Loading...
HomeMy WebLinkAbout20252244.tiffCUr ad--IN=V62,-4 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND TIGER EYE ENGINEERING THIS AGREEMENT is made and entered into this ntlrl day of August 2025, by and between the Board of Weld County Commissioners, on behalf of Weld County Public Works hereinafter referred to as "County," and Tiger Eye engineering hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the 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) as set forth in Bid Package No. B2500094. 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. 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 Form Revision 5-2025 Cope 1 3/25/ Z cu. 0 hbay C t. puvc hct Lf j Z0ZS 2Z - 'S1.25/ Z5 E 100 3 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 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 2 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 $148,130.00 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. 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. 3 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, 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 4 (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 such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: 5 Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall indude 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 indude 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 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 6 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 in excess of 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. 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. 7 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. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. 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, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and 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: TO CONTRACTOR: Name: William G. Buttlar, PhD, PE Position: Chief Operating Officer Address: 6206 Overbrook Ct., Columbia, MO 65201 10 E-mail: info@tigereye-eng.com Phone: (217) 369-8370 TO COUNTY: Name: Joshua J. Holbrook Position: Pavement Management Supervisor Address: 1111 H St. Greeley, CO 80632 E-mail: jholbrook@weld.gov Phone: 970.400.3744 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 (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 11 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. 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. 12 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: By: \ 31& . J \ 8/13/2025 Name: "William G. Buttlar Title: _Chief Operating Officer Date of Signature WELD COUNTY: ATTEST: Weld BY: Deputy Clerk to the Board / Perry l..(/Buck, Chair ghwidfekia BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 13 AUG 2 5 2025 Zb25-22e-i-q Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 Professional Services — Invitation for Bid (IFB) Cover Sheet Bid Number: B2500094 Title: Pavement Data Collection Service Advertisement Date: July 9, 2025 Questions Due: July 16, 2025, by 5:00 pm Questions Posted: July 18, 2025, by 5:00 pm Questions email: bids(a�weld.dov Bid Due Date: July 23, 2025, by 1:00 PM Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids@weld.gov Documents Included in this Bid Package IFB Schedules Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 6-2025 IFB Attachments: Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments' 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Specific Requirements and Responsibilities 5 Schedule C - Procurement Schedule 12 Schedule D — Bid Response Form 13 Bid Submittal Instructions 13 Fees 13 Attestation 14 Schedule E — Insurance 15 Insurance 15 Insurance Mailing Information 17 Schedule F - Weld County Contract 19 Contractual Obligations 19 Weld County Standard Contract 19 Schedule A - Bid 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: Pavement Data Collection Service Bids will be received until: July 23, 2025 at 1:00 pm (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 23, 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 bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bids(c weld.gov If your bid exceeds 25MB please upload your bid 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 bids 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 bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids 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 bid 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 bid 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 Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids 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 bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding 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. Schedule B - Scope of Work Project Overview Weld County is seeking bids from qualified firms and/or teams interested in providing professional services to Weld County for pavement condition data collection. Weld County maintains approximately 735 centerline miles (1,219 segments) of roads in our Cartegraph Pavement Management Software. Weld County would like to conduct two passes on arterials roads that have two (2) lanes per travel direction, resulting in an estimated 789 survey miles. To accurately and effectively manage these assets and be able to proactively schedule maintenance activities, surface distress data must be collected on these segments. The pavement surface distress data collection shall identity the type of distresses present on each pavement segment and determine their severity and quantity. The Service Provider shall analyze collected data that will produce an overall Pavement Condition Index (PCI) and International Roughness Index (IRI). Service Provider shall identity any segment that has curb, gutter, sidewalks and ADA ramps. Method of Procurement Invitation for Bid (IFB): An Invitation for Bid (IFB) is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non- responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and IFB contract. Pricing Method Low Bid: Low Bid is a procurement method where the county requests a price from multiple sources and bases the award decision on the lowest priced bid that meets specifications. Specific Requirements and Responsibilities The following shall be included in the scope of work. In an effort to maintain an adequate transportation infrastructure Weld County typically performs a pavement condition data collection on all County roads every other year. It is the intent of Weld County to enter into a one-year agreement, with the option to renew for two additional years. Renewal price will be based on the Denver -Boulder -Lakewood Consumer Price Index, percentage change from one year to the next Methods of distress survey include automated distress surveys, semi -automated distress surveys, and various hybrid combinations of these (herein are collectively referred to as "automated surveys") shall be considered. The Service Provider shall perform automated surveys of selected roads within Weld County which shall be in accordance with the distress definitions and descriptions included in the most current ASTM D6433 Standard Practice for Roads and Parking Lots Pavement Conditions Index Surveys. Service Provider shall include services for acquisition of objective surface condition data system wide and work with Weld County to provide the data in the appropriate format. The Service Provider shall also perform asset extraction for curb, gutters, sidewalks, and ADA ramps. Prior to the commencement of field activities, Service Provider will meet with County Personnel. The purpose of this meeting will be to review the distress rating procedure and the QA/QC process. The data collection crew will stay in contact with County Project Manager throughout the project with weekly email status reports. The total centerline mileage to survey is 735 miles (789 survey miles) and distress collection, analysis and product delivery shall be at 100% density within surveyed miles. Data Collection Requirements The Service Provider shall provide the necessary trained and experienced technical personnel working under close review and direction from an experienced professional engineer and all necessary equipment and materials to obtain pavement condition data for Weld County. Both 2D and 3D laser illuminated, high resolution downward pavement images or 3D imaging technology. 3D full lane width rutting data Pavement geometry information — Grade and Cross -slope Accurate GPS coordinates and accurate linear distances to integrate all data mentioned above. International Roughness Index (IRI) All data collected shall be accessed concurrently within Cartegraph Pavement Management Software. Surface Distress Asphalt Alligator Cracking Longitudinal & Transverse Cracking Patching Potholes Raveling Rutting Weathering Concrete Linear Cracking Durability Cracking Joint Seal Damage Divided Slab Spalled Corner Spalled Joint Segment Data Unique ID Street/Road Name From Name To Name Distance From Distance To Length Number of travel lanes Test Direction MPH during Review Surface Type (AC/PCCP) Review Date Geographical Information (Latitude, Longitude, Altitude) Width Area Slab Count Slab Width Slab Length Average Grade Average Cross Slope Deliverables/Milestones All data shall be formatted and submitted according to the requirements below and loaded into our Cartegraph asset management system by the awarded vendor. Additional information, pictures and data collected shall be loaded to the Hawkeye insight platform. Awarded Vendor will provide a one-time data load into the customer's test environment and a one- time data load into the customer's production environment. Completion of project shall be November 28, 2025. The following data attributes are either required (*) or highly recommended to support robust pavement management functionality in Cartegraph. Table 1- Pavement Inventory Table Name Data Type Description * Cartegraph ID Text Unique identifier for Cartegraph Pavement (section) record. Note: This ID will be used to link all associated roadway section related tables * Pavement Length Quantity (Number w/ Unit) Length of the Pavement section Note — Quantity fields require two data cells per row: 1 Number value and 1 Unit of Measure (m, km, mi, yd) * Pavement Width Quantity (Number w/ Unit) Width of the Pavement section Note — Quantity fields require two data cells per row: 1 Number value and 1 Unit of Measure (m, km, mi, yd) * Pavement Classification Text (Lookup) Pavement Classification value for Cartegraph Pavement record. Default values: Asphalt, Brick and Block, Concrete, Earth, and Gravel * Function Classification Text (Lookup) Functional Classification value for Cartegraph Pavement record. Default values: Rural Arterial, Rural Collector, Rural Local, Urban Arterial, Urban Collector, and Urban Local Street Text (Lookup) Street name for Cartegraph Pavement record Street Ahead Text (Lookup) (Intersecting) Street Ahead name for Cartegraph Pavement record Street Back Text (Lookup) (Intersecting) Street Back name for Cartegraph Pavement record Construction Date Date Construction date helps establish a baseline for each asset. This baseline is crucial when managing condition and deterioration of high cost, high impact assets. Pavement attributes must include Length and Width values Pavement Classifications should be limited to the following: o Gravel o Brick and Block o Concrete o Asphalt o Earth • Functional Classifications should be limited to the following: o Rural Arterial o Rural Collector o Rural Local o Urban Arterial o Urban Collector o Urban Local Table 2 - Pavement Inspection Table Name Data Type Description * Cartegraph ID Text Unique identifier for Cartegraph Pavement (section) record. Note: This ID will be used to link all associated roadway section related tables * Inspection ID Text Unique identifier for inspections * Inspection Date Date Inspection date Average IRI Quantity with Unit If applicable, a pre -calculated Average IRI value must be provided. Additionally, an Average IRI value should be converted and provided in a 0 to 100 scale for use in Cartegraph' s Overall Condition Index (OCI) calculation. Table 3 - Pavement Detailed Distress Table** Name ` Data Type Description * Cartegraph ID Text Unique identifier for Cartegraph Pavement (section) record. Note: This ID will be used to link all associated roadway section related tables * Inspection ID Text Unique identifier for Inspection records * Sample ID Text Unique identifier for Sample Areas Sample To Integer Identify the end of the Sample Area Sample From Integer Identify the beginning of the Sample Area Sample Length Quantity -unit Solicitation # B2500094 Page 9 * Distress Text (Lookup) Values must match distresses specified in the ASTM- 6433-11 standard. * Severity Text (Lookup) Low, Moderate, High * Extent Number Must be represented as a percentage number value Note: Distress data should be collected in accordance with ASTM D-6433-11 standards, including extent and severity. Distress Severities must be limited to the following: o Low o Moderate o High Standard distresses: Asphalt Longitudinal Cracking and Asphalt Transverse Cracking should be combined into a single distress. PCC Faulting Right and PCC Faulting Left should be combined into a single distress. PCC Longitudinal