and uninsured Coloradans disproportionately lack access to colorectal cancer screening; and WHEREAS, colorectal cancer is the first and second leading cancer killer for those ages 20-49; and WHEREAS, Black Americans are 20% more likely to be diagnosed with colorectal cancer and about 40% more likely to die from the disease than other groups; and WHEREAS, Hispanic and Black men in Colorado are nearly 1.5 times more likely to die from colorectal cancer; and WHEREAS, in Colorado in 2025 there were approximately 2,130 new cases and 750 deaths from colorectal cancer; and WHEREAS, the national goal established by the National Colorectal Cancer Roundtable is to strive to increase timely colorectal cancer screening rates to 80 percent in every community for all Americans eligible for screening; and WHEREAS, observing Colorectal Cancer Awareness Month during the month of March provides a special opportunity to increase awareness and offer education on the importance of early detection and screening of colorectal cancer. NOW, THEREFORE, BE IT RESOLVED that I, Mayor Korey Stites and the Wheat Ridge City Council, hereby proclaim the month of March 2026, as Colorectal Cancer Awareness Month. IN WITNESS THEREOF on this 9th day of March 2026. Janeece Hoppe, City Clerk Korey Stites, Mayor PROCLAMATION NATIONAL PROCUREMENT MONTH MARCH 2026 WHEREAS, the public procurement profession plays a significant role in the efficiency and effectiveness of both government and business; and WHEREAS, in addition to the purchase of goods and services, procurement adds value to the organization by performing such functions as executing, implementing, and administering contracts, developing strategic procurement strategies, and cultivating working relationships with suppliers and other departments within the organization; and WHEREAS, public procurement professionals that are employees of the City of Wheat Ridge and in other public and private organizations have tremendous influence on the economic conditions in the United States with accumulative purchasing power running into the billions of dollars; and WHEREAS, the public procurement professionals in the City of Wheat Ridge recognize, support, and practice the Public Procurement Values and Guiding Principles of Accountability, Ethics, Impartiality, Professionalism, Service, and Transparency, established by The Institute for Public Procurement (NIGP) as fundamental tenets of the public procurement profession; and WHEREAS, NIGP has proclaimed the month of March as Procurement Month to further expand the awareness of the procurement professional’s role to governmental officials, the general public, business and corporate leaders. NOW THEREFORE, BE IT RESOLVED that I, Mayor Korey Stites, and the Wheat Ridge City Council, formally designate the month of March 2026 as NATIONAL PROCUREMENT MONTH and urge all community members to join the City of Wheat Ridge to recognize the dedication demonstrated by procurement management professionals with the City of Wheat Ridge. IN WITNESS WHEREOF, on this 9th day of March 2026. _________________________ _________________________ Janeece Hoppe, City Clerk Korey Stites, Mayor ITEM NUMBER: 1a DATE: March 9, 2026 REQUEST FOR CITY COUNCIL ACTION RESOLUTION NO. 15-2026 TITLE: A RESOLUTION AMENDING THE FISCAL YEAR 2026 BUDGET TO REFLECT THE APPROVAL OF A SUPPLEMENTAL BUDGET APPROPRIATION FOR THE RE-APPROPRIATION AND RE- ENCUMBRANCE OF 2025 FISCAL YEAR ENCUMBERED FUNDS IN THE AMOUNT OF $5,374,077.75 ☐PUBLIC HEARING ☐BIDS/MOTIONS ☒RESOLUTIONS ☐ORDINANCES FOR 1st READING ☐ORDINANCES FOR 2nd READING QUASI-JUDICIAL ☐YES ☒NO ISSUE: There is one remaining open purchase order from the 2025 budget that will be carried over to the 2026 budget. The remaining purchase order is associated with the Wadsworth Improvement Project. The funds which were encumbered for this purchase order was transferred to the unreserved fund balance of the CIP Fund when the purchase order was closed. To close out this project in 2026, a supplemental budget appropriation in the amount of $5,374,077.75 is necessary to allow transfer of these funds into the Wadsworth Improvement Project budget line item in the 2026 CIP Budget. PRIOR ACTION: Council approves the re-encumbrance of active purchase orders on an annual basis. FINANCIAL IMPACT: A supplemental budget appropriation is requested in the amount of $5,374,077.75. When the purchase orders were closed on December 31, 2025, the funds encumbered for those purchase orders were transferred to the unreserved fund balance. Therefore, there are adequate funds in the unreserved fund balance to meet this request and there will not be a negative effect to the unreserved fund balance. Council Action Form – Purchase Order Carryovers March 9, 2026 Page 2 BACKGROUND: Per the direction of City Council in 2005, the City utilizes generally accepted accounting principles (GAAP) which requires all encumbrances expire at year-end. The City transitioned from one financial system known as American Data Group (ADG) to OpenGov Financials in October 2025. That transition resulted in this singular purchase order being erroneously closed after the Council had previously approved a supplemental budget appropriation September 2025. Staff became aware of the issue when a new invoice was received in February 2026. These funds will be transferred into 300-80865-303 Capital Improvement Fund from the unreserved Capital Improvement Fund. RECOMMENDATIONS: Staff recommend approval of the supplemental budget appropriation. RECOMMENDED MOTION: “I move to approve Resolution No. 15-2026, a resolution amending the Fiscal Year 2026 Budget to reflect the approval of a supplemental budget appropriation for the re-appropriation and re-encumbrance of the 2025 fiscal year encumbered funds in the amount of $5,374,077.75.” Or, “I move to postpone indefinitely Resolution No. 15-2026, a resolution amending the Fiscal Year 2026 Budget to reflect the approval of a supplemental budget appropriation for the re-appropriation and re-encumbrance of the 2025 fiscal year encumbered funds in the amount of $5,374,077.75 for the following reason(s) _______________________________.” REPORT PREPARED/REVIEWED BY: Whitney Mugford-Smith, Procurement Manager Marianne Schilling, Deputy City Manager Patrick Goff, City Manager ATTACHMENTS: 1. Resolution No.15-2026 ATTACHMENT 1 CITY OF WHEAT RIDGE, COLORADO RESOLUTION NO. 15 SERIES OF 2026 TITLE: A RESOLUTION AMENDING THE FISCAL YEAR 2026 BUDGET TO REFLECT THE APPROVAL OF A SUPPLEMENTAL APPROPRIATION FOR THE RE-APPROPRIATION AND RE- ENCUMBRANCE OF 2025 FISCAL YEAR ENCUMBERED FUNDS IN THE AMOUNT OF $5,374,077.75 WHEREAS, the City’s independent auditor has recommended that the City utilize generally accepted accounting principles (GAAP) for its budgeting basis which requires all encumbrances to expire at year end; and WHEREAS, one additional purchase order remained open on December 31, 2025; and WHEREAS, to continue this project in 2026, a supplemental budget appropriation is necessary to transfer funds from unreserved fund balance to the Capital Improvement Fund to specific line items. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF CITY OF WHEAT RIDGE, COLORADO THAT: Section 1. The City of Wheat Ridge Fiscal Year 2026 Budget be amended accordingly, specifically transferring a total of $5,374,077.75 from the Capital Improvement Program unreserved fund balance to line item 300-80865-30 in the 2026 budget. DONE AND RESOLVED on this 9th day of March 2026. [SEAL] Korey Stites, Mayor ATTEST: Onorina Maloney, Sr. Deputy City Clerk ITEM NUMBER: 1b DATE: March 9, 2026 REQUEST FOR CITY COUNCIL ACTION RESOLUTION NO. 16-2026 TITLE: A RESOLUTION AMENDING THE 2026 GENERAL FUND BUDGET TO REFLECT THE APPROVAL OF A SUPPLEMENTAL BUDGET APPROPRIATION IN THE AMOUNT OF $99,000 TO ACCEPT A GRANT FROM THE COLORADO AUTO THEFT TASK FORCE ☐PUBLIC HEARING ☐BIDS/MOTIONS ☒RESOLUTIONS ☐ORDINANCES FOR 1st READING ☐ORDINANCES FOR 2nd READING QUASI-JUDICIAL ☐YES ☒NO ISSUE: The City was recently awarded a grant by the Colorado Auto Theft Task Force through the funding authorization of the Colorado Auto Theft Prevention Authority (CATPA) for the purchase of a new covert vehicle to be equipped with license plate reading technology. The award provides $70,000 for the vehicle and $29,000 for the purchase and installation of a mobile license plate reader. The total cost of the award is $99,000 and is a fully reimbursable award provided the vehicle and equipment are purchased prior to June 30, 2026. PRIOR ACTION: None FINANCIAL IMPACT: The funds for these purchases are currently available within the Public Works Fleet Services budget. The funds would subsequently be reimbursed to the City of Wheat Ridge this fiscal year, as a stipulation of the award. There would ultimately be no fiscal impact on the City of Wheat Ridge. BACKGROUND: The Wheat Ridge Police Department is a participating member of the Denver Council Action Form – CAPTA Grant March 9, 2026 Page 2 Metropolitan Area Auto Theft Task Force. The task force is funded through the State of Colorado via CATPA. Officers assigned to this task force are paid, in part, through a stipend provided by the CATPA. Officers are also provided with a vehicle and all necessary equipment. The task force is a multi-agency task force comprised of nine agencies from the Denver Metropolitan Area. The work that has been done through this task force has successfully interrupted and dismantled large scale vehicle theft rings and organized criminal activity resulting in a 37% decrease in motor vehicle theft within Wheat Ridge and a 35% decrease with the metro area. Vehicle theft has had a $257 million-dollar economic impact statewide. The Colorado Metropolitan Auto Theft Task Force annually averages 476 stolen and carjacked vehicle recoveries, on average, over the last 4 years. The purchase of a covert vehicle, using the awarded funding, allows the Wheat Ridge Police Department to assign a dedicated vehicle to members of the agency who rotate to the task force. Currently rotating members use a Wheat Ridge Police Department unmarked vehicle, which has made vehicle availability difficult to manage as this vehicle is on assignment for weeks at a time. The license plate reader used by the task force is a closed system and not associated with any system used for surveillance or readily available to anyone outside of the system users without a judicial warrant. This camera system is used to read license plates and operates off a system that is tied to daily downloads of stolen and carjacked vehicles. They system is purged on a regular basis and does not capture images of the vehicle operators. RECOMMENDATIONS: Staff recommend approval of this resolution accepting the award from the Colorado Auto Theft Task Force. RECOMMENDED MOTION: “I move to approve Resolution No. 16-2026, a resolution amending the 2026 General Fund Budget to reflect the approval of a supplemental budget appropriation in the amount of $99,000 to accept a grant from the Colorado Auto Theft Task Force.” Or, “I move to postpone indefinitely Resolution No. 16-2026, a resolution amending the 2026 General Fund Budget to reflect the approval of a supplemental budget appropriation in the amount of $99,000 to accept a grant from the Colorado Auto Theft Task Force for the following reasons:” Council Action Form – CAPTA Grant March 9, 2026 Page 3 REPORT PREPARED/REVIEWED BY: Chris Murtha, Chief of Police Patrick Goff, City Manager ATTACHMENTS: 1. Metropolitan Auto Theft Task Force Award Letter ATTACHMENT 1 CITY OF WHEAT RIDGE, COLORADO RESOLUTION NO. 16 SERIES OF 2026 TITLE: A RESOLUTION AMENDING THE 2026 GENERAL FUND BUDGET TO REFLECT THE APPROVAL OF A SUPPLEMENTAL BUDGET APPROPRIATION IN THE AMOUNT OF $99,000 TO ACCEPT A GRANT FROM THE COLORADO AUTO THEFT TASK FORCE WHEREAS, the City of Wheat Ridge is a participating member of the Denver Metropolitan Area Auto Theft Task Force, funded through the Colorado Auto Theft Prevention Authority (CATPA); and WHEREAS, the City has been awarded a grant from the Colorado Auto Theft Task Force in the total amount of $99,000, consisting of $70,000 for the purchase of a covert vehicle and $29,000 for the purchase and installation of a mobile license plate reader; and WHEREAS, the purchase of a dedicated covert vehicle and license plate reader will enhance operational efficiency and effectiveness in investigating and disrupting organized vehicle theft and related criminal activity; and WHEREAS, acceptance of the grant requires a supplemental budget appropriation in the amount of $99,000 in the 2026 General Fund budget to recognize both the expenditure and corresponding reimbursement revenue. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF CITY OF WHEAT RIDGE, COLORADO THAT: Section 1. The City Council hereby accepts the grant award from the Colorado Auto Theft Task Force in the amount of $99,000 for the purchase of a covert vehicle and mobile license plate reader. Section 2. The 2026 General Fund Budget is hereby amended to reflect a supplemental budget appropriation in the amount of $99,000 from General Fund undesignated reserves to account No. 100-80807-303 for the expenditure and corresponding grant reimbursement revenue. Section 3. The City Manager is authorized to execute all documents necessary to accept and administer the grant award in accordance with its terms and conditions. DONE AND RESOLVED on this 9th day of March 2026. [SEAL] ______________________________ Korey Stites, Mayor ATTEST: _____________________________________ Onorina Maloney, Sr. Deputy City Cle CATPA – Metropolitan Auto Theft Task Force Chief Christopher Murtha February 12, 2026 Wheat Ridge Police Department 7500 W. 29th Ave Wheat Ridge, CO 80022 Chief Murtha, This letter is to inform you that, effective February 12, 2026, the CATPA-Metropolitan Auto Theft Task Force (C-MATT) was awarded additional funds for Fiscal Year 2026 in the amount of $99,000 specifically earmarked for the Wheat Ridge Police Department (WRPD). These funds are designated for the purchase of one covert vehicle with emergency equipment assigned to C-MATT personnel ($70,000), and one mobile License Plate Reader ($29,000). To ensure compliance with Colorado Auto Theft Prevention Authority (CATPA) requirements, the following conditions apply: • Documentation the vehicle was purchased, received, and equipped by June 30, 2026. • Documentation the LPR was purchased, received, and installed by June 30, 2026. Reporting Monthly to C-MATT. • Documentation of the LPR being operational or not, and documentation of stolen vehicles recovered using the LPR for 5 years. The WRD must provide requests for reimbursement promptly, and supporting documentation must accompany any reimbursement requests. C-MATT may request additional documentation to support the request for reimbursement, and no reimbursement will be made more than the amount awarded. C-MATT has the right to refuse reimbursement if proper documentation is not completed. For questions regarding reimbursement procedures or required documentation, please contact Jill Moss, C-MATT Administrative Assistant at jill.moss@lakewoodco.gov. Thank you for your continued partnership in combating auto theft. Sincerely, John P. Pickard John P. Pickard, Commander CATPA – Metropolitan Auto Theft Task Force (C-MATT) cc: Commander Keith Weimer ATTACHMENT 2 ITEM NUMBER: 1c DATE: March 09, 2026 REQUEST FOR CITY COUNCIL ACTION MOTION TITLE: MOTION AWARDING A CONTRACT TO JALISCO INTERNATIONAL, INC IN THE AMOUNT OF $3,278,285 FOR THE WADSWORTH BOULEVARD PATH PROJECT ☐PUBLIC HEARING ☒BIDS/MOTIONS ☐RESOLUTIONS ☐ORDINANCES FOR 1st READING ☐ORDINANCES FOR 2nd READING QUASI-JUDICIAL ☐YES ☒NO ISSUE: Four bids were received in response to the city’s Invitation for Bids to complete the Wadsworth Boulevard Path project which will add a wide, detached, shared use path on the west side of Wadsworth between 32nd and 35th Avenues. The lowest responsive bidder is Jalisco International, Inc. It is recommended that the city enter into a contract with Jalisco to perform the work for the Wadsworth Boulevard Path project. PRIOR ACTION: On May 29, 2023, the City entered into an IGA with CDOT to construct a shared used path along Wadsworth Boulevard between 32nd Avenue and 35th Avenue. On December 22, 2025, staff issued an invitation to bid (ITB) seeking qualified firms to provide construction services for the construction of the project as designed by Olsson. On January 29th, 2026, the City received four bids. The bids ranged from $3,278,285 to $4,511,992.91. Bids were evaluated by staff and Jalisco International, Inc was determined as the lowest responsive bidder. FINANCIAL IMPACT: Funding is available in the 2J Bond Fund account #660-70750-103. BACKGROUND: Closing the gap in the bicycle and pedestrian path along Wadsworth Boulevard between 32nd and 35th Avenues has been a high priority for several years. Council Action Form – Wadsworth Blvd Path – 32nd Avenue to 35th Avenue project March 9, 2026 Page 2 The proposed improvements will add a wide, detached, shared use path on the west side of Wadsworth between 32nd and 35th Avenues. An amenity zone will be included varying between 4' and 8' wide that will match the current Wadsworth project to the north. Pedestrian lights and an enhanced bus stop with a bus shelter will also be included. A summary of the bids received are shown in the following table: Bidder Bid Amount Jalisco International, Inc $3,278,285 Concrete Works of Colorado $4,255,656.90 Timber Wolf Excavation $4,338,470 Goodland Construction $4,511,992.91 The project is scheduled to start in mid-April with final completion expected early in 2027. RECOMMENDATIONS: Staff recommend awarding a contract to Jalisco International, Inc in the amount of $3,278,285 for the Wadsworth Blvd Path – 32nd Avenue to 35th Avenue project. RECOMMENDED MOTION: “I move to award a contract to Jalisco International, Inc in the amount of $3,278,285 for the Wadsworth Blvd Path – 32nd Avenue to 35th Avenue project.” Or, “I move to deny award of a contract to Jalisco International, Inc in the amount of $3,278,285 for the Wadsworth Blvd Path – 32nd Avenue to 35th Avenue project for the following reason(s).” REPORT PREPARED/REVIEWED BY: Daniel Martinez, CIP Program Manager Kent Kisselman, Director of Public Works Patrick Goff, City Manager ATTACHMENTS: 1. Jalisco International, Inc Contract CITY OF WHEAT RIDGE 25-054-Wadsworth Blvd. Path AGREEMENT THIS AGREEMENT, made this 24th day of February 2026, by and between the City of Wheat Ridge, Colorado, hereinafter called "Owner" and Jalisco International, Inc., 6663 Colorado Blvd., Commerce City, CO 80022, hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned the parties agree as follows: 1.The Contractor agrees to furnish all materials, supplies, tools, equipment, labor, and other services necessary to complete the construction of the Project titled, 25-054-Wadsworth Blvd. Path, 32nd-35th, in accordance with theContract Bid Documents. 2.The Contractor agrees to perform all the Work described in the Contract Bid Documents and comply with theterms therein for the Total Contract amount of $3,278,285. 3.The Contractor agrees to commence the Work required by the Contract Documents within Fourteen (14)calendar days after the date of the Notice to Proceed and to complete the same within 60 working days after the date of the Notice to Proceed unless the time for completion is extended otherwise by written changes to theContract Bid Documents. 4.The term "CONTRACT BID DOCUMENTS" means and includes the following: A Signature Page K Agreement B Advertisement for Bids L Payment Bond C Information for Bidders M Performance Bond D Contractor Qualification N Notice to Proceed E Bid Form O Final Receipt F Bid Schedule P Project Special Provisions G List of Subcontractors Q General Provisions H Non-Discrimination Assurance R Addenda I Non-Collusion Affidavit Q Drawings/ Exhibits J Bid Bond S Keep Jobs in Colorado 5.The Owner will pay to the Contractor in the manner and at such times as set forth in the General Conditions, suchamounts as required by the Contract Documents. 6.Section 2-3 (a) – (e) of the City's Code of Laws is presented below: (a)Fiscal year. Fiscal year for the city shall commence on January 1 and end on December 31. (b)Budget contains appropriations. The city council shall annually adopt a budget in a mannerconsistent with the provisions of Chapter X of the Home Rule Charter of the City of Wheat Ridge. Upon the annual adoption by the city council of each fiscal year's budget, levels of authorizedexpenditures from the funds indicated within the annual budget itself and/or the adopting resolution shall constitute the appropriation of the amounts specified therein for the purposes specified therein.During the course of each fiscal year, approval by the city council of contracts for goods or services, and/or approval of bids for the provision of specified goods or services, shall likewise constituteappropriations of the amounts specified therein for the purposes specified therein. (c)No contract to exceed appropriation. During each and any fiscal year, no contract entered into by oron behalf of the city shall expend or contract to expend any money, or incur any liability, nor shallany contract be entered into nor any bid be awarded by or on behalf of the city which, by its terms, ATTACHMENT 1 involves the expenditure of money for any of the purposes for which provision is made either in the adopted budget or adopting resolution, including any legally authorized amendments thereto, in excess of the amount appropriated in the budget or the approved contract or bid award. Any contract or bid award, either verbal or written, made in violation of the provisions of this section shall be void as to the city and no city monies from any source whatsoever shall be paid thereon. (d) Amendments and authorized expenditures. Nothing contained herein shall preclude the city council from adopting a supplemental appropriation in a manner consistent with the provisions of Section 10.12 of the Home Rule Charter of the city. Further, nothing contained in this section shall prevent the making of contracts for governmental services or for capital outlay for a period exceeding one (1) year if such contracts are otherwise allowed by the Home Rule Charter of the city; provided, however, any contract so made shall be executory only for the amounts agreed to be paid for such services to be rendered in succeeding fiscal years. (e) Notice to parties contracting with the city. All persons contracting with, or selling goods or services to, the city are hereby placed upon notice of the provisions of this section. The provisions of this section shall become a part of the Merit System Personnel Rules and Regulations of the City of Wheat Ridge; shall be referred to specifically in all public works bid documents and contracts; and shall be incorporated into, and specially noted within, all other contracts entered into by or on behalf of the city wherein city funds are used to pay for said contract. 7. Section 2-4 of the City Code of Laws is presented below: (a) The city may, by contract, require the contractor awarded a public works contract to waive, release or extinguish its rights to recover costs or damages, or obtain an equitable adjustment, for delays in performing such contract if such delay is caused, in whole or in part, by acts or omissions of the city or its agents, if the contract provides that an extension of time for completion of the work is the contractor's remedy for such delay. Such a clause is valid and enforceable, any provision of state law to the contrary notwithstanding. (b) The city council, by this ordinance (Ordinance No. 812), declares its local contracting powers to be a matter of purely local concern, and further specifically intends to supersede, pursuant to its powers under Article XX of the Colorado Constitution, the provisions of Sections 24-91-101 and 24-91- 103.5, C.R.S., insofar as they conflict with the provisions of this section of the Code of Laws of the City of Wheat Ridge, Colorado. 8. Any notice or communication given pursuant to this Agreement to the City shall be made in writing: Contact Information City Contractor Name: Dan Klenjoski Richard Ledezma Office Phone: 303-235-2868 303-746-1919 Email Address: dklenjoski@ci.wheatridge.co.us rwl@jalisco.org Address: 7500 W 29th Ave. 6663 Colorado Blvd City, State, Zip Code Wheat Ridge, CO 80033 Commerce City, CO 80022 9. The Contractor agrees to abide by the requirements under EXECUTIVE ORDER NO. 11246 as amended, including specifically the provisions governed by the Equal Opportunity Commission and also to abide by the requirements of the IMMIGRATION REFORM AND CONTRACT ACT OF 1986 and the requirements of the AMERICANS WITH DISABILITIES Act of 1991; and the United States Department of Transportation Title VI Regulations at 49 CFR Part 21 requirements under the Civil Rights Act of 1964, assuring that no person shall on the grounds of race, color, or national origin be excluded from participation in the opportunity to bid, or be discriminated against in consideration of award of this project. 