Loading...
HomeMy WebLinkAbout20260036 Cunhvac-1- 1t a 1024z PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND AYRES ASSOCIATES THIS AGREEMENT is made and entered into this ?' day of J(/ ait/VJ, 2026, by and between the Board of Weld County Commissioners, on behalf of the Public Works Department, hereinafter referred to as "County," and Ayres Associates, 3665 JFK Parkway, Building 2, Suite 100, Fort Collins, CO 80525-3125, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the referenced attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2500126. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. C.un + CC, Onbc6-e (P(Z) 202(9-003Co /-Mao 1I2s12(Q ecloc8 1 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and 2 said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $700,000.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 3 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell. assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, 4 Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work. the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when 5 such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance-Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1.000,000 Each Occurrence Limit $ 1.000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability(Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous 6 coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD)form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are more than those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. 7 Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non- renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits 8 contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify and hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and defense costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. 9 A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: 10 TO O CONTRACTOR: Name: Dale Mathison, P.E. Position SUE and Survey Manager Address 3665 JFK Parkway. Bldg. 2, 100 Address. Fort Collins, CO 80525-3125 E-mail: mathisond[a�ayresassociates.corn Phone: 970-797-3540 TO COUNTY: Name: Michael Bedell, P.E. Position Senior Engineer Address- P.O. Box 758 Address Greeley, CO 80632-0758 E-mail: mbedell(weld qov Phone: 970-301-0780 25. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 26. Non-Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contractors or persons to perform services of the same or similar nature. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 29. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement 11 (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 32. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement(see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. 12 Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment during any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Ayres Associates DptaRy signed by ANusao, Alvarado,Anthony Libby .2 07 en. January 14, 2026 Name: Anthony Alvarado Date of Signature Title: Vice President WELD COUTY: ATTEST: V R JJ BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WEL COUNTY, COLORADO BY: Dep ty Clerk to the BoardaCfilY1 Scott K. James, Chair JAN 2 8 2026 } 1861 t 4031111 N u / 2oZ19-0 0 EXHIBIT �,, Weld County Finance Department 186`'= A Purchasing Division �i q rA ► 1301 North 17th Avenue '! Greeley, Colorado 80631 �u %•` Public Works - Quality Based Selection (RFP) (QBS) Solicitation Number: B2500126 Title: Subsurface Utility Engineering Services Issue Date: November 5, 2025 Pre-Proposal Meeting: November 19, 2025, at 1:00 PM (Mandatory) Pre-Proposal Location: 1111 H Street, Greeley, CO 80632 Questions Due: November 26, 2025, by 1:00 PM Questions email: mbedell@weld.gov with copy to bids( weld.00v Answers Posted By: December 1, 2025 Proposal Due Date: December 5, 2025, by 1:00 PM, Purchasing's Clock Proposal Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 Documents Included in this Solicitation Package RFP Schedules Schedule A: Proposal Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: RFP Response - Criteria Schedule E: Proposal Form Schedule F: Insurance Schedule G: Sample Weld County Contract Revision 5-2025 Table of Contents Public Works - Quality Based Selection (RFP) (QBS) 1 Documents Included in this Solicitation Package 1 RFP Schedules 1 Table of Contents 2 Schedule A- Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Contract Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 17 Schedule D— RFP Response Criteria 18 RFP Response Submittal and Format 18 RFP Response Scoring Criteria 18 Schedule E — Proposal Response Form 21 Proposal Submittal Instructions 21 System for Award Management (SAM) Database 21 Attestation: 21 Schedule F — Insurance 23 Insurance 23 Insurance Mailing Information 25 Schedule G - Weld County Contract 26 Contractual Obligations 26 Weld County Standard Contract 26 Solicitation#B2500126 Page 2 Schedule A - Proposal Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Subsurface Utilities Engineering Services A Mandatory Pre-Proposal conference will be held on November 19, 2025 at 1:00 PM at the Weld County Public Works Building located at 1111 H Street, Greeley, CO 80632. Proposers must participate and record their presence at the pre-proposal conference to be eligible to submit Proposals. Proposals will be received until: December 5, 2025 at 1:00 PM (Weld County Purchasing Time Clock). The submitted Proposals will be read over a Microsoft Teams Conference Call on December 5, 2025 at 1:30 PM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the Proposal opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„659300895# Meeting ID: 267 599 598 045 4 United States, Denver Passcode: b7Vk3Hs2 Phone conference ID: 659 300 895# Proposal Advertisement Information concerning this request can be found on the BidNet Direct website at https://www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1. PREFERRED: email proposals to bidsaweld.gov. If the proposal exceeds 25MB please upload the Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. Solicitation#B2500126 Page 3 2. PDF format is required. Emailed proposals must include the following statement on the email: "I hereby waive my right to a sealed proposal". An email confirmation will be sent when the proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Proposals shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by them with their usual signature. Proposals by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Proposals by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A Proposal by a person who affixes to his signature the word "president,""secretary,""agent,"or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld Solicitation#B2500126 Page 4 County reserves the right to reject all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing to assist other agencies to reduce their cost of solicitations and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation#B2500126 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking Proposals for a Contract Professional to provide Subsurface Utilities Engineering Services. Method of Procurement Qualifications-Based Selection (QBS): A Qualifications-Based Selection (QBS) is a procurement method used for the competitive selection of architectural, engineering, or similar professional services under which the most appropriate professional or firm is selected based on qualifications such as knowledge, skill, experience, and other project- specific factors, rather than on solely fees. QBS is typically achieved through an RFP process. Contract Pricing Method Negotiated Price: Negotiated contract prices are fees provided and agreed upon between the County and the Proposer after selection. Specific Requirements and Responsibilities The services to be provided under the professional services agreement shall consist of a utilities impact investigation with a SUE plan set describing all existing aboveground and subsurface utilities, utilities located on public and private property (i.e., septic systems/leach fields, gas service lines, water service lines, electrical service lines, water wells, irrigation systems, etc.), oil and gas facilities, drain tiles, agricultural related irrigation facilities, fiber optics, and cable tv (hereafter known as Utilities) identified and located in accordance with Senate Bill 18-167 (S18-167). The investigations shall meet all requirements for Quality Levels B through D (QL B-D) as defined by Weld County. Additionally, the Consultant have the capability provide Quality Level A (QL A) test hole information at potential conflict locations as determined by the Consultant and Weld County. Services will consist of providing test hole information to identify the depth, material, and size of the subsurface infrastructure at all potential conflict areas within the project limits. All test holes shall meet the requirements for QL A as defined by Weld County. Test hole services shall include traffic control including ROW permitting and MHTs for flagging and one lane closures. The various quality level requirements are provided below. During contract negotiations, the test hole costs shall be based on unit costs for each test hole. The test hole costs shall include all costs associated with the test holes including but not limited to mileage, mobilization, equipment rentals, traffic control, per diem, etc. Two separate unit costs for the test holes will be required, Test Holes in Pavement and Test Holes outside of Pavement. Test hole costs based on hourly rates will not be accepted. Test hole costs will not be adjusted for individual lAs and will only be adjusted during the annual renewal process should the County decide to renew the Contract. During contract negotiations, unit prices for videotaping culverts and irrigation pipes shall Solicitation#B2500126 Page 6 be provided. The unit costs shall include all costs associated with the videotaping including but not limited to mobilization, mileage, equipment rentals, traffic control, per diem, etc. During contract negotiations, unit prices for cleaning culverts and irrigation pipes shall be provided. The unit costs shall include all costs associated with the pipe cleaning including but not limited to mobilization, mileage, equipment rentals, traffic control, per diem, etc. During contract negotiations, QL B-D costs shall include mobilization, mileage, equipment rentals, per diem, traffic control, etc. Unless otherwise approved during contract negotiations, mileage shall be included in the cost of in-person meetings. 1. General Requirements a) The Consultant shall make reasonable provisions for Weld County representatives to observe the Consultant's work in progress. b) If available, Weld County will provide CAD files (in current CAD version used by the County) of the project area to the Consultant upon signing of the IA. 1) A project kickoff meeting shall be had between Weld County, the Consultant, and the Consultant's subcontractors after the IA has been signed by all applicable parties. 2) Monthly progress meetings shall be held for each open IA. 3) The Consultant shall be responsible for providing a meeting agenda and meeting minutes. 4) Mileage will not be paid for separately. Mileage charges shall be included in the hourly rates. c) The Consultant shall be responsible for providing 811 Notifications for each SUE project. Furthermore, the Consultant shall be responsible for identifying and surveying all existing included private and non-811 aboveground and subsurface Utilities. The location of said facilities shall be shown on the plans. The Consultant shall review all data with the respective facility owners for accuracy. d) The Consultant shall provide coordination including but not limited to landowner interviews, research (ROW, water well numbers, irrigation ditches including water rights, etc.), site meetings, dig watches, and standbys, with all affected facility owners. e) The Consultant shall provide a SUE report including structure data sheets for each structure located in the field and test hole data sheets shall be submitted for review and acceptance. Summary tables of the structure data and the test hole data sheets shall be included in the SUE drawings. f) The Consultant shall provide a Utility Conflict Matrix that shall be submitted to Weld County for review and acceptance. The Utility Conflict Matrix can be either the Weld County Conflict Matrix or the CDOT Conflict Matrix template. Solicitation#B2500126 Page 7 g) The Consultant shall provide detailed written monthly progress reports with each invoice for the project duration. The monthly progress reports shall consist of: 1) Cover letter outlining all work billed for during the invoice period. 2) List of problems encountered during the pay period or anticipated in the next pay period. 3) Backup data showing the personnel working on a task, what task they were performing, their hourly rate, and the number of hours billed to the task; and 4) Time sheet certification signed by the Consultant's project manager. 5) Sub-Consultant invoices shall include the same information as backup documentation. h) The Consultant and sub-consultants shall apply for and receive a Right of Way (ROW) permit for all work to be performed within the County's ROW. There will be no charge for the permit however, the Consultant or sub-consultant shall provide the required MHTs, certificate of insurance, and ROW permit application for review and issuance. i) Traffic control shall be included in the cost of the work performed in the County's ROW. All traffic control is subject to acceptance by Weld County prior to commencement of the work. j) If Weld County does not already have valid Permission to Enter forms, the Consultant shall be responsible for obtaining a Permission to Enter forms for locations outside of the County's ROW. k) The Consultant shall coordinate with Weld County and provide evidence that all applicable geophysical techniques have been utilized and have failed to locate the underground facility. Weld County shall in its sole discretion determine if a facility can be classified as a lower quality level. 2. Subsurface Utility Engineering Plan Sheets a) AutoCAD Civil 3D (version currently used by Weld County)files showing linework for all subsurface facilities and test holes within the project area shall be provided by the Consultant. The plan set shall follow the standards set forth by Weld County. 1) The Consultant shall use the AutoCAD template, line styles, pipe catalog, survey point settings, and printer settings as designated by Weld County for the plan sets. 2) The Consultant shall utilize a pipe network for each utility and irrigation lines shown in the drawings. If no elevation data has been provided, the pipe network shall be draped across the existing ground surface. b) 11 x17 plan sets (scale: 1 inch = 50 feet) showing the Utilities both horizontally and vertically and in relation to the proposed improvements shall be provided. 1) Manholes with rim and invert elevations (ins and outs), water/irrigation appurtenances including air vacs, PRV vaults, vents, meter pits, curb stops, hydrants, etc., sewer appurtenances including lift stations, drop manholes, vents, force mains, etc., dry utility appurtenances including vaults, pull boxes, Solicitation#B2500126 Page 8 manholes, hand holds, drop down transformers, poles, pedestals, other providers attached to all overhead utilities, pig stations, etc. shall be shown. 2) If the appurtenances described above are filled with dirt, the Consultant shall clean the dirt out of the appurtenance to obtain the required data. This activity shall be incidental to the cost of the field investigations. 3) Unknown Utilities encountered during the investigation including all appurtenances shall be included in the plan set. 4) The owner of each facility shall be identified on the plan set. If an owner cannot be identified, the Consultant shall coordinate with Weld County to determine how to proceed. 5) A current contact(s) for each facility shall be provided in the plan set. c) Each page of the plan set shall include a sheet border, title block, north arrow, Call 811 image, scale bar, legend, match lines, centerline stationing, road name labels, structure labels (bridges, culverts, walls, etc.), existing and proposed rights-of-ways, easements, test hole locations, and applicable notes. Additionally, the title of the plan set shall be labeled as Subsurface Utility Engineering Plans and shall include the sheet number of the plan set and subset. d) After the SUE QL B-D has been completed and accepted by Weld County, a separate IA will be done to determine the number of test holes to be completed. e) The Consultant shall provide the location and description of the control points, location and description of the benchmark(s), and the scale factors used in their drawings. The data shall be in the modified State Plane Coordinate System used by the County and shall be on the NAVD-88 vertical datum. If Weld County has project control already setup for the project, the Consultant shall utilize the County's project control. f) A plan sheet(s) shall be included for test hole logs including a spreadsheet table containing the data outlined below for each test hole. g) The Consultant shall locate on the Utility Plan sheets, all existing utilities, oil and gas facilities, drain tiles, and agricultural irrigation facilities. All underground facilities must be located to a minimum QL A at potential conflict locations. h) Prior to submitting the plan sheets, the Consultant shall conduct internal QA/QC to verify drafting errors are corrected. The QA/QC process shall include verification that all layers, backgrounds, borders, etc. are in accordance with Weld County's requirements. Weld County will review and comment on the plan sheets. The Consultant shall address each comment and update the plan sheets prior to submitting the final deliverable. i) Upon completion of the Subsurface Utility Engineering plan sheets, the consultant shall provide the County an unstamped PDF of the 11x17 plan sheets, a stamped, dated, and signed PDF of the 11x17 plan sheets, and the AutoCAD files showing the information described above. The CAD drawing shall include all files associated with the linework and sheet layouts. Solicitation #B2500126 Page 9 j) Each plan sheet shall be stamped, signed, and dated by a registered Professional Engineer licensed in the State of Colorado. The Professional Engineer shall be responsible for negligent errors and/or omissions in the utility data for the certified quality level. 