Cracking and PCC Transverse Cracking should be combined into a single distress. Asphalt Raveling & Weathering should be separated into Asphalt Raveling and Asphalt Weathering — Surface Wear. ASTM-6433-18 requires unique "Distress + Severity" combinations per Sample area. Table 4 - Pavement Condition Cateuory Table Name Data Type Description * Cartegraph ID Text Unique identifier for Cartegraph Pavement (section) record. Note: This ID will be used to link all associated roadway section related tables * Inspection ID Text Unique identifier for Inspection records Condition Category Text (Lookup) A value that generally reflects a high-level condition using a 0 to 100 scale index. For example, Cartegraph OMS recognizes PCI as a Condition Category. IRI values provided in a converted 0 to 100 scale can be loaded as a Ride Condition Category thereby impacting the Overall Condition Index (OCI) value in Index Integer A value, on a 0 to 100 scale, which reflects the condition of the corresponding Condition Category *Weld County will furnish GIS information pertaining to the Counties boundary and areas within Weld County. In addition, any other information that may be helpful to the Service Provider in the performance of the project. Solicitation # B2500094 Page 10 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) July 9, 2025 July 16, 2025, by 5:00pm bidsAweld.gov July 18, 2025 July 23, 2025, by 1:00pm Purchasing's Clock August 11, 2025 August 18, 2025 Solicitation # B2500094 Page 12 Schedule D — Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees # Item Quantity Unit Price Per Unit Contract Price 1 Project Setup 1 LS 2 Networking Referencing & GIS Linkage 789 Mile 3 Network Inventory Checks & Survey Map Development 789 Mile 4 Mobilization / Calibration 1 LS 5 Field Data Collection 789 Mile 6 Asset Extraction (Curb, gutters, sidewalks, ADA ramps 789 Mile 7 Data QA/QC, Processing, Format, supply & load data into Cartegraph 789 Mile 8 Project Management 1 LS Project Total: Solicitation # B2500094 Page 13 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500094. 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 bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid 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 any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. Item Company Name: Address: Entry Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation # B2500094 Page 14 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: 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 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 indude 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 indude 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) Solicitation # B2500094 Page 15 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 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 Aggregate $ 1,000,000 $ 2,000,000 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 in excess of 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. Solicitation # B2500094 Page 16 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. 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. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. 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. Insurance Mailing Information Certificates of Insurance and endorsements shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Joshua J. Holbrook Email: jholbook@weld.gov Telephone: 970.400.3744 Solicitation # B2500094 Page 17 Mail: Weld County Public Works ATTN: Joshua J. Holbrook PO Box 758 Greeley, CO 80632 Solicitation # B2500094 Page 18 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. Professional Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the 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. Solicitation # B2500094 Page 19 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. B 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. 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. Solicitation # B2500094 Page 20 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, unless approved and documented otherwise bythe;Coounty 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 $ 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 determinations 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 f rom 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 perkkk 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 Solicitation # B2500094 Page 21 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 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 hag 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 �F6� subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Conitractor, 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 beresponsible 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 allr`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 norf-confidential information, clearly denoting in red on the relevant document at the.top the word,'"CONFID iTIAL." 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.t retract 'r 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 confide tia1 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, 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. Solicitation # B2500094 Page 22 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. Bestf' 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, cm/Ong 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 shallknot 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 Commercial General Liability Insurance - Occurrence Form Policy shall indude 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." Solicitation # B2500094 Page 23 Such policy shall indude 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) Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordina skill for those positions defined in the Scope of Services of thiscontract. 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 coverage will be maintained, or an extended discoveryperiod will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits;,m.. Per Loss Aggregate $ 1,000,000 $ 2,000,000 14. Proof f l drr nce. 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 Solicitation # B2500094 Page 24 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 in excess of 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. 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-contribu°tory 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 hew certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3),years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. 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. Solicitation # B2500094 Page 25 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 coveragesspecified 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 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,orsubcont-ractors. 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 insuranceproceds which may be payable in the eventof any loss, including the execution and deliveryyof anyproof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shaall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and 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 Solicitation # B2500094 Page 26 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. 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,priorto commencement of Work, its project representative ("County Representative") who shall make, within themscope 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: )3 personal service bya reputable courier service requiring signature for receipt; or b'five (5) daysfollowing 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: TO CONTRACTOR: Name: Position: Address: Address: E-mail: Phone: TO COUNTY: Name: Solicitation # B2500094 Page 27 Position: Address: Address: E-mail: Phone: 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 t`hsubject matter contained in this Agreement This Agreement may be.changed br suppleraented,only by a written instrument signed by both parties. 28. Fund Availability. Financial obligations of the County payable after thecurrent fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does_ not createi 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*eir 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 (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall surviv'any such - expiration or termination. 31. Sever f l It a zterm r r` a edition of this Agreement shall be held to be invalid, illegal, or unenforceable by a cowl 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 Solicitation # B2500094 Page 28 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. 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. 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: By: Name: Title: Date of Signature Solicitation # B2500094 Page 29 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 # B2500094 Page 30 Addendum #1 Bid Request Number B2500094 2025 Pavement Data Collection Service Questions: Question. Can the County confirm that a completed Schedule D - Bid Response Form is the only required submittal for this IFB? If additional information is needed, can the County please specify what additional materials bidders should submit with the completed Schedule D. Answer. Yes, the items listed in Schedule D is all that is required for a bid response. Question. The scope of work in the IFB includes pavement condition assessment as well as extraction of curb, gutters, sidewalks, and ADA ramps. the IFB provides Cartegraph data load specifications for pavement condition data, but not for extracted asset data. Does the County want the extracted assets (curbs, gutters, sidewalks, and ADA ramps) to be loaded into Cartegraph as well? If so, will an amendment be issued with this clarification? Answer. Curbs, gutters, sidewalks and ADA ramps DO NOT have to be loaded into Cartegraph. Weld County currently does not have a layer for these items. The intent for this specification is to only identify the presence or absence of these items. Question. The deliverables listed in the IFB state data additional information, pictures, and data shall be loaded into the Hawkeye Insight platform (page 8, 1st paragraph). Hawkeye Insight is a proprietary software solution offered by a private corporation, and only the owner of this proprietary software can load any data into it (no 3. party consultant or even the County can load data directly into Hawkeye Insight). Will the County accept delivery of information, pictures, and data collected in a software solution with similar capabilities as Hawkeye Insight? Answer. No. Question. Has Weld County previously conducted a network -wide pavement survey similar to the one outlined in this RFP? Answer. Yes, in 2020. Question. Is the County satisfied with the current Cartegraph pavement management functionality? Would the County be interested in exploring more advanced, user-friendly pavement or asset management software with Al -native capabilities? Answer. Yes, Weld County is satisfied with the current Cartegraph pavement management functionality. No, Weld County is not interested in exploring a new asset management software at this time. Question. Regarding the requirement for "3D full lane width rutting data," could the County clarify whether this differs from the latest ASTM D6433 specifications, which classify rutting severity as low, medium, or high? Would adherence to the ASTM specifications for rutting classification meet this requirement? Answer. Weld County does not differ from the latest ASTM D6433 specification for rutting. Question. The RFP requires adherence to the latest ASTM D6433 standards but separately lists only 7 asphalt and 5 concrete distresses, which deviates from the full ASTM D6433 standard. Could the County clarify its preferred approach? Additionally, would proposals incorporating all ASTM-specified distresses be evaluated more favorably? Answer. Weld County only uses the 7 asphalt, and 5 concrete distresses listed under ASTM D6433 for the PCI. Question. Could the County specify the required accuracy or tolerances for grade and cross -slope measurements? Answer. Both grade and slope accuracy shall be less than 0.2 percent. Question. Could the County elaborate on its intended use of grade and cross -slope data, and whether it has collected this data in previous surveys? Answer. The grade and cross slope information is not used to generate a PCI or OCI. This information is currently stored on the Hawkeye insight platform and used to help make decision that can enhance both current and future maintenance operations. Question. If the County has previously collected grade and cross -slope data, would it consider proposals that exclude these measurements if doing so results in significant cost savings? Answer. No Question. If the County has not previously collected grade and cross -slope data, would it consider proposals that exclude these measurements if doing so results in significant cost savings? Answer. No Question. Regarding the IRI data collection requirement, could the County clarify its intended use of this data? Based on our experience with other local governments, PCI data often provides more cost-effective and actionable insights for managing local roads. Since local governments are not required by USDOT to collect IRI data for funding purposes, would the County consider proposals focused solely on detailed PCI assessments, which could offer substantial cost savings? Answer. IRI is a condition category used to generate the OCI for Weld County road segments. Question. Would the County be interested in proposals that include additional inventories, such as road signs, guardrails, pavement striping and markings, drainage features, and shoulder conditions (e.g., high/low shoulders)? These can be efficiently generated using advanced image recognition technology, often at costs significantly lower than anticipated. Answer. Not at this time. Currently Reads: Page 6 of the specification's states: Both 2D and 3D laser illuminated, high resolution downward pavement images or 3D imaging technology. Change: Change to read: 3D Laser Pavement inspection vehicle shall use 3D laser -based pavement imaging and crack measurement system (LCMS or similar) Pavement inspection vehicle shall have an integrated differentially corrected GPS and Inertial Navigational Unit (INU) or Inertial Measurement Unit (IMU) to measure and report roadway geometry (longitudinal grade, cross slope, horizontal curvature, and vertical curvature). Pavement inspection vehicle shall have integrated right-of-way (ROW) cameras able to capture front -facing, right -facing, left -facing, and rear -facing imagery. All images shall be geo-referenced, and all cameras must be calibrated for scale and alignment to allow for the measurement of features within each image. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Signature: Name: Title: August 14, 2025 Date of Signature Exhibit B Rose Everett From: Sent: To: Subject: Attachments: William Buttlar <info@tigereye-eng.com> Wednesday, July 23, 2025 11:45 AM bids Solicitation #B2500094 - Tiger Eye Engineering Bid Response - Due July 23rd, 1:00pm TEE_Bid_B2500094.pdf E_B id_ B2 500094. pdf This Message Is From an Untrusted Sender You have not previously corresponded with this sender. Use extra caution and avoid replying with sensitive information, clicking links, or downloading attachments until their identify is verified. Hello, I am pleased to deliver Tiger Eye Engineering's response to the County of Weld's Solicitation #B2500094: Pavement Data Collection Service. A copy of our completed Schedule D - Bid Response Form has been included as part of the attached proposal. I hereby waive my right to a sealed bid. Respectfully submitted, Joe Buttla r Account Manager Tiger Eye Engineering 1236 N Central Park Ave Chicago, IL, 60618 217-722-5508 ( wjbuttlar@gmail.com 1 TIGER EYE ENGINEERING 1601 S. Providence Rd., 119D Columbia, Missouri, 65211 +1 (217) 369-8370 intoPttgerey&-ei'i .com Sleek Capture Systems Al -Driven Analysis Elite Data Visualization w set, 7O7 197 in July 23rd, 2025 County of Weld, CO 1301 North 17th Avenue Greeley, CO 80631 Subject: Bid B2500094 - Pavement Data Collection Service Dear Weld County Selection Committee, Tiger Eye Engineering LLC (TEE) is proud to present this overview of our digital approach to the pavement and right- of-way asset data collection, analysis, optimization, and integration for the road network of Weld County. TEE is an industry leader in Al -driven pavement evaluation, staffed by world -class pavement experts and machine learning specialists. Key Differentiators • TEE's automated approach eliminates human bias, enhances accuracy, and streamlines decision -making with high -resolution imagery and GIS-based asset tracking. Our AI -based detection model can identify every category of ROW asset and pavement distress, with hyper -granular condition data and accurate distance measurements. Images, condition indices, and insights for the entire transportation network will be seamlessly integrated into the County's Cartegraph system and optimized for use by local staff. TEE will use our proprietary LiDAR SLAM methodology to calculate International Roughness Index (IRI). Our pavement experts possess decades of experience delivering comprehensive pavement condition monitoring data and technologies to Cities, Counties, and Departments of Transportation. Our Services Low -Profile and Efficient Data Collection: TEE's data collection suite is designed to quickly capture a complete picture of the right-of-way conditions with 100% coverage and hyper -granular data. High -resolution cameras are utilized to capture continuous imagery, including 360° imagery, while a low -profile LiVOX LiDAR sensor measures the surface geometry and accurately locates all transportation assets. AI -Based Pavement Condition Index: Trained on over 1,000,000 expert -annotated images, TEE's AI models detect distress type, extent, and severity according to ASTM D6433 with 100% coverage, generating highly detailed PCI ratings and distress -annotated images which can be seamlessly integrated into any GIS or asset management software. Sidewalk Evaluation: TEE has developed multiple systems to locate and classify sidewalks, generate condition indices, assess ADA and PROWAG compliance, and identify areas for capital and pedestrian plan improvement. Sidewalk data collection can be completed in tandem with our pavement condition survey and effortlessly integrated into our final deliverables. Asset Management: TEE's founders have decades of collective experience in pavement engineering and transportation data science, including the development of capital improvement, pavement, and sidewalk management plans. Our Asset Management Specialists have experience optimizing a variety of pavement and asset management software systems, including Cartegraph, Decision Optimization Technology (DOT)TM, StreetSaver, PAVER, and Lucity, for municipal clients. We are currently engaged in multiple multi -year consulting agreements with municipal customers, including a 10 -Year Contract with the City of Thornton, CO. Our Commitment This letter confirms our commitment to the proposed methodology, work plan, and pricing included in this proposal. We have closely examined the scope of services and the County's unique background and needs to ensure that this proposal meets or exceeds the requirements of every subsection in the RFP. In Summation TEE is confident that our expertise and technical ability can fundamentally enhance the County's ability to maintain and improve its road network. For additional information, please contact Hamed Majidifard, PhD, PE, TEE's Project Manager, via the contact information listed below. Contract negotiations can be arranged with Dr. Buttlar, TEE's Contract Manager, via the contact information listed below. Respectfully submitted, Wczfryi 9. 7fik Named Majidifard, PhD, PE Co -Founder — TEE Project Manager, Principal Contact hamed@tigereye-eng.com (573) 424-392 u9Si .auts William G. guttlar, PhD, PE Co -Founder — TEE Contract Manager info@tigereye-eng.corn (217) 369-8370 Contents 1. Executive Summary 5 2. Company Qualifications and Experience 6 3. Technical Approach and Methodology 10 4. Project Schedule 13 S. Project Team 14 6. Risk Mitigation and Contingency Plan 21 7. Equipment and Technology 25 8. Pricing 34 9. Required Forms and Attestations 36 4 TIGER EYE eA:,JJr4C t4t,NC 1. Executive Summary Tiger Eye Engineering (TEE) is a pavement -focused technology and engineering firm specializing in AI -driven asset condition assessment, management planning, and pavement treatment development. TEE was founded by national leaders in pavement engineering and data science from the University of Missouri -Columbia and has quickly grown into a trusted partner for both private and municipal clients. TEE brings a unique ability to deliver scalable, bias -free, and standards -based pavement evaluations through its proprietary machine -learning software, complemented by a web -based visualization dashboard for real-time project transparency and decision support. TEE was established in collaboration with the University of Missouri -Columbia by Dr. William G. Buttlar, PE, Dr. Yaw Adu-Gyamfi, and Dr. Hamed Majidifard, PE. After establishing TEE as an LLC in Missouri in mid -November of 2021, TEE acquired its first customer in the Spring of 2022 and has rapidly grown its portfolio of projects, equipment, software, and customers in the ensuing years. Our technological approach enables us to complete projects with fewer staff hours and personnel than our competitors, avoid unexpected expenses, budget increases, and delays, and is motivated by a desire to provide effortless and accessible pavement management systems to municipal clients. This begins with our data collection sensor suite, which is easy to setup, calibrate, maintain, and repair, and delivers consistent results between operators. TEE's Al -based distress detection system has been refined to produce clear identifications of each distress present, as well as detailed information of extents and severities, and maintains client segmentation, geodata, and organizational schema to allow for quick and painless integration into GIS databases and any pavement management software solution. With our proprietary technologies, specialized knowledge, and experience with municipal clients, TEE possesses the skills and resources necessary to deliver a hyper -granular, accurate, and comprehensive assessment of the County's transportation assets that is designed for immediate use by local staff. TEE's condition indices and asset inventories are optimized for seamless integration into client databases and software services, and will provide the County with the quality of data and expert knowledge necessary to make the most efficient and effective maintenance and capital improvement decisions. Our tools and expertise will enable the County to transform its asset management practices and ensure a resilient, high -performing transportation network for years to come. "Tiger �neeri Ye n imag ry-ba ed pavement condition assessment technology ha g g n s enhanced the quality and efficiency of our infrastructure asset management services. Their high - resolution visual analysis provided objective, repeatable data that integrated seamlessly into rofessionalism, and collaborative Their technical asset management workflows...rigor, p approach have added measurable value to the services delivered by our organization." - Kelsey Green, FEC., P.Eng., Vice President, Eagle Engineering and Consulting 5 TIGER EYE ENG?Ncti:I 0 2. Company Qualifications and Experience 2.1 Experience with Public Works Departments TEE's services have been consistently utilized to serve municipal stakeholders, public works departments, and asset management firms who require unbiased and hyper -granular measurements, comprehensive condition and asset inventories, and data -driven management and capital investment plans. Our AI -based distress and asset detection system was utilized to complete every project listed below. Highlights include a sidewalk condition and ADA compliance rating of a 700 -mile network Topeka, KS, the creation of distress and asset inventories, PCI, and curb and gutter assessment from consecutive TEE surveys for Jefferson City, MO, and delivering a condition index for the 421 - mile network of the City of Thornton, CO. We are also in the process of completing a 10 -year contract with Thornton to provide pavement management support services, delivering yearly plan updates and treatment recommendations until 2034. We have completed pavement condition surveys for several other municipalities, including Jefferson City, Missouri (2022 and 2025), Galesburg, Illinois (2024), Macon County, Illinois (2024), and Thornton, Colorado (2024). Additionally, we have completed full pavement management plans for the Cities of Battlefield, MO, Mexico, MO, Jefferson City, MO, and Macon County, IL, among others. 2.2 TEE Completed Projects Jefferson City, MO — Pavement and Curb & Gutter Condition Assessment — 2022 Mexico, MO — Pavement, Curb & Gutter, and Sidewalk Evaluation — 2023 Chicago Department of Transportation (CDOT), IL — Pavement, Curb & Gutter, and Sidewalk Evaluation, ADA Ramp and Slope, and LiDAR — 100 Mile Pilot Project Network — 2023 City of Dublin, OH — PCI Rating — 2023 Kentucky Regional Airport — Pavement Evaluation of Runway and Taxiway — 2023 Lexington, KY — Pavement evaluation of Griffin Gate HOA road network — 2023 Thornton, CO — Bike trail data analysis — 215 miles — 2023 City of Peoria, IL — Pavement, Sidewalk, and Asset Evaluation — 100 miles — 2024 City of Olathe, KS — Pavement Evaluation of Trails — 50 miles — 2024 Cape Breton, Nova Scotia, Canada — Pavement Analysis — 350 miles — 2024 City of Galesburg, IL — Pavement, Sidewalk, and Asset Evaluation — 170 miles - 2024 City of Guelph, Ontario, Canada — Pavement Condition Evaluation — 650 miles — 2024 Dufferin County, Ontario, Canada - Pavement Condition Evaluation - 250 miles — 2024 City of Battlefield, MO — Pavement, Sidewalk, and Asset Evaluation — 100 miles — 2024 City of Thornton, CO -- Pavement Evaluation — 421 miles — 2024 Macon County, IL — County Road Condition Assessment — 250 miles — 2024 City of Topeka, KS — Sidewalk Condition Assessment — 700 miles — 2025 City of Great Bend, Oregon — Pavement Condition Assessment — 150 miles — 2025 City of St. Thomas, Ontario, Canada — Pavement, Curb and Gutter, Sidewalk — 420 miles — 2025 City of Oshawa, Ontario, Canada — Pavement Condition Assessment — 600 miles — 2025 (3 year contract) 6 TIGER EYE 2.3 Project Highlights City of Thornton, CO - ROAD DATA COLLECTION AND ASSET MANAGEMENT 9500 Civic Center Dr., Thornton, CO 80229 Client Contact: Richard Nickson 1720-977-6274 I Richard.nickson@thorntonco.gov 2024 -Ongoing I Contract Value $357,000 In 2024, TEE completed pavement assessment and asset management software optimization services for Thornton's 421 centerline miles of municipal roads. TEE tracked street -level imagery, assets, and GPS data points through a high -resolution camera to show distress severity and the extent to which the pavement has been compromised. The distress identification was based on the recommended Pavement Conditions Index ("PCI"). As part of the overall pavement condition assessment, TEE provided a condition for each segment and a network pavement distribution. TEE delivered high resolution street -level images/videos for full pavement network. A GIS database and layers for the pavement segments collected, including ArcGIS shapefiles matching the City's existing road segments, was delivered to the City. The collected data was visualized through a data dashboard, allowing for spatial interpretation and the ability to view individual distress identifications superimposed on downward facing imagery, along with simultaneous access to 360 - degree imagery. Finally, the data was exported in Esri-based formats to Hanson's Decision Optimization Technology (DOT)T" asset management optimization software. The collaborative solution provided by Tiger Eye Engineering and Hanson Professional Services will enable the City of Thornton to make data -driven decisions for the next decade. CONDITION MAP • ICI (SECTION) .r fle •r • - -.._. nab Qm3pboy f.