10. In accordance with CRS Title 24, Article 91, Section 103.6, Paragraph 2, Subparagraph a, the City of Wheat Ridge hereby states that funds have been appropriated for this Project in an amount equal to or in excess of the Original Contract Amount. In accordance with CRS Title 24, Article 91, Section 103.6, Paragraph 2, Subparagraph a, the City of Wheat Ridge hereby states that funds have been appropriated for this Project in an amount equal to or in excess of the Original Contract Amount. 11. Vendor Performance Feedback The City of Wheat Ridge has implemented a requirement for Project Managers to assess each vendor’s performance and issue a determination as to whether the City should award the vendor future City contracts. All contracts will need to be considered as part of the requirement. The following criteria will be evaluated annually for renewable contracts and at contract closeout for one-time agreements: a. Work completed on time b. Work completed within budget c. Work completed as per the Scope of Work d. Future awards recommendation 12. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 13. Each party has reviewed the items contained within this contract and recommend executing this contract to proceed with the agreed upon Statement of Work. ______________________________________ __________ Whitney Mugford-Smith, Procurement Manager Date Signed ______________________________________ __________ Dan Klenjoski, Infrastructure Project Manager Date Signed ______________________________________ __________ Kent Kisselman, Director of Public Works Date Signed IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. ATTEST: OWNER CITY OF WHEAT RIDGE 7500 WEST 29TH AVENUE Onorina Maloney, Deputy City Clerk WHEAT RIDGE, C0 80033 303-234-5900 Date Patrick Goff, City Manager APPROVED AS TO FORM: CONTRACTOR Jalisco International, Inc. Gerald Dahl, City Attorney 6663 Colorado Blvd. Commerce City, CO 80022 ATTEST TO CONTRACTOR: Authorized Signature Full Name Signature Title Title Date Date PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Jalisco International, Inc. (Name of Contractor) 6663 Colorado Blvd., Commerce City, CO 80022 (Address of Contractor) A hereinafter called "PRINCIPAL", and (Name of Surety) (Address of Surety) hereinafter called "Surety", are held and firmly bound unto the City of Wheat Ridge, 7500 West 29th Avenue, Wheat Ridge, Colorado 80033, hereinafter called "Owner", in the penal sum of three-million, two-hundred seventy-eight thousand, two-hundred eighty-five dollars, ($3,278,285) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of _________, 2026, a copy of which is hereto attached and made a part hereof for the Project titled, ITB-25-054-Wadsworth Blvd Path, in accordance with the Contract Bid Documents including: Base Bid – $2,963,285 Force Accounts - $315,000 NOW, THEREFORE, if the Principal 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, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said WORK, and for all labor performed in such work whether by 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 or the Specifications accompanying the same shall in any wise 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. *Insert "a corporation", "a partnership", or "an individual" as applicable. IN WITNESS WHEREOF, this instrument is executed in one part, each of which shall be deemed an original, this the day of , 2026 ATTEST: PRINCIPAL CORPORATE SECRETARY PRINCIPAL ADDRESS BY ADDRESS (SEAL) SURETY ATTEST: SURETY ADDRESS BY (ATTORNEY IN FACT) ADDRESS (SEAL) 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 of Colorado. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Jalisco International, Inc. (Name of Contractor) 6663 Colorado Blvd., Commerce City, CO 80022 (Address of Contractor) A hereinafter called "PRINCIPAL", and (Name of Surety) (Address of Surety) hereinafter called "Surety", are held and firmly bound unto the City of Wheat Ridge, 7500 West 29th Avenue, Wheat Ridge, Colorado 80033, hereinafter called "Owner", in the penal sum of three-million, two-hundred seventy-eight thousand, two-hundred eighty-five dollars, ($3,278,285) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of _________, 2026, a copy of which is hereto attached and made a part hereof for the Project titled, ITB-25-054-Wadsworth Blvd Path, in accordance with the Contract Bid Documents including: Base Bid – $2,963,285 Force Accounts - $315,000 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all 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 guarantee period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed or the Specifications accompanying the same shall in any wise 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. 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. *Insert "a corporation", "a partnership", or "an individual" as applicable. IN WITNESS WHEREOF, this instrument is executed in one part, each of which shall be deemed an original, this the day of , 2026 ATTEST: PRINCIPAL CORPORATE SECRETARY PRINCIPAL ADDRESS BY ADDRESS (SEAL) SURETY ATTEST: SURETY ADDRESS BY (ATTORNEY IN FACT) ADDRESS (SEAL) 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 of Colorado. Line Item Description Quantity Unit of Measure Unit Cost Total 201-00000 CLEARING AND GRUBBING 1 L S $25,000.00 $25,000.00 202-00000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 L S $2,650.00 $2,650.00 202-00010 REMOVAL OF TREE 21 EACH $1,230.00 $25,830.00 202-00012 REMOVAL OF TREE STUMP 10 EACH $515.00 $5,150.00 202-00015 REMOVAL OF HEADWALL 2 EACH $1,990.00 $3,980.00 202-00019 REMOVAL OF INLET 2 EACH $1,100.00 $2,200.00202-00034 REMOVAL OF METER VAULT 1 EACH $3,300.00 $3,300.00 202-00035 REMOVAL OF PIPE 123 LF $34.00 $4,182.00 202-00120 REMOVAL OF CONCRETE BOX CULVERT 499 LF $120.00 $59,880.00202-00200 REMOVAL OF SIDEWALK 145 SY $13.00 $1,885.00 202-00201 REMOVAL OF CURB 164 LF $11.00 $1,804.00 202-00203 REMOVAL OF CURB AND GUTTER 1354 LF $10.00 $13,540.00 202-00206 REMOVAL OF CONCRETE CURB RAMP 20 SY $25.00 $500.00 202-00210 REMOVAL OF CONCRETE PAVEMENT 323 SY $26.00 $8,398.00 202-00220 REMOVAL OF ASPHALT MAT 1433 SY $28.00 $40,124.00 202-00250 REMOVAL OF PAVEMENT MARKING 2287 SF $2.50 $5,717.50 202-00500 REMOVAL OF PORTIONS OF PRESENT STRUCTURE 1 EACH $4,600.00 $4,600.00202-00710 REMOVAL OF POWER POLE 2 EACH $1,650.00 $3,300.00 202-01000 REMOVAL OF FENCE 321 LF $9.00 $2,889.00 202-04002 CLEAN CULVERT 5 EACH $1,025.00 $5,125.00203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN 460 CY $79.00 $36,340.00 203-01594 COMBINATION LOADER 16 HOUR $150.00 $2,400.00 203-01597 POTHOLING 40 HOUR $270.00 $10,800.00 206-00000 STRUCTURE EXCAVATION 995 CY $22.00 $21,890.00 206-00100 STRUCTURE BACKFILL (CLASS 1)315 CY $49.00 $15,435.00 207-00700 TOPSOIL (ONSITE)582 CY $35.00 $20,370.00 207-00702 TOPSOIL (OFFSITE)76 CY $73.00 $5,548.00 208-00002 EROSION LOG TYPE 1 (12 INCH)2828 LF $6.00 $16,968.00 208-00020 SILT FENCE 100 LF $3.50 $350.00 208-00035 AGGREGATE BAG 400 LF $13.00 $5,200.00 208-00045 CONCRETE WASHOUT STRUCTURE 1 EACH $800.00 $800.00208-00046 PRE-FABRICATED CONCRETE WASHOUT 1 EACH $2,500.00 $2,500.00 208-00051 STORM DRAIN INLET PROTECTION (TYPE I)100 LF $16.00 $1,600.00 208-00052 STORM DRAIN INLET PROTECTION (TYPE II)66 LF $22.00 $1,452.00208-00070 VEHICLE TRACKING PAD 1 EACH $3,800.00 $3,800.00 208-00071 MAINTENANCE AGGREGATE (VEHICLE TRACKING 18 CY $80.00 $1,440.00 208-00075 PRE-FABRICATED VEHICLE TRACKING PAD 2 EACH $8,000.00 $16,000.00 208-00103 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR)60 HOUR $75.00 $4,500.00 208-00105 REMOVAL AND DISPOSAL OF SEDIMENT 20 HOUR $110.00 $2,200.00 208-00106 SWEEPING (SEDIMENT REMOVAL)64 HOUR $160.00 $10,240.00 208-00107 REMOVAL OF TRASH 32 HOUR $180.00 $5,760.00 208-00207 EROSION CONTROL MANAGEMENT 90 DAY $295.00 $26,550.00210-00001 RESET STRUCTURE 1 EACH $615.00 $615.00 210-00035 RESET WATER METER 4 EACH $4,200.00 $16,800.00 210-00810 RESET GROUND SIGN 6 EACH $185.00 $1,110.00210-00860 RESET PEDESTRIAN PUSH BUTTON 2 EACH $275.00 $550.00 210-04010 ADJUST MANHOLE 2 EACH $800.00 $1,600.00 210-04012 ADJUST CLEANOUT 2 EACH $675.00 $1,350.00 210-04015 MODIFY MANHOLE 1 EACH $1,150.00 $1,150.00 212-00050 SOD 2340 SF $2.75 $6,435.00 212-00700 ORGANIC FERTILIZER 465 LB $5.00 $2,325.00 212-00701 COMPOST (MECHANICALLY APPLIED)97 CY $75.00 $7,275.00 212-00704 MYCORRHIZAE 34 LB $10.50 $357.00 212-00706 SEEDING (NATIVE) DRILL 0.58 ACRE $1,300.00 $754.00 212-00708 SEEDING (NATIVE) BROADCAST 0.07 ACRE $2,200.00 $154.00 212-01200 LANDSCAPE RESTORATION 1 L S $22,000.00 $22,000.00213-00002 MULCHING (WEED FREE HAY)0.62 ACRE $1,850.00 $1,147.00 213-00012 SPRAY-ON MULCH BLANKET 0.31 ACRE $3,700.00 $1,147.00 213-00061 MULCH TACKIFIER 130 LB $3.50 $455.00213-00067 ROCK MULCH (WEED FREE)5112 SF $2.50 $12,780.00 214-00000 LANDSCAPE MAINTENANCE 1 L S $13,750.00 $13,750.00 214-00225 DECIDUOUS TREE (2.5 INCH CALIPER)8 EACH $950.00 $7,600.00 214-00350 DECIDUOUS SHRUB (#5 CONTAINER)118 EACH $75.00 $8,850.00 214-00650 EVERGREEN SHRUB (#5 CONTAINER)23 EACH $76.00 $1,748.00 214-00910 PERENNIALS (#1 CONTAINER)188 EACH $26.00 $4,888.00 215-00060 TRANSPLANT TREE (3 TO 6 INCH)1 EACH $2,700.00 $2,700.00 216-00101 SOIL RETENTION BLANKET (STRAW-COCONUT) 126 SY $6.00 $756.00216-00301 TURF REINFORCEMENT MAT (CLASS 1)72 SY $12.50 $900.00 217-00020 HERBICIDE TREATMENT 16 HOUR $185.00 $2,960.00 240-00000 WILDLIFE BIOLOGIST 24 HOUR $160.00 $3,840.00304-06000 AGGREGATE BASE COURSE (CLASS 6)870 TON $54.00 $46,980.00 304-06001 3/4" CRUSHED ROCK 111 SF $14.50 $1,609.50 403-00720 HOT MIX ASPHALT (PATCHING) (ASPHALT)335 TON $360.00 $120,600.00 412-00600 CONCRETE PAVEMENT (6 INCH)412 SY $97.00 $39,964.00 412-00800 CONCRETE PAVEMENT (8 INCH)381 SY $115.00 $43,815.00 412-01100 CONCRETE PAVEMENT (11 INCH)57 SY $160.00 $9,120.00 515-00120 WATERPROOFING (MEMBRANE)174 SY $32.00 $5,568.00 601-03030 CONCRETE CLASS D (BOX CULVERT)350 CY $880.00 $308,000.00601-03050 CONCRETE CLASS D (WALL)16 CY $1,300.00 $20,800.00 602-00020 REINFORCING STEEL (EPOXY COATED)90920 LB $1.90 $172,748.00 603-01125 12 INCH REINFORCED CONCRETE PIPE (COMPLETE 9 LF $500.00 $4,500.00603-01185 18 INCH REINFORCED CONCRETE PIPE (COMPLETE 38 LF $285.00 $10,830.00 603-01245 24 INCH REINFORCED CONCRETE PIPE (COMPLETE 30 LF $320.00 $9,600.00 603-05018 18 INCH REINFORCED CONCRETE END SECTION 1 EACH $2,600.00 $2,600.00 604-16004 WR CURB INLET (SINGLE)1 EACH $11,200.00 $11,200.00 604-19210 INLET TYPE R L 10 (10 FOOT)1 EACH $15,400.00 $15,400.00 604-30010 MANHOLE SLAB BASE (10 FOOT)2 EACH $12,000.00 $24,000.00 604-50300 STORM SEWER RING AND COVER 2 EACH $1,700.00 $3,400.00 607-11525 FENCE (PLASTIC)1580 LF $3.00 $4,740.00607-53142 FENCE CHAIN LINK (42 INCH)261 LF $34.00 $8,874.00 607-53143 FENCE CHAIN LINK (SPECIAL) (42 INCH)160 LF $57.00 $9,120.00 607-60106 6 FOOT GATE (CHAIN LINK)1 EACH $1,290.00 $1,290.00607-60274 24 FOOT GATE DOUBLE (CHAIN LINK)1 EACH $2,100.00 $2,100.00 608-00000 CONCRETE SIDEWALK 1011 SY $87.00 $87,957.00 608-00010 CONCRETE CURB RAMP 78 SY $180.00 $14,040.00 608-10010 SIDEWALK DRAIN 2 EACH $13,500.00 $27,000.00 609-20000 CURB TYPE 2 (SECTION B) (SPECIAL)94 LF $78.00 $7,332.00 609-20010 CURB TYPE 2 (SECTION B)167 LF $78.00 $13,026.00 609-21020 CURB AND GUTTER TYPE 2 (SECTION II-B)1295 LF $36.00 $46,620.00 609-21021 CURB AND GUTTER TYPE 2 (SECTION II-M)27 LF $72.00 $1,944.00 609-24006 GUTTER TYPE 2 (6 FOOT)4 LF $160.00 $640.00 610-00020 MEDIAN COVER MATERIAL (PATTERNED 488 SF $20.00 $9,760.00 613-00200 2 INCH ELECTRICAL CONDUIT 1227 LF $21.50 $26,380.50613-07000 PULL BOX 15 EACH $985.00 $14,775.00 613-10000 WIRING 1 L S $15,300.00 $15,300.00 613-13006 LUMINAIRE (LED) (6,000 LUMENS)15 EACH $4,390.00 $65,850.00613-16010 LIGHT STANDARD (DECORATIVE)15 EACH $3,840.00 $57,600.00 613-40010 LIGHT STANDARD FOUNDATION 15 EACH $1,750.00 $26,250.00 613-50100 LIGHTING CONTROL CENTER 1 EACH $8,700.00 $8,700.00 613-50109 METER POWER PEDESTAL 1 EACH $6,500.00 $6,500.00 614-00011 SIGN PANEL (CLASS I)18 SF $30.00 $540.00 614-00214 STEEL SIGNPOST (1.75X1.75 INCH TUBING)24 LF $17.00 $408.00 616-30499 TRASH GUARD SPECIAL 1 EACH $13,450.00 $13,450.00 619-00007 CONNECT TO EXISTING WATERLINE 2 EACH $21,500.00 $43,000.00619-40060 3/4 INCH COPPER PIPE 44 LF $100.00 $4,400.00 620-00020 SANITARY FACILITY 2 EACH $3,900.00 $7,800.00 622-00101 RIDESTOP 1 EACH $29,000.00 $29,000.00622-00270 BOLLARD 2 EACH $1,500.00 $3,000.00 623-00212 12 INCH POP-UP SPRAY SPRINKLER 248 EACH $52.00 $12,896.00 623-00600 1-1/2 INCH PLASTIC PIPE 728 LF $9.75 $7,098.00 623-00601 1 INCH PLASTIC PIPE 1418 LF $4.50 $6,381.00 623-00602 2 INCH PLASTIC PIPE (IRRIGATION/SLEEVE)240 LF $18.00 $4,320.00 623-00603 3 INCH PLASTIC PIPE (IRRIGATION/SLEEVE)173 LF $20.00 $3,460.00 623-01706 3/4 INCH BACKFLOW PREVENTER 2 EACH $8,300.00 $16,600.00 623-02006 3/4 INCH DRAIN VALVE 2 EACH $345.00 $690.00 623-03108 1 INCH AUTOMATIC CONTROL VALVE 16 EACH $1,135.00 $18,160.00 623-04008 1 INCH QUICK-COUPLER VALVE 5 EACH $375.00 $1,875.00 623-07006 3/4 INCH WATER METER 2 EACH $5,200.00 $10,400.00623-07601 1 INCH FLOW SENSOR 2 EACH $1,335.00 $2,670.00 623-08148 48 STATION AUTOMATIC CONTROLLER 2 EACH $8,700.00 $17,400.00 625-00000 CONSTRUCTION SURVEYING 1 L S $34,000.00 $34,000.00626-00000 MOBILIZATION 1 L S $210,000.00 $210,000.00 626-01113 PUBLIC INFORMATION MANAGEMENT (TIER III)405 DAY $65.00 $26,325.00 627-00008 MODIFIED EPOXY PAVEMENT MARKING 21 GAL $400.00 $8,400.00 627-00016 PAVEMENT MARKING PAINT (HIGH 31 GAL $110.00 $3,410.00 627-30405 PREFORMED THERMOPLASTIC PAVEMENT 81 SF $24.00 $1,944.00 627-30410 PREFORMED THERMOPLASTIC PAVEMENT 719 SF $13.50 $9,706.50 629-01006 SURVEY MONUMENT (TYPE 6)30 EACH $105.00 $3,150.00 630-00000 FLAGGING 3500 HOUR $36.50 $127,750.00630-00007 TRAFFIC CONTROL INSPECTION 110 DAY $240.00 $26,400.00 630-00012 TRAFFIC CONTROL MANAGEMENT 220 DAY $1,200.00 $264,000.00 630-80335 BARRICADE (TYPE 3 M-A) (TEMPORARY)16 EACH $135.00 $2,160.00630-80340 PEDESTRIAN BARRICADE (ADA)250 LF $53.00 $13,250.00 630-80341 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE A)36 EACH $165.00 $5,940.00 630-80342 CONSTRUCTION TRAFFIC SIGN (PANEL SIZE B)11 EACH $185.00 $2,035.00 630-80350 VERTICAL PANEL 30 EACH $45.00 $1,350.00 630-80355 PORTABLE MESSAGE SIGN PANEL 5 EACH $20,000.00 $100,000.00 630-80358 ADVANCE WARNING FLASHING OR SEQUENCING 1 EACH $2,440.00 $2,440.00 630-80360 DRUM CHANNELIZING DEVICE 60 EACH $45.00 $2,700.00 630-80370 BARRIER (TEMPORARY)500 LF $41.00 $20,500.00630-80380 TRAFFIC CONE 50 EACH $15.00 $750.00 630-85010 IMPACT ATTENUATOR (TEMPORARY)4 EACH $7,200.00 $28,800.00 Total $2,963,285.00 Line Item Description Quantity Unit of Measure Unit Cost Total 700-70010 F/A MINOR CONTRACT REVISIONS 1 F A $250,000.00 $250,000.00 700-70023 F/A ON-THE-JOB-TRAINING 1 F A $10,000.00 $10,000.00700-70060 F/A ADJUST UTILITIES 1 F A $40,000.00 $40,000.00 700-70082 F/A FURNISH & INSTALL ELECTRICAL SERVICE 1 F A $10,000.00 $10,000.00 700-70380 F/A EROSION CONTROL 1 F A $5,000.00 $5,000.00Total$315,000.00 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (name and address of Contractor) as Principal, and (name and address of surety) as Surety, are hereby held and firmly bound unto the City of Wheat Ridge as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. Signed this day of , 2024 The condition of the above obligation is such that whereas the Principal has submitted to the City of Wheat Ridge a certain BID, attached hereto and hereby made a part hereof, to enter a contract in writing for the Project titled ITB- 25-054-Wadsworth Blvd Path - 32nd Ave to 35th Ave NOW, THEREFORE, 1.If said Bid shall be rejected or, 2.If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contractattached hereto (properly completed in accordance with the said Bid) and shall furnish a Bond for his faithful performance of said Contract, and for the payment for all persons performing labor or furnishing materials in connection therewith and shall in all other respects perform the agreement created by the acceptance of said Bid. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by an extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (Principal/Contractor) (Surety) By: 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. 27th 2026January _______________________________________ _______________________________________ _______________________________________ _______________________________________ _______________________________________ _______________________________________ _______________________________________ _______________________________________ Colorado Department of Transportation Anti Collusion Affidavit – Form 606 Instructions: Form to be completed by an authorized agent or Officer for the bidder/Contractor submitting a bid for the Colorado Department of Transportation Project identified below. Project Number: ______________________________ 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 their 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. 2. 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. 3. 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. 4. 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 noncompetitive bid or other form of complementary bid. 5. 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. 6. 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, noncompetitive, or other form of complementary bid. 7. 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. 8. 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. 9. 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. 10. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. Signature Declaration: 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 Company Name By Title Date Second Company Name if Joint Venture By Title Date Form Number 606 – April 2024 NOTIFICATION OF PREQUALIFICATION May 21, 2025 Jalisco International, Inc. 6663 Colorado Blvd. Commerce City, CO 80022  Limit Amount: Unlimited Vendor ID: 696A Reference is made to your application for registration as a qualified bidder on Colorado Highway work, dated May 21, 2025. Your file has been reviewed and determined to be complete. Based on the financial information and experience contained in your application, your firm is allowed to submit bids up to an unlimited amount. Bids from a general contractor will be received subject to any limitation stated above, and with due consideration to the amount of work presently under contract, past performance on highway contracts, and the contractor’s financial status at the time of bidding. It is further understood that the bidder has available the staff and equipment adequate for any project on which a bid is submitted; that the contractor’s staff and equipment will be available to undertake the work on which bids are currently made, promptly after award of contract; and that the work will be carried on expeditiously and under proper supervision. This notice supersedes all previous notices. This prequalification will expire on 5/31/2026. You must file a new application 17 days prior to that time to remain current. It is the contractor’s sole responsibility to obtain and file the necessary forms each year prior to expiration. Renewals can now be made online at https://cdot.dbesystem.com. Regards, Danielle Mire Technician IV LIST OF SUBCONTRACTORS AND AMOUNT ITB-25-054-Wadsworth Blvd Path, 32nd Ave to 35th Ave Important: This form must be submitted and completed. If you are not using sub-contractors, state “None”. Failure to submit a completed form will result in a non-responsive bid. Contractor’s organization shall perform work amounting to 50% or more of the total contract cost. COMPANY SUBMITTING BID Jalisco International, Inc. NAME TYPE OF WORK AMOUNT % OF WORK JLM Communications PIM $25,110.00 0.5% DJ Signs Sign Install $1,980.00 0.01% TAT Construction Electrical Work $230,050.80 7% SMA Survey Work $30,380.00 0.12% Champion Fence Fencing $22,885.00 0.5% Roadsafe Traffic System Striping $51,565.50 1.5% Powell Restoration Erosion and Landscape $245,332.15 7.8% John Egart Tree Removal Tree Removal $29,995.00 0.55% Triple S Hydrovac Potholing $7,735.00 0.9% ITEM NUMBER: 2 DATE: March 9, 2026 REQUEST FOR CITY COUNCIL ACTION COUNCIL BILL NO. 05-2026 TITLE: AN ORDINANCE AMENDING CHAPTER 26 OF THE WHEAT RIDGE CODE OF LAWS SUPPORTING COMPLIANCE WITH STATE LEGISLATION REGARDING HOUSING SUPPORTIVE CODE AMENDMENTS TO REMAIN ELIGIBLE FOR STATE FUNDING OPPORTUNITIES ☐PUBLIC HEARING ☐BIDS/MOTIONS ☐RESOLUTIONS ☒ORDINANCES FOR 1st READING ☐ORDINANCES FOR 2nd READING QUASI-JUDICIAL ☐YES ☒NO ISSUE: The item under consideration is to amend Chapter 26 of the Wheat Ridge Code of Laws to update the review process for qualifying affordable housing projects and to update accessory dwelling unit (ADU) setback requirements for some zone districts to ensure compliance with state regulations, in order to remain eligible for state funding opportunities. PRIOR ACTION: CitynCouncil was presented with the background on this ordinance at the February 2, 2026, study session. The ordinance was prepared by the Planning Division. Planning Commission recommended approval of the ordinance by a vote of 5 to 0 on February 19, 2026. Over the past few years, City Council has approved several zoning code amendments related to housing and ADUs to achieve local policy goals and to comply with state law. The ADU regulations were most recently updated in May 2025 to better align with state requirements, including removing owner occupancy requirements and revising ADU size restrictions. In 2022, Colorado voters enacted Proposition 123 creating a statewide affordable housing fund, and in September 2023 Council approved a resolution committing to Council Action Form – Housing Supportive Code Amendments March 9, 2026 Page 2 increasing the city’s housing supply. This commitment made the city and all affordable housing projects within Wheat Ridge eligible for Prop 123 funds. As a follow-up to the Prop 123 commitment, Council approved a resolution of support in October 2025 to establish an expedited review policy for qualifying affordable housing projects. The resolution allowed staff to prepare internal policies and procedures approved by the Community Development Director and formally approved by the Department of Local Affairs (DOLA). FINANCIAL IMPACT: Approval of this ordinance will allow the city to remain eligible for several grant and funding opportunities. BACKGROUND: Over the years, the state legislature has passed a series of state housing laws and funding opportunities to support affordable housing, strategic growth, and housing near transit. In August 2025, Governor Polis signed Executive Order (EO) 2025-011 directing the prioritization of funding for local governments based on a local government’s compliance with the state housing laws. State agencies such as the Department of Local Affairs (DOLA) and the Colorado Energy Office (CEO) use compliance determinations when scoring or awarding competitive funding programs. Jurisdictions that are not compliant, or not demonstrating good-faith progress toward compliance, risk being deprioritized or deemed ineligible for these funds. As a result, failure to update Wheat Ridge’s ADU regulations to meet state requirements could materially affect the City’s competitiveness for state funding. Wheat Ridge was recently awarded a $4.5 million grant from DOLA’s Transit-Oriented Communities Infrastructure (TOCI) grant fund and has applied to the Colorado Energy Office’s Local Accelerator Grant Program for an additional $5 million in funding to the city. These funds are critical to supporting public infrastructure investments and soft costs that advance affordable housing, ADU fee waivers, and other development fee waivers near transit. Moving forward with these code amendments ensures Wheat Ridge remains eligible for state funding opportunities, demonstrates compliance with state law and the Executive Order, and protects the city’s ability to leverage significant external resources to advance housing affordability and strategic growth objectives. The report is divided into two sections: 1) Accessory Dwelling Units and 2) Administrative Site Plan Review. Part 1: Accessory Dwelling Units The city began regulating ADUs in 2022, and those regulations are contained within Section 26-646 and the development standards tables in Article II of Chapter 26. Council Action Form – Housing Supportive Code Amendments March 9, 2026 Page 3 In May 2025, Council approved three code amendments to comply with HB24-1152, specifically removing owner occupancy requirements, adjusting the allowable size of ADUs, and allowing ADUs retroactively in Planned Developments. In June 2025, the city submitted an ADU compliance report to DOLA, demonstrating the city’s