3. Quality Level A Requirements a) QL A is the use of nondestructive techniques to provide precise plan and profile mapping of underground Utilities through nondestructive exposure. Data collected shall at a minimum include type, size, condition, material, and other characteristics of the underground feature. 1) Weld County recognizes that a QL A SUE cannot be achieved for the entire length of every underground facility within the project area. 2) At a minimum, the intent is to achieve information at all conflict locations. The underground facility between test holes will likely be designated at a lower quality level. 3) The lower quality level shall be determined using the processes outlined for QL B-D including best professional judgement as outlined below. b) Tasks associated with QL A include the completion of all tasks associated with QL B-D designations. c) Selection of Test Locations 1) Obtain data where the precise horizontal and vertical location of Utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment/resolution purposes. 2) The Consultant shall recommend test locations based on the requirements of the project and on existing subsurface utility information. 3) The Consultant shall provide the proposed test hole locations on a plan set for review and acceptance by the County. 4) Test hole locations shall be prioritized by oil and gas roadway crossings, oil and gas running parallel to the project, underground electrical, telecommunications, water/sewer, irrigation/stormwater, and then all other Utilities. Weld County reserves the right to change the prioritization based on individual project needs. d) Selection of Method 1) When available, verifiable information on previously exposed and surveyed Utilities (i.e., survey records and photos taken during utility line construction) shall be furnished in lieu of new excavation. 2) If utility lines must be exposed and surveyed at specified locations, the Consultant shall use minimally intrusive excavation techniques that ensure the safety of the excavation, the integrity of the utility lines to be measured. 3) Excavation shall be by means of air-assisted vacuum excavation equipment unless otherwise approved by the County and affected utility owner. e) Compliance with Utility Notification Center Requirements 1) The Consultant shall comply with all applicable provisions of Colorado and Weld County regulations when planning or performing excavations at test hole locations. Solicitation#B2500126 Page 10 2) Compliance actions include but are not limited to: call 811 for the marking of Utilities; notify owners or operators of utility facilities at least ten (10) business days prior (not including the day of actual notice) to beginning excavations; contact private utility and irrigation owners directly; coordinate with utility owner representatives as required; immediately cease excavation work and report any resultant utility line damage to owner. f) Excavation of Test Holes 1) Clear the test hole area of surface debris. 2) In paved areas, neatly cut and remove existing pavement, which cut shall not exceed 225 square inches unless otherwise approved. 3) Excavate the test hole by the method(s) and standards set forth herein. The depth of the test hole generally will not exceed 10 feet unless required by Weld County. If necessary, test holes shall extend laterally 18 inches each side of the location identified by markings in the field. The test hole location shall be revised as necessary to positively expose the utility. 4) Expose the utility only to the extent required for identification and data collection purposes. Hand-dig as needed to supplement mechanical excavation and to ensure safety. Avoid damage to lines, wrappings, coatings, cathodic protection or other protective coverings and features. 5) Store excavated material for re-use or disposal, as appropriate. 6) For facilities crossing under the roadway test holes shall be taken at the edge of the proposed ROW and at the flowline of the proposed ditch on each side of the road unless waived in writing by Weld County. 7) For facilities running parallel and/or adjacent to the proposed project area, test holes shall be done at the spacing outlined in Table 1. Table 1: Suggested Spacing Between Test Holes for Utilities Running Parallel or Adjacent to the Proposed Project Type of Utility Maximum Test Hole Spacing Distance (ft) Oil & Gas (Gathering or 500 Transmission) Commercial Natural Gas 500 Underground Electric 200 Water 500 Fiber Optic _ 1,000 Telephone 1,000 _ Stormwater 200 Irrigation 200 Other To be determined in coordination with Weld County. Note: Weld County reserves the right to revise the test hole spacing distance depending upon project need and budget. 8) If a facility is in the proposed project area but does not cross the roadway, it shall be considered as parallel and/or adjacent to the project area. 9) If a facility turns within the project area, each turn shall be located. Solicitation#132500126 Page 11 g) Collection, Recording, and Presentation of Data — Measure and/or record the following information on an appropriately formatted test hole data sheet that has been sealed and dated by the Consultant's P.E.: 1) Elevation of top and/or bottom of the utility tied to the project datum, to a vertical accuracy of+/- 0.05 feet. 2) Elevation of existing grade over the utility at the test hole. 3) Horizontal location (include station numbers (if available), northings and eastings) referenced to project coordinate datum, to a horizontal accuracy consistent with applicable survey standards. 4) Field sketch showing horizontal location referenced to a minimum of three (3) swing ties showing bearing and distance to physical structures existing in the field and shown on the project plans. 5) Approximate centerline bearing of utility line. 6) Outside diameter of pipe, width of duct banks, and configuration of non- encased multi-conduit systems. 7) Utility structure material composition. 8) Identity of benchmarks used to determine elevations. 9) Utility facility condition. 10)Pavement thickness and type when applicable. 11)Soil type and site conditions. 12)Identity of utility owner/operator. 13)Other pertinent information as is reasonably ascertainable from test hole. 14)Test holes that do not find the targeted facility shall be brought to the County's attention immediately to determine the next course of action. The failure to locate the targeted facility shall be documented on a test hole data sheet to describe the efforts made to find the facility. h) Site Restoration 1) Replace bedding material around exposed utility lines in accordance with owner's specifications or as otherwise directed or approved. 2) Backfill and compact the excavation with appropriate moisture/density control in a manner acceptable to Weld County. 3) Install color-coded warning ribbon within the backfill area and directly above the utility line. 4) For excavations in a paved surface, provide permanent pavement restoration within the limits of the cut using materials, compaction, and pavement thickness acceptable to Weld County (usually flow fill but in special circumstances cold patch or non-shrink ground may be allowed — Verify with Weld County prior to the start of excavating test holes). 5) Repair or replace backfill or pavement that fails (i.e., subsidence and/or loss of pavement material) within one (1) year of the original restoration work. 6) For excavations in unpaved areas, restore disturbed area to pre-existing conditions using pea gravel and native materials to backfill the test hole. The test hole shall be backfilled and compacted in lifts no thicker than 12 inches to prevent settling and collapses in/around the test hole. 7) Furnish and install permanent surface marker (e.g., P.K. nail, peg, steel pin, or hub) directly above the centerline of the structure and record the location and Solicitation#B2500126 Page 12 elevation of the marker. The surface marker shall be installed in such a manner as to not damage the utility. i) Interpretation of Data and Resolution of Discrepancies 1) Coordinate with Weld County to discuss and resolve discrepancies. Weld County in their sole discretion shall have the final determination regarding discrepancies. 2) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 3) Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of QL D, QL C, QL B, and QL A, information. 4) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies; As appropriate, amend the indicated quality level of depicted information. 4. Quality Level B Requirements a) QL B is the use of surface geophysical techniques to determine the existence and horizontal position of underground facilities. b) Tasks associated with QL B include the completion of all tasks associated with QL C-D designations. c) Line Detection and Marking 1) Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system. 2) Mark the indications of utilities on the ground surface, for subsequent survey utilizing paint or other method acceptable for marking of lines. It is not acceptable to use markings provided by 811 as the basis of QL B designations unless they have been field verified by the Consultant using the geophysical methodologies outlined below. 3) Utilize the uniform color code of the American Public Works Association for marking of utilities. 4) Mark centerline of single-conduit lines, and outside edges of multi-conduit systems. 5) Maintain horizontal accuracy of +/- 18 inches in the marking of lines. d) Surveys 1) Survey all markings that indicate the presence of a subsurface facility. 2) Perform surveys that have been referenced to the project survey control to a horizontal accuracy consistent with applicable survey standards. 3) On a structure data sheet, record the detection method used as well as the depth information indicated by the detection method. 4) Survey elevation of all meters, valves, valve nuts, and other items located in underground vaults, manholes, valve boxes, meter boxes, etc. 5) Record video of the condition of all culverts and irrigation conduits crossing the roadway. The video recording shall be done with a remote vehicle equipped with high-definition video and shall include an analysis with 360 degrees of rotation. Solicitation#B2500126 Page 13 The video shall also include notations showing location by distance which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video and on the structure data sheet. 6) Record video of the condition of all culverts and irrigation conduits adjacent to the existing and/or proposed roadway within the proposed right-of-way. The videotape shall be done with a remote vehicle equipped with high-definition video and shall include an analysis with 360 degrees of rotation. The video shall also include notations showing location by distance which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video and on the structure data sheet. e) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies 1) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 2) Prepare and update plan sheets, electronic files, and/or other documents to reflect the integration of QL B, C, and D information. 3) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. 4) As appropriate, amend the indicated quality level of depicted information. f) Geophysical techniques include but are not limited to: 1) pipe and cable locators (inductive, conductive, active, and passive modes). 2) terrain conductivity. 3) ground penetrating radar. 4) ground resistivity techniques. 5) optical methods (cameras and image recording devices). 6) computer driven algorithms coupled with data collection techniques. 7) magnetic methods. 8) elastic wave methods. 5. Quality Level C Requirements a) QL C is the use of surveying techniques to locate visible facilities such as manholes, pedestals, valve boxes, meter boxes, etc. and correlating it to existing utility records (QL D information). b) Tasks associated with QL C include the completion of all tasks associated with QL D designations. c) Identification of Surface Utility Features 1) All surface features for Utilities shall be documented on a structure data sheet. 2) Identify surface features, from project topographic data (if available) and from field observations, that are surface appurtenances of subsurface utilities. 3) When identifying surface appurtenances such as chambers/vaults/manholes/valve boxes, the lid shall be removed to allow for visual confirmation of the location and function of the utilities in the structure. Facilities which are filled with dirt shall be excavated to collect pertinent data regarding the facilities. Solicitation#B2500126 Page 14 d) Aerial or Ground-Mounted Facilities 1) Include survey and correlation of aerial or ground-mounted utility facilities. e) Surveys 1) Survey and check surface features of subsurface utility facilities or systems for accuracy and completeness 2) The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface Utilities, furnished by utility owners for design purposes. Elevations shall be tied to the project datum to a vertical accuracy of+/- 0.05 feet. 3) If the structure is not accessible and the survey cannot determine the information outlined above, it shall be noted on the structure data sheet. Facilities which are filled with dirt shall be excavated to collect pertinent data regarding the facilities. f) Confined Space Procedures 1) Whenever the work requires the entry of personnel into confined spaces (including but not limited to manholes, vaults, and pipes), comply with applicable OSHA procedures and requirements. g) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies 1) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 2) Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of QL D and C information. 3) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. 4) As appropriate, amend the indicated quality level of depicted information. 6. Quality Level D Requirements a) QL D is the use of existing utility records or verbal recollections to identify facility locations. b) Tasks associated with QL D include but are not limited to: 1) Records and Information Research 2) Conduct appropriate investigations (e.g., records search, personal interviews, visual inspections, easement identifications, water well permits, irrigation information, etc.), to help identify utility owners which may have facilities within the project limits or that may be affected by the project. 3) Collect applicable records (e.g., utility base maps, as-built drawings, drawings of record, permit records, field notes, GIS data, oral histories, water well permits, irrigation information, etc.) on the existence and approximate location of existing involved utilities. c) Records Review 1) Review records for evidence or indication of additional available records, duplicate or conflicting information, and need for clarification. Solicitation#B2500126 Page 15 2) Include records research, identification, and depiction of aerial or ground- mounted facilities. d) Compilation and Presentation of Data 1) Transfer information on all involved facilities to plan sheets, exercise professional judgement to resolve conflicting information, and indicate facility type and ownership; date of depiction; quality levels; end points of data; line status (e.g., active, abandoned, out of service, etc.); line size and condition; number of jointly buried cables; and any encasement. Solicitation#B2500126 Page 16 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date November 5, 2025 Pre-Proposal Meeting (Mandatory) November 19, 2025, at 1:00 PM Technical Questions Due November 26, 2025, by 1:00 PM Technical Questions email mbedell@weld.gov with copy to bids(c�weld.gov Questions Answered via Addendum December 1, 2025 Final Addendum Issued December 1, 2025 Proposals Are Due December 5, 2025, by 1:00 PM Purchasing's Clock Interviews (Optional) December 19, 2025 Solicitation Notice of Award January 2, 2026 (Anticipated) Contract Execution (Anticipated) January 9, 2026 Notice to Proceed (Anticipated) January 9, 2026 Solicitation#B2500126 Page 17 Schedule D — RFP Response Criteria RFP Response Submittal and Format After the mandatory Pre-Proposal Meeting, proposers will be asked to submit a formal proposal for their intended work. To aid in this submittal process and the subsequent scoring of the proposals by Weld County staff, the following items describe the submittal format: 1. Limit the total length of RFP response to a maximum of 25 pages. a. The County will reject RFP responses received that are longer than 25 pages in length. b. Section dividers and covers do not count as pages. c. The Proposal document forms included in this request which are mandatory to submit with the Proposal will not be included in the pages count. 