• AVG PCI SCT)ON 58 AVG VI r,Pf-EX"fur MH17SGUARE a_ al6Z.k, c'•• !urn OA) l:f- I thr. tr. 7 TIGER EYE -RING City of Galesburg, IL - ROAD, SIDEWALK, AND ASSET DATA COLLECTION AND MANAGEMENT 55 W Tompkins St., Galesburg, IL 61402 Client Contact: Aaron Gavin 1309-345-3625 I agavin@ci.galesburg.il.us 2024 1 Contract Value: $100,00 The City of Galesburg was seeking an assessment of its current pavement conditions and a forward -looking, strategic partner to enhance its decision -making capabilities, prioritize and rehabilitation strategies. Through this investments, and implement efficient search, the City selected TEE to provide these services in partnership with Hanson Professional Services Inc. The project is centered around the critical objectives of integrating with the City's GIS with to achieve optimization using Hanson's DOTTM across various City assets, with a focus on delivering a user-friendly, actionable pavement management system. maintenance TEE's pavement assessment was completed with high -resolution imagery capture (downward -facing and 360 degrees), Al/machine learning based distress characterization (type/extent/severity, strictly following ASTM 6433), PCI determination via existing shape file sectioning, and picture -by -picture hyper - granular PCI rating. A custom instance of TEE's visualization dashboard was created to host pavement, sidewalk, and asset evaluation assessment data in the same web -based platform. The sidewalk evaluation included high -resolution imagery captured via our e -bike w/tow cart fleet (downward -facing and 360 degrees), Al/machine learning based distress characterization (type/extent/severity, strictly following ASTM 6433), PCI determination via existing shape file sectioning, and picture -by -picture hyper -granular PCI rating. Identification of tripping hazards and assessment of ADA ramps (detector presence and type, slopes, other geometrical data, and overall rating/compliance summary) was also completed with TEE's Al -driven distress detection. Asset extraction was completed by TEE by processing the high -resolution imagery capture from the pavement evaluation and applying machine learning based asset extraction, categorization, and geolocation. A database of assets was created and integrated into TEE's visualization dashboard with filtering, analytics, and data export to GIS (Esri format) features. With the PCI assessment and asset inventory completed, the TEE and Hanson team will work with the City to determine their objectives for criticality, risk, socio-economic factors, and level of service goals to use in the scenario building and produce four base case scenarios. 8 TIGER EYE City of Peoria, Illinois - ROAD AND SIDEWALK DATA COLLECTION AND ASSET MANAGEMENT 3505 N Dries Ln, Peoria, IL 61604 Client Contact: Andrea Klopfenstein, P.E. 1309-494-8800 I aklopfenstein@peoriagov.org 2019 -Ongoing I Contract Value $95,000 As a subconsultant, TEE completed field data collection using equipment suite captured high - resolution video and sensor data across the transportation infrastructure network (100% coverage). The collected data was then processed through TEE's industry -leading machine learning -based Al system, which identified the type, extent, and severity of over 40 distress types and computed the Pavement Condition Index (PCI) across Peoria's pavement network, following ASTM D6433 standards. TEE's e -bike fleet collected high resolution imagery of the sidewalk pavement system in the selected city sector. The collected data was analyzed with TEE's sophisticated machine learning based Al and transferred into their data visualization dashboard. • DOT - • ,.p.,.. Pcads - Net work Overview None. • tilt 14793 Mm our gnat C H. S .JeM4• ■1 K7rlr %.367 '= w.c.• CA. e.a.. N.-.. Ls.'i•.d.1 Sat •s s/'rt:'per CJs• ba►yr, S .,•e are a.. i• -r,-* 0i- • 0 O Prig -ar.-r 111,388 w 11110 P. • ;•/Tatstor rtsomeram 1j .. 4.. • • . Individual distress identifications superimposed on downward -facing pavement imagery could then be viewed by all parties, along with 360 -degree camera imagery. The data was exported in Esri-based formats to Decision Optimization Technology (DOT'M) enabling a highly optimized pavement management plan with an extremely efficient allocation of resources. Using DOTT" software, scenarios were prepared for the City's residential streets pavement preservation 5 -year program: preventative maintenance (PCI 70 & above), mill and overlay (PCI 50-70), and reconstruction (PCI under 50). Pavement preservation treatment methods included crack filling, seal coat and micro surfacing. Scenarios were prepared for each Council Districts for preventative maintenance. For the arterial street program, a 10 -year plan was created. Arterial streets were classified as collectors and above. Treatment methods include mill and overlay, reconstruction and micro -surfacing for preventative maintenance. Annual Average Daily Traffic (AADT) and crash data were used as part of the criticality criteria in the analysis process. • r • 'S. 56 Q 00 Ala ♦...teas. — es. •as' S •• •• oa............ c SIS - S 9 TIGER EYE £NOf- riNG 2.4 TEE Ongoing Project Highlights Jefferson City, MO - Pavement and Asset Evaluation — 241 centerline miles —70% complete (data collection completed July 2025), est. 2025 completion Honolulu, HI - Pavement, Sidewalk, and Asset Evaluation — 1,800 centerline miles — 15% complete, est. 2025 completion City of Anamosa, IA —Sidewalk Assessment — 25 centerline miles — 20%, est. 2025 completion City of Thornton, CO - Pavement Management Plan — 421 miles — 100% complete (2025 services complete, project included yearly updates through 2034). 2.5 Reference Contacts City of Jefferson City, MO — Road and Asset Condition Assessment: Buster Schrage ( (573) 634- 6436 I BSchrage@jeffersoncitymo.gov 1320 E McCarty St. Jefferson City, MO 65101 County of Macon, IL — County Road Condition Assessment: Craig Shonkwiler I (217) 424-1404 cshonkwiler@highway.co.macon.il.us 12405 N. Woodford St. Decatur, IL 62526-4704 City of Topeka, KS - MTPO Updated Pedestrian Master Plan: Carlton Scroggins, Transportation Planning I (785) 368-3014 I Mgr.cscroggins@topeka.org1215SE7thSt.Topeka, KS 66603 City of Galesburg, IL— Road, Sidewalk, and Asset Data Collection and Management: Aaron Gavin (309) 345-3625 I agavin@ci.galesburg.il.us 155 W Tompkins St. Galesburg, IL 61402 City of Thornton, CO — Road Data Collection and Asset Management (10 Year Contract): Richard Nickson I (720) 977-6274 I Richard.nickson@thorntonco.gov 19500 Civic Center Dr. Thornton, CO 80229 . Technical Approach and Methodology 1 Project Understanding TEE's understanding of the project, project objectives, methodology, and approach are based on the following reference documents, which will herein be collectively referred to as the Request for Proposals (RFP): - Bid Number: B2500094 - Pavement Data Collection Service (BID SPECS - PAVEMENT DATA COLLECTION SERVICE - 94 tt 7-2-25.docx) - Addendum 1 (Addendum 1 - 2025 Pavement Data Collection services - 94.docx) Based on a review of the RFP, it is understood that the County requires a qualified engineering firm to collect high -resolution and accurate, continuous video footage, laser -based 3D imaging, and geospatial and inertial measurements to production a Pavement Condition Index (PCI), International Roughness Index (IRI), and full lane width rutting, grade, and slope measurements for 100% of the specified road network (789 lane miles). Additionally, the data collected must be used to perform asset extraction of assets including curb and gutters, ADA ramps, and sidewalks. TEE also understands that the final indices and data delivered to the County must be integrated 10 TIGER EYE E.NGIN= ttiN.J into the County's Cartegraph system and Hawkeye Insights Platform with adherence to the existing organizational schema. TEE possesses the resources, experience, and technology required to meet or exceed this scope of services for the County of Weld. By leveraging our comprehensive Automated Data Collection Suite (including LiDAR rutting measurements and our proprietary LiDAR-based IRI calculations), Al -based distress detection and asset extraction modules, and our team's collective experience with GIS and asset management software systems such as Cartegraph, TEE will deliver hyper - granular data that is optimized for use in the County's pavement management systems and provide deeper insights into the overall network health. 3.? Project Tasks and Proposed Methodology Task 1: Project Management & QA/QC • Organize a kick-off meeting with County stakeholders, including in -person collaboration with TEE's project manager, Dr. Majidifard, and remote meetings with TEE key staff • Review procedure and quality control program for the data collection and processing with the County and incorporate feedback and client specifications • Determine which stakeholders will receive weekly updates and QC metrics reports • Review the existing GIS database, verify the details of each road segment with satellite data, and develop a routing plan for data collection Task 2: Pavement Condition Index (PCI) Data Collection • Carry out a fully automated pavement condition assessment with downward -facing and 360° imagery, as well as LiDAR measurements, in accordance with ASTM Standard D6433- 18 for each road segment, including validation surveys Task 3: PCI and IRI Calculations • Perform PCI and IRI calculations for each road segment with Al -based distress detection, with automated and manual QC checks at every stage, including review from County stakeholders Task 4: Asset Extraction • Extract and classify every instance of curbs, gutters, sidewalks, and ADA ramps across the network with TEE's AI -based detection and rating model • Format the asset inventory and GIS data for integration into Cartegraph and Hawkeye alongside PCI, IRI, and pavement GIS data. Task 5: Data Integration with Cartegraph and Hawkeye Insights • Verify the data formats for seamless integration into GIS database, Cartegraph, and Hawkeye Insights • Present the final deliverables to the County for review and incorporate feedback • Finalize deliverables before November 28, 2025 0 11 TIGER EYE -1Iat x.2.1 Deliverables TEE will validate all deliverables (consisting of our survey results and GIS updates combined with the existing data and work history, if available) to ensure adherence to the existing organization schema and facilitate the immediate accessibility and usability of our condition indices, asset inventories, GIS layers, and visualization dashboards. Our data is aystem agnostic. and is designed to be effortlessly integrated and immediately utilized by any GIS or asset management system. Deliverables will include: • Continuous, high -resolution video, downward -facing imagery, and LiDAR lane width rutting and surface geometry measurements of 100% of the pavement network, as well as high -resolution imagery of all assets, including curbs, gutters, sidewalks, and ADA ramps • Geospatial and surface geometry measurements of the entire road network, including grade and slope, organized for seamless integration into the County's Cartegraph system and Hawkeye Insights platform • Pavement Condition Index (PCI) database, including distress -annotated and georeferenced, high -resolution images of the entire road network, organized for seamless integration into the County's Cartegraph system and Hawkeye Insights platform • International Roughness Index (IRI) database, including distress -annotated and georeferenced, high -resolution images of the entire road network, organized for seamless integration into the County's Cartegraph system and Hawkeye Insights platform • Complete geospatial