position that its ADU regulations were compliant with state law. On September 26, 2025, DOLA determined that the city was not fully in compliance with state law and required one additional minor amendment to achieve full compliance. As all other provisions were in compliance with the state law and the changes were perceived to be minor, DOLA gave the city a “Compliance-In-Progress” status and some time to make the changes in order to achieve a compliant status. This required amendment relates to the rear setbacks for attached ADUs in three zone districts: Residential-One A (R-1A), Agricultural-One (A-1), and Agricultural-Two (A-2). DOLA’s interpretation of the state law is that attached and detached ADUs in each zone district need to have the same setback, or five (5) feet, whichever is greater. These three zone districts had differing setback requirements for attached and detached ADUs, where the detached setback was lesser; therefore, the setback for attached ADUs needed to be decreased to five (5) feet (or a slightly modified approach for R-1A since rear setbacks for detached are based on building heights, so attached can match). Proposed ADU Amendment To achieve compliance, a footnote will need to be added to the rear setback requirement in the development standards charts in R-1A, A-1, and A-2 to state: “Portions of single detached dwellings containing an attached accessory dwelling unit (ADU) as defined in Section 26-123 are permitted to have a five (5) foot setback.” This will ensure that only portions of the primary structure containing the ADU can have a 5- foot setback, not the entire house. For structures in R-1A that are over 10 feet tall, a 10-foot setback is permitted. Staff have no concerns about the impact of this code amendment. It is a minor change and will impact a very small number of parcels in the city; as shown in the table below, the A-1, A-2 and R-1A zone districts comprise less than 12% of all residential land by area and by parcel count. Attached ADUs are also much less common than detached ADUs, which are simpler to construct from a building code perspective. The result will be that both attached and detached ADUs may be built within five feet of the rear property line. Council Action Form – Housing Supportive Code Amendments March 9, 2026 Page 4 Table 1. Distribution of Residential Zone Districts Zone District By Land Area By Parcel Count Planned Residential Development (PRD) 5 % 4 % Agricultural-One (A-1) 3 % 2 % Agricultural-Two (A-2) 1 % 0.4 % Residential-One (R-1) 22 % 14 % Residential-One A (R-1A) 7 % 9 % Residential-One B (R-1B) 1 % 2 % Residential-One C (R-1C) 6 % 11 % Residential-Two (R-2) 42 % 47 % Residential-Two A (R-2A) 0.3 % 0.2 % Residential-Three (R-3) 11 % 11% Residential-Three (R-3A) 0.1 % 0.1 % Total 100 % 100% Part 2: Administrative Site Plan Review To retain funding eligibility, Proposition 123 requires participating jurisdictions to implement an expedited review (or fast track) process for qualifying affordable housing projects. In fall 2025, Council approved a resolution of support authorizing staff to establish an expedited review policy consistent with state requirements. Since adopting the internal policy, staff conducted a review of the zoning code and identified one minor code amendment necessary to ensure that all site plans for qualifying affordable projects can be reviewed within the expedited timelines. The city currently reviews site plans under three application names: (1) Site Plans, (2) Specific Development Plans (SDPs), and (3) Planned Building Groups (PBGs). Each is comprised of the same content (site plan, landscape plan, and architecture), but the underlying zoning determines which application type is utilized. In all three cases, the appropriate zoning must already be in place, such that the proposed development is already a permitted use or “use by right.” Table 2 summarizes the differences: Table 2. Comparison of Site Plan Types Application Type Where Used When Used Review Authority Site Plan Mixed use and commercial zones After zoning is in place Administrative Specific Development Plan (SDP) Planned development zones After zoning (Outline Development Plan) is in place Planning Commission Planned Building Group (PBG) Residential and ag zones with multiple buildings on a single parcel After zoning is in place Admin or Planning Commission depending on the zone and number of buildings Proposed Site Plan Review Amendment State law requires that a decision (approval or denial) for a site plan review (under any Council Action Form – Housing Supportive Code Amendments March 9, 2026 Page 3 name) for qualifying affordable housing projects must be completed within 90 days. Allowing SDPs and PBGs to be reviewed administratively by staff ensures that once a use is permitted by zoning, project approval focuses on objective code compliance rather than discretionary review, thereby ensuring review is completed within the 90-day review period as required by Proposition 123. Public hearings introduce uncertainty and significantly lengthen the overall review timelines for otherwise approvable projects. While most affordable housing projects will be located in mixed use zones based on their locations and densities, it is possible that an SDP or PBG may be necessary. A few code changes will be required to ensure that SDPs and PBGs can be expedited and approved administratively for qualifying projects: • Define “qualifying affordable housing project” to match the state statute’s definition, which includes projects with 50% or more affordable units defined as 60% of Area Median Income (AMI) for rentals or 100% AMI for ownership units • Revise PD regulations to exempt SDPs containing qualifying affordable housing projects from the planning commission hearing requirement • Revise PBG regulations to remove the requirement for planning commission approval on sites with more than four buildings, if the PBG is a qualifying affordable housing project • Update review process charts (§26-106) accordingly Staff have no concerns about the impact of this code amendment. Site plan review is already an administrative review for most projects in the city. An affordable housing project within a PD or PBG will be rare, and the code retains public hearings for the zone change process. RECOMMENDATION: Staff recommend approval of the ordinance. RECOMMENDED MOTION: “I move to approve Council Bill No. 05-2026, an ordinance amending Chapter 26 of the Wheat Ridge Code of Laws supporting compliance with state legislation regarding housing supportive code amendments to remain eligible for state funding opportunities, order it published and public hearing set for March 23, 2026 in City Council Chambers, and if adopted on second reading to take effect 15 days after final publication as required by the charter.” Or, “I move to postpone Council Bill No. 05-2026, an ordinance amending Chapter 26 of the Wheat Ridge Code of Laws supporting compliance with state legislation regarding housing supportive code amendments to remain eligible for state funding opportunities” for the following reasons: Council Action Form – Housing Supportive Code Amendments March 9, 2026 Page 6 REPORT PREPARED/REVIEWED BY: Scott Cutler, Senior Planner Shannon Terrell, Senior Housing Planner Jana Easley, Planning Manager Lauren Mikulak, Community Development Director Patrick Goff, City Manager ATTACHMENTS: 1. Council Bill No. 05-2026 ATTACHMENT 1 CITY OF WHEAT RIDGE, COLORADO INTRODUCED BY COUNCIL MEMBER Council Bill No. 05 Ordinance No. 1838 Series of 2026 TITLE: AN ORDINANCE AMENDING CHAPTER 26 OF THE WHEAT RIDGE CODE OF LAWS SUPPORTING COMPLIANCE WITH STATE LEGISLATION REGARDING HOUSING SUPPORTIVE CODE AMENDMENTS TO REMAIN ELIGIBLE FOR STATE FUNDING OPPORTUNITIES WHEREAS, the City of Wheat Ridge (“City”) is a Colorado home rule municipality operating under a Charter approved by the electorate pursuant to Article XX of the Colorado Constitution and governed by its elected City Council (“Council”); and WHEREAS, the Council has authority pursuant to the Home Rule Charter and C.R.S. §31-16-101, et seq. to adopt and enforce all ordinances; and WHEREAS, the Council approved a resolution of support in October 2025 to establish an expedited review policy for qualifying affordable housing projects in response to the passage of Proposition 123; and WHEREAS, state agencies including the Department of Local Affairs (DOLA) and the Colorado Energy Office (CEO) use compliance determinations when scoring or awarding competitive funding programs; and WHEREAS, the Council previously adopted accessory dwelling unit (ADU) code amendments and other related updates in a good-faith effort to comply with state housing legislation, and DOLA has since determined that minor modifications to the ADU regulations are required; and WHEREAS, in order to ensure compliance with expedited review requirements, staff reviewed the Code of Laws and identified a minor code amendment that is necessary to ensure that all site plans for qualified affordable projects can be reviewed within the expedited timelines through an administrative approval process; and WHEREAS, the Council finds that these amendments are necessary to ensure the continued eligibility and competitiveness for state funding opportunities. NOW THEREFORE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WHEAT RIDGE, COLORADO: ATTACHMENT 1 Section 1. Section 26-106 of the Wheat Ridge Code of Laws, containing the review process chart for land use approvals, is hereby amended as follows, in the appropriate rows within the table and within the footnotes: Approval Requested Pre-Application Final Reference Appeal Staff Neighborhood Staff PC CC BOA URPC Planned Development: Specific Development Plan (SDP) X AQA H H6 URA ART III CC Varies11 … Planned Development: Specific Development Plan Amendment X A, AQA H7 A ART III Planned Bldg. Group 4 X A, AQA H9 A 3 § 26- 116 Varies10 1 Reserved. 2 Right of protest applies: See section 5-10 of the Home Rule Charter and Code subsection 26-112.C.7. 3 If four (4) or more buildings are proposed, planning commission review is required. 4 A pre-application may not be required based on the complexity of the project. 5 Neighborhood meetings for mixed use concept plan applications are required only for sites of ten (10) acres in size or larger. 6 City council review is required for a specific development plan only if ODP and SDP applications are submitted concurrently. Planning commission is the final authority for an SDP submitted separate from and subsequent to ODP approval. 7 Planning commission review of SDP amendments only required in some circumstances. Refer to section 26-307. 8 City council review for special use permits is only required upon appeal by an applicant of a decision of denial by the community development director, or the receipt of an objection by adjacent property owners. Refer to section 26-114. 9 Planning commission review for planned building group only required in some circumstances. Refer to section 26-116. 10 If reviewed administratively, appeal to PC. If reviewed by PC, appeal to Jefferson County District Court. 11 If reviewed administratively, appeal to PC. If reviewed by PC, appeal to CC. Key: PC: Planning commission CC: City council BOA: Board of adjustment X: Meeting required H: Public hearing required A: Administrative review URPC: Urban Renewal Plan compliance required: If "A" is noted, administrative review; if "URA" is noted, review by Wheat Ridge Urban Renewal Authority is required — see section 26-226. BCAB: Building Code Advisory Board AQA: Administrative review for Qualifying Affordable Housing Project Section 2. Section 26-116.D of the Wheat Ridge Code of Laws, containing the requirements for Planned Building Groups (PBGs), is hereby amended as follows: D. Review procedures: 1. Administrative review: The director of community development shall have the authority to review and approve, approve with modifications, or deny applications for planned building groups for no more than four (4) ATTACHMENT 1 main structures on a single lot or parcel, except in the R-1 series, R-2 series and A-1 zone districts, or for any qualifying affordable housing project application (as defined in section 26-123). Applications for more than four (4) main structures or more than one (1) main structure in the R- 1 series, R-2 series and A-1 zone districts and appeals by the applicant of the director of community development’s decision, shall be forwarded to the planning commission for review. In reviewing such applications, the director of community development shall consider the standards for approval set forth below and shall have the authority to establish necessary conditions and limitations to carry out the intent of this section. Section 3. Section 26-123 of the Wheat Ridge Code of Laws, defining certain terms applicable to Chapter 26 of the Code, is hereby amended by the addition of the following new definition in the appropriate alphabetical location, as follows: Qualifying affordable housing project. A building or development containing at least fifty (50) percent or more affordable dwelling units meeting income and other applicable regulations pursuant to state law, including but not limited to C.R.S. 29-32- 101 and 29-32-105, as amended. Section 4. Section 26-206.B (Residential-One A District (R-1A)) of the Wheat Ridge Code of Laws is amended by creating a new footnote (h) pertaining to setbacks for attached accessory dwelling units: B. Development standards: Maximum Height (f) Maximum Building Coverage Minimum Lot Area Minimum Lot Width Minimum Front Yard Setback (a) Minimum Side Yard Setback (b) Minimum Rear Yard Setback (b) Principal Buildings Single detached dwelling 35' 30% 9,000 sf 75' 25’ (c) 10' 15' (h) Group home 35' 30% 9,000 sf 75' 25’ (c) 10' 15' Churches, schools, government and quasi-government buildings, golf courses, small day care center, and nursing, elderly and congregate care homes 35' 30% 1 acre 200' 25’ (c) 15' (e) 20' Accessory Buildings (d) Major 15' 1,000 sf N/A N/A 25’ (c) 5' if <= 10’ in height; 10' if > 10’ in height 5' if <= 10’ in height; 10' if > 10’ in height Minor 10' 400 sf N/A N/A 25’ (c) 5' 5' ATTACHMENT 1 Maximum Height (f) Maximum Building Coverage Minimum Lot Area Minimum Lot Width Minimum Front Yard Setback (a) Minimum Side Yard Setback (b) Minimum Rear Yard Setback (b) Accessory dwelling unit, detached 25’ Floor area limited to 50% of principal, or 1,000 sf, whichever is less (g) N/A N/A 25’ (c) 5’ if ≤ 10’ in height, 10’ if > 10’ in height 5’ if ≤ 10’ in height, 10’ if > 10’ in height All Other Uses 35' 30% 9,000 sf 75' 25’ (c) 10' 15' Notes: (a) Front setback reductions may be allowed in accordance with Section 26-611. (b) Any side or rear yard which abuts a public street shall have a minimum setback of twenty-five (25) feet for all structures, with the following exception: For corner lots that are sixty (60) feet or narrower in width, this requirement shall be reduced by half. (c) Front setbacks for structures on lots or portions of lots which abut cul-de-sacs may be reduced to ten (10) feet for those portions of lots which abut a cul-de-sac bulb. (See Figure 26-123.3 at the end of section 26-123) (d) See Section 26-625 for additional regulations pertaining to accessory buildings. (e) Fifteen-foot setback for the first story and five (5) feet for each additional story. (f) Bulk plane regulations shall apply in accordance with section 26-642, and may, when applied to a specific project, have the effect of reducing the maximum height permitted. (g) See Section 26-646.B.3 for additional regulations and exceptions pertaining to the size and footprint of ADUs. (h) Portions of single detached dwellings containing an attached accessory dwelling unit as defined in section 26-123 are permitted to have a five (5) foot setback if the portion of the building containing the ADU is less than or equal to ten (10) feet tall, or a ten (10) foot setback if the portion of the building is greater than ten (10) feet tall. Section 5. Section 26-213.B (Agricultural-One District (A-1)) of the Wheat Ridge Code of Laws is amended by creating a new footnote (g) pertaining to setbacks for attached accessory dwelling units: B. Development standards: Maximum Height Maximum Building Coverage Minimum Lot Area (d) Minimum Lot Width Minimum Front Yard Setback Minimum Side Yard Setback (a) Minimum Rear Yard Setback (b) Principal Buildings Single detached dwelling 35' 25% 1 acre 140' 30’ (c) 15' 15' (g) Group home 35' 25% 1 acre 140’ 30’ (c) 15’ 15’ Churches, schools, government and quasi-government buildings, golf courses, small day care center, and nursing, elderly and congregate care homes 35' 25% 1 acre 200' 30’ (c) 15' 20' Major 35' 25% N/A N/A 30’ (c) 15' 5' ATTACHMENT 1 Maximum Height Maximum Building Coverage Minimum Lot Area (d) Minimum Lot Width Minimum Front Yard Setback Minimum Side Yard Setback (a) Minimum Rear Yard Setback (b) Accessory Buildings (e) Minor 35' 25% N/A N/A 30’ (c) 15’ 5' Accessory dwelling unit, detached 25’ Floor area limited to 50% of principal, or 1,000 sf, whichever is less (f) N/A N/A 30’ (c) 15’ 5’ All Other Uses 35' 25% 1 acre 140’ 30’ 15’ 15’ Notes: (a) Any side yard which abuts a public street shall have a minimum setback of thirty (30) feet for all structures. (b) Any rear yard which abuts a public street shall have a minimum setback of thirty (30) feet for all structures, except where greater setbacks are specifically required. (c) Front setbacks for single-unit dwelling structures on lots or portions of lots which abut cul-de-sacs may be reduced to ten (10) feet for those portions of lots which abut a cul-de-sac bulb. (See figure 26-123.3) (d) Lots smaller than one (1) acre may be used only for residential purposes. (e) See Section 26-625 for additional regulations pertaining to accessory buildings. (f) See Section 26-646.B.3 for additional regulations and exceptions pertaining to the size and footprint of ADUs. (g) Portions of single detached dwellings containing an attached accessory dwelling unit as defined in section 26-123 are permitted to have a five (5) foot setback. Section 6. Section 26-214.B (Agricultural-Two District (A-2)) of the Wheat Ridge Code of Laws is amended by creating a new footnote (g) pertaining to setbacks for attached accessory dwelling units: B. Development standards: Maximum Height Maximum Building Coverage Minimum Lot Area (d) Minimum Lot Width Minimum Front Yard Setback Minimum Side Yard Setback (a) Minimum Rear Yard Setback (b) Principal Buildings Single detached dwelling 35' 25% 1 acre 140' 30’ (c) 15' 15' (g) Group home 35' 25% 1 acre 140’ 30’ (c) 15’ 15’ Churches, schools, government and quasi-government buildings, golf courses, small day care center, and nursing, elderly and congregate care homes 35' 25% 1 acre 200' 30’ (c) 15' 20' Major 35' 25% N/A N/A 30’ (c) 15' 5' Minor 35' 25% N/A N/A 30’ (d) 15’ 5' ATTACHMENT 1 Maximum Height Maximum Building Coverage Minimum Lot Area (d) Minimum Lot Width Minimum Front Yard Setback Minimum Side Yard Setback (a) Minimum Rear Yard Setback (b) Accessory Buildings (e) Accessory dwelling unit, detached 25’ Floor area limited to 50% of principal, or 1,000 sf, whichever is less (f) N/A N/A 30’ (c) 15’ 5’ All Other Uses 35' 25% 1 acre 140’ 30’ 15’ 15’ Notes: (a) Any side yard which abuts a public street shall have a minimum setback of thirty (30) feet for all structures. (b) Any rear yard which abuts a public street shall have a minimum setback of thirty (30) feet for all structures, except where greater setbacks are specifically required. (c) Front setbacks for single-unit dwelling structures on lots or portions of lots which abut cul-de-sacs may be reduced to ten (10) feet for those portions of lots which abut a cul-de-sac bulb. (See figure 26-123.3) (d) Lots smaller than one (1) acre may be used only for residential purposes. (e) See Section 26-625 for additional regulations pertaining to accessory buildings. (f) See Section 26-646.B.3 for additional regulations and exceptions pertaining to the size and footprint of ADUs. (g) Portions of single detached dwellings containing an attached accessory dwelling unit as defined in section 26-123 are permitted to have a five (5) foot setback. Section 7. Section 26-305 of the Wheat Ridge Code of Laws, concerning specific development plan review procedures, is hereby amended as follows: …. A. Review procedure. 1. …. 2. …. 3. Review and referral. Upon receipt of a complete application packet the community development department shall proceed with the following process: a. …. b. After the review period, staff will give notice of scheduled public hearing(s) on the application (if applicable) with notice by publication, letter, and site posting in the manner provided in section 26-109. c. Staff will prepare a written report to the planning commission (or the community development director if applicable) which evaluates the proposal, makes findings, and makes recommendations using the review criteria set forth below in section 26-305.D. 4. Public hearing and approval. a. Subsequent review… ATTACHMENT 1 b. Concurrent review… c. Qualifying affordable housing projects. Pursuant to the review process chart in section 26-106, specific development plan applications for qualifying affordable housing projects are reviewed administratively by the community development director. The community development director shall make a decision to approve, approve with conditions, or deny the application, basing their decision upon application materials and in consideration of the criteria for review as specified in section 26-305.D. i. Appeal. If the applicant objects to conditions placed on the approval or if the specific development plan is denied by the community development director, an appeal of the decision may be filed with the city clerk’s office within ten (10) working days from the date of the director’s decision, whereupon the specific development plan will be scheduled for a public hearing before planning commission in the manner provided in section 26-109. B. Recording. All approved specific development plans shall be recorded with the Jefferson County Clerk and Recorder. Such plans, and associated recording fees shall be submitted to the community development department within sixty (60) days of council’s final action. Should a recordable approved specific development plan not be provided to staff within sixty (60) days of council’s final action to approve, staff shall schedule a public hearing before city council planning commission and city council planning commission shall reconsider its approval. A one-time, thirty-day extension for mylar submittal may be requested from the community development director. The request must be submitted in writing prior to the expiration of the sixty-day time limit showing evidence of good cause for not meeting the deadline. C. Modifications or amendments. See section 26-308. D. Criteria for review. The community development director, planning commission, or and city council (whichever is applicable) shall base their decision in consideration of the extent to which the applicant demonstrates that all of the following criteria have been met: 1. …. Section 8. Section 26-307 of the Wheat Ridge Code of Laws, concerning amendments to development plans, is hereby amended as follows: A. …. B. …. C. Specific development plan amendments. …. ATTACHMENT 1 1. Administrative review. The community development director may approve minor amendments to a specific development plan which, in the reasonable judgment of the community development director, do not affect neighboring properties or the overall character of the development. These may include variations to building orientation, parking lots, landscaping areas, architectural details, interior setbacks, and similar variations that meet the review criteria set forth below in section 26-308.C.3. Additionally, the community development director may approve amendments to a specific development plan that includes or adds a qualifying affordable housing project, provided that the type of residential use proposed is permitted by the outline development plan. Administratively approved amendments are not required to be recorded, but should be kept on file in the community development department. … Section 9. Safety Clause. The City of Wheat Ridge hereby finds, determines, and declares that this ordinance is promulgated under the general police power of the City of Wheat Ridge, that it is promulgated for the health, safety, and welfare of the public and that this ordinance is necessary for the preservation of health and safety and for the protection of public convenience and welfare. The City Council further determines that the ordinance bears a rational relation to the proper legislative object sought to be attained. Section 10. Severability, Conflicting Ordinances Repealed. If any section, subsection, or clause