2. RFP submittals shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper shall be used for presenting large tables or drawings. b. Text font sizes shall be 12 point or larger for readability. 3. In addition to the Proposal submission instructions and deadline identified, Proposer shall submit 5 hard copies to the Purchasing Division located at 1301 North 17th Avenue on December 5, 2025 by 4:00 p.m. These hard copies will be used by the selection committee. Proposers shall ensure the hard copies of the proposals are exactly how the proposers want them to be presented. 4. Failure to follow these instructions may result in the RFP Response being rejected. RFP Response Scoring Criteria The proposals will be evaluated using the following criteria. Each proposal will be individually evaluated by a team of reviewers. Each reviewer will score each of the proposals following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the reviewers have scored each proposal, the individual reviewer scores will be totaled. The Contract Professionals with the 2 to 3 highest cumulative score proposals may be invited to participate in interviews. If interviews by the Department are required, they will be evaluated using the criteria outlined in Table 2. After all scores have been determined, the Contract Professional with highest cumulative score will be the first to be considered for submittal of a cost proposal to the County. If subsequent contract negotiations with the highest scoring Contract Professional are unsuccessful, the County will then attempt contract negotiations with the next highest scoring vendor. Solicitation#B2500126 Page 18 Table 1 — Proposal Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring Criteria Factors %Range • The proposal clearly shows an Scope of understanding of the project objectives. 1 to 5 5.0 5% - 25% Proposal • The proposed methodology meets the desired goals of the County. • The proposal demonstrates that the Critical team clearly understands the major Issues issues associated with the project. 1 to 5 5.0 5% - 25% • The proposal offers solutions to the critical issues. • The proposal describes how costs will Project be controlled. o 15% Controle • The team has demonstrated a QA/QC 1 to 5 3.0 3% - process in place to manage the quality of the product. • The team's location does not affect Location/ the coordination of the project with the Familiarity County. 1 to 5 3.0 3% - 15% • The team is familiar with Weld County policies and construction criteria. • The schedule contains sufficient detail to ensure the project goals are met. Schedule • The project team has demonstrated the 1 to 5 4.0 4% - 20% key personnel have adequate availability. Proposal 20 to 100 Score Solicitation#B2500126 Page 19 Table 2 — Interview Scoring Criteria Evaluation Evaluation Standards Scoring Weighting Adjusted Criteria Factors Score • Team proposed and clearly described their approach for completing the project. Work • The team offered innovative ideas for 1 to 2.0 2.0to10.0 Approach the project. • The team's work approach is appropriate for the size and scope of the project. • The team's project manager has adequate qualifications and a Project proven track record to complete Manager projects of this scope and complexity. 1 to 5 2.0 2.0 to 10.0 Qualifications • The team's project manager demonstrates effective communication • The team's presentation was clear and easy to understand. Quality of • The people being interviewed Presentation displayed effective communication 1 to 5 2.0 2.0 to 10.0 skills. • The team's use of audio-visual aids was effective. • The team provided good answers to the questions asked by the Question/An selection committee. 1 to 5 4 4.0 to 20.0 swer Session • The answers provided by the team demonstrated a clear understanding of the project and the project goals. Interview 10.0 to 50.0 Score Solicitation#B2500126 Page 20 Schedule E — Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. Friday, December 5, 2025 @ 1:00PM 1. Vendor's Proposal — Outlined in Schedule D 2. Schedule E — Proposal Response Form 3. Any potential or future Addenda must be completed/acknowledged. 4. All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of the Proposal may result in the Proposal being incomplete, non-responsive, and the Proposal being rejected. If there are any exclusions or contingencies submitted with the proposal it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet (DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: Attestation: The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request No. B2500126 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that proposer is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance 6. Acknowledgment of Schedule G —Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Solicitation#B2500126 Page 21 Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID#: CONSULTANT: By: Date of Signature Name: Title: Solicitation#B2500126 Page 22 Schedule F — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Solicitation#B2500126 Page 23 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or during operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if another professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Solicitation#B2500126 Page 24 Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are more than those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Insurance Mailing Information Certificates of Insurance shall be provided using the information below: Email: Project Manager: Michael Bedell, Senior Engineer Email: mbedell@weld.gov Telephone: 970-301-0780 Mail: Weld County Department of Public Works ATTN: Michael Bedell, Senior Engineer PO Box 758, Greeley, CO 80632 Solicitation#B2500126 Page 25 Schedule G - Weld County Contract Contractual Obligations 1. The successful Contract Professional will be required to sign a contract substantially like the Weld County Contract shown herein. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contract Professional agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contract Professional is responsible for reviewing the Weld County Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contract Professional's Response to this solicitation shall indicate their willingness to enter the Weld County Standard Contract or Contract Professional shall identify and include any proposed revisions they have for the Weld County Contract. Any proposed revisions made by the Contract Professional after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter the Contract is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. Agreement for construction services Between Weld County and [Contractor] For [Insert Name of Project] THIS AGREEMENT is made and entered into this [Insert] day of[Insert], 2025, by and between the Board of Weld County Commissioners, on behalf of the [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and Solicitation#B2500126 Page 26 WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid B2500126. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or Solicitation#B2500126 Page 27 work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. Solicitation#132500126 Page 28 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $[Insert], as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1- 101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes Solicitation#B2500126 Page 29 toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10.Confidentiality. Confidential information of Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. Solicitation#B2500126 Page 30 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims-made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to Solicitation#B2500126 Page 31 protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 5) Workers' Compensation and Employer's Liability Insurance: covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 6) Commercial General Liability Insurance: including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, Solicitation#B2500126 Page 32 associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 7) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 8) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 Solicitation#B2500126 Page 33 Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Solicitation#B2500126 Page 34 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14.Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 16.Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Solicitation#132500126 Page 35 17.Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 18.Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 19.Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Address: [Insert] E-mail: [Insert] Phone: [Insert] County: Name: Address: [Insert] E-mail: [Insert] Phone: [Insert] Solicitation#B2500126 Page 36 20.Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 21.Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22.Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23.Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24.Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 25.Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 26.Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 27.Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended. Solicitation#B2500126 Page 37 28.No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 29.Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 30.Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 31.No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32.Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to Solicitation#132500126 Page 38 completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] 33.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 34.Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 35.Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACT PROFESSIONAL: By: Date of Signature Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Perry L. Buck, Chair Solicitation#B2500126 Page 39 EXHIBIT D § Rose Everett From: Hayes, Kasey <HayesK@AyresAssociates.com> Sent: Friday, December 5, 2025 12:53 PM To: bids Cc: Alvarado,Anthony; Leary,Joseph;Alvarado, Anthony Subject Ayres Associates -Weld County Subsurface Utility Engineering Services Attachments: Ayres Associates -Weld County Subsurface Utility Engineering Services.pdf This Message Is From an External Sender This email was sent by someone outside Weld County Government.Do not dick links or open attachments unless you recognize the sender and know the content is safe. Hello Weld County, Thank you for this opportunity to submit our bid on this Weld County Subsurface Engineering Services RFP. Please see our attached proposal. I hereby waive my right to a sealed proposal. Thanks again! Kasey Hayes Subsurface Utility Engineering Leader AVRES •,OOAY � III 3665 JFK Parkway, Bldg. 2, Suite 100 Fort Collins, CO 80525-3152 Office:970.223.5556 I Direct:970.797.3507 Cell: 970.301.6337 Ayres Associates Inc. www.AyresAssociates.com Ingenuity, IntegriL;, and 1nte11igant-. f in 0 1 N/es 4i?% AUM1311 • Subsurface Utility K Engineering Services Solicitation No. B2500126 Weld County December 5, 2025 Ingenuity, Integrity, and Intelligence. /10 AVRES Ingenuity.December 5, 2025 and Intelligence. Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 Re: Subsurface Utility Engineering Services Dear Selection Committee: Thank you for your time and the opportunity to submit this proposal for subsurface utility engineering services for Weld County.As a northern Colorado community partner with extensive experience,Ayres has supported many roadway improvement projects with comprehensive utility investigations in accordance with SUE law and ASCE 38 standards. We understand your desire to hire a consultant you can trust,and we have worked diligently in all of our SUE services projects in the local community to earn the trust of our clients and communities.Our team has partnered with the City of Greeley,City of Loveland, City of Fort Collins,Town of Windsor,Colorado Department of Transportation(CDOT) Region 4,Town of Longmont,Town of Timnath, and Larimer County through non-project specific on-call type contracts to provide support for their projects.We have the expertise,familiarity with your community,and capacity to deliver successful SUE projects for Weld County. In our previous submission,we were very close to being selected and appreciate the feedback regarding capacity. Since that time,we have deliberately and substantially strengthened our resources to eliminate any concern in this area. Specifically, we have expanded our SUE operations as follows: • Added a second vacuum excavation truck, effectively doubling our fieldwork productivity and shortening project schedules. • Increased our field crew by four experienced technicians, giving us the depth to handle multiple large or complex projects concurrently without compromising quality or deadlines. • Expanded our office support staff to provide faster response, more rigorous quality control,and accelerated deliverable turnaround. These investments were made with projects of this scope and importance in mind. We now enter this re-submission with significantly greater capacity,the same technical excellence that earned us a strong second-place finish last time, and absolute confidence in our ability to deliver outstanding results for Weld County. We look forward to demonstrating this enhanced capability in partnership with you. With these strategic enhancements now fully in place,we are better equipped than ever to deliver the full scope of SUE services this project demands—on schedule,within budget, and to the highest industry standards.Our expanded team and resources enable us to provide comprehensive SUE services to Weld County. The Ayres team will provide: • SUE Expertise: Ayres has designated and located utilities on over 2,400 individual projects over the past 25 years. In the past several years,Ayres has grown its SUE presence in northern Colorado, performing SUE services for various types of projects to investigate utilities including water, reclaimed water,stormwater,wastewater, telephone,gas, CATV, power, and fiber optics.We offer electromagnetic utility designating (locating),vacuum excavation,and ground-penetrating radar(GPR)technologies, and utility relocation services and coordination. SUE is an integral part of the total service package Ayres offers our client partners. 970.223.5556 1 3665 JFK Parkway, Building 2, Suite 100 I Fort Collins,CO 80525-3152in f www.AyresAssomates.com Weld County Finance Department December 05,2025 Page 2 of 2 • Trusted Local Partner:We have worked with Weld County before and know your community well.Ayres has national experience with a strong local presence focused on northern Colorado.With our office in Fort Collins, we can quickly respond to your project needs whenever an urgent task arises and are one of the few northern Colorado-based firms that can provide all levels of SUE services. • Cost Conscious Work Ethic:We understand pricing is a collaborative effort,and we're prepared to work with you to get the best possible value for your community's project. • Miles of Experience: Utility designating and locating is a forte of our SUE team. Experience has taught us that clear and regular communication goes hand-in-hand with a skilled utility investigation to achieve successful projects. From simple to complex projects,each stakeholder functions better when kept in the loop and part of the team. Our team values: • Conflict mitigation • Client involvement • Project safety • Damage prevention • Landowner insight • Diligent work ethic • Clear communication • Utility owner interest We look forward to hearing from you and appreciate the opportunity to provide our SUE services. Sincerely, Ayres Associates Inc./c. Dale A. Mathison, PE SUE and Survey Manager 970.797.3540 MathisonD@AyresAssociates.com 970.223.5556 13665 JFK Parkway, Building 2,Suite 100 I Fort Collins, CO 80525-3152in f www.AyresAss o ci ates.cam Ingenuity,Integrity,and Intelligence. Firm Information AyRES With a team of approximately 400 innovative problem- - >> — ' solvers nationwide,Ayres stands with integrity behind I. r''`''' ; I thousands of projects that strengthen communities and our country's infrastructure,economy,and environment. r , Ayres'services include subsurface utility engineering (SUE), surveying, Ayres'Fort Collins Offier civil and municipal engineering,transportation,structural design and inspection, drainage design and floodplain analysis, river engineering and water resources,mechanical/electrical/plumbing engineering, landscape architecture,environmental,geospatial, and planning and development. Ayres Associates Inc. • Subsurface Utility Engineering Services Local Office: Ayres has provided various municipalities, industries,and agencies with 3665 JFK Parkway, Bldg. 2 subsurface utility investigation services on stand-alone and continuing Suite 100 services contracts since 1998.We understand the number one priority is to Fort Collins, CO 80525 accurately and efficiently designate and locate utilities to prevent damage and/or loss of service. Having worked for a broad array of both private and 970.223.5556 government agencies,Ayres has experience providing utility designating and locating services using a variety of flexible methods tailored to meet il� cn Office: local conditions and customers'needs.As a company,Ayres has performed SUE services on over 2,400 projects over the last 25 years. 