data and imagery of all curbs, gutters, sidewalks, and ADA ramps within the transportation corridor, extracted from our pavement condition survey data and organized for seamless integration into the County's Cartegraph system and Hawkeye Insights platform • A Quality Control report that outlines TEE's successful efforts to ensure operator compliance, PCI accuracy, and database format compliance with existing organizational schema 12 TIGER EYE S NS 3t 4. Project Schedule Table 1. Proposed Schedule Pavement Data Collection Service - Weld County, CO Task 1: Project Management & QA/QC Task 2: PCI Data Collection - Task 3: PCI and IRI Calculations - Task 4: Asset Extraction ■ Task 5. Rnal Review and Data Integration - Sep 2025 i t Oct 2025 Date 4 1 Tasks and Durations Task 1: Project Management & QA/QC Task 2: Pavement Condition Index (PCI) Data Collection Task 3: PCI and IRI Calculations Task 4: Asset Extraction Task 5: Final Review and Data Integration Nov 2025 Dec 2025 August 18, 2025 - November 28, 2025 August 25, 2025 - October 10, 2025 October 6, 2025 - October 31, 2025 October 20, 2025 - November 14, 2025 November 10, 2025 - November 28, 2025 13 sel TIGER EYE NGINEEP 5. Project Team 5.1 Key Staff Organizational Chart Project Ad inistration Named Majidifard, PhD, PE* Project Manager Bill Buttlar, PhD, PE Contract Manager Project Manager Henry Brown, PE Project Engineer Ashkan Behzadian Lead Field Technician Final Review and Data Integration Mostafa Nakhaei, PhD* Senior Engineer Named Majidifard, PhD, PE* Proiect Manager, Q/ Yaw Adu-Gyamfi, PhD Senior Engineer, Al Specialist Bill Buttlar, PhD, PE Senior Reviewer, CAA Henry Brown, PE Project Engineer I, IRI, and Asset r Yaw Adu-Gyamfi, PhD* Senior Engineer Mostafa Nakhaei, PhD* senior Engineer Hamed Majidifard, PhD, PE Project Manager 5.1.1 Bill Buttlar, PhD, PE* Senior Reviewer Mostafa Nakhaei, PhD* Senior Engineer Named Majidifard, PhD, PE Project Manager *- task lead Roles, Responsibilities, and Durations Project Manager: Hamed Majidifard, PhD, PE - August 18 to November 28, 2025 Contract Manager. Bill Buttlar, PhD, PE - August 18 to November 28, 2025 Senior Reviewer: Bill Buttlar, PhD, PE - August 25 to November 28, 2025 Senior Engineer: Yaw Adu-Gyamfi, PhD; Mostafa Nakhaei, PhD - August 23 to November 28, 2025 Project Engineer. Henry Brown, PE - August 25 to November 28, 2025 lead Field Technician: Ashkan Behzadian - August 25 to October 10, 2025 Client Success Specialist: Joe Buttlar - August 18 to November 28, 2025 5.2 County Staff Involvement Data collection will be facilitated entirely with TEE staff and equipment, and all field work can be completed without traffic controls or disruptions to the local traffic patterns. Therefore, County staff involvement will be focused on key coordination points, primarily during Task 1 (kickoff meeting, delivery of latest shapefiles, QA review and feedback) and Task 6 (validating deliverables and coordinating with TEE regarding the integration of data to Cartegraph and Hawkeye platforms). TEE will maintain responsive communication and provide opportunities for further coordination throughout the project while simultaneously delivering a minimally disruptive and streamlined experience for County staff. 14 TIGER EYE :vr::__r4[IV 7.; 5.3 Resumes and Relevant Experience Hamed Majidifard, PhD, PE CTO, Product Developer Project Manager Education PhD, Civil Engineering, University of Missouri -Columbia, 2021 MS, Civil Engineering, Sharif University of Technology, Iran, 2016 BS, Civil Engineering, Bahonar University of Kerman, Iran, 2013 Registrations Professional Engineer, CA TIGER EYE ENGINEERING Years of Experience 10 Office Location Oakland, CA Dr. Majidifard's project experience includes the development and deployment of machine learning techniques to evaluate pavement and infrastructure conditions, rating, and roughness. He has undertaken several projects to develop programming approaches that utilize machine learning techniques to forecast low and high -temperature asphalt mixture performance properties. He has also applied deep learning techniques to create a highly automated pavement evaluation and monitoring system, following ASTM procedures. A full software suite has also been developed, which allows seamless integration of collected data and condition ratings into visualization software and client -specific GIS platforms. Related Experience Jefferson City, MO — Pavement Condition Assessment and Management System. The project included an assessment of 250 centerline miles of pavement and 500 miles of curb and gutter inspection and rating. Responsibilities included model training, data collection, quality control, validation, analysis and evaluation. Advanced machine learning software programs were developed and used to evaluate the condition of pavements and curb and gutter infrastructure. Other responsibilities included project planning, data cleaning, predictive model development, ASTM PCI calculation, development of a tailored curb and gutter condition assessment system, and GIS services. County of Honolulu, HI - Pavement Condition Assessment and Data Visualization. Hamed is currently responsible for managing the GIS services for the automated pavement inspection of roadway pavement for the County of Honolulu, HI. Scope of services includes roadways, sidewalk, and asset inspection. Condition indices will be developed per client specification. Thornton, CO — Pavement Condition Assessment Project. In 2024, Hamed was the Project Manager for the assessment of 421 miles of pavement for the City of Thornton, Colorado. His responsibilities included data collection, model training, quality control, validation, and analysis. Advanced machine learning software programs were developed and used to evaluate pavement conditions by identifying over 40 different distress types and calculating Pavement Condition Index (PCI) ratings following ASTM D6433 standards. The results were integrated into the City's pavement management program to optimize maintenance and repair strategies. 15 —17-7\1.,a TIGER EYE CA. C/NEER1,' William G. Buttlar, PhD, PE Managing Partner Senior Reviewer, Contract Manager Education BS, MS, PhD, Civil Engineering Penn State University 11989, 1991, 1996 Registrations Professional Engineer, IL •cril TIGER EYE NGINEE_RING Years of Experience 36 Office Location Columbia, MO Dr. Buttlar is a managing partner of Tiger Eye Engineering and a Professor of Civil Environmental Engineering at the University of Missouri -Columbia, where he holds the Glen Barton Endowed Faculty Chair in Flexible Pavements. He is also the Founding Director of the Missouri Center for Transportation Innovation, and Editor -In -Chief of the International Journal of Road Materials and Pavement Design. Dr. Buttlar specializes in pavement evaluation and design, modeling and machine learning, material characterization, pavement management systems, and pavement sustainability and resilience. Dr. Buttlar has served as the project manager/technical lead for many pavement evaluation, design and management projects for various state highway agencies, tollways, and cities across the United States over the past 3 decades. Related Experience County of Honolulu, HI — Pavement Condition Assessment and Data Visualization. Project manager for an automated pavement inspection of roadway pavement using Tiger Eye's automated distress detection and rating system and development of data visualization dashboards - customized for the County of Honolulu, HI. Scope of services include roadways, sidewalk, and asset inspection. Condition indices will be developed per client specification. Kansas City, MO — Review of Pavement Inspection and Data Visualization. Principle investigator for a project aimed at evaluating the current approach for pavement inspection and evaluation in Kansas City and demonstrating the potential benefits of automated distress detection, rating and data visualization using machine learning. An evaluation of KCMG's asphalt specifications and maintenance treatments was also conducted. Responsibilities included overall project management, validation of digital image annotation and machine learning training, data quality control, project communications, budget management and review of project deliverables. Department of Transportation, IL — Demonstration of Pavement and Sidewalk Inspection and Data Visualization. Project manager for an automated pavement and sidewalk inspection using Tiger Eye's automated distress detection and rating system for CDOT. Scope of services included roadway and sidewalk inspection and rating. Responsibilities included overall project management, management and validation of digital image annotation and machine learning training, data quality control, project communications, and review of project deliverables. 16 TIGER EYE ENC_;INCER►lsd Yaw Adu-Gyamfi, PhD Managing Partner Senior Project Engineer, Al Specialist Education PhD, MS, BS, Civil Engineering University of Delaware 12013, 2010, 2007 4-"V TIGER EYE ENGINEERINC Years of Experience 17 Office Location Columbia, MO Dr. Adu-Gyamfi is an assistant professor in the Civil and Environmental Engineering Department at University of Missouri — Columbia and a managing partner of Tiger Eye Engineering. Dr. Adu-Gyamfi is a national expert in the application of Al for highway transportation. He is one of 30 members selected by the National Academies' Transportation Research Board to serve as a member of the standing committee on Artificial Intelligence. He is also the recipient of the prestigious NSF CAREER grant for advancing machine learning and big data analytics methods in transportation. Dr. Adu- Gyamfi has served as PI or co -PI on more than $5 million funded projects from State agencies, NSF, DOTs, FHWA and USDOT- Exploratory Advanced Research. Related Experience Thornton, CO - Pavement Condition Assessment Project. In 2024, Yaw was a key contributor to the assessment of 421 miles of pavement for the City of Thornton, Colorado. His responsibilities included machine learning model architecture development, cloud computing and back -end development, front end development for interactive web visualization. Advanced machine learning software programs were developed and used to evaluate pavement conditions by identifying over 40 different distress types and calculating Pavement Condition Index (PCI) ratings following ASTM D6433 standards. Topeka, Kansas - Sidewalk Condition Assessment and Ramp Evaluation Project. In 2024, Yaw was involved in the assessment of 700 miles of sidewalks and ramp evaluations for the City of Topeka, Kansas. As the Al Software Developer and Geospatial Mapping Expert, his responsibilities included developing advanced machine learning models for analyzing sidewalk conditions and ramp compliance. Yaw designed and implemented a comprehensive data collection system that integrated GPS, LiDAR, video footage, IMU, and accelerometer data to accurately measure sidewalk slopes and detect surface irregularities. He also played a key role in data visualization and geospatial mapping, ensuring that validated data was presented in a clear, actionable format. Galesburg, IL — Automated Pavement Inspection and Data Visualization. Technical director for a comprehensive inspection of roadway and curb and gutter infrastructure using a cutting -edge and highly cost-effective automated distress detection and rating system built around advanced machine learning algorithms. Data visualization dashboards were also developed and customized for the City. 17 TIGER EYE Mostafa Nakhaei, PhD Senior Project Engineer, Asset Management Specialist Education: PhD in Civil and Environmental Engineering, Auburn University MS in Data Science, Auburn University MS in Civil and Environmental Engineering, University of Tehran BS in Civil and Environmental Engineering, University of Sistan and Baluchistan TIGER EYE ENGINEE+SING Years of Experience 10 Office Location Oakland, CA Mostafa Nakhaei, PhD, serves as a Project Engineer and Asset Management Specialist for TEE. His professional journey revolves around pavement engineering, spanning roadway construction, pavement management, structural design, laboratory testing, and FWD testing. Equipped with a dual degree in Data Science, he has crafted various computer programs like "MASTIC" and "Back - MASTIC" for layered elastic analysis and pavement modulus back calculation. Notably, Mostafa led the development of the ISA software package at IMS, employing deep learning for structural data analysis. He brings hands-on experience in implementing pavement management systems for U.S. municipal agencies and is well -versed in a range of pavement and asset management software tools including AgileAssets, Paver, StreetSaver, Lucity, and Cartegraph. Related Experience: City of North Port, Florida — Project Engineer & QC Reviewer. Mr. Nakhaei worked with North Port, Florida on six different network level pavement and asset management projects from 2005 to 2025. As a project engineer and QC reviewer, he oversaw pavement condition data collected during an automated ASTM D6433 PCI survey for 814 centerline miles of city -managed roads, as well as a structural evaluation of 100 miles of arterials and collectors within the city. The project also involved importing the data to the relevant pavement and sidewalk modules in the City's asset management program, conducting a budget analysis, and providing the City with a 5 -year M&R plan that considers the condition of both the roadways and the adjacent sidewalks. City of Riverside, California - Project Engineer. In 2022, Mostafa supported the automated pavement condition assessment using the LCMS-2 RST on one quarter of the City of Riverside's 875 centerline miles of roadway to supplement the pavement network survey completed in 2017. The pavement management plan and budgets were developed using the City's rehabilitation strategies, unit rates, and priorities in the client asset management software system. City of Seattle DOT, Washington — Project Engineer. 