of this Ordinance shall be deemed to be unconstitutional or otherwise invalid, the validity of the remaining sections, subsections and clauses shall not be affected thereby. All other ordinances or parts of ordinances in conflict with the provisions of this Ordinance are hereby repealed. Section 11. Recording. This Ordinance shall be filed for record with the office of the Jefferson County Clerk and Recorder. Section 12. Effective Date. This Ordinance shall take effect fifteen (15) days after final publication, as provided by Section 5.11 of the Charter. INTRODUCED, READ, AND ADOPTED on first reading by a vote of __ to __ on this 9th day of March 2026, ordered published by title in the newspaper and in full on the City’s website as provided by the Home Rule Charter, and Public Hearing and consideration on final passage set for March 23, 2026 at 6:30 p.m., as a virtual meeting and in the Council Chambers, 7500 West 29th Avenue, Wheat Ridge, Colorado. READ, ADOPTED AND ORDERED PUBLISHED on second and final reading by a vote of ___ to ___, this __ day of ____, 2026. ATTACHMENT 1 SIGNED by the Mayor on this _____ day of ____________, 2026. _______________________________ Korey Stites, Mayor ATTEST: _______________________________ Janeece Hoppe, City Clerk Approved as to Form ____________________________ Gerald E. Dahl, City Attorney First Publication: March 10, 2026 Second Publication: March 24, 2026 Effective Date: April 8, 2026 Jeffco Transcript and www.ci.wheatridge.co.us ITEM NUMBER: 3 DATE: March 9, 2026 REQUEST FOR CITY COUNCIL ACTION COUNCIL BILL NO. 06-2026 TITLE: AN ORDINANCE APPROVING THE SALE OF CITY-OWNED REAL PROPERTY AND IN CONNECTION THEREWITH, AUTHORIZING EXECUTION OF A PURCHASE AND SALE AGREEMENT ☐PUBLIC HEARING ☐BIDS/MOTIONS ☐RESOLUTIONS ☒ORDINANCES FOR 1st READING ☐ORDINANCES FOR 2nd READING QUASI-JUDICIAL ☐YES ☒NO ISSUE: The purpose of this action is to request City Council approval for the sale of approximately 0.31 acres of City-owned real property located at 3805 Wadsworth Boulevard to HCA-HealthONE LLC for a purchase price of $422,500. Approval of this ordinance will also authorize the execution of a Purchase and Sale Agreement (PSA) and associated closing documents. PRIOR ACTION: The City purchased the property located at 3805 Wadsworth Boulevard in 2020. FINANCIAL IMPACT: The sale will result in one-time revenue of $422,500 to the City. Per the PSA the City will be responsible for costs related to title examination, the title premium, preparation of the deed, and one-half of the escrow agent’s fees. The buyer will cover costs for the survey, platting, and subdivision. The City purchased the property for a total of $1.5 million. The building at that time was valued at $790,300 and the land was valued at $589,700 which consisted of approximately 18,000 square feet. The City also paid a $120,000 additional settlement amount to encourage the property owner to close early on the property. Approximately 9,000 square feet of the property was carved off for Wadsworth right-of-way. An appraisal of the remaining remanent parcel in 2021 valued the land at $425,000. Council Action Form – Sale of 38th and Wadsworth Property March 9, 2026 Page 2 BACKGROUND: The subject property, originally occupied by Midas, consists of approximately 0.31 acres of land located at 3805 Wadsworth Boulevard. The City acquired this parcel in connection with the Improve Wadsworth project. Following the advancement of that project, the City has identified this specific land as excess property that is no longer required for municipal operations. It is important to note that the land has never been acquired for, nor is it currently designated as, park land. Section 16.5 of the Wheat Ridge City Charter requires the sale or disposal of any City- owned real property (excluding designated park land) via approval through ordinance. Furthermore, such an ordinance must be approved by three-quarters of the entire City Council to be valid. The proposed buyer, HCA-HealthONE LLC, has entered into this agreement as part of a broader real estate strategy in the immediate area. A critical component of this background is that the Buyer’s obligation to finalize this purchase is contingent upon them successfully entering into acceptable purchase and sale agreements for two adjacent properties: 7615 W. 38th St. (known as the "Wilmore Property"). 3815 Wadsworth Boulevard. (known as “Risas Dental”). The Buyer is currently in a due diligence phase, which includes a 90-day Inspection Period to conduct engineering studies, soil tests, and environmental investigations to ensure the property is suitable for their intended use. The City has negotiated a purchase price of $422,500, with the property being sold in its "AS-IS, WHERE-IS" condition, meaning the City makes no warranties regarding its suitability for the Buyer's specific purposes. If the Council approves the ordinance, the Mayor, City Clerk, and City Manager will be authorized to execute the PSA and all associated closing documents. The closing is expected to occur within 30 days following the expiration of the inspection period and the satisfaction of all other conditions precedent. RECOMMENDATIONS: Staff recommend approval of Council Bill No. 06-2026 on first reading, with a public hearing and final consideration scheduled for March 23, 2026. RECOMMENDED MOTION: “I move to approve Council Bill No. 06-2026, an ordinance approving the sale of City- owned real property and in connection therewith, authorizing execution of a purchase and sale agreement, order it published and public hearing set for March 23, 2026 in City Council Chambers, and if adopted on second reading to take effect 15 days after final Council Action Form – Model Traffic Code January 13, 2024 Page 3 publication as required by the charter.” Or, “I move to postpone indefinitely Council Bill No. 06-2026, an ordinance approving the sale of City-owned real property and in connection therewith, authorizing execution of a purchase and sale agreement for the following reason(s).” REPORT PREPARED/REVIEWED BY: Gerald Dahl, City Attorney Patrick Goff, City Manager ATTACHMENTS: 1. Council Bill No. 06-2026 2. Exhibit 1 – Purchase and Sale Agreement CITY OF WHEAT RIDGE, COLORADO INTRODUCED BY COUNCIL MEMBER Council Bill No. 06 Ordinance No. 1839 Series 2026 TITLE: AN ORDINANCE APPROVING THE SALE OF CITY-OWNED REAL PROPERTY AND IN CONNECTION THEREWITH, AUTHORIZING EXECUTION OF A PURCHASE AND SALE AGREEMENT WHEREAS, the City of Wheat Ridge, Colorado (“City”) owns certain real property within the City at the intersection of West 38th Avenue and Wadsworth Blvd. (the “Property”); and WHEREAS, pursuant to Wheat Ridge City Charter Section 16.5, the approval by three-quarters of the entire City Council, by ordinance, is necessary to sell or dispose of real property not designated as park land; and WHEREAS, the Council finds that the Property is excess property acquired in connection with the Improve Wadsworth project and was not acquired for nor is it designated as park land; and WHEREAS, the City Council therefore desires to approve the sale of the Property to HCA-HealthONE LLC and to approve the execution of a Purchase and Sale Agreement in connection therewith. NOW THEREFORE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WHEAT RIDGE, COLORADO: Section 1. Sale of Property approved. Pursuant to Charter Section 16.5, the City Council hereby approves the sale of the Property to HCA-HealthONE LLC for a purchase price of $422,500, and which property is more particularly described in Exhibit 1, attached hereto and incorporated herein by this reference. Section 2. Approved agreement. In connection with the sale of real property approved by Section 1 above, the City Council hereby authorizes and directs the Mayor, City Clerk and City Manager to execute a purchase and sale agreement and associated documents, in form approved by the City Attorney. Section 3. Severability, Conflicting ordinances repealed. If any section, subsection or clause of this Ordinance shall be deemed to be unconstitutional or otherwise invalid, the validity of the remaining sections, subsections and clauses shall ATTACHMENT 1 not be affected thereby. All other ordinances or parts of ordinances in conflict with the provisions of this Ordinance are hereby repealed. Section 5. Effective date. This Ordinance shall take effect fifteen (15) days after final publication, as provided by Section 5.11 of the Charter. INTRODUCED, READ, AND ADOPTED on first reading by a vote of ___ to __ on this 9th day of March 2026, ordered published by title in a newspaper of general circulation in the City of Wheat Ridge and in full on the City’s website, and Public Hearing and consideration on final passage set for March 23, 2026 at 6:30 p.m., in the Council Chambers, 7500 West 29th Avenue, Wheat Ridge, Colorado. READ, ADOPTED AND ORDERED PUBLISHED on second and final reading by a vote of ___ to ____this _____ day of ______________, 2026. SIGNED by the Mayor on this _____ day of ____________, 2026. _____________________________ Korey Stites, Mayor ATTEST: _______________________________ Janeece Hoppe, City Clerk Approved as to Form _______________________________ Gerald E. Dahl, City Attorney First Publication: March 10, 2026 Second Publication: March 24, 2026 Jeffco Transcript Effective Date: April 8, 2026 EXHIBIT 1 REAL ESTATE PURCHASE AND SALE AGREEMENT REAL ESTATE PURCHASE AND SALE AGREEMENT THIS REAL ESTATE PURCHASE AND SALE AGREEMENT (this “Agreement”) made on the “Agreement Date” (as defined in Section 15) between the City of Wheat Ridge, Colorado (“Seller”) and HCA-HealthONE LLC, a Colorado limited liability company, or its assigns (“Buyer”). WITNESSETH WHEREAS, Seller is the owner of certain real property comprised of approximately 0.31 acres of land located at 3805 Wadsworth Boulevard, Wheat Ridge, Jefferson County, Colorado, as is more particularly described on Exhibit A attached hereto and made a part hereof, being Tax Parcel No. 39-233-00-062 (the “Land”), which, together with all improvements located on the land and any and all rights and appurtenances pertaining to the Land, including without limitation any and all water, oil, gas and mineral rights appurtenances, are hereinafter collectively referred to as the “Property”); and WHEREAS, Seller desires and agrees to sell the Property to Buyer and Buyer desires and agrees to purchase the Property from Seller, pursuant to the terms of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants and promises of the parties, Seller and Buyer agree as follows: AGREEMENT Purchase Price. The purchase price for the Property is Four Hundred Twenty-Two Thousand Five Hundred and No/100 Dollars ($422,500.00) (the “Purchase Price”), payable as follows: (a) the sum of Fifty Thousand and No/100 Dollars ($50,000.00) payable by wire transfer to Stewart Title Guaranty Company - National Commercial Services, 55 Madison Street, Suite 400, Denver, Colorado 80206, Attention: Carma Weymouth (“Escrow Agent”), as an earnest money deposit for the Property (the “Earnest Money” or the “Deposit”) to be paid within ten (10) business days after the full execution and delivery of this Agreement by Seller and Buyer, to be held by the Escrow Agent in accordance with this Agreement. (b) the balance of the Purchase Price will be paid at the closing of the sale of the Property and delivery of Seller’s Deed (the “Closing”). Seller’s Deed. Upon payment of the Purchase Price, Seller will execute and deliver to Buyer its recordable and transferable special warranty deed (the “Deed”), conveying to Buyer or its nominee, good, record and marketable title to the Property, in fee simple, free and clear of all liens, encumbrances, covenants, restrictions, easements, rights of way, claims, rights and other matters whatsoever, except the following (“Permitted Exceptions”): ATTACHMENT 2 2 #532307762_v2 (i) All matters set forth on the Title Commitment to be obtained by Buyer pursuant to Section 6 hereof which have been accepted by Buyer or deemed accepted, subject to Buyer’s right to terminate this Agreement as provided in Section 6; (ii) zoning and building laws of record; and (iii) ad valorem real estate taxes and assessments for public improvements not then due and payable. Seller’s Representations and Warranties. Seller hereby represents and warrants to Buyer as of the Agreement Date and as of the Closing Date (as defined in Section 8), and hereby agrees with Buyer that with respect to the Property: (a) Seller is the sole owner of the Property. This Agreement and all documents executed by Seller which are to be delivered to Buyer at the Closing are or at the time of delivery will be duly authorized, executed, and delivered by Seller and are or at the time of delivery will be legal, valid, and binding obligations of Seller, and do not and at the Closing will not violate any provisions of any agreement to which Seller is a party or to which it is subject. (b) Seller has not received, and Seller has no knowledge of, written notice of any condemnation proceedings or proceedings for change of grade of any street affecting the Property or improvement of any street or sidewalk abutting the Property currently threatened or pending. (c) There are no leases or occupancy agreements of any kind affecting all or any part of the Property and there will be no written promises, understandings, agreements or commitments between Seller, and any person concerning the sale, conveyance, lease, or occupancy of any interest in the Property or any part thereof. (d) Seller has not received, and Seller has no knowledge of, written notice of any pending or threatened actions, suits or proceedings against or affecting the Property or any portion thereof or relating to or arising out of the ownership of the Property. (e) At Closing, Seller will deliver to Buyer a satisfactory written certificate complying under the Foreign Investment in Real Property Act and the regulations thereunder (“FIRPTA”), certifying that Seller is neither a foreign person nor subject to withholding under FIRPTA, and containing Seller’s tax identification or social security number and address. Seller has not received, and Seller has no knowledge of, written notice of any attachments, executions, assignments for the benefit of creditors, or voluntary or involuntary proceedings in bankruptcy or under any other debtor relief laws contemplated or pending or threatened against Seller or the Property. (f) To the best of Seller’s knowledge without any special investigation, , the Property does not contain any environmentally sensitive species, wetlands or environmentally sensitive lands. 3 #532307762_v2 (g) Buyer acknowledges and agrees that it is purchasing the Property in its AS-IS, WHERE-IS CONDITION, WITHOUT WARRANTY OF ANY KIND, WHETHER EXPRESS OR IMPLIED, EXCEPT AS EXPRESSLY SET FORTH IN THIS AGREEMENT OR IN THE DEED CONVEYING THE PROPERTY TO BUYER. Buyer hereby acknowledges that it is familiar with the Property and has determined that it is suitable for its intended purposes and that the opportunity to inspect the Property provided herein is sufficient for Buyer to obtain whatever information regarding the environmental condition of the Property that Buyer may deem necessary. Nothing contained in this Section 3 shall alter or restrict the warranties of Seller contained in this Agreement or the warranties of title contained in the Deed to be delivered by Seller to Buyer at the Closing. (i) Seller acknowledges and agrees that the representations and warranties set forth above are and will be relied upon by Buyer in connection with any and all transactions contemplated in this Agreement. All representations and warranties made by Seller in this Agreement are true and correct on the date made. At the Closing, Seller will deliver to Buyer a certificate executed on behalf of Seller reasonably acceptable to Buyer certifying that such representations and warranties are true and correct on and as of the Closing Date (as defined herein). 4. Approval of Property. (a) Commencing on the Agreement Date and continuing until 11:59 pm, Mountain Time, on the date that is ninety (90) days after the date upon which Seller has delivered all of “Seller’s Information” (as defined below) to Buyer and has confirmed same in writing to Buyer (as hereinafter defined (the “Inspection Period”)), Seller will afford Buyer and its representatives a continuing right to inspect the Property and to enter upon the Property and conduct engineering studies, soil and subsoil tests and make surveys at reasonable hours, and to conduct feasibility studies to determine if the Property is suitable for Buyer’s intended use and if it is economically feasible to use and operate the Property for such purposes. Buyer will indemnify and hold Seller harmless from and against any loss, claim or liability, including all court costs and reasonable attorney fees through any appeal, arising or resulting from any physical damage to the Property or injuries to persons or property resulting from the inspections made by Buyer or Buyer’s agents or representatives. If for any reason, or no reason, in Buyer’s sole and absolute discretion, Buyer is not satisfied with the Property in any respect, or Buyer determines in its sole and absolute discretion that (i) the Property is not suitable for Buyer’s intended use, (ii) it is not economically or financially feasible to use and operate the Property for Buyer’s intended use, (iii) for any other reason the Property will not fully satisfy Buyer’s needs, or (iv) Buyer will not proceed with the purchase of the Property for any reason or no reason, then Buyer may terminate this Agreement by delivering written notice to Seller at any time on or before the expiration of the Inspection Period. (b) If Buyer terminates this Agreement pursuant to this Section 4 before the expiration of the Inspection Period, as it may extended, the Deposit will be refunded to the Buyer by the Escrow Agent, minus the Independent Consideration to be paid to Seller. If Buyer closes on the purchase of the Property, the Deposit, together with any interest earned thereon, if any, will be applied to payment of the Purchase Price at Closing. In the event the transaction contemplated by 4 #532307762_v2 this Agreement is not consummated, Buyer, at its sole cost and expense, will restore the Property, as nearly as reasonably possible, to its condition prior to Buyer’s tests and inspections if changed solely due to such tests and inspections. Seller will have no right to rescind or terminate this Agreement in the event that any of the conditions set forth in this Section 4 are not satisfied, all of which are for Buyer’s sole benefit and may be waived by Buyer in its sole discretion. (c) Within seven (7) days following the Agreement Date, Seller will deliver to Buyer for examination: environmental studies; previous surveys; architectural drawings; engineering studies; copies of paid tax receipts; any materials affecting use; any materials affecting the Property; true, complete and correct copies of all leases and related addendum and amendments, rent rolls, tenant summaries, arrearages and access to all tenant files of every kind, etc.; copies of all vendor contracts, including leasing and property management contracts; and other materials as may be reasonably requested by Buyer and Buyer’s counsel (collectively, “Seller’s Information”). 5. Conditions Precedent to Obligations of Buyer. The obligation of Buyer to consummate the transactions contemplated by this Agreement is subject to the satisfaction of the following conditions precedent: (a) Performance. Seller shall have performed or observed all of its material obligations under this Agreement, including, without limitation, delivery of all documents and instruments required to be delivered by Seller pursuant to this Agreement. (b) Representations and Warranties. The representations and warranties of Seller contained in this Agreement shall be true, correct and accurate on the Closing Date in all material respects. (c) Title. The Title Company shall have committed to issue the title policy, subject only to the Permitted Exceptions. (d) Additional Property. Buyer will have entered into purchase and sale agreements on terms acceptable to Buyer for the purchase of both (A) that certain real property, improvements and interests located at 7615 W. 38th St., Wheat Ridge, Colorado (collectively, the “Wilmore Property”) and (B) that certain real property, improvements and interests located at 3815 Wadsworth Boulevard, Wheat Ridge, Colorado (collectively, the “3815 Wadsworth Property”); and (ii) Buyer and the respective sellers under the agreements for the Wilmore Property and the 3815 Wadsworth Property are prepared and ready to close the sale and purchase of the Wilmore Property and the 3815 Wadsworth Property. If any of the foregoing conditions are not satisfied on the Closing Date, Buyer shall have the right to (i) terminate this Agreement by written notice given to Seller, whereupon Seller shall cause the Title Company to return the Deposit to Buyer, together with any accrued interest thereon, and neither party shall have any further obligations hereunder except as otherwise expressly specified herein, or (ii) at Buyer’s sole option, waive any unsatisfied condition and consummate the transactions contemplated hereby, or (iii) if any of the conditions set forth in Section 5(d) are 5 #532307762_v2 not satisfied by the Closing Date set forth below in Section 8, Buyer may extend the Closing for an additional period of sixty (60) days. Seller will have no right to rescind or terminate this Agreement in the event that any of the conditions set forth in this Section 5 are not satisfied, all of which are for Buyer’s sole benefit and may be waived by Buyer in its sole discretion. 6. Title Insurance. (a) Promptly after the Agreement Date, Buyer will obtain a current commitment for an owner’s policy of title insurance (“Title Commitment”) from Stewart Title Guaranty Company (the “Title Company”). If the Title Commitment shows that Seller does not have good, record and marketable indefeasible, fee simple title to the Property, or that there are any defects, liens or encumbrances or any other matters which are not acceptable to Buyer as shown on the Title Commitment or the “Survey” (as defined below), Buyer will notify Seller before the expiration of the Inspection Period, as it may be extended. By not later than twenty (20)days after receipt of notice of such title objections (the “Cure Period”), Seller will have taken and completed all actions as are necessary to (A) render the title to the Property marketable and in accordance with the foregoing requirements and/or (B) remove any such defects, liens and encumbrances, except any Monetary Liens (as hereinafter defined) which Seller will pay at Closing and provide Buyer satisfactory evidence of payment and release. If Seller fails or elects not to cure such objection within the Cure Period to (a) eliminate any such defects, liens and encumbrances, and (b) obtain an endorsement deleting such matters as exceptions in the Title Commitment and the title policy, or elects not to take any such action within the Cure Period, Buyer will have the option to accept the status of the title subject to such defects, liens or encumbrances and other matters and proceed with this Agreement, or give Seller written notice of termination on or before the date five (5) business days after expiration of the Cure Period, in which event this Agreement will terminate and Buyer and Seller will be released of all liabilities and obligations under this Agreement subject to Section 13(b); provided, however that the indemnity obligations of the parties under this Agreement will survive termination. In the event Buyer timely terminates this Agreement pursuant to this Section 6(a), the Deposit shall be returned to Buyer along with all interest earned thereon (if any), less the Independent Consideration. (b) As a condition to Buyer’s obligation to close, on or before the date five (5) business days after expiration of the Cure Period, Buyer and its counsel will have approved (i) all matters shown on any survey which Buyer will obtain under Section 8 hereof; (ii) the condition of title to the Property and (iii) a pro forma of the owner’s title insurance policy, to be delivered pursuant to this Section 6. If the condition set forth in the preceding sentence is not satisfied, Buyer may terminate its obligations under this Agreement and will be released of all further liability hereunder; provided, however, that the indemnity obligations of the parties under this Agreement will survive the termination of this Agreement. If Buyer does not provide such written notice on or before the date five (5) days after expiration of the Cure Period, Buyer will be deemed to have waived such condition. If this Agreement is terminated in accordance with any provision of this Section 6, then the Escrow Agent will deliver the Deposit, together with any interest earned thereon, if any, to Buyer, minus the Independent Consideration to be delivered to Seller, and Buyer and Seller will be released of all liability hereunder; provided, however, the indemnity obligations of the parties under this Agreement will survive such termination. 