3433 Oakwood Hills Parkway Eau Claire, WI 54701 Our local team in Fort Collins is experienced and well-equipped to serve 715.834.3161 our Colorado communities'SUE needs. Using Ayres-owned test hole excavation equipment(vacuum excavation truck)and geophysical locating www.AyresAssociates.com equipment(electromagnetic tools and ground penetrating radar),Ayres takes pride in delivering accurate and comprehensive results. In the past Primary Conta.:t: five years,we have supported over 75 design projects with SUE services Dale Mathison, PE, Project Manager and have performed SUE investigations in multiple cities and towns in and around rural Weld County. Our professional SUE services provide reliable Office: 970.797.3540 data to reduce the possibility of unexpected utility costs during construction. Mobile: 970.792.5971 Ayres follows the American Society of Civil Engineers(ASCE)standard MathisonD@AyresAssociates.com guidelines(ASCE 38-22)and the Colorado State Law(C.R.S.Title 9,Article 1.5, aka SB18-167)to confirm that everyone involved in the design and ` F3'�il�i:e'cd construction process benefits from better risk management information. Established in 1959. Integrated with our SUE team,Ayres surveyors support the utility investigation through accurate and precise documentation of the SUE "}' field investigation.Ayres has a long history of providing surveying services Ayres Associates is licensed to do in support of the various engineering disciplines it offers. Each major business in the state of Colorado office includes a dedicated survey group.The various survey groups throughout the company have a solid foundation in traditional boundary and topographic land survey-related work and many of the survey groups have a particular survey-related specialty.These specialty services range from UAS data collection, photogrammetry,and lidar-based data acquisition to hydrographic surveys. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 4 Ingenuity,Integrity,and Intelligence. Our Fort Collins office has a dedicated survey team that is well-versed in traditional land survey methods and has over forty years of experience including the following types of land surveys: • Boundary/PLSS retracement • Construction staking •:..5 I#._ r; 4 • Topographical surveys • Control surveys - ."--.9 • SUE investigation surveys • UAS data collection(drone surveys) f c • ALTA/ACSM title surveys Colorado On-Call Project Experience In addition to supporting individual stand-alone projects,the Ayres SUE team has performed work through several on-call contracts for jurisdictions in Colorado, including the following: • Town of Windsor • City of Longmont • Town of Timnath • Larimer County • City of Fort Collins • CDOT Region 4 • City of Loveland "They are far We have also provided SUE services for projects,including fiber optic installation and away the projects,that included multiple phases and functioned similarly to an on-call best consultant contract.We developed a unique scope and fee for each task order or phase, specific to its location and design details. in northern Colorado. Ayres For all of our projects we aim to establish an appropriate communication rhythm Associates is a to coordinate field and office work with the client/owner,discuss schedules and overall project deadlines,and achieve the project goals. firm of integrity." ... Kevin Gingery S - Commitment to Colorado Communities Our Fort Collins office has over 70 employees who are familiar with northern Colorado communities through extensive experience.We live and work in the communities that we serve,giving us deep insight into local challenges, • regulations, and opportunities. Our local expertise extends beyond technical services.We understand Colorado's unique environmental conditions and have been actively involved in emergency response and long-term recovery projects throughout the region,demonstrating one of our core values: Commitment to Community. This combination of local presence,community knowledge,and technical expertise allows us to provide responsive,practical solutions that address the specific needs of Colorado communities while supporting their long-term growth and resilience. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 5 Ingenuity,Integrity,and Intelligence. S c o p e of Proposal We will use video and/or a sonde and rodder to verify the drain tiles in the right-of-way(ROW)and private entries. If below-grade vaults or structures exist Our project team understands and agrees to the general within the project limits,we will produce data sheets scope of services outlined in Weld County's Request to document each identified structure,following Weld for Proposal Subsurface Utility Engineering Services County's standards. For storm drain culverts and (Solicitation B2500126).While each specific SUE irrigation facilities, our team will CCTV inspect these project deserves a tailored approach,there are common facilities to confirm location and assess condition. Our threads between each project and scope. CCTV inspection subconsultants are PACP certified to document the overall condition of the structure and Initial Utility Research identify any defects found. Our process begins with confirming the project limits for the SUE investigation,calling an 811 SUE ticket, Utilities found during the QLB investigation will be and holding a project kickoff meeting.The kickoff marked on the surface with paint and flags following meeting establishes clear communication of the project ASCE 38 Guidelines.Our survey team will survey all scope and schedule and allows for discussion to talk marked utilities along with all surface utility features, through details,ask questions,and get the project such as ground utility poles and other visible utility started well. We perform a desktop review and site visit infrastructure.The team then brings the survey data into when applicable(some areas may not have up to date CADD and Civil 3D pipe networks are created for all imagery)to identify surface utility features and other identified utilities.The next step is to overlay the utility indicators of below ground infrastructure. In coordination information onto the project design files to develop a with the County,our SUE lead will contact property utility conflict matrix between the existing utilities and owners,explain what we are doing,for whom we are the proposed improvements, all in coordination with the working, and how they can benefit from the work being County and design team. done with the intention of forming good relationships with the property owners and the community. We will Utility Locating (QLA) coordinate subsequent fieldwork with the County and Once we have identified potential utility conflicts the affected landowners throughout the investigation. between existing underground utilities and the proposed project design components,we will submit a plan to Utility Designating (QLB) the County showing proposed test hole locations.After With utility information received from the SUE ticket,we discussion, and with the County's approval on the will perform Quality Level B(QLB) utility designating proposed locations,test hole vacuum excavation will on specified underground utilities within the scope be performed using our Vacmasters 4000 and 3000 to of a project, using complete the Quality Level A(QLA)phase of the project. RD8100 and 8200, Vivax 'K ' Metrotech,and other sx 1 v a: geophysical locating . equipment.To identify • 7 ! , . unknown utilities, the � Ayres team uses a two- s A ", It _.. man passive induction A0s; I - .� , • -� - sweep, using a Pipehorn .0 0' ,q -� -� Series 800 H Pipe and '' zr. • Cable Locator, and a• - • '. ` LMX100 GPR unit if soil ' ` �i ,,_ conditions allow. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY Ingenuity,Integrity,and Intelligence. We will use air vacuum excavation as the non- irrigation facilities and culvert crossings as needed, destructive method of breaking ground and visually to identify known and unknown underground and locating the target utility. If needed, we can use water above ground utilities within the project scope. if the county approves it. Once found,we will fully 4. Our survey team will then pick up all QLB marks and document the utility following Weld County standards, surface utility features so the office staff can begin including photos and utility metadata. We take depth plan development. measurements from the top and width of the utility using 5. A Civil 3D pipe network will be developed,with each utility incorporated as a Civil 3D pipe. Our CADD a grade rod.Test hole data sheets are then produced designer Ron Ricks, is an expert in developing 3D and included with the final deliverable.A Fulcrum data pipe networks and will work with the SUE team, report including pictures and a KMZ can be produced including the project professional engineer(PE),to if desired and beneficial to the County.The survey see that plans make sense,data is documented, team will survey each test hole to determine the actual and the resulting plans are accurate,complete,and elevation of the buried utility, including three swing ties of high quality, measured to the nearest permanent physical feature. 6. We will develop a utility conflict matrix using the existing utility information and proposed design After all fieldwork is completed and the QLA test hole features.We will depict potential conflict locations on P the plans and coordinate with the County to decide data is incorporated into the SUE plans,the project utility on the number and location of test holes needed. engineer will review the plans,work with the project team 7. We will develop a scope and fee estimate for the and County staff to resolve any conflicting information test hole work. Upon approval of the scope,we will and develop final SUE plans.A final SUE report will be proceed with test hole work(QLA),survey test hole prepared to accompany the SUE plans that documents locations, and work through to completion, leaving the utility investigation and contains test hole sheets, adequate time for the designers to finish the job.We structure data sheets, description of the investigation will produce the following deliverables: process and describes the utilities found.Ayres will • SUE report(PE-stamped and sealed) allocate time for a quality control(QC)check prior to • SUE plan set(PE-stamped and sealed) final deliverables and further QC may require scope • Utility conflict matrix adjustments. • Fulcrum test hole data sheets • Field notes With all fieldwork,safety is paramount.The safety of our • .CSV file of conventionally collected survey data staff,County staff,the public, and any other personnel • Signed right-to-enter forms at the site is taken seriously. Proper communication with • Meeting agendas and notes the County, utility owners,property owners, and our field team, along with approved traffic control is critical to Throughout the utility investigation process,we maintain a safe work zone. will coordinate closely with Weld County to resolve challenges we encounter, partner to resolve property We will develop a detailed schedule and budget for each owner relationships,and keep the work moving forward. SUE project requested by the County.A typical project Communication is key to the success of any SUE job plan will involve the following overall steps: and we understand and are glad to see that the County 1. Upon notice to proceed we will call in an 811 SUE desires to be closely involved in each project. ticket and schedule a kickoff meeting with the County. Similar Projects Completed 2. We will initiate a meeting with the property owners, establishing a connection where we will work with Ayres and our proposed team have extensive them to determine the location of their private utilities experience conducting SUE services across Northern (drain tiles, irrigation lines,private power). Colorado.The following projects highlight a fraction of 3. After reviewing any available documents provided the work our team has completed within the last five by the utility owners,we will perform the QLB years. Each of our following project examples includes designating work, including video inspecting references. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 7 Ingenuity,Integrity,and Intelligence. Weld County Trail Alignment I CO is still ongoing and Ayres continues to maintain the relationship as the boots on the ground between the project 4 owner and our client.This project requires extensive coordination with project stakeholders including the Town 4 of Windsor and the Colorado Department of Transportation se,' ^-. (CDOT)to secure necessary permits and site access. • 411 Reference: --. Dan Tuttle I JUB Engineers I dtuttle@jub.com To provide SUE investigation for the Weld County Trail 970.377.3602 Project along Weld County Road 26 and 7,connecting Team Members Involved: Union Reservoir to one mile north of Mead High School, Dale Mathison, Kasey Hayes, Joseph Leary, Jeff Van near Branding Iron Way and to the Saint Vrain State Horn, Hannah Schrader, Darleen Sean, Ron Ricks,James Park in Weld County, Colorado.The project involved Wright, Phil Alarcon, Kyle Sophy, Danette Vittorio,Sean comprehensive SUE services from QLAto QLD. Watson Ayres'SUE team coordinated extensively with project stakeholders and utility owners to research,designate, and Intersection Improvements locate all types of utilities including common residential Frederick, CO utilities but also high profile oil and gas utilities that were specifically within the property of a resident that was not -, . happy about the project. Working with this property owner °: ' ,ti.J; and listening to their concerns helped us work with them •:i 4' •:‘;: „ ;,; l to complete the project in a manner that made them happy E'.: _: , ;; ..� . L. `;,,.4;_,. .-4 and gave them peace of mind, knowing that we would be - - '` good stewards of their land while delivering positive results ,::*.. - •`y: ' ,. 1 r 'J 1K- to the client. _ : . • ru;-.... 'r --...:fie Lzs's Reference: Scott Belonger I Otak j scott.belonger@Otak.com I SUE investigation services for the Town of Frederick 503.287.6825 signal project at Colorado Boulevard and Bella Rosa Parkway.Frederick and Firestone contain multiple major Team Members Involved: utility byways between Denver and Weld County as this Dale Mathison, Kasey Hayes,Joseph Leary, Jeff Van Horn, area transfers high profile gas and oil facilities owned by Hannah Schrader, Darleen Sean, Ron Ricks,Phil Alarcon, Western Midstream,Civitas, PDC/Chevron, Phillips 66 and Kyle Sophy, Sean Watson Black Hills Energy.The Ayres team diligently investigated this area including multiple abandoned facilities to deliver a Weld County Road 70 Extension, concise report and plans that will help the development in Drainage, Bridge Hydraulics I this high clustered area that has proven difficult for projects Windsor, CO in this vicinity. ailimi _= " -- — ' Reference: , Dan Tuttle I JUB Engineers I dtuttle@jub.com — 970.377.3602 `' 1=ti � - • r' ., _ ' Team Members Involved: � Dale Mathison, Kasey Hayes,Joseph Leary, Hannah ll,�'—�' �. �� -i - Schrader, Darleen Sean,Ron Ricks, Phil Alarcon,Kyle • -� , 4 Sophy r Ayres partnered with JUB Engineers for an extension of 6th Street Roundabout Dacono, Weld County Road 70 with SUE services and drainage CO design.This multidisciplinary project has gone through Otak partnered with Ayres to provide professional SUE multiple phases and involved access through a range of services to identify underground utilities at the project site properties and utility ownership coordination.Ayres'SUE to inform and support the 6th Street roundabout project in team made a great impression with the local landowners Dacono. and worked closely with all parties involved. This project AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 8 Ingenuity,Integrity,and Intelligence. • Crossroads and Colorado Boulevard Intersection Improvements I Loveland, CO Ayres SUE services included researching,designating, and physically locating existing utilities within the scope. • QLB designating and QLA locating were surveyed by Ayres.The results of the subsurface utility investigation were documented with SUE plans and a report. As part of the on-call contract for the Town of Windsor, Ayres was contracted through JUB to perform all SUE Reference: services for the intersection improvements project. Kevon Dooley I Otak I kevin.dooley@otak.com I Working closely with King Surveyors in two separate 720.758.7721 phases Ayres has completed the QLB designating work.Contracted to complete QLA test holes,Ayres has Team Members Involved: acquired and begun to fill out all required permitting and Dale Mathison, Kasey Hayes,Joseph Leary,Jeff Van traffic control plans to complete this ongoing project. Horn, Hannah Schrader, Darleen Sean, Ron Ricks, Phil Alarcon, Kyle Sophy Reference: Shawn Fetzer I JUB I sfetzer@jub.com 1970.377.3602 CDOT Highway 52 and 79 Culvert Replacements I Weld County, CO Team Members Involved: Dale Mathison, Kasey Hayes,Joseph Leary,Jeff Van ftc _ Horn, Hannah Schrader, Darleen Sean, Ron Ricks, James Wright, Phil Alarcon Highway 392 and County Road .�, ry. a 21 Intersection Extension SUE Windsor, CO • Ayres was contracted by CDOT to assist the roadway project design with the SUE investigation and QLA i .,.: +'{' • test holes performed for the removal and replacement } of several large culverts before the repaving efforts. '` .