1,547 lane miles, 2022. City of Dallas, Texas — Project Engineer and QC Reviewer. 6,000 test miles, 2022-2025* City of Long Beach, California — QA/Project Engineer. 900 test miles, 2017-2025.* * - Project completed with a previous employer. O 18 TIGER EYE C %,GINCCRl;JG Ashkan Behzadian Research and Development Intern TIGER EYE �NGINb&RIN4i Years of Experience 6 Office Location Columbia, MO Education: Ph.D. Candidate, Civil Engineering, University of Missouri, Columbia, MO, USA, 2023 -Present MS, Civil Engineering, Eastern Mediterranean University, Famagusta, North Cyprus, 2022 BS, Civil Engineering, Islamic Azad University of Mashhad, Iran, 2019 Mr. Behzadian currently serves as Field and Data Collection Operations Leader for TEE. He has been a key contributor to many firm's projects, including all municipal projects awarded to the firm thus far in 2025. Additionally, Mr. Behzadian is a major contributor to the research and development of TEE's proprietary technologies. His research interests include Pavement Management Systems (PMS), Pavement Performance Prediction, AI/ML Approaches in Pavement Monitoring, and Remote Sensing (LiDAR/Radar) in Pavement Inspection. Related Experience: • Jefferson City, MO — Pavement, Curb & Gutter, and Asset Condition Assessment. Field Technician, Data Collection Leader • Honolulu County, HI — Pavement Condition Assessment. Field Technician, Data Collection Leader Research Experiences and Publications: • Behzadian, A, Muturi, T., Owor, N. J., & Adu-Gyamfi, Y. (2024, December). Optimizing Road Damage Detection with YOLOv10: A Resource -Efficient Approach Utilizing Augmentation, Data Sampling, and Hyperparameter Tuning. In 2024 IEEE International Conference on Big Data (Big- Data) (pp. 8439-8446) • Behzadian, A, Muturi, T. W., Zhang, T., Kim, H., Mullins, A., Lu, Y., ... & Eshan, D. (2022). The 1st data science for pavements challenge. • Master Thesis: "Development of Pavement Distress Detection Model Utilizing SOTA Deep Learn- ing Algorithm "YOLOv5"", Eastern Mediterranean University (EMU)- Dogu Akdeniz Universitesi (DAIU), 2022. 19 TIGER EYE ENG/NELAING Henry Brown, PE: Project Engineer Years of Experience: 27 I Location: Columbia, MO Education: BS, MS, Civil Engineering I Purdue University, 1995, 1998 Registrations: Registered Engineer, IN Mr. Brown is currently employed as a Research Engineer at the University of Missouri, Department of Civil and Environmental Engineering. His research involves asset management, highway and pedestrian safety, and the assessment of current state and federal highway engineering practices. His work history includes 14 years as a Highway Engineer with the Indiana Department of Transportation. Mr. Brown's wealth of experience working with government organizations and research committees is a valuable asset to the TEE team. Relevant Experience: • Research Engineer, University of Missouri, Dept. of Civil and Env. Eng. 2012 -present • Continuation of Asset Management in Grandview, City of Grandview, Missouri. 2018- 2019 • Implementation of Asset Management in Grandview, U.S. Department of Transportation, City of Grandview, Missouri. 2015-2016 • Highway Engineer, Indiana Department of Transportation. 1998-2012 Joe Buttlar: Account Manager Years of Experience: 9 I Location: Chicago, IL Education: BS, Psychology I University of Illinois - Urbana -Champaign, 2016 Before accepting the role of Account Manager, Mr. Buttlar participated in a variety of TEE projects as a Field Technician and Data Collection Lead. He is a key contributor to the firm's training materials and programs, as well as official communications and client materials. Mr. Buttlar's professional experience includes Quality Control, Operations, and Account Management roles within e -commerce and SaaS companies. As an Account Manager, Mr. Buttlar is committed to client success, responsive communication, and close collaboration between TEE, its customers, and its partner firms. Related Experience: • Topeka, KS — Sidewalk Condition Assessment. Field Technician, Data Collection • Macon County, IL— County Road Condition Assessment. Field Technician, Data Collection Lead • Galesburg, IL — Sidewalk Condition Assessment. Field Operations and Data Collection Manager 20 TIGER EYE LNOINcER=NC 6. Risk Mitigation and Contingency Plan 6.1 Risk Mitigation and Contingency Planning All collected data, reporting, and project management processes will be reviewed throughout the lifespan of the project. Data collected in the field will be reviewed for consistency and completeness and any required changes will be tracked and documented. For this project, both the Draft Report and Final Report will be reviewed by both the Project Manager and Senior Reviewer for accuracy, technical soundness, and completeness. Based on the proposed scope of work, schedule and deliverables, a key project risk table was developed in Table 2. Table 2. Risk Mitigation Risk Deliverable Deadlines Inclement Weather Wea Geodatabase Compatibility . Project schedule is not Pavement cannot during precipitation. be inspections completed periods of The geodatabase compatible County's database. format of existing the must with updated remain spatial the Impact maintained. Adequate resources assigned to schedule deadlines. maintain to staffing these and the deliverable will and works project be Adequate been field phase deliverable dates impacted weather. assigned data will float such time collection milestone not due to that has the be to Regular the about format attribute County's consultation the and fields. project compatible team with Mitigation desired 1-1 Quality Assurance Before any field work is undertaken, the project schedule, Health & Safety plan, and proposed methodology to be used in the field will be reviewed by the Senior Reviewer, Dr. Buttlar. Prior to, during, and following field data collection, quality control measures will be taken to ensure the data collected is accurate and representative of the pavement condition. These measures include: • Data collection will be led by an experienced technician to ensure consistency and accuracy are maintained throughout the data collection phase. • The field data will be checked at the completion of each day to review any errors or missed sections. • Field data collection equipment will be calibrated before the start of the data collection every day. • Quality checks will be performed by the QA team to identify any false positives or false negatives in the processed data. am, 21 TIGER EYE �1.�J_LI RIND • Compliance will be formally tracked with independent quality reviews at 35 and 65 percent of project completion. These reviews will be performed by our principal -in -charge and will address all elements of project performance. • At appropriate times during the project, TEE's Senior Reviewer and/or principal -in -charge will meet with County stakeholders to obtain feedback on our team's performance. This feedback will be incorporated into project execution to enhance overall quality and customer satisfaction. TEE has developed several methods of incorporating client feedback and addressing stakeholder concerns that may arise during the data processing and finalization of GIS deliverables. We employ the following procedures to incorporate client feedback into our Al -based systems and final deliverables: image Reviev : Perform a 10% random sampling of images to evaluate detection accuracy and the calculated PCI, verified by TEE pavement engineers Reannotntinn: Reannotate images identified with false positives or false negatives using our annotation tool (CVAT) and TEE pavement engineers Model Retraining: Retrain the machine learning model with the updated annotations from TEE sample datasets Inference Run: Apply the updated inference models to the entire dataset Client Feedback: Conduct a final review with the County and retrain the model as needed Client Release: Deliver the processed data to the client according to the final format of deliverables 6.3 Sample Quality Management Plan Phase 1: Before Data Collection Protect Schedule A final schedule will be developed outlining all project milestones, including pilot testing, data collection, condition rating processing time, reporting deadlines, and final delivery. The schedule will allow for continuous data collection and completion by October 31, 2025, with deliverables reviewed and finalized before November 28, 2025. (omrnrin,c_ation Plan TEE's Project Manager, Flamed Majidifard, will manage the data collection with daily communication with and reports from the field team. Survey teams will include certified pavement evaluators and support staff. All staff roles, responsibilities, and durations will be reiterated in the final communication plan. Training Requirements Field Technicians will receive training on: • Weld County's QA/QC requirements • Use of TEE's Data Collection System, including calibration and data collection monitoring • Survey safety protocols Ecauipriierit Calibration ario i4cceptance Procedures All data collection equipment will undergo: • Pre -survey calibration and testing • Daily calibration • A record of all daily calibrations and any re -calibrations performed during the survey *), 22 TIGER EYE ENGINEERING Control Sites and Ground Truth Determination Plan Control sites with pre -validated pavement conditions will be established and determined by TEE in collaboration with the County. We will use these sites to validate our ratings and fine-tune our automated distress detection system to the local conditions. Additionally, the County can choose to select a list of Blind Sites (not reported to TEE) that can be used for further validation and repeatability checks. Data Collection Plan TEE will review the data collection routing plan to ensure that the survey and ratings are conducted in accordance with the County's existing segments and road log IDs. Data Process►ne Plan Raw survey data will be uploaded daily to Key Personnel, who will perform automated and manual QA checks. Images and measurements that do not meet standards will be flagged and added to the punch list for resurvey. Accuracy and Precision Evaluation Initial and ongoing checks against control site data and repeatability checks (≥10% of segments) will be performed to ensure accuracy. TEE will employ the following acceptance criteria: • PCI variance within ±5% of manual inspections for 10-20% of the network • Manual review of images to ensure accurate distress detection Corrective Action Procedures Root -cause analysis will be performed on any deviations above the acceptance criteria. TEE will re -collect data for any significant deviation and will re-train our model to correct any trends identified among deviations from distresses identified at control sites. Phase 2: During Data Collection Processing and Agency Report Weekly reports will summarize collection coverage, control site test results, and ongoing QA metrics. Mobile Asset Data Cnllect►nn and Pr2r-P«,ng Field teams will collect data for every segment listed in the County's current shapefile covering, at minimum, 100% of one lane per road with downward facing (multiple angles) and 360 -degree imagery, LiDAR, and geospatial and inertial sensors to ensure clear capture of all assets. Survey teams will report multiple times throughout the day and document progress to create a thorough log of the data collection. Control Site (Known and Blind) Testing Plan Repeatability checks on Known sites and Blind sites (if selected) will be performed daily in this phase to test the accuracy of TEE's geospatial data. Checks against the distress detection system will be performed once the data collection route has been completed. Results of the control site checks will be used to re- train and fine-tune our Al detection system. Deviations that result from unclear or inconsistent imagery will be flagged and added to the punch list for re -surveying. flnr'oing A! -curacy ainr1 Prnric,nn verification Plan TEE's Engineers will verify all data meets the acceptance criteria of ±5% of manual inspections and repeatability of detected distresses. Corrective Action Plan QA team will consistently monitor and document deviations. A >10% deviation from a control site will require equipment recalibration and/or segment re -survey. Routine Equipment Inspection and Calihnt'nn Prnrpollr-p'- The field team will perform daily pre- shift calibrations. During shifts, the team will manually inspect data and survey equipment to ensure no deviations have occurred during the asset data collection. Hourly logs will be completed to ensure a complete narrative of the data collection is available for review. 