6 #532307762_v2 (c) Notwithstanding the foregoing, if the basis of Buyer’s objection to Seller’s title are any mortgages, judgments, debts, security interests, liens, encumbrances, tax or assessment liens or obligations imposed against Seller (other than those which are Permitted Exceptions or are created or incurred as a consequence of the acts or omissions of Buyer) (which matters are collectively hereinafter referred to as “Monetary Liens”), the provisions of this Section 6 will not apply and Seller will obtain and deliver at the Closing all instruments as may be necessary to secure full discharge of all Monetary Liens and to release them of record, and will cause the Title Company to issue the policy referred to in the Title Commitment without exception for any such Monetary Liens. If Seller so desires, all or a part of the net proceeds payable to Seller at the Closing may be applied to payment of such Monetary Liens at the Closing. 7. Survey. Buyer will obtain a survey of the Property (the “Survey”) prepared by a Colorado-licensed surveyor to be selected by Buyer, which will delineate and monument the exact boundary lines of the Property and will be sufficient for the Title Company to delete the general survey exception from the Title Commitment. Buyer will notify Seller of any objections to survey matters as set forth above in Section 6(a). 8. Closing Date; Closing Costs. If Buyer has not terminated this Agreement in accordance with Sections 4, 5 or 6 above, then delivery of Seller’s Deed and all other closing documents to be delivered by Seller to Buyer and payment of the balance of the Purchase Price in accordance with the provisions of Section 1 hereof, will be made on a date mutually acceptable to the parties, but in no event later than the date (the “Closing Date”) that is the later of (i) thirty (30) days following the expiration of the Inspection Period, as it may be extended, or (ii) ten (10) days after all of the conditions precedent for Buyer’s benefit set forth in Sections 4, 5 and 6 of this Agreement have been satisfied or waived or deemed waived by Buyer. The parties will close the purchase of the Property as a mail away escrow closing coordinated by Escrow Agent. Seller will pay all costs and expenses for title examination, title premium (other than the cost of revising the survey exception or the cost of any endorsements requested by Buyer), preparation of the Deed, transfer taxes, one-half of Escrow Agent’s fees, recording charges and other expenses incurred in recording any documents necessary to remove any Monetary Liens, Seller’s attorney’s fees and any other costs necessary for Seller to perform its obligations under this Agreement. Buyer will pay all costs and expenses for its own attorney’s fees, recording costs and documentary stamps on the Deed, the cost of preparing the Survey, the costs of platting and subdivision of the Property, the costs of amending the survey exception or obtaining endorsements to the title policy, one-half of Escrow Agent’s fees and any other costs necessary for Buyer to perform its obligations under this Agreement. 9. Possession. Exclusive possession of the Property will be given to Buyer on the Closing Date. 10. Real Estate Taxes. Prior to the Closing, Seller will pay all real estate taxes which became a lien prior to the calendar year of the Closing and all assessments for public improvements, general and special. The real property taxes and assessments on the Property for the calendar year of the Closing will be prorated (based on a 365-day year) as of the date of Closing in accordance with the custom of the County in which the Land is located, and such proration shall be a final settlement. If the taxes to be prorated cannot be determined, an adjustment for prorated real estate taxes will be made by agreement of the parties based on the principle of proration stated in the 7 #532307762_v2 preceding sentence. If the Property has been assessed for ad valorem real estate tax purposes at such rates (by exemption or otherwise) as would result in additional taxes being due in connection with the change in ownership of the Property or a subsequent change in the use of the Property, Buyer agrees to pay and be responsible for all such taxes by their due date. The provisions of this paragraph will survive the Closing. 11. Access to Property and Seller’s Cooperation. At all times prior to the Closing, Buyer will have the right to enter upon the Property for the purposes of conducting soil tests, environmental and engineering studies and investigations, surveys, planning and other testing and exploration work necessary or appropriate to formulate plans for Buyer’s intended use. Buyer shall indemnify and hold the Seller harmless for any liability and damage to persons or property arising out of Buyer’s exercise of the rights granted by this Section 11. 12. Notices. Any notice or other writing required or permitted to be given to a party under this Agreement will be given in writing and will be (i) delivered by hand or (ii) delivered through the United States mail, postage prepaid, certified, return receipt requested, or (iii) delivered through or by UPS, Federal Express, or other expedient mail or package service, addressed to the parties at the addresses set forth below. Any notice or demand that may be given hereunder will be deemed complete; (a) upon depositing any such notice or demand in the United States mail with proper postage affixed thereof, certified, return receipt requested; (b) upon depositing any such notice or demand with UPS, Federal Express, or other expedient mail or package delivery, or (c) upon hand delivery to the appropriate address as herein provided. Any party hereto may change said address by notice in writing to the other parties in the manner herein provided. The appropriate address for notice hereunder will be the following: Seller: City of Wheat Ridge 7500 W. 29th Avenue Wheat Ridge, CO 80033 Attn: Patrick Goff With a copy to: Gerald Dahl Murray Dahl Beery & Renaud 710 Kipling St Lakewood CO 80215 Buyer: HCA-HealthONE LLC 2545 Park Plaza Nashville, TN 37203 Attn: Vice President, Corporate Real Estate With a copy to: Holland & Knight LLP 511 Union Street, Suite 2700 Nashville, Tennessee 37219 Attention: Carla F. Fenswick 8 #532307762_v2 13. Remedies. (a) If Seller defaults in any material respect in the performance of any of the Seller’s obligations under this Agreement for any reason other than the Buyer’s default, then Buyer will have the right to terminate this Agreement by delivering written notice thereof to Seller and Escrow Agent, in which event Buyer will have the sole remedy to (i) a refund of the Deposit from Escrow Agent, minus the Independent Consideration, or (ii) seek specific performance of this Agreement. (b) If Buyer defaults in any material respect in the performance of any of the Buyer’s obligations under this Agreement for any reason other than the Seller’s default, then Seller’s sole and exclusive remedy will be to terminate this Agreement by delivering written notice thereof to Buyer and Escrow Agent, in which event Escrow Agent will pay the Deposit to Seller as full and agreed upon liquidated damages, the parties hereby agreeing that such sum constitutes the parties’ reasonable estimate of the damages which Seller would sustain on account of such default by Buyer, that the damages are uncertain and difficult to estimate, and therefore the parties hereby fix such amount as liquidated damages. Seller will not be entitled to seek specific performance of Buyer’s obligations or any other damages. 14. Brokers. Seller and Buyer each represents and warrants to the other that it has not engaged or dealt with any brokers or finders in connection with the transactions described in this Agreement, other than RMI Healthcare Real Estate Advisor, which represents Buyer (“Buyer’s Broker”). Seller and Buyer will each indemnify and hold the other party harmless from and against any claim, liability, loss or damage resulting from the indemnifying party’s breach of the foregoing representation and warranty. 15. Agreement Date. The “Agreement Date” will mean the date on which this Agreement is executed by the last party to sign this Agreement. 16. Entire Agreement. This Agreement constitutes the entire agreement between Seller and Buyer and no amendment or modification of this Agreement may be made except by an instrument in writing signed by all parties. 17. Venue. The interpretation and enforcement of this Agreement will be governed by and construed in accordance with the laws of the State of Colorado without regard to its conflicts of law rules. Venue for any judicial proceeding involving this Agreement will be in the County in which the Land is located, both Seller and Buyer specifically waiving privilege of venue. 18. Waiver of Jury Trial. In the event of any action or proceeding, (including without limitation, any claim, counterclaim, cross-claim or third party claim) arising out of or, relating to this Agreement, or the transaction contemplated by this Agreement (i) the prevailing party will be entitled to recover all of its costs and expenses, including a reasonable attorneys’ fees and costs, and (ii) a court will determine all issues of law and fact, a jury trial being expressly waived. 19. Time of the Essence. Time is declared to be of the essence of this Agreement. 9 #532307762_v2 20. Miscellaneous. (a) Upon execution and delivery of this Agreement by Buyer and Seller to the other party, this Agreement will constitute a binding contract between Seller and Buyer and will be binding upon and inure to the benefit of the respective successors and assigns of Seller and Buyer. Notwithstanding any provision set forth in this Agreement to the contrary, Buyer may at any time prior to Closing assign, in whole or in part, its rights under this Agreement to a third party assignee affiliated with Buyer, with Seller’s consent, which consent will not be unreasonably withhold, conditioned or delay; provided Buyer will not be released from liabilities arising under this Agreement. Seller may assign its rights to receive the proceeds of sale, subject to the terms of this Agreement, to a third party; but Seller will not convey any interest in the Property nor will Seller delegate any of its duties or obligations under this Agreement regarding the Property without Buyer’s written consent only so long as this Agreement is still an active agreement. Promptly after any such assignment(s) by Buyer, Buyer will furnish Seller with an executed copy of the assignment and thereafter the word “Buyer” as used in this Agreement will be deemed to mean the assignee(s) under such assignment, provided Buyer will not be released from liabilities arising under this Agreement. (b) In the event any one or more of the provisions contained in this Agreement are held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision hereof, and this Agreement will be construed as if such invalid, illegal, or unenforceable provision had not been contained herein. (c) Neither this Agreement nor any memorandum or other summary of this Agreement will be placed of public record under any circumstances. (d) This Agreement may be executed in any number of counterparts, each of which will be deemed to be an original, but all of which when taken together will constitute one and the same instrument. (e) Business Day. Should any due date for notice or any other action that may or is required to be taken hereunder fall on a Saturday, Sunday or legal holiday, then such due date will be automatically extended until the first business day following such Saturday, Sunday or legal holiday. 21. No Offer. The presentation of this Agreement for review by Seller does not constitute an offer on the part of Buyer to enter into the transactions described herein and this Agreement will become effective and legally binding only when it has been signed by a duly authorized officer or representative of each of the parties and delivered to the other party. [Signature pages follow.] 10 #532307762_v2 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the Agreement Date. SELLER: City of Wheat Ridge, Colorado By:______________________________ Korey Stites Mayor Date:___________________, 2026 BUYER: HCA-HealthONE LLC, a Colorado limited liability company By:______________________________ Name:____________________________ Title:______________________________ Date:___________________, 2026 11 #532307762_v2 ESCROW AGENT The undersigned joins herein for the purpose of agreeing to serve as Escrow Agent, subject to the provisions of this Agreement. ESCROW AGENT: Stewart Title Guaranty Company By: Name: Title: Date:_______________________, 2026 A-1 #532307762_v2 EXHIBIT A TO REAL ESTATE PURCHASE AND SALE AGREEMENT THE LAND ITEM NUMBER: 4 DATE: March 9, 2026 REQUEST FOR CITY COUNCIL ACTION MOTION TITLE: A MOTION AWARDING A CONTRACT TO OLSSON IN THE AMOUNT OF $1,652,462 FOR DESIGN SERVICES FOR THE 2J FUND SIDEWALK GAP PROJECT ☐PUBLIC HEARING ☒BIDS/MOTIONS ☐RESOLUTIONS ☐ORDINANCES FOR 1st READING ☐ORDINANCES FOR 2nd READING QUASI-JUDICIAL ☐YES ☒NO ISSUE: On February 23, 2026, staff presented city council with a potential list of sidewalk gap projects to be designed and funded by the 2J Next Chapter Bond Fund. The list of projects to be completed in this initial phase has been modified and additional work added following city council feedback. The purpose of this contract is to begin design on seven street segments and two HAWK signals identified on the February 23rd study session. PRIOR ACTION: In November 2023, Wheat Ridge voters approved the extension of a temporary ½-cent sales and use tax, known as the 2J Next Chapter Bond Fund, to be used for the following capital infrastructure projects: • Sidewalk, bike lane and street improvements on primary street corridors such as 32nd Avenue, 38th Avenue, 44th Avenue, and Youngfield Street; • Filling sidewalk gaps and other sidewalk repair and replacement with an emphasis on major pedestrian corridors and routes to schools; and • Drainage and floodplain infrastructure improvements at priority locations in the city. After voter approval, City Council discussed the 2J Bond and project list several times: • In April 2024, City Council reviewed a comprehensive list of potential projects. The total cost of $121M exceeded the $75M 2J Bond capacity. Council Action Form –2J Fund Sidewalk Gap Project March 9, 2026 Page 2 • In October 2024, City Council approved the issuance of bonds; this initial tranche yielded $33M in project funds. • In May 2025, a more refined project list was presented to Council balancing corridor upgrades, pavement maintenance, sidewalk and bikeway gap closures, and stormwater/drainage work. • In October 2025, City Council reviewed and then approved the 2026 budget, which included 2J priorities for the year and a range of project types—from quick wins to large corridor designs. FINANCIAL IMPACT: Funding is available in the 2J Bond Fund account #660-70750-103. BACKGROUND: The 2J Next Chapter Bond Fund was enabled by voter approval of the extended ½-cent sales and use tax in November 2023, reflecting broad community support for proactive investment in transportation and infrastructure improvements. The $75 million bond fund prioritizes a mix of large corridor projects, critical drainage improvements, and sidewalk repair and gap closure projects. Closing gaps in the existing sidewalk network requires engineering and planning due to utility coordination, right-of-way (ROW) considerations, and the need to meet ADA accessibility standards (minimum 5-foot sidewalks). These investments improve neighborhood connectivity and pedestrian safety across existing residential areas and at key locations near parks and schools. Given the existing conditions of the city’s sidewalk network and limited bond funds, sidewalk prioritization has been informed by multiple past planning efforts. Key criteria include: • proximity to parks and schools, • context of the surrounding sidewalk network, • limited utility conflicts and ROW acquisition needs, and • opportunities to leverage maintenance or adjacent capital work. On August 15, 2025, the City entered into an agreement with Olsson, an engineering consultant, to perform preliminary survey and design work for the sidewalk gap project. Based on ease of construction, utility relocation requirements, ROW acquisition, available budget, distribution across the city, and city council input, Olsson recommends the seven segments and two HAWK signals described in the table below. Council Action Form –2J Fund Sidewalk Gap Project March 9, 2026 Page 3 Staff estimates two or three of these projects can be completed in 2026 with the remaining projects constructed in 2027. RECOMMENDATIONS: Staff recommend awarding a contract to Olsson in the amount of $1,652,462 for the 2J Fund Sidewalk Gap Project. RECOMMENDED MOTION: “I move to award a contract to Olsson in the amount of $1,652,462 for the 2J Fund Sidewalk Gap Project.” Or, “I move to deny award of a contract to Olsson in the amount of $1,652,462 for the 2J Fund Sidewalk Gap Project for the following reason(s).” REPORT PREPARED/REVIEWED BY: Daniel Martinez, Interim CIP Program Manager Kent Kisselman, Director of Public Works Patrick Goff, City Manager ATTACHMENTS: 1. Olsson Contract Location Segment Length Construction Cost Parfet Street 35th Ave to 3550 200’ $ 228,890 Miller Street 45th Ave to 47th Pl 1,200’ $ 1,135,365 26th Avenue Oak St to Paramount Pkwy 1,800’ $ 721,348 Dover Street 38th Ave to 44th Ave 2,600’ $ 2,659,503 Pierce Street 29th Ave to 44th Ave 6,600’ $ 5,834,285 Harlan Street 32nd Ave to 35th Ave 1,300’ $ 1,345,598 I-70 Frontage Rd Holland St to N Garrison St 650’ $450,000 HAWK Signals Two locations to be determined $814,000 Sidewalk Gaps Contract #26-12 THIS AGREEMENT made this 10th day of March, 2026, by and between the City of Wheat Ridge, Colorado, hereinafter referred to as the “City” or “Owner” and Olsson, Inc., 1525 N. Raleigh St., Ste. 400, Denver, CO 80204, hereinafter referred to as the “Contractor.” WITNESSETH, that the City of Wheat Ridge and the Contractor agree as follows: Article 1 – Services The Contractor will serve as the City’s contractor and provide at a minimum all the professional services required as per the Contractor’s proposal (Exhibit A), and as approved by the sole source justification (Exhibit B) incorporated herein by reference. The Contractor agrees to the perform, at a minimum, the following tasks for six (6) sections of sidewalk gaps and two (2) HAWK signals: • Topographic Survey and Right of Way Analysis • Drainage Modeling and Analysis • Construction Documentation • Ongoing Design Services during Construction • Temporary Construction Easement Acquisition • Subsurface Utility Engineering Article 2 – Term The work to be performed under this agreement may commence promptly after receipt of a fully-executed copy of the agreement, to the extent that the Contractor has been authorized to proceed by the City. This agreement is intended to extend the length of the project and is not eligible for renewal, however, the agreement may be amended if necessary. Article 3 – Payment and Fee Schedule It is understood and agreed by and between the parties hereto, that the City shall pay the Contractor for services provided, and the Contractor will accept a not-to-exceed amount of one-million, six-hundred fifty-two thousand, four-hundred sixty two dollars ($1,652,462) as full payment for the services described in Article 1. The City operates on a calendar year as its fiscal year; as such, all invoices must be received no later than December 20, in order to be processed in the same calendar year. A. Invoices by Task Invoices will be submitted monthly by the Contractor for services performed and expenses incurred, pursuant to this agreement during the prior month. Payment is then made to the Contractor within thirty (30) days of receipt via Electronic Funds Transfer (EFT). The City may elect the alternative method of payment by the Treasurer’s Office through proper accounting procedures. B. Funding There is in effect within the City of Wheat Ridge, Colorado, a provision of the City’s Code of Laws which limits the amount for which the City shall be liable to the amount expressly appropriated by the City Council, either through budgeted appropriation, or contract or bid award. The contractor is specifically advised of the provisions of this portion of the Code of Laws of the City of Wheat Ridge, which was enacted pursuant to Ordinance 787, Series of 1989, and expressly incorporated herein. This contract is specifically subject to the provisions of said Ordinance and adopted Code Section. Article 4 – No Damages for Delay Pursuant to Section 2-4 of the Code of Laws, Contractor agrees to waive, release or extinguish its right to recover costs or damages, or obtain an equitable adjustment, for delays in performing this contract if such delay is caused in whole or in part by acts or omissions of the City or its agents, provided however an extension of time is the Contractor’s remedy for such delay. Article 5 – Reserved. Article 6 -Sales and Use Taxes The City of Wheat Ridge is exempt from City, County, State, and Federal sales and excise taxes. Certificates will be issued upon request. City of Wheat Ridge Sales Tax Exempt: 98-03515 Article 7 – Independent Contractor In performing the work under this agreement, the Contractor acts as an independent contractor and is solely responsible for necessary and adequate worker’s compensation insurance, personal injury and property damage insurance, as well errors and omissions insurance. The Contractor, as an independent Contractor, is obligated to pay Federal and State income tax on monies earned. The personnel employed by the Contractor are not and shall not become employees, agents, or servants of the City because of the performance of any work by this agreement. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this agreement, and that it has not paid or agreed to pay any company or person—other than bona fide employees working solely for the Contractor—any commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach or violation of this warranty the City will have the right to annul this agreement without liability or in its discretion to deduct from the agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Article 8 – Insurance In accordance with Article 7 above, the Contractor shall furnish a certificate of insurance upon notification of award, and prior to performance. Work shall not commence under this agreement until the Contractor has submitted to the City and received approval thereof, a certificate of insurance showing compliance with the following minimum types and coverages of insurance: Type of Insurance Minimum Limits of Liability Worker’s Compensation, Coverage A Statutory, including occupational disease coverage for all employees at work site. Employer Liability, Coverage B $500,000 per person $500,000 per accident $500,000 each disease Commercial General Liability (including Premises- Operations, Independent Contractor’s Protective, $1 million per occurrence Broad Form Property Damage, and Contractual Liability) • Bodily Injury • Property Damage $2 million aggregate $1 million per occurrence $2 million aggregate Comprehensive Automotive Liability (owned, hired, and non-owned vehicles) • Bodily Injury • Property Damage $2 million per occurrence $2 million per occurrence An endorsement covering any explosion, collapse, and underground exposures, “XCU,” in the Commercial General Liability policy is also required. The City of Wheat Ridge shall be named as additional insured on all liability policies. Insurance shall include provisions preventing cancellation without 30 days prior notice by certified mail to the City. Nothing herein shall be deemed or construed as a waiver of any of the protections to, which the agencies may be entitled pursuant to the Colorado Governmental Immunity Act, Sections 24-10-101, CRS, as amended. Article 9 – Indemnification The Contractor agrees to indemnify, defend, and to hold the City and its agents, officials, officers and employees harmless for, from and against any and all claims, suits, expenses, damages, or other liabilities— including reasonable attorney fees and court costs arising out of damage or injury to persons, entities, or property causes or sustained by any person or persons to the extent caused by the negligence (acts or omissions) of the Contractor with regard to this agreement or failure of the Contractor to provide services pursuant to the terms of this agreement. Article 10 – Equal Employment Opportunity The Contractor shall not discriminate against any employee or applicant for employment because of age, race, color, religion, sex, or national origin. The Contractor shall adhere to acceptable affirmative action guidelines in selecting employees and shall ensure that employees are treated equally during employment, without regard to age, race, color, religion, sex, or national origin. Such action shall include—but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training— including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices provided by the local public agency setting forth the provisions of this nondiscrimination clause. The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this agreement so that such provisions will be binding upon each subcontractor—provided that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials. Article 11 – Charter, Laws, and Ordinances The Contractor at all times during the performance of this agreement, agrees to strictly adhere to all applicable Federal, State, and local laws, rules, regulations, and ordinances that affect or govern the work as contemplated under this agreement. Article 12 – Law and Venue The laws of the State of Colorado shall govern as to the interpretation, validity, and effect of this agreement. The parties agree that venue and jurisdiction for disputes regarding performance of this contract is with the District Court of Jefferson County, Colorado. Article 12 – Termination The Contractor acknowledges that his failure to accomplish the work as described shall be considered a material breach of the contract and entitle the City to consequential damages resulting from failures, acts, or omissions—including, but not limited to re-procurement costs, insufficient or improper work. The City and the Contractor agree that this agreement may be canceled for cause by either party, with a fifteen (15) day prior written notice. The cost of completing the portion of the work which remains unperformed at the time of such termination shall be deducted from the contract price before payment is made. The City may terminate the agreement for its convenience, upon thirty (30) days written notice. In the event of such termination the Contractor will be paid for all work and expenses incurred up until the time of such termination. All work accomplished by the Contractor prior to the date of such termination shall be recorded, and tangible work documents shall be transferred to and become the sole property of the City, prior to payment for services rendered. Article 14 – Notices Contact Information City Contractor Name: Dan Klenjoski Matt Olsson Office Phone: 303-235-2868 970-635-3712 Email Address: dklenjoski@wheatridge.gov molsson@olsson.com Address: 7500 W. 29th Ave. 1525 N. Raleigh St. Ste. 400 City, State, Zip Code: Wheat Ridge, CO 80033 Denver, CO 80204 Article 15 – Assignment and Subcontractors The duties and obligations of the Contractor arising hereunder cannot be assigned, delegated, nor subcontracted except with the express written consent of the City. The subcontractors permitted by the City shall be subject to the requirements of this agreement, and the contractor is responsible for all subcontracting arrangements, as well as the delivery of services as set forth in this agreement. The contractor shall be responsible for the performance of any subcontractor. Article 16 – Severability To the extent that the agreement may be executed and performance of the obligations of the parties may be accomplished within the intent of the agreement, the terms of this agreement are severable. Should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. The waiver of any breach of a term hereof shall not be construed as a waiver of any other term, or the same term upon subsequent breach. Article 17 – Integration of Understandings This agreement is intended as the complete integration of all understanding between the parties. No prior or contemporaneous addition, deletion, or other amendment hereto shall have any force and effect whatsoever, unless embodied herein in writing. No subsequent novation, renewal, addition, deletion, or other amendment hereto shall have any force or effect unless embodied in writing and signed by an authorized representative of the City and the contractor. Article 18 - Disadvantaged Business Enterprises Disadvantaged business enterprises are afforded full opportunity to submit bids and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Contractors shall insert this provision in all sub-contracts for any work covered by this Agreement, so that it shall be binding upon each sub-consultant or sub-contractor providing labor or services. Article 19 – Ownership of Contract Products All products produced from the awarded contract shall be the sole property of the City. Article 20 – Personally Identifiable Information (PII) and Open Records Act Contractors, consultants, business partners and vendors that handle, process, or work in areas where personally identifiable information may reside in hard copy or electronic records must maintain the confidentiality of all Personally Identifiable Information (PII). Violation may result in contractual penalties and termination of the business relationship with the City. In extreme cases criminal punishment under Colorado Law (C.R.S. § 24-73-101) may occur. Contractor acknowledges that the City is subject to the provisions of the Colorado Open Records Act, CRS 24-72-201, et seq., (“The Act”) and that all documents, correspondence, email messages and other communications between the Contractor and the City are subject to public disclosure under the provisions of that Act, with limited exceptions for proprietary information, business secrets, and similar information. Contractor shall identify all proprietary and confidential information on the document or communication itself. In the event the City receives a request for disclosure of such information under the Act, Contractor agrees to indemnify the City against any attorney fees and court costs incurred by the City in defending its refusal to disclose such information. Article 21 - Accessibility Contractor(s) and solutions complies with all applicable provisions of §§24-85-101, et seq., C.R.S., [1] and the Accessibility Standards for Individuals with a Disability, as established by the Office Of Information Technology pursuant to Section §24-85-103(2.5). Contractor also complies with the latest version of Level AA of the Web Content Accessibility Guidelines (WCAG), currently version 2.1, as described in State of Colorado Technical Standard TS-OEA-002, Technology Accessibility for Web Content and Applications when developing solutions for the state. The Contractor agrees to indemnify, save, and hold harmless the state, its employees, agents and assignees (collectively, the “Indemnified Parties”), against any and all costs, expenses, claims, damages, liabilities, court awards and other amounts (including attorneys’ fees and related costs) incurred by any of the Indemnified Parties in relation to the Contractor’s failure to comply with §§24-85-101, et seq., C.R.S., or the Accessibility Standards for Individuals with a Disability as established by the Office of Information Technology pursuant to Section §24-85-103(2.5). Any additional costs to add accessibility features will be the obligation of the Contractor, and any addition or change to the Price Proposal will be disallowed. Article 22 – Reserved. Article 23 – Contractor Performance Feedback The City of Wheat Ridge has implemented a requirement for Project Managers to assess each Contractor’s performance and issue a determination as to whether the City should award the Contractor future City contracts. All contracts will need to be considered as part of the requirement. The following criteria will be evaluated annually for renewable contracts and at contract closeout for one-time agreements: a. Work completed on time b. Work completed within budget c. Work completed as per the Scope of Work d. Future Award Recommendation Article 24 – Internal Team Review Each party has reviewed the items contained within this contract and recommend executing this contract to proceed with the agreed upon Statement of Work. ______________________________________ __________ Whitney Mugford-Smith, Procurement Manager Date Signed ______________________________________ __________ Dan Klenjoski, Infrastructure Project Manager Date Signed ______________________________________ __________ Kent Kisselman, Director of Public Works Date Signed Article 25 – Authorization Each party represents and warrants that it has the power and ability to enter into this agreement, to grant the rights granted herein, and to perform the duties and obligations described herein. IN WITNESS WHEREOF, the parties hereto have executed this agreement in two (2) copies, each of which shall be deemed an original on the day and year first written above. Attest: Owner CITY OF WHEAT RIDGE 7500 W. 29TH AVENUE Onorina Maloney, Deputy City Clerk WHEAT RIDGE, CO 80033 303-234-5900 Date Patrick Goff, City Manager Contractor Olsson, Inc. Approved as to Form: Matt Olsson 1525 N. Raleigh St., Ste. 400 Denver, CO 80204 Gerald Dahl, City Attorney Authorized Signature Attest to Contractor: Printed Name Name Title Title Date Date DATE: March 4, 2026 TO: Whitney Mugford-Smith, NIGP-CPP, CPPB Procurement Manager FROM: Dan Klenjoski SUBJECT: Single Source Justification Sidewalk Gaps AWARDEE: Olsson, Inc. - $1,652,462 In September 2024, the City awarded Olsson, Inc. the Wadsworth Path Project which included extensive work related to existing sidewalk gaps including but not limited to: topographic and boundary surveys, geotechnical analysis, drainage investigation, and construction documentation. In addition to the Wadsworth Path, Olsson Inc. was also awarded an on-call engineering contract in August 2025. Based on the depth of experience Olsson, Inc. has gained through their involvement in the Wadsworth Path Project, they are uniquely suited to complete the design of six (6) sidewalk gaps sections and two (2) HAWK signals throughout the City. We request approval to award this project to Olsson, Inc. as a formal solicitation would cause significant delays in this critical project and would result in increased costs to the City. Approval: Whitney Mugford-Smith, Procurement Manager Approval: Kent Kisselman, Director of Public Works 1525 N. Raleigh Street / Suite 400 / Denver, CO 80204 Phone 303.237.2072 / Fax 303.237.2659 / olsson.com March 3rd, 2026 Dan Klenjoski City of Wheat Ridge Infrastructure Project Manager 11220 W. 45th Ave. Wheat Ridge, CO 80033 RE: City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Mr. Klenjoski: Olsson is pleased to continue partnering with the City of Wheat Ridge and to submit this scope of work, schedule, and fee estimate to complete surveying and design services associated with the City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 project. The general scope of work consists of final design and property acquisition for six sidewalk gaps and two HAWK signals throughout the City of Wheat Ridge. We anticipate notice to proceed on or around March 20th, 2026, with the first round of final documents submitted to the City on or before June 19th, 2026. If you should have any questions regarding this proposal, Matt will welcome your call at 402.525.3163 (cell). We look forward to working with the City on this project. Kind Regards, Matt Olsson, PE Jessica Burch, PE Program Manager Principal in Charge Matt Olsson, PE City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 General Project Description & Scope This scope and fee proposal serves as an extension of the City of Wheat Ridge Sidewalk Gaps – Package 1 (25-029B) project, which included conceptual design for thirteen sidewalk gaps and two HAWK signals as shown in Appendix A. This project, Package 1, Final Design 1, will include construction documents for seven (7) sidewalk gap segments that were identified as priorities from Package 1 (25-029B) or newly added by the City. This project will also include the final design of two (2) High-Intensity Activated Crosswalk (HAWK) signals, with their specific locations to be determined pending direction from the City.  Project 4: Parfet St, 35th Ave to 3550 Parfet St  Project 7: Miller St, 45th Ave to 47th Pl  Project 8: 26th Ave, Oak St to Paramount Pkwy  Project 11: Dover St, 38th Ave to 44th Ave  Project 12: Pierce St, 29th Ave to 44th Ave  Project 15: Harlan St, 32nd Ave to 35th Ave  Project 16: I70 Frontage Rd S, Holland St to Garrison St  Project X: HAWK Signal #1  Project Y: HAWK Signal #2 To accelerate construction and optimize scheduling, the projects will be divided into five submittals, each assumed to represent a separate construction package to be bid and constructed independently. Each project will still be provided as an individual, standalone plan set. The submittals will be delivered in the following sequence:  Final 1a: Project 4, 7, and 16  Final 1b: Project 8 and 15  Final 1c: Project 11  Final 1d: Project 12  Final 1e: Project X and Y This phased approach is intended to expedite construction activities and meet the City’s priorities. Additional details regarding milestones and sequencing are provided in the attached schedule, Appendix C. The HAWK signals schedule is not included in the overall project schedule as its locations and funding sources are still undetermined. Once these are confirmed, Olsson will update the overall schedule. Design of the sidewalk gaps will be based on the conceptual designs and associated City comments produced in Package 1 (25-029B). It is anticipated that there will be no substantive changes to the scope or design following the concept review, such as changes in typical sections. The HAWK signals are assumed to follow a scope similar to Projects 6 and 13 from Package 1 (25-029B). Should the final scope differ materially from these assumptions, change orders may be required. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Task 100 – Program Management Program management efforts will include bi-weekly meetings, the preparation of monthly invoices and progress reports, and general coordination. Progress reports will detail work activities completed over the prior month, upcoming work activities, and status of budget and schedule. In addition to regular communication via phone and email, regular bi-weekly meetings will take place for the duration of the project. Bi-weekly meetings will cover completed tasks, upcoming activities, milestones, and critical path items. It is assumed all meetings will be conducted virtually via Microsoft Teams unless specified otherwise. Assumptions/Exclusions  Project design schedule is assumed to be approximately twelve (12) months.  Kick-Off Meeting: 1-hour virtual (4 Olsson Attendees)  Bi-Weekly Coordination Meetings: 30-minute virtual meetings (2 Olsson Attendees)  Final Review Meeting: 2-hour virtual meeting (2 Olsson Attendees) (1 for each submittal, 5 total)  Public engagement or coordination is excluded. Deliverables  Monthly invoices and accompanying progress reports (assumed 27 based on design, construction, and property acquisition schedule).  Meeting agendas and minutes (assumed 23 based on design schedule). Task 104, 107, 108, 112, 115, 116, 10X, and 10Y  Task 104 - Project 4: Parfet St, 35th Ave to 3550 Parfet St  Task 107 - Project 7: Miller St, 45th Ave to 47th Pl  Task 108 - Project 8: 26th Ave, Oak St to Paramount Pkwy  Task 111 - Project 11: Dover St, 38th Ave to 44th Ave  Task 112 - Project 12: Pierce St, 29th Ave to 44th Ave  Task 115 - Project 15: Harlan St, 32nd Ave to 35th Ave  Task 116 - Project 16: I70, Holland St to Garrison St  Task 10X - Project X: HAWK Signal #1  Task 10Y - Project Y: HAWK Signal #2 Formal task and project numbers will be assigned to 10X and 10Y following determination of HAWK locations. Topographic Survey and Right of Way Olsson will produce topographic and boundary survey for all nine (9) projects as shown in Appendix B. Survey limits are based on the concept designs from Package 1 (25-029B). If City comments from the conceptual review result in significant changes to these limits, adjustments to the fee may be required. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Critical information is right of way widths and easements, existing conditions and evidence of underground utility lines. Olsson will research each project location for existing land records and existing control data. Additionally, Olsson will contact Colorado811 to initiate a utility engineering design ticket which will provide data for underground utility lines. During field data collection, Olsson’s field crew will analyze each day’s planned work activities for safety concerns. We will prepare a daily Job Safety Analysis form which documents any potential unsafe working conditions and the steps taken to mitigate them. Olsson will set horizontal and vertical control throughout each project site. A static Global Navigation Satellite System (GNSS) control network will be established around the exterior of each project and used as the Primary Control Network. The control network will be verified to National Geodetic Survey (NGS) control monuments. Secondary control will be based on the Primary Control Network and will be densified throughout the interior of the project area. Digital level runs will be performed to ensure accurate vertical data between each control point. The control network will be based horizontally on the North American Datum of 1983 (NAD83), projected to the Colorado State Plane Coordinate System, Central Zone and vertically on the North American Vertical Datum of 1988 (NAVD88). The Primary and Secondary Control will be documented within a Land Survey Control Diagram for each project location. Once the control is established, Olsson will retrace and recreate the corridor right of way limits. Existing land records will be referenced to find and locate controlling land lines within the corridor. Field located monuments will be checked against existing deeds and subdivisions and the right of way limits will be established. Olsson will search for sufficient field monumentation to establish right of way and boundary lines at each of the project locations. While the right of way retracement is ongoing, Olsson will begin the topographic survey of the corridor. Olsson will map improvements from the center to roughly ten feet beyond the apparent right of way. Olsson survey crews will meticulously map the existing conditions so the City will be aware of all possible impacts on the design. Olsson will collect ground shots at intervals of no more than 25 feet and will include sufficient shots at tie-in points, centerlines, driveways, drainage features, surface utilities, sidewalks, and any other pertinent existing features. While Olsson maps the corridor, any underground utilities that were designated through the Colorado811 ticket will be mapped, and the designated lines will be included in the final deliverables. When the right of way retracement and topographic survey is completed, Olsson’s professional surveyors will perform a field walk through to verify the data. Revisions will be performed, and final deliverables will be prepared. See Task 201 for additional scope related to temporary construction easement acquisition. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Assumptions/Exclusions  Olsson recommends that the City work within the National Spatial Reference System to align with future iterations of the national datum. If the City requires the survey be tied to the City’s Datum, notification and control must be provided before the work is started.  The City will provide information for right of way access permits and permission to enter private land letters if determined to be necessary.  Olsson will not be responsible for verifying data provided by Colorado811. The service does not guarantee a complete utility data set and Olsson will provide the data as is.  Olsson will recreate right of way lines for each project location. Individual lot lines will only be shown where proposed easements are required.  Procurement and review of title commitments are excluded. Deliverables  Topographic and Boundary Survey (Civil 3D CAD file) (1 per project, 9 total)  Land Survey Control Diagram (pdf) (1 per project, 9 total) Drainage Modeling and Analysis The installation of sidewalks with curb and gutter in areas currently lacking these features will require drainage modifications and improvements to maintain existing flow patterns and minimize ponding. Improvements may include constructing or reconstructing inlets, manholes, swales, and culverts. Olsson will perform a comprehensive analysis of existing and proposed hydrology and proposed hydraulics for the seven (7) sidewalk gap segments as outlined below. This analysis will not be performed for the two HAWK signals, as their installation is not expected to have a material effect on existing hydrologic or hydraulic conditions. Olsson will utilize available GIS data and survey information to analyze both existing and proposed hydrology using the Rational Method. The peak flows will be calculated at key design points, such as inlets and swales. Following the hydrologic analysis, Olsson will perform hydraulic calculations to inform proposed improvements. Inlet sizing will be performed using Mile High Flood District’s UD-Inlet tool, culverts will be sized with CulvertMaster, and swales will be designed using FlowMaster. Upon completion, a Final Drainage Memorandum will be prepared for each project location, documenting site conditions, hydrology, and hydraulic design details. Assumptions/Exclusions  Hydraulic modeling of the existing storm system is excluded.  Water quality improvements are not anticipated and are therefore excluded.  Detention improvements are not anticipated and are therefore excluded.  Project X and Y are excluded.  Storm trunkline design is excluded for all project.  City comments will be limited to one (1) round of review and revision. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Deliverables  Final Drainage Memorandums (1 each, 7 total) Final Construction Documents City comments from the Package 1 (25-029B) concept review will be addressed with resolutions documented in a Comment Resolution Form (CRF) for each project location. Design will be progressed to a 100% construction submittal for City review. Each sidewalk gap segment and HAWK signal will be contained in a standalone plan set. City of Wheat Ridge design standards and details will be utilized with supplementation from Colorado Department of Transportation (CDOT), Manual on Uniform Traffic Control Devices (MUTCD), and Jefferson County. Design will utilize AutoDesk Civil3D 2026 software. Plan sheets will be 11x17 with 40 scale plan views or 20 scale for details. The following sheet list is assumed for 100% and Final Design: Sheet Description Anticipated # of Sheets per Project 4 7 8 11 12 15 16 X Y Cover Sheet 1 1 1 1 1 1 1 1 1 General Notes 1 1 1 1 1 1 1 1 1 Summary of Quantities 1 1 1 1 1 1 1 1 1 Land Survey Control Diagram (See Topographic Survey and Right of Way Section) 1 1 1 1 1 1 1 1 1 Horizontal Control Plans 1 1 1 2 5 1 1 - - Typical Sections 1 1 1 1 2 1 1 - - Removal Plans 1 2 2 5 12 3 1 1 1 Sidewalk Plans 1 2 2 5 12 3 1 1 1 Sidewalk Details 1 4 4 10 23 5 2 - - Curb Ramp Details 1 3 3 5 16 4 1 1 1 Driveway Points Table Sheets 1 1 1 1 2 1 1 - - Drainage Details 1 4 1 3 15 2 1 - - Signing and Striping Plans 1 2 2 5 12 3 1 1 1 Signing Tabulations 1 1 1 1 2 1 1 1 1 Erosion Control Plans 1 2 2 5 12 3 1 - - Traffic Signal Plans - - - - 3 - - 1 1 SUE Plans (See Task 202) - - - - - - - 1 1 Total Sheets 15 27 24 47 120 31 16 11 11 Due to anticipated level of impacts and disturbance, Olsson will combine initial, interim, and final phases into a single Erosion Control plan for each project. Best management practices (BMPs) will adhere to Mile High Flood District (MHFD) details. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 A Stormwater Management Plan (SWMP) report will be prepared for projects that exceed 0.5 acres of disturbances. Reports will be developed using the City of Wheat Ridge SWMP Check List and Guidance table. It is anticipated that Project 4, X, and Y will be less than 0.5 acres and therefore will not require a SWMP. Project 12 will require additional pedestrian push buttons at the signalized intersections of 32nd Avenue, 38th Avenue, and 41st Avenue along Pierce Street to serve the reconfigured curb ramps. It is anticipated that improvements will utilize existing infrastructure such as pull boxes, conduits, and controller, and that this equipment is adequate to manage additional push buttons. Push button assemblies will be per CDOT S Standards (latest edition) and adhere to CDOT Specifications (latest edition). Design to wire and integrate the buttons to the controllers is excluded. Projects X and Y will include the design of HAWK signal installations and the associated curb ramps at two crossing locations, which are pending direction from the City. Anticipated improvements include the HAWK signals, pedestrian luminaires mounted on the signal poles, pedestrian push buttons, and curb ramps, along with supporting infrastructure such as new pull boxes, conduits, meters, controllers, and cabinets. The signal design package will include basic timing parameters, including phasing and clearance interval calculations necessary for signal activation. The contractor or signal equipment supplier will be responsible for performing the signal turn-on and configuring any additional controller settings. Design measures will be taken to minimize utility conflicts; however, it is anticipated that a small amount of both private and non-private utilities will be impacted by sidewalk improvements. These impacts may include, but are not limited to, adjustments and relocations of water meters, water valve boxes, pull boxes, and pedestals. Olsson will be responsible for coordinating with affected utility owners and incorporating necessary modifications into the design plans. Project X and Y will include coordination with the appropriate utility provider to establish power services for the new signal installations. The scope anticipates twenty-three (23) meetings with utility owners and the preparation of twenty-three (23) utility exhibits to facilitate coordination and approvals across all projects. The 100% construction documents will also include an Engineer’s Opinion of Probable Cost (OPC) and specifications. The OPC will include estimated costs for construction of improvements, easement acquisition, utility relocations, and construction engineering. Olsson will provide technical specifications for each project that are based on CDOT Standard Specifications (latest edition). It is assumed that the City will provide any necessary front-end specifications. The 100% construction documents will be submitted to the City for review. Upon receiving City comments, Olsson will revise the plans and issue final construction documents. All City comments will be documented in a Comment Response Form (CRF) for each project for tracking purposes. If needed, a comment resolution meeting will be scheduled prior to finalizing construction documents. At the conclusion of the bidding process, addenda will be incorporated into the construction documents and issued for construction versions will be signed and sealed by a Colorado licensed professional engineer. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Assumptions/Exclusions  Discipline quantity tabulations, except for signs, are excluded.  Construction traffic control and phasing design is excluded.  Lighting, except for Project X and Y, is excluded.  Traffic signal design, except for Project 12, X, and Y is excluded.  Traffic studies are excluded.  Environmental investigations and reports are excluded.  Geotechnical investigations and reports are excluded.  Landscape and irrigation design is excluded.  Utility plans are excluded.  Utility designs, aside from storm sewer, are assumed to be produced by the respective utility owner and therefore excluded.  One-Iine diagrams are excluded.  Grant funding is not anticipated for the HAWK signals; therefore, CDOT coordination and clearances are excluded.  Structural or retaining wall design is not anticipated and is excluded.  City comments will be limited to one (1) round of review and revision. Deliverables  100% and Final Plans (pdf) (9 Total) o Design Civil3D CAD files may be requested.  100% and Final OPC (pdf and Excel document) (9 Total)  100% and Final Specifications (pdf and Word document) (9 Total)  100% Comment Response Form (pdf) (9 Total) Design Services During Construction Olsson shall provide post-design services through the end of construction for all projects referenced above. These services include attending pre-bid, pre-construction, and construction meetings, as well as reviewing and assisting with submittals and shop drawings, Requests for Information (RFIs), and change orders. This work is included in each project under Tasks 104, 107, 108, 111, 112, 115, 116, 10X, and 10Y. Assumptions/Exclusions  Pre-bid meetings: assumed one (1) each for Final 1a through Final 1e, five (5) total  Pre-construction meetings: assumed one (1) each for Final 1a through Final 1e, five (5) total  Material and product submittal review: assumed ten (10)  Traffic signal show drawing review: assumed one (1) per Project X and Y, two (2) total  RFIs: assumed twenty-eight (28)  Assumed sixteen (16) in-person meetings with the City and contractor.  Daily observation, material testing, monthly pay estimates, and any other construction administration services not specifically described above are excluded.  Excludes development and preparation of meeting agendas and minutes. City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Task 201 – Temporary Construction Easement Acquisition Based on GIS parcel data and conceptual designs, it is anticipated that temporary construction easements (TCE) will be required to complete the proposed work. Olsson has included an allowance for the preparation of one hundred and fifteen (115) legal descriptions to facilitate acquisition across all projects, except for Project X and Y. Olsson will collaborate with HC Peck to facilitate all necessary activities for securing up to 115 TCEs. The following activities will be performed in compliance with applicable law, policies, guidelines and procedure:  Verify parcel ownership using Assessor data and vesting deeds.  Research project land values for payment schedules.  Coordinate with teams, landowners, and legal counsel.  Prepare and send required notices, offer letters, and property documents.  Negotiate acquisitions at approved market value and finalize agreements.  Order funds and complete transactions. Further information on the property acquisition scope and related fees is available in Appendix E. Assumptions/Exclusions  The quantity and placement of TCEs were initially determined using GIS parcel data. If the total exceeds 115 TCEs, Olsson will work closely with the City to review and adjust the applicable fees as necessary.  The City will provide guidance on offers, counteroffers, and final settlement decisions. Deliverables  Legal Description Allowance (per project) o Project 4: 2 o Project 7: 5 o Project 8: 10 o Project 11: 26 o Project 12: 55 o Project 15: 12 o Project 16: 5 City of Wheat Ridge Sidewalk Gaps – Package 1, Final Design 1 Task 202 – Subsurface Utility Engineering (QL-D through QL-A) It is anticipated that the boring on Project X and Y for the HAWK signal installations will trigger the need to perform Subsurface Utility Engineering (SUE) per Colorado Revised Statutes, Title 9, Article 1.5 (CRS 9-1.5). Olsson has partnered with T2 Utility Engineers (T2UE) to provide SUE services for the project. The scope of the SUE investigation includes ASCE 38-22 Quality Level D through Quality Level A. Clearance test holes are anticipated at both signal caisson locations. In addition to a base file depicting the location of existing utilities, T2UE will provide SUE plans signed and sealed by a Colorado registered Professional Engineer. Further information on the SUE scope and related fees is available in Appendix F. An additional SUE contingency has been included for the sidewalk gap segments, as isolated excavation footprints along these projects may trigger additional SUE areas per Colorado Revised Statutes, Title 9, Article 1.5 (CRS 9-1.5). Excavation footprints will be evaluated during design to determine whether and where SUE mapping is required. The additional SUE is intended as a contingency, and it is anticipated that the overall SUE effort may be limited or not required. Olsson shall obtain written authorization from the City prior to initiating any contingency-related work. Fee Estimate* Task Total Fee Task 100 - Program Management $32,048 Task 104 - Project 4 - Parfet St, 35th Ave to 3550 Parfet St $45,434 Task 107 - Project 7 - Miller St, 45th Ave to 47th Pl $84,799 Task 108 - Project 8 - 26th Ave, Oak St to Paramount Pkwy $73,600 Task 111 - Project 11 - Dover St, 38th Ave to 44th Ave $124,431 Task 112 - Project 12 - Pierce St, 29th Ave to 44th Ave $269,170 Task 115 - Project 15 - Harlan St, 32nd Ave to 35th Ave $96,237 Task 116 - Project 16 - I70 Frontage Rd S, Holland St to Garrison St $65,885 Task 10X - Project X - HAWK #1 $53,443 Task 10Y - Project Y - HAWK #2 $53,443 Task 201 - Temporary Construction Easement Acquisition $618,977 Task 202 - Subsurface Utility Engineering $134,995 TOTAL $1,652,462 *See attached Fee Estimate spreadsheet for more information. Project 1: Youngfield St, 40th Ave to Public Storage Project 2: 52nd Ave, Tabor St to City Limit Project 3: Ridge Rd, Pierson Ct to Parfet St Project 4: Parfet St, 35th Ave to 3550 Parfet St Project 5: Nelson St, 32nd Ave to 38th Ave Project 6: 44th Ave and Miller St (HAWK) Project 7: Miller St, 45th Ave to 47th Pl Project 8: 26th Ave, Oak St to Paramount Pkwy Project 9: 35th Ave / Independence St, Kipling St to 37th Ave Project 10: Garrison St, 44th Ave to 46th Pl Project 11: Dover St, 38th Ave to 44th Ave Project 12: Pierce St, 29th Ave to 44th Ave Project 13: 44th Ave and Lamar St (HAWK) Project 14: 41st Ave, Lamar St to Fenton St Project 15: Harlan St, 32nd Ave to 35th Ave APPENDIX A PARFET ST 35 T H A V E 45 T H A V E 46 T H A V E 47 T H A V E MILLER ST 47 T H P L OA K S T NE W C O M B E S T CI R C L E D R PA R A M O U N T P K W Y 26TH AVE26TH AVE NE L S O N S T MO O R E S T MI L L E R S T SK Y L I N E D R 32 N D A V E 33 R D A V E 34 T H A V E 35 T H A V E HARLAN ST HO L L A N D S T I70 FRONTAGE RD S GA R R I S O N S T PROJECT 4 PROJECT 7 PROJECT 8 PROJECT 15 APPENDIX B - SURVEY LIMITS MAPS (FINAL 1a & 1b) PROJECT 16 38 T H A V E DOVER ST 39 T H A V E 41 S T A V E DOVER ST 44 T H A V E PROJECT 11 APPENDIX B - SURVEY LIMITS MAPS (FINAL 1c) PROJECT 11 MA T C H L I N E - S E E B E L O W MA T C H L I N E - S E E A B O V E PIERCE ST 29 T H A V E 30 T H A V E 31 S T A V E 32 N D A V E 32 N D P L 33 R D A V E 35 T H A V E 36 T H A V E 36 T H P L 37 T H P L 38 T H A V E PIERCE ST 41 S T A V E 44 T H A V E PIERCE ST PROJECT 12 PROJECT 12 PROJECT 12 MA T C H L I N E - S E E B E L O W MA T C H L I N E - S E E A B O V E MA T C H L I N E - S E E A B O V E MA T C H L I N E - S E E B E L O W APPENDIX B - SURVEY LIMITS MAPS (FINAL 1d) City of Wheat Ridge - Sidewalk Gap Package 1, FD 1 Page 1 of 3Exported on March 3, 2026 2:32:07 PM MST City of Wheat Ridge - Sidewalk Gap Package 1, F1 APPENDIX C Page 2 of 3Exported on March 3, 2026 2:32:07 PM MST Page 3 of 3Exported on March 3, 2026 2:32:07 PM MST Project Name:City of Wheat Ridge Sidewalk Gaps - Package 1, Final Design 1 Project Number:B25-03001 Program Manager Matt Olsson HOURLY RATES $288.00 $235.00 $235.00 $174.00 $172.00 $154.00 $137.00 $125.00 $210.00 $87.00 Task 100 - Program Management 1 Program Management, Coordination, and Meetings - 37 1 - 1 149 - - - - 32,048.00$ -$ -$ 1.94% Task 100 Total - 37 1 - 1 149 - - - - 32,048.00$ -$ -$ 1.94% Task 104 - Project 4 - Parfet St, 35th Ave to 3550 Parfet St 1 Topographic Survey and Right of Way 2 - - 15 - - - 18 18 - 9,216.00$ -$ -$ 0.56% 2 Drainage Modeling and Analysis - - 4 - - 16 - - - - 3,404.00$ -$ -$ 0.21% 3 100% Design 1 10 12 - 14 20 100 - - - 24,646.00$ -$ -$ 1.49% 4 Final Design 1 6 4 - 2 8 22 - - - 7,228.00$ -$ -$ 0.44% 5 Design Services During Construction - 4 - - - - - - - - 940.00$ -$ -$ 0.06% Task 104 Total 4 20 20 15 16 44 122 18 18 - 45,434.00$ -$ -$ 2.75% Task 107 - Project 7 - Miller St, 45th Ave to 47th Pl 1 Topographic Survey and Right of Way 2 - - 15 - - - 22 24 - 10,976.00$ -$ -$ 0.66% 2 Drainage Modeling and Analysis - - 16 - - 40 - - - - 9,920.00$ -$ -$ 0.60% 3 100% Design 1 18 20 - 24 38 230 - - - 50,708.00$ -$ -$ 3.07% 4 Final Design 1 10 8 - 4 14 34 - - - 12,020.00$ -$ -$ 0.73% 5 Design Services During Construction - 5 - - - - - - - - 1,175.00$ -$ -$ 0.07% Task 107 Total 4 33 44 15 28 92 264 22 24 - 84,799.00$ -$ -$ 5.13% Task 108 - Project 8 - 26th Ave, Oak St to Paramount Pkwy 1 Topographic Survey and Right of Way 2 - - 18 - - - 25 31 - 13,343.00$ -$ -$ 0.81% 2 Drainage Modeling and Analysis - - 8 - - 24 - - - - 5,576.00$ -$ -$ 0.34% 3 100% Design 1 18 16 - 20 28 186 - - - 41,512.00$ -$ -$ 2.51% 4 Final Design 1 8 8 - 4 10 26 - - - 9,838.00$ -$ -$ 0.60% 5 Design Services During Construction - 5 - - - 14 - - - - 3,331.00$ -$ -$ 0.20% Task 108 Total 4 31 32 18 24 76 212 25 31 - 73,600.00$ -$ -$ 4.45% Task 111 - Project 11 - Dover St, 38th Ave to 44th Ave 1 Topographic Survey and Right of Way 3 - - 19 - - - 30 50 - 18,420.00$ -$ -$ 1.11% 2 Drainage Modeling and Analysis - - 14 - - 60 - - - - 12,530.00$ -$ -$ 0.76% 3 100% Design 1 22 20 - 30 50 372 - - - 73,982.00$ -$ -$ 4.48% 4 Final Design 2 10 12 - 6 14 46 - - - 15,236.00$ -$ -$ 0.92% 5 Design Services During Construction - 7 - - - 17 - - - - 4,263.00$ -$ -$ 0.26% Task 111 Total 6 39 46 19 36 141 418 30 50 - 124,431.00$ -$ -$ 7.53% Task 112 - Project 12 - Pierce St, 29th Ave to 44th Ave 1 Topographic Survey and Right of Way 4 - - 30 - - - 51 120 - 37,947.00$ -$ -$ 2.30% 2 Drainage Modeling and Analysis - 16 - - 80 - - - - 16,080.00$ -$ -$ 0.97% 3 100% Design 2 34 36 - 70 144 1,004 - - - 188,790.00$ -$ -$ 11.42% 4 Final Design 2 14 12 - 6 20 70 - - - 20,388.00$ -$ -$ 1.23% 5 Design Services During Construction - 9 - - - 25 - - - - 5,965.00$ -$ -$ 0.36% Task 112 Total 8 57 64 30 76 269 1,074 51 120 - 269,170.00$ -$ -$ 16.29% Task 115 - Project 15 - Harlan St, 32nd Ave to 35th Ave 1 Topographic Survey and Right of Way 2 - - 17 - - - 30 36 - 14,844.00$ -$ -$ 0.90% 2 Drainage Modeling and Analysis - 12 - - 32 - - - - 7,748.00$ -$ -$ 0.47% 3 100% Design 1 22 20 - 26 38 276 - - - 58,294.00$ -$ -$ 3.53% 4 Final Design 1 10 8 - 4 14 34 - - - 12,020.00$ -$ -$ 0.73% 5 Design Services During Construction - 5 - - - 14 - - - - 3,331.00$ -$ -$ 0.20% Task 115 Total 4 37 40 17 30 98 310 30 36 - 96,237.00$ -$ -$ 5.82% Senior Engineer Associate Engineer Senior Surveyor Senior Technician 2-Person Survey Crew Percent of FeeTASK Estimated Hours Total Labor Cost ($)Sub- Consultant ($)Reimb Expenses ($)Senior Team Leader Assistant Engineer AdminEngineerProgram Manager HOURLY RATES $288.00 $235.00 $235.00 $174.00 $172.00 $154.00 $137.00 $125.00 $210.00 $87.00 Task 116 - Project 16 - I70 Frontage Rd S, Holland St to Garrison St 1 Topographic Survey and Right of Way 2 - - 15 - - - 21 21 - 10,221.00$ -$ -$ 0.62% 2 Drainage Modeling and Analysis - - 8 - - 24 - - - - 5,576.00$ -$ -$ 0.34% 3 100% Design 1 14 18 - 18 26 166 - - - 37,650.00$ -$ -$ 2.28% 4 Final Design 1 8 8 - 4 10 28 - - - 10,112.00$ -$ -$ 0.61% 5 Design Services During Construction - 4 - - - 9 - - - - 2,326.00$ -$ -$ 0.14% Task 116 Total 4 26 34 15 22 69 194 21 21 - 65,885.00$ -$ -$ 3.99% Task 10X - Project X - HAWK #1 1 Topographic Survey and Right of Way 2 - - 15 - - - 15 14 - 8,001.00$ -$ -$ 0.48% 2 100% Design 1 12 15 - 48 18 108 - - - 32,457.00$ -$ -$ 1.96% 3 Final Design 1 6 4 - 10 8 30 - - - 9,700.00$ -$ -$ 0.59% 4 Design Services During Construction - 3 2 - 6 7 - - - - 3,285.00$ -$ -$ 0.20% Task 10X Total 4 21 21 15 64 33 138 15 14 - 53,443.00$ -$ -$ 3.23% Task 10Y - Project Y - HAWK #2 1 Topographic Survey and Right of Way 2 - - 15 - - - 15 14 - 8,001.00$ -$ -$ 0.48% 2 100% Design 1 12 15 - 48 18 108 - - - 32,457.00$ -$ -$ 1.96% 3 Final Design 1 6 4 - 10 8 30 - - - 9,700.00$ -$ -$ 0.59% 4 Design Services During Construction - 3 2 - 6 7 - - - - 3,285.00$ -$ -$ 0.20% Task 10Y Total 4 21 21 15 64 33 138 15 14 - 53,443.00$ -$ -$ 3.23% Task 201 - Temporary Construction Easement Acquisition 1 Project 4 - Legal Descriptions - - - - --- 14 - - 1,750.00$ -$ -$ 0.11% 2 Project 7 - Legal Descriptions - - - - --- 35 - - 4,375.00$ -$ -$ 0.26% 3 Project 8 - Legal Descriptions - - - - --- 70 - - 8,750.00$ -$ -$ 0.53% 4 Project 7 - Legal Descriptions - - - - --- 182 - - 22,750.00$ -$ -$ 1.38% 5 Project 12 - Legal Descriptions - - - - --- 385 - - 48,125.00$ -$ -$ 2.91% 6 Project 15 - Legal Descriptions - - - - --- 84 - - 10,500.00$ -$ -$ 0.64% 7 Project 16 - Legal Descriptions - - - - --- 35 - - 4,375.00$ -$ -$ 0.26% 8 Acquisition Assistance - - - - --- - - - -$ 518,352.00$ -$ 31.37% Task 201 Total - - - - - - - 805 - - 100,625.00$ 518,352.00$ -$ 37.46% Task 202 - Subsurface Utility Engineering 1 HAWK Signals - - - - --- - - - -$ 34,995.00$ -$ 2.12% 2 Sidewalk Gap Segment Contigency - - - - --- - - - -$ 100,000.00$ -$ 6.05% Task 202 Total - - - - - - - - - - -$ 134,995.00$ -$ 8.17% PROJECT TOTAL HOURS 42 322 323 159 361 1,004 2,870 1,032 328 -999,115.00$ 653,347.00$ -$ 100.00% TOTAL Total Labor Cost ($)Sub- Consultant ($)Reimb Expenses ($) Percent of Fee TASK Estimated Hours Senior Team Leader Program Manager Senior Engineer Senior Surveyor Engineer Associate Engineer Assistant Engineer Senior Technician 2-Person Survey Crew Admin 1,652,462.00$ Sr. Project Manager Hrs Sr. R/W Agent Hrs Agent III Hrs Agent I Hrs Title Staff Total $ $39,520.00 1 55 $9,075.00 2 24 24 $7,452.00 3 360 $62,280.00 4 230 690 $114,310.00 5 210 1170 $162,690.00 6 58 345 $44,800.00 Conduct negotiations with landowners for the acquisition of the property to be acquired based on the approved fair market value and process agreements. Research land values for each project for use in determining tiered payment schedules. Order funds/close transactions Pull/process Assessor data and vesting deeds/instruments to verify ownership for each affected parcel. H. C. Peck & Associates, Inc. REVISED PRELIMINARY SCOPE OF SERVICES - TIME & COST ESTIMATES OLSSON/CITY OF WHEAT RIDGE SIDEWALK GAPS - PROJECTS 4-7-8-11-12 AND 15 + I-70 Frontage S Holland to Garland Attend project meetings and coordinate tasks with the project team, landowners and legal counsel. Prep/distribute project status spreadsheets. Prepare/send/distribute: Notices of intent, offer letters, final offer letters, contracting/conveyance documents, and any additional correspondence with property owners. Principal: Pre NOI due diligence; meetings; oversight- troubleshooting (160 hrs at $247/hr.) This Scope of Services - Time & Cost Estimate is predicated on the following assumptions as of February 25, 2026 - acquisition of temporary construction easements from 115 parcels. This scope and cost estimate is based on the supposition that individual Waiver Valuations will not be required and that incentives for signing within 30 days from offer date will be offered. If agreements cannot be reached to acquire property through negotiated settlements, the file(s) will be turned over for condemnation. The following activities will be performed in compliance with applicable law, policies, guidelines and procedures. APPENDIX E 7 65 65 $63,225.00 8 $15,000.00 889 82 2205 55 $518,352.00 QA/QC - File closeout/distribution. H.C. Peck & Associates, Inc. February 25, 2026 Page 2 Litigation support, if needed, will be billed at $300.00/hour and is not included in this cost estimate. The foregoing is not a line item not-to-exceed. H. C. Peck & Associates, Inc. will not be responsible for any delays by other consulting firms, nor any delays caused by Federal, State, or City officials. Notwithstanding any other provisions hereof, this Right-of-Way Cost Estimate is conditional upon and subject to the aforementioned assumptions. In the event other matters are required to be performed outside those described in this Scope of Work, negotiations exceed the industry standards for a "good faith effort to negotiate", or there are changes in the pertinent information provided at the inception of the project, H. C. Peck & Associates, Inc. reserves the right to amend this Right-of-Way Cost Estimate. Estimate of Reimbursable Expenses. Project tasks may (as appropriate or convenient) be performed by any member of our management or staff. TOTAL TIME & COST ESTIMATE *$247.00 *$173.00 *$151.00 *$141.00 *$130.00 *$120.00 *$108.00 *$165.00 By:Date:1/28/26 Proposed Cost Estimate and the above rates do not include the following expenses reimbursable at Project Manager H. C. Peck & Associates, Inc. Above reimbursable expenses are estimated to be:$15,000.00 The above cost estimate is based upon average negotiation times and average expenses for a typical project and is intended to be used to establish a working budget for this project. Actual hours performing the work based upon certified time sheets and actual expenses will be billed on a monthly basis as work progresses. Invoices are due 30 days from receipt. J E Parker, Jr. E.V.P. Title Staff H.C. Peck & Associates, Inc. February 25, 2026 Page 3 Reproduction Costs (third party) Recording, notary, license & permit fees Maps/Plats Mileage at the IRS Rate Certified Mail Delivery and express mail Parking and tolls Wire Transfers Right of Way Agent I Right of Way Agent II HOURLY RATES Right of Way Agent III Principal Sr. Project Manager Sr. Right of Way Agent T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 1 MARCH 1ST, 2026 Olsson ATTN: Nathan Stock, EI 1525 N. Raleigh Street, Suite 400 Denver, CO 80204 Email: nstock@olsson.com Phone: (303) 237-2072 RE: WR Sidewalk Gap - SUE Scope & Fee Dear Mr. Stock, Thank you for the opportunity to propose on this project. Our experience providing subsurface utility engineering for State DOTs, counties, municipalities, and various public works departments will enable us to successfully complete this utility investigation and meet the program and project goals. T2 UES Inc.’s active involvement in the development of the 2018 Colorado Revised Statute, Title 9, Article 1.5 underscores our commitment to the delivery of successful projects. The combination of our resources and experience will provide you with the confidence that T2 UES, Inc. is the right choice to complete the project on time and within budget. For more information, please visit www.T2ue.com. Our Scope of Services is further detailed in the project understanding section of the proposal. The proposal was prepared based on email correspondence from Olsson on February 26th, 2026. We have provided you with a Lump Sum, Not to Exceed Fee to complete the specific items described within the Scope of Services. We respectfully request any comments or questions you may have. Thank you again for this opportunity. We are committed to providing you with the quality and service that you expect from T2 UES, Inc. Sincerely, T2 UES, Inc. APPROVED AND ACCEPTED: Client: Olsson By: _____________________________________ Authorized Client Representative Name: ___________________________________ Title: ____________________________________ Date: _________________________________ Cort Darby Cort Darby Project Manager 150 Capital Drive, Suite 190 Golden, CO 80401 cort.darby@t2ue.com 815.791.2244 APPENDIX F T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 2 PROJECT UNDERSTANDING It is understood that Olsson is looking to complete a Subsurface Utility Engineering (SUE) QLD, QLC, QLB, and QLA investigation in support of proposed Hawk Signals for the Sidewalk Gap project in Wheat Ridge, CO. The limits of the SUE investigation are shown in Figures 1 and 2 below, depicted in orange polygons. It is understood that Olsson desires to comply with the requirements outlined in Colorado Revised Statutes, Title 9, Article 1.5 (CRS 9-1.5) and perform an ASCE/UESI/CI 38-22: Standard Guideline for Investigating and Documenting Existing Utilities compliant SUE investigation that is signed and sealed by a Professional Engineer. The T2 UES, Inc. team will utilize the ASCE/ UESI/CI 38-22 standard for collecting and depicting the existing utilities and building a high-quality representation of the existing utilities. This process will include an iterative field investigation and drawings that are signed and sealed by a Professional Engineer licensed in the state of Colorado in accordance with all of the requirements outlined in the State Law. Figure 1: SUE Investigation Limits Figure 2: SUE Investigation Limits Areas subject to changed pending direction from the City T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 3 PROJECT APPROACH T2 UES, Inc.’s general workflow to our approach is outlined below and includes weekly updates for the entire project team: 1. Perform records research. 2. Perform a geophysical investigation (field designating). 3. Perform a survey of utility appurtenances and markings placed by our designators. 4. Complete utility depictions as outlined in the ASCE/UESI/CI 38-22 standard. 5. QA/QC of our investigation’s findings based on existing records and our fieldwork. 6. Review the investigation’s findings with the design team and project stakeholders. 7. Coordinate and perform QLA test holes. 