� Ayres coordinated with CDOT to obtain an annual ROW ,- permit for all of Region 4.One of the test hole locations ' . '� " 4 • 31'` C was at a place that Ayres could not safely access with the vacuum truck.Fortunately Ayres has the ability to Olsson Associates partnered with Ayres to provide perform test hole work at a distance of 100 to 200 feet professional SUE services to identify underground away using Vacmasters Barrel top extension equipment utilities at the project site to inform and support the 392 to access areas the truck cannot go. and County Road 21 intersection extension project in Windsor.Ayres provided SUE services that included Reference: researching,designating, and physically locating Richard Barker I CDOT I richard.barker@state.co,us I existing utilities within the scope. Designated and 970.350.2225 located utilities were surveyed by Ayres.The results of the subsurface utility investigation were documented Team Members Involved: with SUE plans and a report. Dale Mathison, Kasey Hayes Reference: Blake Bredbenner j Olsson Associates 1813.431.0575 AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 9 Ingenuity.Integrity,and Intelligence. Team Members Involved: Team Members Involved: Dale Mathison, Kasey Hayes,Joseph Leary,Jeff Van Dale Mathison, Kasey Hayes,Joseph Leary, Jeff Van Horn, Hannah Schrader, Darleen Sean, Cam Gallegos, Horn, Hannah Schrader, Darleen Sean, Ron Ricks, Kyle Sophy, Cody Derr,Sean Watson Cam Gallegos, Phil Alarcon, Kyle Sophy,James Wright, Cody Derr, Sean Watson,Carlos Camarillo Highway 392 and County Road 13 Widening Improvement CriticalWindsor, CO Issues .sr To successfully accomplish SUE investigations for Weld - rt n _ County,we have identified several critical issues and t our approach to solving them. Issue—>Obtain right-of-entry(ROE)from all involved property owners. Solution-- Work in concert with Weld County to Ayres has been contracted to perform SUE services identify owners impacted by the project who provided from QLA to QLD for this ongoing roadway improvement an ROE and initiate contact with all property owners at project for all three phases to assist in utility conflict the outset of project.We will need to lead the effort on mitigation on State Highway 392 between 17th Street obtaining ROE from anyone not already provided. Our and Highland Meadows Parkway.Ayres'SUE mitigation Fort Collins office is within 25 miles of the site, providing services include all four quality levels, including Quality the ability to be flexible and responsive in coordinating Level B(designating)services along with 78 Quality with property owners to discuss the project and obtain Level A test hole excavations to physically locate the permission to enter their property. various utilities that appeared to be in conflict with the roadway widening project. Issue—* Identifying and locating existing drain tiles. Solution—*Spend time with property owners to Reference: understand the known drain tiles and other irrigation Dan Tuttle I JUB I dtuttle@jub.com 1970.377.3602 infrastructure. Use Level B methods to verify location of known utilities and identify unknown underground Team Members Involved: drain tiles septic systems/leach fields,gas service Dale Mathison,Kasey Hayes,Joseph Leary,Jeff Van lines, water service lines,electrical service lines,water Horn, Hannah Schrader, Darleen Sean, Ron Ricks, wells,irrigation systems,etc.).This may prove to be James Wright challenging if farmers have already planted crops.Ayres will use a barrel top vac system to access harder to Timnath Parkway North reach areas only accessible by foot. GPR scans and Connection Design SUE I desktop reconnaissance may also prove beneficial in Timnath, CO viewing overhead and historical imagery and databases No. r • - - Issue—•Delivering accurate,high-quality plans. r Solution -*Deliverables will include a utilities impact • -- _ investigation and SUE plans and report describing all - - existing aboveground and subsurface utilities and all utilities located on public and private property. Involve our SUE professional engineer in all phases of the SUE investigation to provide a comprehensive depiction Wilson &Company Inc. and Ayres is providing of known and unknown utilities in the project area. professional SUE services to identify underground Implement our quality assurance/quality control(QAI utilities at the project site to inform and support the QC)process to review data, reports, and plans for Timnath Parkway Project in Timnath. accuracy and clarity. Reference: Sara Weier I Wilson &Company, Inc. 1970.834.6367 AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY to Ingenuity,Integrity,and Intelligence. Issue Meeting a tight proposed project schedule. upcoming projects and their deadlines to maximize our Solution—We are available and ready to initiate ability to complete the work safely and efficiently.As work on any Weld County SUE task immediately after mentioned previously,contact with landowners, initiating receiving notice to proceed and with the added capacity a SUE ticket and contacting utility owners are tasks to hit to our SUE team,we are poised to prioritize Weld County right away.We will work with the County to identify any work. It will be critical to work closely with Weld County other potential long lead items that may affect the overall and communicate regularly on project status,to resolve schedule. issues, answer questions,and move the project forward. Our coordination and property owner cooperation are key We will be able to meet Weld County's contract deadlines for project success. by applying our experienced field staff and coordinating them to meet the specific needs of any particular phase We will strive to obtain this permission by initiating contact of the outlined scope. We have the resources and right away and working together to identify and locate experience to perform Quality Level B and Quality Level utilities on their properties.We will contact local owners A work back-to-back(with client oversight and approval) and any off-site agencies to work through their processes as it makes sense on projects that require both levels of to obtain a right to enter their property.We will also service and are under strict deadlines. Our field lead has initiate SUE to obtain utility information from utility owners overseen dozens of SUE contracts for various clients immediately.Although utility owner responsiveness can and has submitted the final deliverables on time and on affect our ability to meet the schedule,our SUE lead budget. Kasey Hayes has experience working alongside utility owners to complete projects on time with successful Project Control results. He also has several existing relationships with utility owners in Weld County. Quality Assurance/Quality Control Issue—>Producing quality results within a limited budget. Program (QA/QC) Solution —>Costs for SUE services include a QA/QC can be described as a management tool to verify professional engineer(PE)for quality oversight, providing that the activities of project execution occur as planned. It a responsible engineer in charge. Our team will work results from discipline in conforming to requirements,thus together with the County to define the specific scope of avoiding the expense of doing things wrong.The benefits, services needed for each project When we can reduce of course, include client satisfaction. unknowns and assumptions,we can sharpen our pencils on the cost to produce accurate SUE plans without Quality assurance(QA)aims to confirm that quality sacrificing quality.We understand Weld County will not work and quality deliverables are built in before work approve of change orders, but in the occasion more work is completed.After the work is done,quality control is requested at an ongoing project an individual task order (QC)aims to determine that quality work and quality (IA)can be negotiated. deliverables did occur.Ayres recognizes that only one QC Meeting Shortened Completion will be billable prior to delivery and any returned questions Deadlines for QC will not be billable.Ayres considers it essential for project managers to understand QA/QC and to instill a With a SUE department based in our Fort Collins office quality mindset in their project teams.We know we have and multiple field techs who reside in Weld County,we achieved a high level of quality when we can honestly can quickly respond to Weld County's project needs say, "We take pride in the quality of our final deliverables." whenever an urgent task arises.Ayres also has familiarity with the existing utility owners,their contacts, and Ayres'QA/QC program is specifically adapted to each standards, aiding in quicker response times and fewer client and project objective.The program promotes delays throughout the SUE process. continuous improvement based on feedback from our clients,from our own project operations, and from Communication with the County is critical. Discussing the opportunities created by changing technologies. County's project schedule constraints and Ayres'team's workload, we can find a solution to complete the work Several levels of technical review are applied to the within the allotted timeframe.We pride ourselves on our preparation of designs,calculations,drawings,details, responsiveness and open and honest communication, specifications,and reports by qualified staff;checks and and our crews work diligently to complete work quickly. reviews by similarly qualified staff;proper supervision; We will inquire with the County early and often to identify and conscientious documentation and record-keeping. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY » Ingenuity,Integrity,and Intelligence. Fundamental features of the Ayres QA/QC program The quality management plan: include adoption and application of standard operating • Defines QA/QC requirements specific to a project. practices and staff training,which consists of regularly • Defines out-of-the-ordinary QA/QC activities. scheduled topic seminars, regular"lessons learned" sessions,and participation in advanced courses to • Includes checklists for elements of the QA/QC plan. improve competence and skills. Dale recently completed the UESI Utility Investigation School in Denver to further In the case of very large projects, it defines the internal his knowledge of the ASCE 38 Standards for utility peer review process.The peer review requirement also investigation and documentation. applies to unique projects. For this non-project specific contract, Dale will be our The reviews include the following: designated licensed PE intimately involved in each • Review for contractibility. SUE investigation. He will work alongside our SUE • Review for conformance to engineering standards technicians to review existing utility records and will be and guidelines. involved during the utility designating and potholing to understand the physical layout of existing utilities and • Review for compliance to the client's requirements. confirm physical information determined in the field. • Review for compliance to agency permits. • Review for success in meeting project objectives. He will work with our CADD designer to develop SUE plans that accurately depict the above ground In some cases the quality management plan may simply and below ground utilities in the project area.Dale's reference an established QA/QC plan for the project engineering judgment throughout the project will verify team.Ayres will adopt and adhere to Weld County QA/ that utilities are accurately depicted based on the data QC procedures throughout the duration of the contract found during the investigation. Project Management Implementation The project manager establishes a project plan that The project manager develops a quality management emphasizes quality standards and addresses quality at plan and reviews the plan with the project team to make each step of the project, paving the way to successful sure all team members are aware of their roles in the completion.The project manager's activities are plan.QA/QC assignments are made at the beginning of under the supervision of a principal(manager or vice the project or before beginning specific work activities. president)and subject to Ayres'Project Plan Handbook. As project tasks are completed,the project manager The project manager authorizes a QA/QC team working completes the project QC checklists personally or parallel with the project staff to check and review verifies that the responsible team members have important steps of the process.The quality control team completed them. may cross the lines of established authority to work Safety directly with the project team on a functional basis. Our project managers complete a safety plan for each Quality Management Plan project that the field team reviews during a safety check- The purpose of the quality management plan is to meet in each day before field work.Ayres also maintains a client and industry standards and to minimize rework, structured training program for all staff that reflects our errors,and omissions.The plan is tailored to meet the corporate commitment to embedding a culture of safety unique aspects of the project. throughout the organization. The quality management plan also is critical in meeting the client's budget for engineering and construction and meeting the client's schedule and its requirement for deliverables and permits. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 12 Ingenuity,Integrity,and Intelligence. Standard Contract Work Locations / Review Familiarity Ayres is confident a mutually agreeable contract can be Ayres'office is within 25 miles of the Weld County executed upon award. We offer the following suggested offices in Greeley and four of our team members reside edits for the County's consideration: in Weld County.We have team members ready to meet with property owners, respond to field issues,and meet Section 6. Compensation/ with Weld County staff to coordinate utility investigation Contract Amount efforts as needed.Our presence in northern Colorado Bid quantities shall be carefully checked by the Contract began in 1994 with our office in Fort Collins.We are Professional, and quantity calculations shall be familiar with northern Colorado. submitted for County review. If the County experiences additional costs during construction that are directly Ayres has worked with numerous counties, associated with errors and omissions(to the extent municipalities,and agencies in northern Colorado east caused by Consultant negligence)resulting in change of 1-25—including Weld County,Ault, Greeley, CDOT orders requiring approval by the Board of County Region 4, Fort Morgan, Larimer County,Timnath, Commissioners and/or costs greater than the original Windsor,Johnstown, Fort Lupton, Brighton,and Wray— bid unit costs,the Consultant will be financially liable all with the goal to help improve the communities we live for such increased costs to the extent that the Contract in. In addition we have worked in Fort Collins, Loveland, Professional is responsible for such costs. Longmont,Boulder County,and Estes Park. Notwithstanding the foregoing,and to the fullest extent Kasey, our SUE lead,grew up and currently lives in permitted by law, neither the County nor the Contract Weld County. He learned to drive on,and has traveled Professional shall be liable to the other or shall make along the County roads on a daily basis and has a depth any claim for any incidental, indirect,or consequential of knowledge of the utilities installed along these roads damages arising out of or connected in any way to this and surrounding areas. He is the secretary of the Weld Agreement. County Damage Prevention Council and leads our SUE team to refine our standard practices to protect utilities, Section 9. Ownership prevent damage,and prioritize safety. All work and information obtained by Contract Throughout his career he has contract located for Professional under this Agreement or individual work Weld County Fiber Optics, United Power, Xcel Energy order shall become or remain(as applicable),the Gas and Electric, Noble Energy(Chevron), Highpoint, property of County. In addition,all reports,documents, Bonanza Creek, Enron Oil And Gas, Crestone Peak data, plans,drawings, records and computer files Resources,CenturyLink/Lumen,Comcast, Baja Cable generated by Contract Professional in relation to and Mcleod Fiber. Kasey also has experience in this Agreement and all reports,test results, and all researching oil and gas facilities with his familiarity with other tangible materials obtained and/or produced in ECMC(Energy and Carbon Management Commission) connection with the performance of this Agreement, website. whether or not such materials are in completed form, shall at all times be considered the property of the Having also performed dozens of private locates for County. many residents in Weld County, Kasey has extensive Contract Professional shall not make use of such experience searching for farmer drain tiles, pivot material for purposes other than in connection with this irrigation lines,and all other types of utilities unique to Agreement without prior written approval of County. ranch lands. Examples of Kasey's familiarity include Wells Ranch, Guttersen Ranch,70's Ranch,and The County shall not reuse or make any modification to all of the Pawnee national Grasslands We will work Contract Professional's work products without the prior writtenclosely with Weld County and the local landowners to authorization of the Contract Professional. supplement our knowledge with your expertise and understanding for each specific project area. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 13 Ingenuity,Integrity.and Intelligence. Project Team Collaboration performing survey services,capturing surface utility Ayres' SUE team is well versed features,detailing below ground structures, and �S in working together with our surveying QLC surface marks and QLB test holes subconsultant partners to investigate utilities here when needed. in northern Colorado in compliance with the SUE King Surveyors,a division of Law(Colorado Revised Statutes 2018 Title 9 Article Landpoint, provides quality surveying 1.5;aka SB18-167)and following the ASCE 38-22 4 r guidelines. Ultimately Weld County SUE standards will services emphasizing quality control guide our utility investigation and documentation. through all phases of design and construction with a high degree of SUE services help avoid unneeded utility relocations personal commitment to our comprehensive group and speed up project construction by accelerating of clientele. Established in 1985, King Surveyors is a utility coordination and avoiding utility damage, professional consulting firm for registered professional Ayres offers a full complement of SUE services, land surveyors that have served Colorado for more including electromagnetic locating,ground penetrating than 30 years. radar, and vacuum excavation.Ayres maintains OVELAND Ayres has an extensive history comprehensive internal survey and CADD processes of partnering with Loveland specifically designed to support high-quality SUE WBARRICADE services. Our systematic approach integrates field Barricade for our SUE utility data collection,office processing,and quality control investigations. Founded in 2013 with a management procedures to deliver accurate and reliable subsurface team that has been in the traffic control industry utility information.We use this data to accurately for over 50 years combined, Loveland Barricade locate and map existing utilities to inform design provides service for temporary or permanent traffic projects, avoid utility conflicts, reduce construction control for rental or purchase purposes.Ayres has costs, and support worker safety. worked with Loveland Barricade as a trusted partner on a number of projects to support safety during utility Ayres has provided various municipalities, industries, investigation and test hole work. and agencies with utility locating services on stand- DES Pipeline Maintenance alone and continuing services contracts since 1998. D has been in business for over We understand the top priority is to accurately and efficiently locate utilities and prevent damage andl Pipeline 30 years and currently services Maintenance over 25 municipalities/water or loss of service. Having worked for a broad array of both private and government agencies,Ayres districts,as well as servicing several new construction has experience providing utility locating services companies;spanning from northern Colorado and the in a variety of flexible methods tailored to meet Front Range through the Denver metro area.All of local conditions and clients'needs. Our team is their CCTV operators are certified under the Pipeline experienced,well equipped,and eager to serve our Assessment Certification Program(PACP)provided northern Colorado communities with their SUE needs. by National Association of Sewer Service Companies Ayres'SUE work complies with the Colorado SUE Law (NASSCO).DES is experienced in working with VCP (C.R.S.Title 9,Article 1.5)and we will perform our as well as PVC pipes. DES has a broad and extensive utility investigation and documentation in accordance fleet of equipment; including units that can access with Weld County SUE Standards and the ASCE 38 hard-to-reach areas/easements and units that can Guidelines. accommodate areas with limited street parking. Ayres also offers the following additional utility-related Hydro Physics services: Hydro Physics provides additional CCTV resources for • Utility relocation coordination this contract should the need arise. Hydro Physics is a 33-year old pipe inspection company that specializes • Fiber optic inspection services, including detailed in piping inspections,with experience in inspecting inspection of hand holes,manholes,tracer wires, piping systems from 2 inches to 62 inches.They are and associated infrastructure conditions PACP approved and members of NASSCO, using state-of-the-art equipment to inspect piping and specialized software for reporting and videos. King Surveyors will be our secondary surveyors AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 14 Ingenuity,Integrity,and Intelligence. Organizational Chart We are proud to introduce our dedicated team of highly sought-after professionals,each bringing a wealth of experience and expertise. We have decades of experience to support and facilitate your vision while providing seamless execution.Our multidisciplinary firm allows us to tap into a wide range of additional resources and specialized skill sets as needed,supporting comprehensive solutions to Weld County's project needs. Weld County Dale Mathison. PE ,:os , Key Staff /.41. EdW '" Kasey Hayes '� ` Jeff Van Horn, PLS Joseph Leary SUE S Survey SUE Field Survey Field Crew Office Support Technicians II 07.:Ii) 11Fi. ' Hannah Schrader Phil Alarcon Sean Watson ( ) li0), .iyi Darleen Sean Kyle Sophy illi Carlos Camarillo IEn: Ron Ricks Cody Derr c_::-)10— Cam Gallegos Danette Victorio 4 AYRES SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY A 'RES 60% Dale Mathison, PE SUE and Survey Manager Dale will be the overall project manager and local point 2026 " of contact for Weld County. Dale has more than 25 years of experience in project management, municipal utilities, pipeline design,and hydraulic analysis. Dale's Total Experience capital improvement project experience has provided Committed Years an excellent understanding of utilities and experience II Committed 26 coordinating with utility companies to successfully deliver projects. ■ Availability Registrations Registeredfrofessional Weld County Project Experience Engineer,CO,WY,CA • Weld County Trail Alignment, CO • CDOT Highway 52 and 79 Culvert Replacements, CO Education • CDOT SH 52 at Weld County Road 37 Drainage Improvements, CO ColoradoBS,C StEnate Unive • County Road 66 and 41 Interchange Design, CO State University • Weld County Road 70 Extension, Drainage, Bridge Hydraulics, Windsor, CO Memberships • Intersection Improvements, Frederick, CO American Society of Civil • 6th Street Roundabout, Dacono, CO Engineers(ASCE) • Highway 392 and County Road 21 Intersection Extension,Windsor,CO American Council of • Highway 392 and County Road 13 Widening Improvements, Windsor, CO Engineering Companies(ACEC) • 10th and Pine Stormwater Improvements,Windsor, CO SUE Association • 7th and Main Intersection, Windsor, CO • Windsor Town Campus,Windsor, CO Select Project Experience • Crossroads and Colorado Boulevard Intersection Improvements, Loveland, CO • Timnath Parkway North Connection Design SUE,Timnath,CO • SH 392 Widening 60%Design, Colorado Boulevard to Highland Meadows Parkway SUE Services,Windsor, CO • Highway 257 and Eastman Park Drive Intersection Improvements,Windsor, CO • Stormwater Improvements Design Services, Loveland, CO • Madison Avenue Roadway and Drainage Improvements, Loveland, CO • Timberline Road Widening, Fort Collins,CO • College Avenue Intersections SUE, Fort Collins,CO • North Taft and US 34 SUE Intersection Improvements, Loveland, CO • Mulberry and City Park, Fort Collins, CO • Harmony and Power Trail Undercrossing Improvements, Fort Collins, CO • Northridge Tank Replacement SUE,Westminster, CO AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES%WELD COUNTY 16 A 'RES 70% Kasey Hayes SUE Lead Kasey will be the primary field lead for utility 2026 investigation work. Kasey is responsible for project planning, staffing, and client satisfaction, overseeing technical production and quality assurance/quality Total Experience control for SUE projects. He coordinates and manages committed 16 Years all deliverables for SUE at all four quality levels. ■ Workload Weld County Project Experience II Availability Certifications • Weld County Trail Alignment, CO Traffic Control Supervisor • CDOT Highway 52 and 79 Culvert Replacements, CO • Greeley Centennial Pool, Greeley, CO Memberships • Reservoir Road Permanent Water Quality Improvements,Greeley, CO Weld County untilDamage Prevention Council • Weld County Road 70 Extension, Drainage, Bridge Hydraulics, Windsor,CO Secretary • Intersection Improvements, Frederick, CO SUE Association • 6th Street Roundabout, Dacono, CO Utility Notification Center • Highway 392 and County Road 21 Intersection Extension,Windsor, CO of Colorado • Highway 392 and County Road 13 Widening Improvements, Windsor, CO Ayres Safety Cotrmirbe • 10th and Pine Stormwater Improvements,Windsor, CO • 7th and Main Intersection,Windsor, CO Expertise • Windsor Town Campus,Windsor, CO PointMan • 11th Street, Sagewood Drive to Greeley Canal Number 2,Windsor, CO Approved CenturytJnk Contractor Select Project Experience Vacmaster Air Vac Systems • Crossroads and Colorado Boulevard Intersection Improvements, Loveland,CO Radio Detection 8100 and • Timnath Parkway North Connection Design SUE,Timnath,CO 8200 Series • SH 392 Widening 60%Design, Colorado Boulevard to Highland Meadows Tellus Vac Systems Parkway SUE Services,Windsor, CO Ground Penetrating Radar • Highway 257 and Eastman Park Drive Intersection Improvements,Windsor,CO Fulcrum Mobile Data • PRPA Fiber Installation,Loveland, CO Cofiection • Madison Avenue Roadway and Drainage Improvements,Loveland, CO Pipehom 800 Series • North Taft and US 34 SUE Intersection Improvements, Loveland, CO Schonstedt Magnetic • Timberline Road Widening, Fort Collins, CO Locator • College Avenue Intersections SUE, Fort Collins,CO • Mulberry and City Park, Fort Collins, CO • Harmony and Power Trail Undercrossing Improvements, Fort Collins, CO • PRPA Dixon Creek Sub Station Improvements, Fort Collins, CO • Hover Street Roadway Improvements, Longmont,CO AYRES;SUBSURFACE UTILITY ENGINEERING SERVICES WELD COUNTY 17 A1ES 70% Joseph Leary SUE Project Manager Joseph will be the primary point of contact for each 2026 individual task order(IA).Joseph brings both technical and communication skills to his work as a SUE project manager. He joined Ayres in 2023, bringing six years Total Experience of previous experience, mostly working closely with III Committed 8 Years municipalities to provide timely SUE deliverables. Workload Joseph uses his communication skills and dedication to build professional relationships with clients and utility 111 Availability Education owners. He has a strong technical background in Civil BS,Geoenvironmental 3D and has used ArcGIS to maintain underground Science,University of utility geodatabases.Joseph has managed GIS implementation,data migration,and North Carolina-Pembroke configuration projects for large municipalities and private companies. He applies his Graduate Level Studies, comprehensive background to execute and deliver SUE projects effectively. Geospatial Analytics GIS, North Carolina State University Weld County Project Experience • Weld County Trail Alignment, CO • CDOT Highway 52 and 79 Culvert Replacements,CO • CDOT SH 52 at Weld County Road 37 Drainage Improvements, CO • Weld County Road 70 Extension, Drainage, Bridge Hydraulics, Windsor, CO • Intersection Improvements, Frederick,CO • 6th Street Roundabout, Dacono, CO • Highway 392 and County Road 21 Intersection Extension,Windsor, CO • Highway 392 and County Road 13 Widening Improvements, Windsor, CO Select Experience • Crossroads and Colorado Boulevard Intersection Improvements, Loveland,CO • Timnath Parkway North Connection Design SUE,Timnath,CO • State Highway 392 Widening 60%Design, Colorado Boulevard to Highland Meadows Parkway,Windsor, CO • Highway 257 and Eastman Park Drive Intersection Improvements,Windsor, CO • PRPA Fiber Installation,Loveland, CO • 7th and Main Intersection, Windsor, CO • Wilson 7th Street Waterline SUE Services,Windsor, CO • Madison Avenue Roadway and Drainage Improvements, Loveland, CO • PRPA Fiber Installation, Loveland, CO • College Avenue Intersections, Fort Collins, CO • Harmony and Power Trail Undercrossing Improvements, Fort Collins, CO • Boston Avenue Extension and Connection, Longmont, CO AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES!WELD COUNTY 18 AYRES 50% Jeff Van Horn, PLS Professional Land Surveyor p Located in Ayres'Fort Collins office, Jeff joined Ayres 2026 in 2023,bringing with him over 25 years of survey - experience. His work as a crew chief has resulted in the 1111" successful leadership of his team in delivering clear, Years Experience timely,and accurate data. He has extensive experience Committed Years across the survey spectrum, but has most recently II committed 25 specialized in American Land and Title Association (ALTA),boundary, oil and gas,and construction layout II Availability Registrations survey.Jeff exercises a high degree of integrity when Professional Land performing his work, and he aims to alleviate burdens his Surveyor,CO,WV clients face wherever possible. Education Weld County Project Experience AS.Computer Aided • Weld County Trail Alignment, CO Drafting and Design, ITT . CDOT Highway 52 and 79 Culvert Replacements,CO Technical Institute AA, Math a • CDOT SH 52 at Weld County Road 37 Drainage Improvements, CO Hillsborough g • Reservoir Road Permanent Water Quality Improvements,Greeley,CO College • Newground-Bellco Two Rivers Marketplace, Greeley, CO • Greeley U.S. Forest Service Fire Mitigation Work, Greeley, CO Certifications • Weld County Road 70 Extension,Drainage, Bridge Hydraulics,Windsor, CO FAA Remote PilotAirnan • 6th Street Roundabout, Dacono, CO Certificate Select Experience • Crossroads and Colorado Boulevard Intersection Improvements, Loveland, CO • Highway 392 and CR 21 Intersection Extension,Windsor,CO • Timnath Parkway North Connection Design SUE,Timnath, CO • SH 392 Widening 60%Design, Colorado Boulevard to Highland Meadows Parkway SUE Services, Windsor, CO • Highway 257 and Eastman Park Drive Intersection Improvements,Windsor, CO • PRPA Fiber Installation, Loveland, CO • 10th and Pine Stormwater Improvements, Windsor,CO • Wilson 7th Street Waterline SUE Services,Windsor, CO • Armstrong The Learning Experience,Windsor,CO • Meadows Parkway SUE Services, Windsor,CO • Madison Avenue Roadway and Drainage Improvements, Loveland, CO • North Taft and US 34 SUE Intersection Improvements, Loveland,CO • Crossroads and Colorado Boulevard SUE, Loveland, CO • College Avenue Intersections, Fort Collins,CO AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 19 Ingenuity,Integrity,and Intelligence. 50% Hannah Schrader SUE Analyst • Select Project Experience 2026 • Weld County Trail Alignment, CO a • CDOT Highway 52 and 79 Culvert Replacements, • Weld County, CO Total Experience 4 Years • Weld County Road 70 Extension, Drainage, Bridge IIICommitted Hydraulics,Windsor,CO Workload Memberships • Intersection Improvements, Frederick, CO SUE Association II Availability • 6th Street Roundabout, Dacono, CO • Crossroads and Colorado Boulevard Intersection Improvements, Loveland, CO 30% Darleen Sean Administrative Coordinator Select Project Experience 2026 • Weld County Trail Alignment, CO • • CDOT Highway 52 and 79 Culvert Replacements, Weld County, CO Total Experience 6 Years • Weld County Road 70 Extension, Drainage, Bridge ■ Committed Hydraulics, Windsor,CO Workload Education • Intersection Improvements, Frederick, CO AA,Business 1111 Availability Administration, East • 6th Street Roundabout, Dacono, CO Gateway Community • Crossroads and Colorado Boulevard Intersection College;AAS, Creative Improvements, Loveland, CO Project Management, Shoreline Community • Highway 392 and County Road 21 Intersection Extension,Windsor, CO College 50% 41111% Ron Ricks j CADD Designer Select Prcject Experience 2026 • Weld County Trail Alignment, CO � '� ' , • CDOT Highway 52 and 79 Culvert Replacements, Total Experience Weld County, CO 41 Years • Weld County Road 70 Extension, Drainage, Bridge ■ Committed Hydraulics,Windsor,CO Workload Education • Intersection Improvements, Frederick,CO III Availability AS,Engineering,Clark • 6th Street Roundabout, Dacono, CO College • Crossroads and Colorado Boulevard Intersection Improvements, Loveland,CO • Highway 392 and County Road 13 Widening Improvements, Windsor, CO AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 20 Ingenuity,Integrity,and Intelligence. 