23 TIGER EYE Real -Time Data Checks Daily validations of geospatial data will be used to flag incomplete survey segments or missing data. PArindir Rptnnrtc to Agency Weekly submissions to the County will include the results of control/blind site checks and a summary of field logs and progress. PPwin'i/ for missing Segment= TEE will perform a cross-check against the existing shapefile and road log. Flagged gaps or anomalies will be added to a punch list and re -surveyed before Phase 3. Phase 3: Data Integration and Deliverables Final Data Review, Validation, and Feedhelrk( TEE will ensure segment ratings and data formatting allow for seamless integration with the County's GIS, Cartegraph, and Hawkeye databases. Final Report of Data Accuracy and Precision TEE will deliver a final QA report including: • % segments within reference tolerance. • % of repeatability checks meeting thresholds. • Summary of control site match rates. 6.4 Quality Assurance / Quality Control Acceptance Criteria and Achievements Criteria s--..- _ C21*----- A __^: ptance Criteria Target Achievement Accuracy and Precision PCI variance within +5% of 100% accuracy of segments for Evaluation manual inspections selected repeatability checks control and Slope Measurement Accuracy >0.2% deviation ≥95% of measurements Repeatability Consistency) (Al Rating ≤10% variation ≥95% of repeat segments Control Site Accuracy Within 5% of ground truth ≥90% match Blind Site Accuracy Within 10% of true values ≥85% Equipment Calibration Weekly documented checks 100% compliance Data Compliance Delivery Format GIS compatible 100% 24 TIGER EYE ENQSNEERING) 7. Equipment and Technology 7.1 Pavement Condition Index (PCI) Data Collection Our automated, vehicle -based survey provides a variety of advantages over manual surveys and ensures higher clarity and accuracy of data. TEE utilizes multiple high -resolution cameras, including 3600 imagery, to capture hyper -granular data and create a comprehensive picture of the roadway conditions with 100% coverage in a single route. Our survey system can gather clear and consistent imagery, LiDAR measurements, accelerometer readings, geospatial data (via Inertial Navigational Units (INU) and Inertial Measurement Units (IMU) embedded in the camera system) and surface roughness to measure street geometry, surface type, pavement distresses, and ride quality. This sensor array will capture the measurements necessary to locate, identify, and rate every distress present on the road network in accordance with the ASTM D6433 standard. The system can be easily mounted on a variety of vehicles (Figures 1-2), and no traffic control plans or hoe closures are required for our survev An efficient routing plan will be delevoped to measure each centerline mile and ensure that clear imagery is captured for the entire system, including sections with two or more lanes, for which multiple passes will be performed as specified in the RFP. Figure 1. Examples of TEE Data Collection Devices 25 TIGER EYE Figure 2. Examples of TEE 360 -degree Imagery from Honolulu, HI The lightweight LiDAR system in TEE's sensor array measures surface geometry, roughness, rutting, and the location of all right-of-way assets. The LiDAR point cloud offers accurate distance measuring and a comprehensive picture of the system, measuring crack length, width and depth, the overall surface shape (Figure 3), as well as providing an accurate distance measurement for all objects in the right-of-way. The LiDAR array will provide 3D measurements of the surface geometry and enhance our assessment of all distresses, ensure a high -accurate assessment of rutting across the network, all while accurate locating every asset in the right-of-way. Figure 3. LiDAR Rutting, Surgafe Geometry and ROW Asset Location 26 TIGER EYE �NGINL, (-ll NCs Figure 4. LiVOX Li DAR with Camera Array 7.2 AI -Based Distress Detection and Pavement Condition Index The Tiger Eye Engineering (TEE) automated pavement evaluation software suite was developed by coding and integrating several machine learning and deep learning techniques for distress detection and pavement condition assessment (Figure 5). STEP 2 Training and prediction s STEP I Data collection STEP 4 PCI STEP 6 Strategic management plan etkol\cr' STEP 3 Type Extent Severity STEP 5 Map visualization Artificial Intelligence & Deep Learning I Figure 5. Application of Al to Detect Type, Extent and Severity of Distresses 27 d 4 44114, TIGER EYE In Figures 6-7, samples of detections from 39 distinct distress types on both flexible and rigid pavement are displayed. The Al models have annotated the images, based on extensive model training conducted over the past 5 years using more than 1,000,000 expert -annotated images. The annotations (detections) indicate both the type and extent of each distress, and a second ML -based model can detect the severity of each distress. Figure 6. Example of Flexible Pavement Distresses Detected in Jefferson City, MO Figure 7. Example of Rigid Pavement Distresses Detected in Jefferson City, MO 28 TIGER EYE New PCC PCI =98 Excellent . 31110boll pw . I i s.► .1• r I • • _ . • - , . ►t ` ,w -40 #• • a • 1 b! • 1 • r 4 • ♦ Block cracking PCI =60 r=1fi" 29 Sealed cracks PCI =82 Severe fatigue cracking PCI =35 Very Poor 7-1 Nt) TIGER EYE f Multiple potholes PCI =15 Failed Figure 8. Distress Detection vs PCI Once the Al algorithms detect the type, extent, and severity of the distresses, the Pavement Condition Index (PCI) is then calculated using standardized equations following ASTM D6433 18 standard. The PCI is represented on a scale ranging from 0 to 100, where higher values signify a superior condition of the pavement (Figure 9). The final condition assessment can be easily adapted to comply with the standard deduct matrix or to local deduct values and classifications as specified by the County. 100 a, 80 (v 60 - o ✓ 40 a) 0 20 0 / / ,, Ele / mod./' / / 0 / #,* Ise • I, /fo,17�o I/ v y� . ,e ) O ' � r gro_ a —a ewe CPI a s a 0 20 40 60 80 100 120 140 160 180 200 Total deducted values a Log. (q1) Linear (ql) Poly. (q2) Poly. (q3) Poly. (q4) Poly. (q5) Poly. (q6) Poly. (q7) PCI Condition 100 85 Satisfactory 70 Fair 55 Poor 40 Very Puur 25 10 0 f Figure 9. Deducted Values Curves and PCI Scales 30 TIGER EYE 7.3 International Roughness Index via LiDAR SLAM Internation Roughness Index (IRI) ratings for the entire network can be calculated using TEE's agile LiDAR system. The Livox HAP solid-state LiDAR, with its unique non -repetitive scanning pattern, produces dense, high -resolution point clouds while its integrated IMU continuously records platform motion. By synchronously feeding these raw laser returns and inertial measurements into a real-time SLAM (Simultaneous Localization and Mapping) pipeline, the system simultaneously registers successive scans into a globally consistent, motion -compensated 3D map of the pavement surface. From this reconstructed local map, the longitudinal profile is automatically extracted along the wheel path by selecting the appropriate point clouds corresponding to the vehicle's tire trajectories. The extracted longitudinal profile is subsequently analyzed using a quarter -car dynamic model, which incorporates both sprung and unsprung mass dynamics to emulate the pavement undulation measurements typically obtained by conventional profiling equipment. By evaluating the resulting displacement time series, the International Roughness Index (IRI) is directly derived from the LiDAR-based point cloud data, providing a continuous, high - resolution quantification of road smoothness without the need for traditional mechanical profilers (Figure 10). Tiger Eye's accelerometer and machine learning system has been calibrated and validated against roughness captured by MoDOT's Class 1 Inertial Profiler and meets the guidelines for ASTM E-950 Class 1. The system has been designed for accuracy at differing speeds and road classes. These ratings will be included in all final deliverables alongside the PCI ratings and distress imagery. Solid -State LiDAR IMU Data 3D Point Clouds LiDAR SLAM Longitudinal Profile Extraction l Quarter -Car Model i IRI Figure 10. IRI Measurement 7.4 Asset Extraction and Analysis Incorporating cutting -edge Al -based object detection technology, Tiger Eye Engineering offers a robust solution for developing comprehensive asset inventories for transportation owner - agencies. Our advanced computer vision algorithms enable automated detection and cataloging of various assets, including curb -and -gutter type and condition, signs, pavement markings, utilities, and tailored inventory assessments developed in consultation with our clients. By implementing our technology, cities can streamline their infrastructure management processes, saving time and resources traditionally spent on manual inspections. 7 4 1 C+ trb and Glitter and ADA Ramp Extraction TEE has completed asset inventories for multiple clients, including Galesburg, IL, Peoria, IL, and the Chicago Department of Transportation. Figure 15 shows our custom -developed curb -and - gutter identification, classification and rating system for the City of Jefferson, MO. Categories included clean/new curb -and -gutter, partially filled curb -and -gutter (such as when an asphalt 31 .71 TIGER EYE 'NEERiNG overlay has been placed and has reduced the effective curb height), pavement shoulders (no curb and gutter), driveway locations, and curb condition (broken curbs). This system can be further tailored to the needs of the client; for instance, custom labels and a custom scoring system can be readily developed. Figures 16-18 show the different categories of curb and gutter. Curb score based on the following classes Where: A: Curb&Asphalt B: No Curb C: Shattered Curb&Gutter D: Curb& Asphalt_low E: Broken Curb F: Gutter G: Curb & Gutter Figure 15. Curb -and -Gutter Identification and Assessment Example (Jefferson City, MO) .4 • - ._ Figure 16. Curb -and -gutter ♦ t, irs. '4 arks arlefot H • -, - - _ • •• . • • 4T1 . i \ . ' • • a `• ,C,• a - - • • Figure 17. Curb -and -asphalt asf ipissecalltarke Figure 18. Curb -and -asphalt low a 32 TIGER EYE This system can effectively differentiate between ADA-compliant ramps equipped with detectors and those without, aiding in the enhancement of accessibility features for individuals with disabilities. It can also identify intersections with missing ramps/ detectors. Figure 19. Compliant ADA Ramp vs. Noncompliant ADA Ramp 7.4.2 Side -Walk Evaluation via Car The advantage of TEE's vision -based approach is the ability to clearly identify distresses and to produce detailed sidewalk rating data and inventories in conjunction with our pavement and asset condition survey, allowing us to assess the entire transportation corridor with a single pass. Tiger Eye Engineering recently completed asset extraction for the City of Jefferson, MO, with sample images shown in Figure 20. Critical locations, such as those containing shattered slabs, buckled sidewalks, potholes, etc., can be plotted and a list of critical locations for repair dispatching (GPS coordinates, street name/segment, photo of distressed sidewalk segment with superimposed distress classification) can be prepared for the County. Figure 20. Raw images of sidewalks recently collected in Jefferson City, MO 33 starl ‘1, TIGER EYE JCJ.•. Schedule D — Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees # Item Quantity Unit Price Per Unit Contract Price 1 Project Setup 1 LS $4,000.00 $4,000.00 2 Networking Referencing & GIS Linkage 789 Mile $5.00 $3,945.00 3 Network Inventory Checks & Survey Map Development 789 Mile $5.00 $3,945.00 4 Mobilization / Calibration 1 LS $8,000.00 $8,000.00 5 Field Data Collection 789 Mile $90.00 $71,010.00 6 Asset Extraction (Curb, gutters, sidewalks, ADA ramps 789 Mile $50.00 $39,450.00 7 Data QA/QC, Processing, Format, supply & load data into Cartegraph 789 Mile $20.00 $15,780.00 8 Project Management 1 LS $2,000.00 $2,000.00 Project Total: $148,130.00 Solicitation # B2500094 Page 13 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500094. 