8. Provide documentation of the completed utility investigation findings – signed and sealed by a licensed engineer. ASCE/UESI/CI 38-22 provides a nationally recognized, standard guideline for the collection and depiction of existing subsurface utility data. The quality level provides a professional opinion of the quality and reliability of the utility information. The four quality levels are as follows: • Quality Level D (QLD): Utility Quality Level D (QLD) information is determined primarily from the review and documentation of existing second-party information, such as utility records, historical project records, permits, verbal accounts, the existence of service, visual indicators, and/or One-Call markings, put into context with any other information the SUE Professional has in their possession during a Utility Investigation. • Quality Level C (QLC): Utility Quality Level C (QLC) information is determined by correlating underground Utility Segments from existing second-party information to observable and measurable visible Utility Features. QLC does not refer to the Utility Feature or portion of the Utility Segment that is visible. It refers to the unobservable portion of the Utility Feature or Utility Segment that connects to visible, typically aboveground or within an accessible vault, surveyed Utility Features. • Quality Level B (QLB): A Utility Quality Level B (QLB) may be assigned to a Utility Segment after the application of appropriate surface geophysical methods to identify the existence and approximate horizontal position of utilities (a Utility’s “Designation”), followed by survey and documentation, review of available field and office data, and a final determination of the position for the Utility Segment or Utility Feature on the Deliverables. All aforementioned tasks are performed under the direct responsible charge of the SUE Professional. The largest source of potential error is usually the interpretation of the geophysical findings and results. • Quality Level A (QLA): Quality Level A (QLA) builds on QLB information by confirming the existence, exact locations, and other attributes of subsurface utility through the exposure of the utility using safe excavating practices. QLA data are determined by physically exposing an unobservable utility feature or utility segment (essentially making it observable) and documenting its spatial extent and characteristics with a high degree of accuracy. Conventional accuracies shall be 0.1ft (30mm) vertical and 0.2ft (60 mm) horizontal for the measurements of the outside limits of the utility features or utility segment that is exposed. T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 4 SCOPE OF WORK The scope of services identified below provides for a QLD, QLC, QLB, and QLA investigation. T2 UES, Inc. shall conduct, document, stamp, and seal a Subsurface Utility Engineering (SUE) investigation of the project area to document existing utilities within the project limits. As part of the SUE investigation for this project, T2 UES, Inc. will work on the following tasks: UTILITY RECORDS RESEARCH • Submit a Subsurface Utility Engineering ticket to Colorado 811 to aid in the identification of Utility Owners that may have facilities on, or be affected by, the project. • Request, collect and review applicable utility facility records available through Utility Owner(s), such as one-call notification, service maps, as-built drawings, standard drawings, service plats, construction plans from prior projects, local government or Agency permit exhibit drawings, and oral histories gained through interviews with Utility Owner officials and authorities. • Compile a list of all utility companies contacted for information. Note information received with contact information for each response and note non-response if applicable. FIELD UTILITY INVESTIGATION (UTILITY DESIGNATION) • Utilize appropriate surface geophysical techniques to determine the approximate horizontal position of utilities within the project area. Once designated (horizontally positioned), verified utilities are marked using appropriate pink paint and flagging which is the standard industry color for temporary survey markings. Utilities type or ownership that cannot be confirmed by the field investigation will be termed “unknown”. T2 UES, Inc. will utilize a suite of equipment including pipe and cable locators (PCL), Ground Penetrating Radar (GPR), magnetometers, and detectable sondes. • If accessible, structures connected to gravity-fed systems will be opened, and inverts will be measured. Invert information and, where accessible, pipe size/material for the sewers will be collected at manholes/catch-basins from the surface and shown on the drawings accordingly. The alignment of the sewer pipes will be shown on the drawing based on a combination of record information received, results of the invert investigation, surveyed manholes/catch-basins, and professional judgment. If chambers are full of water or confined space entry is required, extra costs will be incurred and will be discussed with the Client in advance. • T2 UES, Inc. will survey the utility designation marks and utility appurtenances referenced to the project survey controls. The results of this utility investigation and any survey work performed in conjunction with the investigation will be tied to the project datum as specified by the client and existing survey grade control points provided to T2 UES, Inc. for their use if available. In the absence of direction from the client or a control diagram, T2 UES, Inc. will choose a Local Coordinate System based on either local or NAVD88 vertical datum. QA/QC AND PROFESSIONAL SERVICES • Review the field investigation documents and records collected as a part of records research. Use professional judgment to assign quality levels and horizontal positions to subsurface utilities. • Consolidate and draft the collected field information in an AutoCAD Civil 3D deliverable. • A SUE Report is not included. The SUE report can be completed in accordance with the ASCE/UESI/CI 38-22 standard. The SUE report complements the utility drawings, assists the end user in better understanding the utility landscape and risks, and provides any meta-data collected by T2 UES, Inc. during the course of the SUE investigation. The SUE report is signed and sealed by a Professional Engineer. T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 5 QLB/C/D UTILITY INVESTIGATION ASSUMPTIONS, EXCLUSIONS, AND STIPULATIONS • T2 UES, Inc. will do everything within our control to access all areas of this project; however, some areas may be inaccessible due to unsuitable terrain, limited access, weather conditions, truck limitations, human limitations, safety concerns, etc., and may not be accessible. If any of these instances occur, they will be discussed with the Client and noted accordingly. • Right-of-entry to private property or access to secured areas is to be coordinated and granted to T2 UES, Inc. by the Client and/or Owner. • T2 UES, Inc. cannot guarantee we will find all unknown, abandoned, retired, or inactive utilities. • Due to material makeup, design, and as-built installation of irrigation systems, T2 UES, Inc. cannot guarantee we will discover and depict all existing irrigation systems. However, undocumented irrigation systems may be present in the project area that were not discoverable by the scoped effort and are therefore not depicted. T2 UES, Inc. will not be responsible for damage to documented or undocumented irrigation systems during construction. • Individual utility services to homes and buildings will include water, electricity, and natural gas. Telephone, CATV, and Fiber Optic services are excluded. • Underground storage tanks (USTs), septic fields, traffic loop systems, thrust blocks, cathodic protection systems, drain tiles, irrigation channels, irrigation gates, irrigation valves, irrigation piping, irrigation headwalls, irrigation boxes, and landscape irrigation (both public & private) are excluded. • Invert information and, where accessible, pipe size/material for the sewers will be collected at manholes/catch-basins from the surface and shown on the drawings accordingly. The alignment of the sewer pipes will be shown on the drawing based on a combination of record information received, results of the invert investigation, surveyed manholes/catch-basins, and professional judgment. If chambers are full of water or confined space entry is required, extra costs will be incurred and will be discussed with the Client in advance. Confined space entry is excluded. • Utility vault dimensions and/or diagrams are excluded but can be performed at an additional out-of-scope cost to the Client. • Butterfly diagrams or 3D modeling (with pipe networks) are excluded. Diagrams of the conduits within vaults are excluded but can be performed at an additional out-of-scope cost to the Client. • Overhead utility lines will be shown as a singular line running pole to pole with the number of lines called out based on ownership. We will attempt to identify both ownership & connections on the poles and incorporate this information into the plans. • Pole diagrams, images, and/or spreadsheets (or some combination thereof) as best suits this project and existing site conditions are excluded but can be performed at an additional out-of-scope cost to the Client. • The removal of Colorado 811 paint marks or designation marks is excluded. • Utility coordination and/or utility coordination deliverables are excluded from this scope but can be performed at an additional out- of-scope cost to the Client. • T2 UES, Inc. will provide up to (1) day of traffic protection in accordance with local municipality specifications and permit requirements. This item will be subcontracted to a local traffic control company. The fee provided for this service is estimated based on quoted daily rates from the provider. • The degree of success of a ground-penetrating radar (GPR) investigation is based entirely on the composition of the soils and the depth and scale of subsurface targets. Electrically less-conductive soils, such as quartz sands, typically allow for the detection of some utilities and/or their trenches at depths greater than 10 feet. Electrically conductive soils, such as clay, moist silt, or saline soils, typically preclude the investigation of targets deeper than three to six feet. Due to the unknown receptiveness of specific site soils to the passage of radar energy, conclusive results cannot be guaranteed from GPR. • Utility Report signed and sealed by a Professional Engineer is not included. T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 6 QLA INVESTIGATION T2 UES, Inc. will perform up to (2) Quality Level A clearing test holes to determine the location, size, depth, and material of existing utilities. T2 UES, Inc. shall use minimally intrusive excavation techniques, which ensure the safety of the excavation and the integrity of the utility line to be documented. Other lines which may be encountered during the excavation will be noted. The excavation shall be conducted by means of air or hydro–assisted vacuum excavation equipment manufactured specifically for this purpose. To help minimize the number of test holes required, T2 UES, Inc. will lay out the holes and re- designate the associated utility prior to excavation. Test Hole Data Reports will be signed and sealed by a professional engineer and shall include project-specific coordinates, depth of the utility from the existing ground, material, and size of the utility found. QLA UTILITY INVESTIGATION ASSUMPTIONS, EXCLUSIONS, AND STIPULATIONS • The Client will have test hole locations determined and provide test hole coordinates prior to the commencement of T2 UES, Inc.’s services. • If the parameters of the QLA investigation change after T2 UES, Inc. has initiated QLA services, T2 UES, Inc. will discuss the implications for workflow, traffic control, and other activities with the Client and determine if a change order or additional funds are needed to account for the changes. • T2 UES, Inc. will do everything within our control to access the test hole location(s); however, some areas may be inaccessible due to unsuitable terrain, limited access, weather conditions, truck limitations, safety concerns, etc., and may not be excavated. If any of these instances occur, they will be discussed with the Client and noted accordingly. • T2 UES, Inc. will perform (1) concrete sidewalk cut. If additional cuts are required, the cuts will be completed under the reimbursable section for $500 per cut. • T2 UES, Inc. will repair utility test holes to near existing conditions prior to the test holes being performed. • The price for clearing test hole excavations is to a length of 36”. For every additional 12” of length over 36”, an additional $250/foot will be billed as a reimbursable expense. • The price for clearing test hole excavations is to a depth of 15’. For every additional foot of depth over 15’, an additional $125/foot will be billed as a reimbursable expense. • T2 UES, Inc. cannot guarantee we will find utilities within a 15’ deep and 36” long test hole. If a utility cannot be found in a 15’ deep and 36” wide test hole, the Client will be notified before further test hole excavation activities are performed. • If utilities cannot be designated, T2 UES, Inc. will excavate to a maximum depth of 15’ and no more than 36” wide. • T2 UES, Inc. will produce traffic control plans and obtain a permit to perform traffic control/test hole excavations. • T2 UES, Inc. will provide up to (2) days of traffic protection in accordance with local municipality specifications and permit requirements. This item will be subcontracted to a local traffic control company. The fee provided for this service is estimated based on quoted daily rates from the provider. • Traffic Control Flagging for test hole excavations is excluded but can be performed at an additional out-of-scope cost to the Client. • Removal of One-Call marks and designation paint, concrete panel replacement or restoration, landscape restoration, and shoring are not included. T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 7 SUE INVESTIGATION DELIVERABLES Deliverables produced from this Subsurface Utility Engineering (SUE) investigation will be: • A drawing showing the location of the utilities within the investigation area at the achieved ASCE 38-22 Quality Level. Utility line work will be depicted according to the standard APWA utility colors. This drawing will be a digital 11” x 17” PDF plan set that is signed and sealed by a licensed PE. See Figure 3 for an example SUE drawing deliverable. • Invert elevations that reference the Client’s specified project datum (if provided). • An electronic file containing utility line work in an AutoCAD Civil 3D deliverable. • A utility contact list to include the utility provider, contact name, email address, and phone numbers shown in the utility general notes and specifications. • Test hole Summary Reports presented in electronic format signed and sealed by a licensed PE. Test Hole Data Reports shall include project-specific coordinates, depth of the utility from the existing ground, material, and size of the utility found. The data collected in the QLA investigation will then be incorporated into the existing utility drawing. An example of the test hole data sheet that will be provided can be seen in Figure 4. • A Utility Report signed and sealed by a Professional Engineer is not included. Figure 3: SUE Investigation Deliverable Example T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 8 Figure 4: QLA Investigation Deliverable Example T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 9 SURVEY T2 UES, Inc. will survey the following information for specific visible utilities where access is possible and safe: • Designation marks (paint and flag) placed by T2 UES, Inc. for the alignment of existing subsurface utilities. • Location of visible surface evidence (appurtenances) of the various utility systems, including storm, sanitary, water, irrigation, electric, communication, gas, etc. o Sanitary and Storm Sewers: Manhole rims (2 shots, 1 on each side), inlets (2 shots, 1 on each side if round/4 shots, 1 on each corner if square), and catch basins (2 shots, 1 on each side if round/4 shots, 1 on each corner if square) o Sanitary and Storm Sewers: Inverts and flow directions of pipes within manholes o Water: Location of manholes, handholes, valves, hydrants, meters, and air vents o Irrigation: Location of visible sprinkler heads and control boxes o Electrical: Location of handholes, pedestals, transformers, and meters o Communications: Location of handholes, pedestals, risers, and boxes o Gas: Location of manholes, valves, meter, and warning markers o Poles: Location of poles, guy wires, and risers o Lights: Locations of poles, handholes, control boxes, and meters o Any other visible utility surface features CLIENT RESPONSIBILITIES The Client and/or their representative will provide the following services: • Client to provide topo and survey control and other relevant files in support of the SUE work to be completed by T2 UES, Inc. • If changes occur to the project limits after T2 UES, Inc. has reviewed the plans, any recognized changes to workflow, traffic control, access, schedule, or other miscellaneous activities will be discussed with the Client to see if a change order or additional funds are needed to account for the changes. • In situations beyond the control of the SUE Consultant, the Client will provide assistance in obtaining required data/information from other local, regional, State, and federal agencies. • The Client will provide a timely review, comment, or direction as required to aid T2 UES, Inc. in completing an assigned task or maintaining the established project schedule. • The Client will provide general notes, special specifications, special provisions graphic file data, standards, font libraries, AutoCAD cell/block libraries, any and all CAD and/or PDF files of the design provided by others and those files will be accurate and suitable for use by T2 UES, Inc. T2 UES, Inc. assumes that these files are approved and that they are the most current and up-to-date files available, including any and all approved addendums. SCHEDULE The project will commence upon receipt of written notice to proceed (NTP) from the Client. Upon receiving a fully executed contract and written NTP, T2 UES, Inc. will work with the Client to develop a schedule that works for the Client based on T2 UES, Inc.’s current workload and the Client-specified project deadlines and Stakeholders expectations. T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 10 GENERAL ASSUMPTIONS • This Scope of Services has been detailed to ensure we are providing the services desired and agreed to by the Client and T2 UES, Inc. Services not specifically listed are assumed to be excluded from T2 UES, Inc.’s scope. • Topographic, ROW and/or boundary work will not be completed by T2 UES, Inc. as part of this scope and fee. Any Topographic, ROW, or boundary line work that T2 UES, Inc. is asked to incorporate into our plans will need to be provided to T2 UES, Inc. for its use. If this information is unable to be provided, it will not be included or shown on the SUE utility plans. • Title work and preparation of easement documents, legal descriptions, and exhibits will not be completed by T2 UES, Inc. as part of this scope and fee. Outreach to property owners, appraisal, easement negotiation, and recordation of final easement documents with the appropriate jurisdiction will not be completed by T2 UES, Inc. as part of this scope and fee. • If the parameters of the SUE investigation change after T2 UES, Inc. has initiated services, T2 UES, Inc. will discuss the implications for workflow, access, traffic control, schedule, and other activities with the Client and determine if a change order, additional funds, or revisions to the schedule are needed to account for the changes. • Possible delays to the schedule including weather delays will be discussed with the Client as soon as they are identified. SUPPLEMENTAL TASKS (NOT INCLUDED WITHIN THIS SCOPE OF WORK) To achieve the Client’s project goals, the following tasks can be included as supplemental tasks for an additional fee: PERFORM ADVANCED GEOPHYSICS INVESTIGATION T2 UES, Inc. uses Stream EM and Stream C which are Multi-Channel Ground Penetrating Radar (MCGPR) solutions dedicated to utility locating and mapping. These units employ 40 separate channels with double polarized antennas, enabling the system to gather data simultaneously for both longitudinal and transversal purposes. The high number of antennas increases the quality of the data and allows us to detect utilities even in sub-optimal soil conditions. The Stream EM and Stream C are both equipped with a GPS unit that enables the data set to be georeferenced to the project survey datum easily. The system is generally towed behind a vehicle at speeds up to 12 MPH which permits the gathering of GPR data with minimal traffic control thereby reducing the impact on local traffic. CCTV T2 UES, Inc. can perform video inspection within drainage facilities, as directed by the Client. Specifically, the consultant ensures the interior of the inspected pipe is visible by means of appropriate illumination and camera equipment; and records all video and images captured during the inspection. UTILITY COORDINATION T2 UES, Inc.’s utility coordination team can coordinate with the Client, Owner, and all other affected municipalities throughout the design process. Utility coordination tasks could include working with the design team as well as coordination with all utilities within the project limits. Additional services include project management, and utility coordination documents including specifications and clearance letters. ESTIMATED FEES Please see the attached sheets for the full cost breakdown. T2 UES, Inc. will not exceed the estimated fee without prior authorization from the Client. An invoice will be prepared monthly with one final invoice upon completion for the actual work performed, up to the estimated budget amount. T2 Utility Engineers Scope and Fee Wheat Ridge Sidewalk Gap Project Learn more at T2ue.com | Page 11 PROJECT ESTIMATE Designating (1-man crew)0 hours @ $220 per hour $0.00 Designating (2-man crew)18 hours @ $315 per hour $5,670.00 $5,670.00 Survey Subconsultant $3,400.00 $3,400.00 Professional Engineer 7 hours @ $215 per hour $1,505.00 Project Manager 22 hours @ $175 per hour $3,850.00 SUE Manager 8 hours @ $175 per hour $1,400.00 Assistant Project Manager / EIT 4 hours @ $125 per hour $500.00 CADD Technician 40 hours @ $125 per hour $5,000.00 Administration 8 hours @ $110 per hour $880.00 $13,135.00 APermits: (Local permits)$250.00 ATraffic Control + MOT Plan (assumes 1 days)$1,300.00 $1,550.00 $23,755.00 B,CQuality Level A Clearing Trench 2 holes @ $3,945 per hole $7,890.00 Quality Level A Test Hole (Non-targeted utility reports)0 holes @ $250 per hole $0.00 Sidewalk Cutting and Restoration 1 cut @ $500 per ea $500.00 ARestoration and Backfill (Flowable Fill)$0.00 $8,390.00 APermits: (Local permits)$250.00 ATraffic Control + MOT Plan (assumes 2 days)$2,600.00 $2,850.00 $11,240.00 $34,995.00 SUE Quality Level B, C, & D Total Subtotal: Reimbursable @ Cost + 10% Permits & Maintenance of Traffic Subtotal: Note: In the event the estimated hours for mapping of utilities for this project is over the estimated amount, a change order will be completed prior to the completion of the project to account of the project overage. If less utilities are found, only the utilities hours used will be invoiced. Reimbursable @ Cost + 10% Reimbursable @ Cost + 10% SUE Quality Level A Total GRAND TOTAL A Proposal estimate only, the cost may vary plus or minus due to unknown field conditions & municipalities requirements. Proposal assumes a minimum working time of 8 hours/day. Proposal estimate is valid for a full 60 days from date listed above. C If the vacuum excavation truck utilized by T2 UES, Inc. is used for Test Holes (potholes), it employs an air-lance system and is not hydro-based. As a cost saving measure on this project, native backfill compacted in 6" lifts and cold patch are recommended to restore test holes if permissible. If a different backfill material is required, the cost for the new material and dumping of the native material will be completed as an additional expense. Subtotal: B QLA Test Holes include One Call Management, Project Management, 2-Man Crew and Equipment, Survey, and QLA Test Hole Reports Stamped by PE SUE QUALITY LEVEL B, C, & D Test Hole Excavation Reimbursable @ Cost + 10% Geophysical Investigation "Designation" Survey Professional Services Permits, Maintenance of Traffic, & Miscellaneous Expenses Reimbursable @ Cost + 10% Subtotal: Subtotal: Subtotal: SUE QUALITY LEVEL A Reimbursable @ Cost + 10%