50% Cam Gallegos CADD Designer Select Project Experience 2026 • Highway 392 and County Road 21 Intersection • f.1 Extension,Windsor,CO Total Experience • Timnath Parkway North Connection Design SUE, 25 Years Timnath, CO III Committed • Harmony Road Widening Design SUE,Windsor,CO Workload • Greeley-EWP Black Hollow Finalization, Larimer III Availability County,CO • Castle Rock Founders Parkway and Crimson Sky Road SUE,Castle Rock,CO 50% Phil Alarcon = SUE Field Technician • Select Project Experience 2026 • Weld County Trail Alignment, CO • CDOT Highway 52 and 79 Culvert Replacements, Total Experience Weld County, CO 22 Years • Weld County Road 70 Extension, Drainage, Bridge ■ Committed Workload Hydraulics,Windsor,CO Certifications • Intersection Improvements, Frederick,CO Confined Space Training • 6th Street Roundabout, Dacono, CO ATSSA Colorado Fiagger • Crossroads and Colorado Boulevard Intersection Improvements, Loveland,CO Certification • Timnath Parkway North Connection Design SUE,Timnath, CO 50% Kyle Sophy SUE Field Technician Select Project Experience 2026 • Weld County Trail Alignment, CO • CDOT Highway 52 and 79 Culvert Replacements, Total Experience Weld County, CO 5 Years • Weld County Road 70 Extension, Drainage, Bridge 1111 Committed Certifications Hydraulics,Windsor,CO Workload BNSF Contractor Safety • Intersection Improvements, Frederick,CO Flagger6th Street Roundabout, Dacono, CO II Availability ATSSA Colorado • Certification • Highway 392 and County Road 21 Intersection Locating Competency, Extension,Windsor,CO Staking University • Timnath Parkway North Connection Design SUE,Timnath,CO Confined Space Training AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 21 Ingenuity,Integrity,and Intelligence. r."440 30% Cody Derr SUE Field Technician Select Project Experience 2026 • Highway 392 and County Road 21 Intersection Extension,Windsor, CO Total Experience • Timnath Parkway North Connection Design SUE, 4 Years Timnath, CO I Committed Workload • 38th West Avenue Final Design, Wheat Ridge,CO Certifications • Vine Drive and Jerome Street Improvements SUE, 11Availability Confined Space Training Fort Collins, CO ATSSA Colorado Flagger • Arapaho Bend, Fort Collins, CO Certification • Severance Community Park, Severance, CO — ar— 50% Danette Victoria SUE Field Technician Select Project Experience 2026 ._a • Weld County Road 70 Extension, Drainage, Bridge A n Hydraulics,Windsor, CO Total Experience • Retail Park SUE, Greeley, CO 6 Years • 38th West Avenue Final Design, Wheat Ridge,CO IIII Committed Workload • Water Filter Plant SUE, Greeley,CO Certifications • Downtown Alley Improvements Johnstown, CO Confined Space Training • Willow Street Design SUE, Fort Collins, CO ATSSA Colorado Flagger • Fiber Optic Installation, Broomfield,CO Certification • Granite Mountain Environmental,WY 50% Sean Watson Survey Field Technician � ` 2026 Select Project Experience • Weld County Trail Alignment, CO • CDOT Highway 52 and 79 Culvert Replacements, Total Experience Weld County, CO 11 Years • Weld County Road 70 Extension, Drainage, Bridge 111 Committed Workload Certifications Hydraulics,Windsor,CO HighwayIII Availability FAA Remote Pilot Airman392&CountyRoad 21 Intersection Certificate Extension,Windsor, CO • Timnath Parkway North Connection Design SUE, Timnath, CO AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 22 Ingenuity,Integrity,and Intelligence. --- -- a 30% Carlos Camarillo e Survey Field Technician Select Project Experience 2026 • Timnath Parkway North Connection Design SUE, Timnath, CO Total Experience • Retail Park SUE, Greeley, CO 11 Years • 38th West Avenue Final Design, Wheat Ridge, CO El Committed Workload • Water Supply and Storage Chambers Lake and Long Draw Reservoir Monumentation, Larimer 1111 Availability County, CO • Chambers Lake and Long Draw Reservoir Survey, Kiniknik, CO • Kinney Creek 60% Design, Grand County, CO Local Expertise and Project Readiness Our team's deep familiarity with Weld County,stemming from the successful completion of numerous projects within the region, provides a strong foundation for this work. This understanding of regional conditions, regulations, and community needs, coupled with our broad experience in similar scopes of work, positions us to manage this project effectively. We have the proven capacity and skilled personnel to deliver high-quality results, meeting all project requirements efficiently. Our extensive history of working within Weld County has allowed us to cultivate strong relationships with local agencies and stakeholders.This established rapport,combined with our comprehensive knowledge of the County's specific infrastructure, development standards, and environmental considerations,enables us to anticipate challenges and streamline project execution.We are well prepared to navigate the unique aspects of the area for this project, helping to support seamless coordination and successful outcomes. Why Choose Ayres? WORKING TOGETHER, WE ImprovingWE WORK WITH WE PROVIDE CHALLENGE. WE CONDUCT v✓ HA`JE Lives Clients As Smart, SUPPORT. Business Commitment Creative AND W TH TO IN THE BUILT Partners Solutions RECOGNIZE Integrity Community Environment OUR EMPLOYEE OWNERS AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 23 Ingenuity,Integrity,and Intelligence. Schedule E — Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. Friday, December 5, 2025 @ 1:00PM 1. Vendor's Proposal —Outlined in Schedule D 2. Schedule E — Proposal Response Form 3. Any potential or future Addenda must be completed/acknowledged. 4. All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of the Proposal may result in the Proposal being incomplete, non-responsive, and the Proposal being rejected. If there are any exclusions or contingencies submitted with the proposal it may be disqualified. System for Award Management (SAM) Database Proposers must be registered in the System for Award Management (SAM) database. In space below, provide the company's Dun & Bradstreet(DUNS) number. Weld County will use the SAM database to verify the company's registration and status. DUNS/UEI #: CZD2TMAKQAP6 Attestation: The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Proposal for Request No. B2500126 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that proposer is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F—Insurance 6. Acknowledgment of Schedule G—Weld County Contract 7. By submitting a responsive Proposal or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 24 Ingenuity,Integrity,and Intelligence. Item Entry Company Name: Ayres Associates Inc. Address: 3665 JFK Parkway,Bldg.2,Ste 100,Fort Coains,CO 80525 Phone 970.223.5556 Email: MathisonD@AyresAssociates.com FEIN/Federal Tax ID#: 39-0965082 CONSULTANT: By: ‘/)'� - 12/05/2025 Date of Signature Name: Dale Mathison,PE Title: SUE and Survey Manager AYRES I SUBSURFACE UTILITY ENGINEERING SERVICES I WELD COUNTY 25 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. 1 Date: November 19,2025 By: Weld County Addendum No. Date: By: Addendum No. Date: By: FIRM Ayres Associates Inc. BY Dale Mathison (Please print) BUSINESS ADDRESS 3665 JFK Parkway, Building 2, Suite 100 DATE 12/04/2025 CITY, STATE,ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 970.797.3540 FAX TAX ID# 39-096508 SIGNATURE y = • - - E-MAIL MathisonD@AyresAssociates.com A signed copy of the Receipt of Addenda must be included with RFP. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. A1ES Ingenuity,Integrity, and Intelligence. / Weld County Subsurface Utility Engineering Services Solicitation No. B2500126 SUE Scope of Work Our project team understands and agrees to the general scope of services outlined in Weld County's Request for Proposal Subsurface Utility Engineering Services(Solicitation B2500126). While each specific SUE project deserves a tailored approach, there are common threads between each project and scope. Initial Utility Research Our process begins with confirming the project limits for the SUE investigation, calling an 811 SUE ticket, and holding a project kickoff meeting. The kickoff meeting establishes clear communication of the project scope and schedule and allows for discussion to talk through details, ask questions, and get the project started well. We perform a desktop review and site visit when applicable (some areas may not have up- to-date imagery)to identify surface utility features and other indicators of below-ground infrastructure. In coordination with the County, our SUE lead will contact property owners, explain what we are doing, for whom we are working, and how they can benefit from the work being done, with the intention of forming good relationships with the property owners and the community. We will coordinate subsequent fieldwork with the County and the affected landowners throughout the investigation. Utility Designating (QLB) With utility information received from the SUE ticket,we will perform Quality Level B (QLB) utility designating on specified underground utilities within the scope of a project, using RD8100 and 8200, Vivax Metrotech, and other geophysical locating equipment. To identify unknown utilities, the Ayres team uses a two-manpassive induction sweep, using a Pipehorn Series 800 H Pipe and Cable Locator, and a LMX100 GPR unit if soil conditions allow. We will use video and/or a sonde and rodder to verify the drain tiles in the right-of-way(ROW) and private entries. If below-grade vaults or structures exist within the project limits, we will produce data sheets to document each identified structure, following Weld County's standards. For storm drain culverts and irrigation facilities, our team will CCTV inspect these facilities to confirm location and assess condition. Our CCTV inspection subconsultants are PACP certified to document the overall condition of the structure and identify any defects found. Utilities found during the QLB investigation will be marked on the surface with paint and flags following ASCE 38 Guidelines. Our survey team will survey all marked utilities along with all surface utility features, such as ground utility poles and other visible utility infrastructure. The team then brings the survey data into CADD and Civil 3D pipe networks are created for all identified utilities. The next step is to overlay the utility information onto the project design files to develop a utility conflict matrix between the existing utilities and the proposed improvements, all in coordination with the County and design team. Utility Locating (QLA) Once we have identified potential utility conflicts between existing underground utilities and the proposed project design components, we will submit a plan to the County showing proposed test hole locations. After discussion, and with the County's approval on the proposed locations, test hole vacuum excavation 970.223.5556 13665 JFK Parkway, Bldg. 2, Suite 100 I Fort Collins, CO 80525-3152 f in www.AyresAssociates.com File AYRES SUE Services-Scope of Work docx Weld County December 30, 2025 Page 2 of 3 will be performed using our Vacmasters 4000 and 3000 to complete the Quality Level A(QLA) phase of the project. We will use air vacuum excavation as the non-destructive method of breaking ground and visually locating the target utility. If needed, we can use water if the county approves it. Once found,we will fully document the utility following Weld County standards, including photos and utility metadata. We take depth measurements from the top and width of the utility using a grade rod. Test hole data sheets are then produced and included with the final deliverable. A Fulcrum data report including pictures and a KMZ can be produced if desired and beneficial to the County. The survey team will survey each test hole to determine the actual elevation of the buried utility, including three swing ties measured to the nearest permanent physical feature. Deliverables After all fieldwork is completed and the QLA test hole data is incorporated into the SUE plans, the project utility engineer will review the plans, work with the project team and County staff to resolve any conflicting information, and develop final SUE plans. A final SUE report will be prepared to accompany the SUE plans, documenting the utility investigation and containing test hole sheets, structure data sheets, a description of the investigation process, and a description of the utilities found. Ayres will allocate time for a quality control (QC) check prior to submitting final deliverables. Summary With all fieldwork, safety is paramount. The safety of our staff, County staff, the public, and any other personnel at the site is taken seriously. Proper communication with the County, utility owners, property owners, and our field team, along with approved traffic control is critical to maintain a safe work zone.We will develop a detailed schedule and budget for each SUE project requested by the County. A typical project plan will involve the following steps: 1. Kick-off meeting and Utility Research: Upon notice to proceed, we will schedule a kickoff meeting with the County and call in an 811 SUE ticket for the project area. 2. Property Owner Coordination: We will initiate a meeting with the property owners, establishing a connection where we will work with them to determine the location of their private utilities(drain tiles, irrigation lines, private power). 3. QLB Utility Designating: After reviewing any available documents provided by the utility owners, we will perform the QLB designating work, including video inspecting irrigation facilities and culvert crossings as needed, to identify known and unknown underground and above-ground utilities within the project scope. 4. Survey: Our survey team will then pick up all QLB marks and surface utility features so the office staff can begin plan development. 5. Draft SUE Plans:A Civil 3D pipe network will be developed, with each utility incorporated as a Civil 3D pipe. Our CADD designer, Ron Ricks, is an expert in developing 3D pipe networks and will work with the SUE team, including the project professional engineer(PE), to see that plans make sense, data is documented, and the resulting plans are accurate, complete, and of high quality. 6. Utility Conflict Matrix: We will develop a utility conflict matrix using the existing utility information and proposed design features. We will depict potential conflict locations on the plans and coordinate with the County to decide on the number and location of test holes needed. 970.223.5556 13665 JFK Parkway, Bldg. 2, Suite 100 I Fort Collins, CO 80525-3152 f ,n www.AyresAssociates.com -le GYRES SUE Services-Scope of'tfork accx Weld County December 30, 2025 Page 3 of 3 7. QLA Test Hole Excavation: We will develop a scope and fee estimate for the test hole work. Upon approval of the scope, we will proceed with test hole work(QLA), survey test hole locations, update the SUE plans and report, and develop final deliverables, allowing adequate time for the designers to complete the job. 8. Final Deliverables: We will produce the following deliverables: • SUE report(PE-stamped and sealed) • SUE plan set(PE-stamped and sealed) • Utility conflict matrix • Test hole data sheets • Field notes • CSV file of conventionally collected survey data • Signed right-to-enter forms • Meeting agendas and notes Throughout the utility investigation process, we will coordinate closely with Weld County to resolve challenges we encounter, partner to resolve property owner relationships, and keep the work moving forward. Communication is key to the success of any SUE job, and we understand and are glad to see that the County desires to be closely involved in each project. 970.223.5556 13665 JFK Parkway, Bldg.2, Suite 100 I Fort Collins,CO 80525-3152 f W www.AyresAssociates.com File AYRES SUE Services-Scope of Work docx AYRES 2026 FEE SCHEDULE Billing Category ($) Principal $ 320.00 Senior Professional IV $ 280.00 Senior Professional III $ 260.00 Senior Project Manager $ 240.00 Senior Professional II $ 230.00 Senior Professional I $ 220.00 Project Manager II $ 210.00 Project Manager I $ 190.00 Professional VI $ 180.00 Professional V $ 170.00 Professional IV $ 160.00 Professional III $ 150.00 Professional II $ 135.00 Professional I $ 125.00 Engineering Intern $ 90.00 Senior Designer $ 140.00 Designer $ 120.00 SUE Project Manager $ 200.00 Field Supervisor $ 160.00 Crew Chief $ 135.00 Field Technician III $ 125.00 Field Technician II $ 115.00 Field Technician I $ 100.00 Field Intern $ 90.00 Project Controller $ 150.00 Project Accountant $ 125.00 Administrative Assistant $ 110.00 DIRECT PROJECT CHARGES Actual costs incurred. Includes subcontractors,analytical services,printing/graphic services, freight and courier services and use of outside vendors for supplies and materials. FIELD PROJECT CHARGES Field Project Costs (APC) based on labor fees 6 25% FPC includes PPE, project specific materials, field supplies, small equipment, software, telecommunications charges, postage (excluding freight costs and courier service), and routine in-house reproduction. Printing and large volume reproduction costs will be invoiced as an outside service. OTHER COSTS Ayres Reimbursable Expense Schedule for company owned equipment,vehicles,and software is attached. In addition, reasonable employee's expenses,including meals and lodging incurred during authorized travel,are billed at actual cost or the current CONUS per diem rate.Automobile rental and airfare costs will be invoiced at actual cost. An administration fee of ten(10)percent will be applied on all direct charges(including subcontractors,travel,direct costs, and service providers). A%'RES Reimbursable Expense Schedule(Revised May 4, 2025) Policy: It's the policy of Ayres Associates that costs associated with equipment and supplies identified as having been used on a specific project, be charged to that project and not to general overhead. All equipment rates are based on actual costs and are reviewed/updated annually. Company-Owned Equipment ENVIRONMENTAL MONITORING,SAMPLING,TESTING: Groundwater Sampling $3.00 Sample Nuclear Density $100.00 Day Soil Sampling $7.25 Sample Temp/pH Conductivity Meter $11.60 Day Water Level Meter $4.15 Day CONSTRUCTION TESTING AND SAMPLING: Concrete/Testing Equipment $115.00 Day SURVEYING AND PHOTOGRAMMETRIC: Drone—common $130.00 Day Drone-Inspection $1,770.00 Day GPS $110.00 Day High Precision Digital Level $82.20 Day Laser/Automatic Level $45.15 Day Total Station (Robotic) $110.00 Day 360 Camera $24.55 Day Terrestrial LiDAR Station $320.00 Day Geospatial Workstation $8.95 Day SUBSURFACE UTILITY EQUIPMENT: Hammer Drill&Accessories $40.00 Day RD Electronic Locating Device $110.00 Day RD Ground Penetrating Radar $150.00 Day VAC Truck $1,250.00 Day TRAFFIC DATA COLLECTION: Miovision Scout VCU $130.00 Day Traffic Counter $23.90 Day TRANSPORTATION: All-Terrain Utility Vehicle(ATV/UTV) $110.00 Day Boat/Motor/Trailer $350.00 Day Company Trucks $1.05 Mile Personal Auto Current IRS Rate Mile D , � Pipeline Maintenance www.DESPipeline.com P.O. Box 337660—Greeley, Colorado 80633 Phone(303) 503-6697 Phone (970) 371-5251 2026 CLEAN & CCTV DESCRIPTION COST Jet cleaning sewer lines $375.00 / hour 2-hours minimum Video inspection of sewer lines $375.00 / hour 2-hours minimum Late Cancellation of a scheduled job $500.00 Less than 24 hours Mobilization & De-Mobilization fee $240.00 / hour Port-to-Port Haul off& disposal of debris $600.00 minimum When on site disposal is not available *Price subject to change based on dump site fees Above hourly rates apply to all equipment wait times on site for, but not limited to, the following: • Maps of work to be done • Water meter • Site being readied • Inspector's arrival 'no� � 1 V ,111, T KING SURVEYORS Standard Hourly Rate Schedule Effective: December 15, 2025 Project Surveyor $150.00/hr. Project Manager $121.00/hr. Processing: Draftsman $118.00/hr. CAD Technician I $106.000/hr. CAD Technician II $100.00/hr. Field: Crew Rate (2-man) $197.00/hr. GPS Crew $180.00/hr. Crew Chief $116.00/hr. Expert Witness $237.00/hr. Clerical $58.00/hr. A.T.V. $50.00/hr. Boat $50.00/hr. Copies: 8 1/z X 11" $0.15/copy 8 1/2"X 14" $0.20/copy 11"X 17" $0.25/copy 18"X 24" Prints $1.50/copy 24"X 36" Prints $2.00/copy 24"X 36"Mylars $8.00/copy **All copies&meetings are billed in addition to estimates, unless otherwise noted. ** **All fees are subject to change without notice** 650 EAST GARDEN DRIVE I WI\DSOR, C'O1A)12A1)O 80550 I P. $)70.088.5011 I F. 070.086.5821 R'WW.KI\GSi'12VEYORS.CONI OVELANDI+ 4335 WARD AVE OYElANO,CO 80538 Estimate P:970-663-5311 F:970-663-5270 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite 100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total LS Per Day (If Required) 1 day 1,900.00 1,900.00 Traffic Control/Flagging Operation (Per Day Rate) (Working Hours 7:00 am to 5:00 pm Mon-Fri) Includes:(Qty-I)F/T Traffic Control Supervisor, (Qty-2)Flaggers/AFAD,Warning Signs and Channelizing Devices. Note:Estimate is Based on a Ten(10)Hour Flagging Operation. Note:Travel Time to a from the Project Site will be Charged for under the Bid Item. Note:Please Apply the Number of Working Days towards Each Phase of Construction to calculate your Total. Note:Minimum Four(4)Hour Charge Per Flagger. Note:All Quantities are Estimated,billing will be based on the Actual Quantities Used. Page 1 OVELAND lOYElANO,CO 80538I* Estimate 9 - 311 FP::91070-663663-55210 Date Estimate# BARRICADE 1/6/2026 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite 100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total LS Per Day (If Required) 1 day 21 Oo 2,300.00 (Per Day Rate) (Working Hours 7:00 am to 5:00 pm Mon-Fri) 'k_- ':.t.....& AD.Warning Signs and Note:Estimate is Based on a Ten(10)Hour Flagging Operation. Note:Travel Time to a from the Project Site will be Charged for under the Bid Item. Note:Please Apply the Number of Working Days towards Each Phase of Construction to calculate your Total. Note:Minimum Four(4)Hour Charge Per Flagger. Note:All Quantities are Estimated,billing will be based on the Actual Quantities Used. Page 2 II+ 3 OVELAND .YELA DRC080538 Estimate P:910-663-5311 F.910-663-5210 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total LS Per Day (If Required) 1 day M. 2,700.00 Traffic Control/Flagging Operation (Per Day Rate) (Working Hours 7:00 am to 5:00 pm Mon-Fri) Includes:(Qty-1)F/T Traffic Control Supervisor, (Qty-4)Flaggers/AFAD,Warning Signs and Channelizing Devices. Note:Estimate is Based on a Ten(10)Hour Flagging Operation. Note:Travel Time to a from the Project Site will be Charged for under the Bid Item. Note:Please Apply the Number of Working Days towards Each Phase of Construction to calculate your Total. Note:Minimum Four(4)Hour Charge Per Flagger. Note:All Quantities are Estimated,billing will be based on the Actual Quantities Used. Page 3 II+ WAR OVELAND L3SOVEWID,C0i063i Estimate P:110-ii3-5311 F:11!-ii3-5210 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite 100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total Impact Truck w/... (If Required for Mobile Operations) 1 hr 100.00 100.00 Traffic Control/Attenuator Truck with Driver (Per Hour Rate) Includes:(Qty-1)Attenuator Truck with Driver, Warning Signs and Channelizing Devices. Note:Travel Time to and from Project Site will be Charged for under this Bid Item. Note:Minimum Four(4)Hour Charge per unit. Note:All Quantities are Estimated,Billing will be Based on the Actual Quantities Used. Page 4 3 OVELAND LOYELA ORCO 80538I+ Estimate P: - 1 F.910-663910-663-5253101 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A I/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total TCS (If Required) 1 hr 75.00 75.00 Traffic Control/Traffic Control Supervisor(TCS) (Per Hour Rate) Note:As Needed for Attenuator Truck Mobile Operations if a TCS is not already on site for Delivery,Setup and Pick up of Warning Signs& Channelizing Devices. Note:Travel Time to and from Project Site will be Charged for under this Bid Item. Note:Minimum Four(4)Hour Charge per TCS. Note:All Quantities are Estimated,Billing will be Based on the Actual Quantities Used. TCS Per Da) (If Required) 1 da) 850.00 g50.00 Traffic Control/Traffic Control Supervisor(TCS) (Per Day Rate)(Per TCS) If a TCS is required to remain on site without Flaggers. Note:Travel Time to a from the Project Site will be Charged for under the Bid Item. Page 5 II+ 3 OVELAND LOYELAND,CO 80538 Estimate P:910-663-5311 F:910-663-5210 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite 100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total Plan l)c,ign (If Required) 1 c:1 100.00 100.00 Traffic Control/Plan Design (Per Each) Note:All Quantities are Estimated,Billing will be Based on the Actual Plans Developed. II' Bid Information Notes: 0.00 0.00 1.Bid is Valid for 30 Calendar Days 2.Loveland Barricade Company Working Hours are 7:00am to 5:00pm(Mon-Fri).Any hours worked outside of these are subject to an After Hours rate. 3.Bond and Taxes Not Included in Estimate. 4.Davis Bacon Wages Not Included. 5.Tax Exempt Certificate(if applicable)Required Before Project Starts. 6.The Following Items are not Included unless noted under the Bid Item:Weekend Work,Night Work,Message Boards,Arrow Boards,Specialty Signs,F/T Traffic Control Supervisor unless noted under the Bid Item,Concrete Wall,Impact Attenuators,Flashing Beacons,Steel Plates,RR Xing Flaggers,State/City/County Permits, Uniformed Traffic Control(UTC)/Police,Pilot Car Operation,Permanent Signs,Pavement Markings, Public Notices,Lane Rental Fees or Crowd Control Fencing, 7.Payment Terms On All Invoices are Net 30 Day. 8.A 3%Credit Card Fee will be Applied for all Credit Card Payments. Page 6 OVELAND :LT:,Dc0A11:8538 Estimate P:918-663-5311 Fl:918-663-5218 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total 9.All Quantities are Estimated,billing will be based on the Actual Quantities Used. Indemnity Provision: Loveland Barricade LLC.shall indemnify and hold contractor harmless from and against all claims, damages,and reasonable expenses arising out of work contracted for,provided that such claims, damages and reasonable expenses are attributable to bodily injury,sickness,disease or death,or injury to or destruction of tangible property,but only to the extent caused in whole or in part by the negligent acts or omissions of Loveland Barricade LLC. Obligation to defend and indemnify the contractor shall extend only to the percentage of negligence of Loveland Barricade LLC.in contributing to such claims,demands,liabilities or reasonable expenses. Page 7 11+ OVELAND oo Deo7853s Estimate P:910-663-5311 F:910-663-5210 Date Estimate# BARRICADE 1/6/2026 5377 Name/Address Project Information: Ayres Associates Weld County SUE On Call EMAIL INVOICES TO: Weld County subs@AyresAssociates.com (Traffic Control) 3665 John F Kennedy Pkwy Bldg 2 Suite100 (Budget Numbers) Fort Collins,CO 80525 Revision Date Plan Date P.O./W.O.# Due Date Rep N/A N/A N/A 1/6/2026 JTS Item Description Unit Quantity U/M Unit Cost Unit Total Sales Tax (2.9%) $0.00 Thank you for the opportunity to have quoted you on this project. Total $8,025.00 Customer Signature Page 8 Form Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owners name on line 1,and enter the business/disregarded entity's name on line 2.) Ayres Associates Inc 2 Business name/disregarded entity name,if different from above. `° 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1.Check 4 Exemptions(codes apply only to c only one of the following seven boxes. certain entities,not individuals; o. see instructions on page 3): c ❑ Individual/sole proprietor ❑✓ C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate ai ❑ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . Exempt payee code(if any) Cl.c Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax ct classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax o box for the tax classification of its owner. Compliance Act(FATCA)reporting ❑ Other(see instructions) code(if any) a u v= 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, m and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained a this box if you have any foreign partners,owners,or beneficiaries.See instructions ❑ outside the United States.) w5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) 3433 Oakwood Hills Pkwy 6 City,state,and ZIP code Eau Claire,WI 54701 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other — — entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer identification number Note:If the account is in more than one name,see the instructions for line 1.See also What Name and Number To Give the Requester for guidelines on whose number to enter. 3 9 — 0 9 6 5 0 8 2 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here u.s.person �� Date 01-07-25 General Instructions New line 3b has been added to this form.A flow-through entity is required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest.This Future developments.For the latest information about developments change is intended to provide allow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they were published,go to www.irs.gov/FormW9. beneficiaries,so that it can satisfy any applicable reporting requirements.For example,a partnership that has any indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-2024) Page 1 of 2 ® DATE(M D/M/DYYYY) ACO CERTIFICATE OF LIABILITY INSURANCE 01/12/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CNACT WTW Certificate Center Willis Towers Watson Midwest, Inc. PHONE 1-877-945-7378 (jam Not: 1-888-467-2378 c/o 26 Century Blvd P.O. Box 305191 ADDRELSB; certificates€wtwco.com Nashville, TN 372305191 USA INSURERS)AFFORDING COVERAGE MICE INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED INSURER B: Farmington Casualty Company 41483 Ayres Associates, Inc. 3433 Oakwood Hills Parkway INSURERC: Travelers Indemnity Company of CT 25682 Eau Claire, WI 54701 INSURER D: ALI Insurance Company 13056 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:W43642491 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD YWD POLICY NUMBER (MMND/YYYY) IMMWDD/YYYY) LIMITS X COMERCIAI.GENERAL mown, EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X, PREMISES((Ea occurrence) $ 500,000 A MED EXP(Any one person) S 5,000 Y Y P-630-C2148191-COF-26 01/01/2026 01/01/2027 PERSONAL&ADVINJURY S 2,000,000 GEM_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 4,000,000 POLICY X JECaT LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) S B OWNED SCHEDULED Y Y 810-C2187536-26-43-G 01/01/2026 01/01/2027 BODILY INJURY(Per accident) S AUTOS ONLY _AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY (Per accident) Included $ UMBRELLA LIAR _ OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTIONS S WORKERS COMPENSATION X E PR OTH- AND EMPLOYERS'LIABILITY STATUTE ER C ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT S 1,000,000 OFFICERIMEMBEREXCLUDED7 n N/A Y UB-C2188810-26-43-E 01/01/2026 01/01/2027 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S D Professional Liability Y RDP0058943 06/30/2025 06/30/2026 Per Claim $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Subsurface Utility Engineering Services (Solicitation B2500126) Project information: Weld County SUE On Call Weld County (Traffic Control) (Budget Numbers) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Board of Weld County Commissioners AUTHORIZED REPRESENTATIVE P.O. Box 758 Greeley, CO 80632-0758 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 29293171 BATCH: 4276171 AGENCY CUSTOMER ID: _ LOC#: ACCPRD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Ayres Associates, Inc. Willis Towers Watson Midwest, Inc. 3433 Oakwood Hills Parkway POLICY NUMBER Eau Claire, WI 54701 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers, County are included as an Additional Insured as respects to General Liability and Auto Liability. General Liability and Auto Liability shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by County. Waiver of Subrogation applies in favor of County with respects to General Liability, Auto Liability, Professional Liability and Workers Compensation as permitted by law. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 29243171 BATCH:4276171 CERT: W43642491 Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job AYRES ASSOCIATES SUP-30722 aid linked here to add a p supplier in Workday. Contract Name* Contract ID Parent Contract ID SUBSURFACE UTILITY ENGINEERING SERVICES 10242 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW MBEDELL Department Project# Contract Lead Email N/A MBedell@weld.gov Contract Description* ON-CALL SUBSURFACE UTILITY ENGINEERING SERVICES REQUIRED FOR THE DESIGN AND CONSTRUCTION OF TRANSPORTATION PROJECTS. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 01 /1 7/2026 01 /21 /2026 Amount* Department Email $700,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weld.gov NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be CM-PubiicWorks- included? Automatic Renewal DeptHead@weld.gov NO NO County Attorney Grant GENERAL COUNTY NO ATTORNEY EMAIL IGA County Attorney Email NO CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date* 12/31 /2026 01 /01 /2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 01 /15/2026 01 /22/2026 01 /22/2026 Final Approval BOCC Approved Tyler Ref# AG 012826 BOCC Signed Date Originator BOCC Agenda Date MBEDELL 01 /28/2026 • ' 1s6 < PUBLIC WORKS DEPARTMENT = (970) 400-3750 r 1 1 1 1 H St., P.O. Box 758 TY Greeley, CO 80632 January 5,2026 To: Board of County Commissioners Subject: Subsurface Utility Engineering Services (RFP #B2500126) As advertised, this solicitation is for Subsurface Utility Engineering Services Public Works conducted a Qualifications Based Selection (QBS) process to select a consultant to perform Subsurface Utility Engineering Services for the Public Works Department. A selection committee comprised of five (5) Public Works Department staff reviewed and scored the ten (10) vendor proposals received based on pre- determined selection criteria. The committee determined the highest scoring vendor was Ayres Associates, Fort Collins office. Attached is a summary of the scoring rankings. A design fee not-to-exceed $700,000.00 is based upon a line item of equal amount within the 2026 approved budget. Public Works staff have reviewed the hourly rates and scope of work submitted by Ayres Associates and finds the rates to be reasonable. Therefore, the recommendation to award the contract to Ayres Associates for a total amount of$700,000.00. This contract may be renewable for a period not-to-exceed three (3) years if approved by the Board of County Commissioners. If you have any questions, please contact me. Sincerely, Curtis Hall Director 2026-0036 I/I Z EelOOB1 Attachment 1 Summary of Committee Member Scoring Consultant Name Final Ranking Ayers Associates 1 T2 Utility Engineering 2 Drexel BarrelI 3 KLJ 4 Colliers Engineering 5 Utility Mapping Services 6 Kimley Horn 7 LJA Surveying 8 WSB LLC 9 Lighthouse 10 ,1861 '' Weld County Finance Department a-ji = Purchasing Division r bids�a weld.gov V o Y 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Subsurface Utilities Engineering Services Bid Number: B2500126 Department: Public Works Bid Opening Date: December 5, 2025 Approval Date: TBD — (January 12, 2026) Vendor(s) Name KLJ 400 Inverness Parkway, Suite 150 Englewood CO 80112 Kimley-Horn & Associates Inc 421 Fayetteville Street, Ste 600 Raleigh NC 27601-1777 LJA Surveying Inc 4700 S Syracuse St, Ste 500 Denver CO 80237 T2 UES Inc/dba: T2 Utility Engineers 150 Capital Drive, Ste 190 Golden CO 80401 Colliers Engineering & Design Inc 365 Inverness Pkwy, Ste 100 Englewood CO 80112 The Public Works Department is reviewing the proposals. WSB LLC 2000 S.Colorado Blvd,Tower 1 , Ste 11000 Denver CO 80222 Utility Mapping Services 7100 Broadway, Unit 1D Denver CO 80221 Drexel, BarrelI & CO 1376 Miners Dr. Ste. 107 Lafayette CO 80026 Ayres Associates 3665 JFK Parkway, Bldg 2, Ste 100 Fort Collins CO 80525 Lighthouse Transportation Group LLC 11861 Bradburn Blvd Westminster CO 80031 The Public Works Department is reviewing the proposals. Hello