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 bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid 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 any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. Item Entry Company Name: Address: Tiger Eye Engineering 1601 S. Providence Rd. 119D Columbia, Missouri, 65211 Phone +1 (217) 369-8370 Email: info@tigereye-eng corn FEIN/Federal Tax ID #: 87-3158999 CONTRACTOR: By: Tiger Eye Engineering Name: Hamed Majidifard, PhD, PE Title: Managing Partner July 23, 2025 Date of Signature Solicitation # B2500094 Page 14 Addendum #1 Bid Request Number B2500094 2025 Pavement Data Collection Service Questions: Question. Can the County confirm that a completed Schedule D - Bid Response Form is the only required submittal for this IFB? If additional information is needed, can the County please specify what additional materials bidders should submit with the completed Schedule D. Answer. Yes, the items listed in Schedule D is all that is required for a bid response. Question. The scope of work in the IFB includes pavement condition assessment as well as extraction of curb, gutters, sidewalks, and ADA ramps. the IFB provides Cartegraph data load specifications for pavement condition data, but not for extracted asset data. Does the County want the extracted assets (curbs, gutters, sidewalks, and ADA ramps) to be loaded into Cartegraph as well? If so, will an amendment be issued with this clarification? Answer. Curbs, gutters, sidewalks and ADA ramps DO NOT have to be loaded into Cartegraph. Weld County currently does not have a layer for these items. The intent for this specification is to only identify the presence or absence of these items. Question. The deliverables listed in the IFB state data additional information, pictures, and data shall be loaded into the Hawkeye Insight platform (page 8, 1st paragraph). Hawkeye Insight is a proprietary software solution offered by a private corporation, and only the owner of this proprietary software can load any data into it (no 3"° party consultant or even the County can load data directly into Hawkeye Insight). Will the County accept delivery of information, pictures, and data collected in a software solution with similar capabilities as Hawkeye Insight? Answer. No. Question. Has Weld County previously conducted a network -wide pavement survey similar to the one outlined in this RFP? Answer. Yes, in 2020. Question. Is the County satisfied with the current Cartegraph pavement management functionality? Would the County be interested in exploring more advanced, user-friendly pavement or asset management software with Al -native capabilities? Answer. Yes, Weld County is satisfied with the current Cartegraph pavement management functionality. No, Weld County is not interested in exploring a new asset management software at this time. Question. Regarding the requirement for "3D full lane width rutting data," could the County clarify whether this differs from the latest ASTM D6433 specifications, which classify rutting severity as low, medium, or high? Would adherence to the ASTM specifications for rutting classification meet this requirement? Answer. Weld County does not differ from the latest ASTM D6433 specification for rutting. Question. The RFP requires adherence to the latest ASTM D6433 standards but separately lists only 7 asphalt and 5 concrete distresses, which deviates from the full ASTM D6433 standard. Could the County clarify its preferred approach? Additionally, would proposals incorporating all ASTM-specified distresses be evaluated more favorably? Answer. Weld County only uses the 7 asphalt, and 5 concrete distresses listed under ASTM D6433 for the PCI. Question. Could the County specify the required accuracy or tolerances for grade and cross -slope measurements? Answer. Both grade and slope accuracy shall be less than 0.2 percent. Question. Could the County elaborate on its intended use of grade and cross -slope data, and whether it has collected this data in previous surveys? Answer. The grade and cross slope information is not used to generate a PCI or OCI. This information is currently stored on the Hawkeye insight platform and used to help make decision that can enhance both current and future maintenance operations. Question. If the County has previously collected grade and cross -slope data, would it consider proposals that exclude these measurements if doing so results in significant cost savings? Answer. No Question. If the County has not previously collected grade and cross -slope data, would it consider proposals that exclude these measurements if doing so results in significant cost savings? Answer. No Question. Regarding the IRI data collection requirement, could the County clarify its intended use of this data? Based on our experience with other local governments, PCI data often provides more cost-effective and actionable insights for managing local roads. Since local governments are not required by USDOT to collect IRI data for funding purposes, would the County consider proposals focused solely on detailed PCI assessments, which could offer substantial cost savings? Answer. IRI is a condition category used to generate the OCI for Weld County road segments. Question. Would the County be interested in proposals that include additional inventories, such as road signs, guardrails, pavement striping and markings, drainage features, and shoulder conditions (e.g., high/low shoulders)? These can be efficiently generated using advanced image recognition technology, often at costs significantly lower than anticipated. Answer. Not at this time. Currently Reads: Page 6 of the specification's states: Both 2D and 3D laser illuminated, high resolution downward pavement images or 3D imaging technology. Change: Change to read: 3D Laser Pavement inspection vehicle shall use 3D laser -based pavement imaging and crack measurement system (LCMS or similar) Pavement inspection vehicle shall have an integrated differentially corrected GPS and Inertial Navigational Unit (INU) or Inertial Measurement Unit (IMU) to measure and report roadway geometry (longitudinal grade, cross slope, horizontal curvature, and vertical curvature). Pavement inspection vehicle shall have integrated right-of-way (ROVV) cameras able to capture front -facing, right -facing, left -facing, and rear -facing imagery. All images shall be geo-referenced, and all cameras must be calibrated for scale and alignment to allow for the measurement of features within each image. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank your** Company Name: Tiger Eye Engineering July 23 2025 Date of Signature Signature: 76-'1711 Name: Named Majidifard, PhD, PE Title: Managing Partner July 23, 2025 Form W-9 (Rev. October 201 B) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification I. Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. o cl d 1 Name (as shown on your income tax return). Name Is required on this rme; do not leave this line blank. Tiger Eye Engineering, LLC 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporaton ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC Q Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► P Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. O Other (see instructions) ► S Address (number, street, and apt. or suite no.) See instructions. 6206 Overbrook Ct. B City, state, and ZIP code Columbia, MO 65201 7 List account number(s) here (optional) 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies ',WM.., outs. the U.S./ Requester's name and address (optional) GM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the insttuctons for Part I, later. For other entities, it is your employer identification number (E)N). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number I I or Employer identification number 8 7 3 5 8 9 9 9 • 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 fora 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 afailure 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 Nom 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 ;M 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 fi, later. Sign I signature of W I Here u.s. person I.v General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number ((TIN), adoption taxpayer identification number (ATiN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 1 /24/2025 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U.S. person including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withh old)ng, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) 4n1IGER EYE 1601 S. Providence Rd., 119D Columbia, MO, 65211 EN 3 1 N E E R 1 N 0 (217) 369-8370 I info@tieereve-eng.com fetter of Attestation Pavement Data Collection Service — Weld County, CO (Solicitation #82500094) Weld County Purchasing Department 1301 North 17th Avenue Greeley, CO 80631 Subject: Attestation Regarding Insurance and Standard Contract Compliance, Solicitation No. B2500094: Pavement Data Collection Service To Whom It May Concern: On behalf of Tiger Eye Engineering, I hereby attest to the following with respect to our proposal for the above -referenced solicitation: Insurance Acknowledgment (Schedule E): We acknowledge and confirm that our firm is able and willing to meet or exceed all insurance requirements outlined in Schedule E of the RFP, including the required coverages and minimum limits for: • Workers' Compensation and Employers' Liability • Commercial General Liability (CGL) • Automobile Liability • Professional Liability (Errors and Omissions) We further agree to provide certificates of insurance, naming Weld County as an additional insured, and will maintain said coverage for the duration of the contract and any applicable warranty periods, as required. Acknowledgment of Weld County Standard Contract (Schedule F): We have reviewed the Weld County Standard Contract included in Schedule F. Tiger Eye Engineering affirms our willingness to enter into a contract substantially similar in form and substance. We understand and accept the terms and conditions, including those relating to indemnification, termination, insurance, and non -appropriation. This attestation is submitted as part of our complete bid response and is signed by an authorized representative of the firm. Sincerely, Hamed Majidififd, PhD, PE Co -Founder — TEE July 23rd, 2025 Notice of Award Tiger Eye Engineering Attention: Bill Buttlar, Chief Operating Officer 11601 S. Providence Rd. 119D, Columbia, MO, 65211 B2500094 — Pavement Data Collection Service The project in general consists of collection pavement condition data for the approximately 735 centerline miles in Weld County. The Owner has considered the Bid submitted by you for the above -described Work in response to its Solicitation and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $148,130.00, or as shown in the Bid Schedule. You are required by the Solicitation Instructions to execute one original of the Agreement and furnish the Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid/proposal as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 13th day of August 2025. Weld County, Colorado, Owner --.=-, -.I d Joshua J. Holbrook, Pavement Management Supervisor ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Tiger Eye Engineering. Dated this 14th day of August By: 0.24,1.yiv ff UL Title: Managing Partner , 2025. ACORD® CERTIFICATE OF LIABILITY INSURANCE "8/14/2025 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 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 PATRICK E PRENGER (24069) 398 DIX RD SUITE 103 JEFFERSON CITY, MO 65109-0000 CONTACT NPATRICK E PRENGER PHONE FAX (ar. No. Exn: 573-556-6398 I (ac, No): 573-556-6395 Mils.: PATRICK.PRENGER@COUNTRYFINANCIAL.COM INSURER(S) AFFORDING COVERAGE NAIL 0 INSURER A: COUNTRY Mutual Insurance Company 20990 INSURED 1301661 TIGER EYE ENGINEERING LLC 6206 OVERBROOK CT COLUMBIA, MO 65201 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : ERAGE CERTIFICATE NUMBER: 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 LTR TYPE OF INSURANCE ADDL SUER INSR 4WD POLICY NUMBER fa/DIVA(MMIDDM'YY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE �✓ OCCUR ✓ BUSINESSOWNERS AM9339369 2/1/2025 2/1/2026 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 50,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4.000.000 PRODUCTS - COMP/OP AGG $ 4,000,000 GEML AGGREGATE LIMIT APPLIES PER: POLICY n j7 n LOC $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED ✓ HIRED AUTOS SCHEDULED ✓ AUTOS D S AM9339369 Covered on Businessowners 2/1/2025 2/1/2026 COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (PeCrIc=U AMAGE $ $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ti" / N ANY PROPRIETOR/PErUIDR/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A - I ORY I % I I TN E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) JOB NAME: WELD COUNTY (CONTINUED) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE WELD COUNTY, ITS SUCCESSORS OR ASSIGNS; THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ITS ELECTED OFFICIALS, EMPLOYEES, AGENTS AFFILIATED ENTITIES, AND VOLUNTEERS AUTHORIZED REPRESENTATIVE P.O. BOX 758 ^ GREELEY. CO 80632 / it:;:::... © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACOREP ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED TIGER EYE ENGINEERING LLC POLICY NUMBER 6206 OVERBROOK CT AM9339369 COLUMBIA, MO 65201 CARRIER NAIC CODE COUNTRY Mutual Insurance Company 20990 EFFECTIVE DATE: $/14/2025 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE POLICY INFORMATION: HIRED AUTOS LIMIT AND NON -OWNED AUTOS LIMIT ARE INCLUDED IN THE EACH OCCURRENCE LIMIT AND GENERAL AGGREGATE LIMIT OF THE GENERAL LIABILITY ADDITIONAL INSURED(S): WELD COUNTY ITS SUCCESSORS OR ASSIGNS; ITS ELECTED OFFICIALS, EMPLOYEES, AGENTS, AFFILIATED ENTITIES, AND VOLUNTEERS P.O. BOX 758 GREELEY , CO 80632 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AM9339369 BUSINESSOWNERS BP 04 50 07 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations (See following Schedule) WELD COUNTY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Liability is amended as follows: A. The following is added to Paragraph C. Who Is An Insured: 3. Any person(s) or organization(s) shown in the Schedule is also an additional insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. BP 04 50 0713 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Paragraph D. Liability And Medical Expenses Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits Of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits Of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 BP 04 50 07 13 Schedule for Endorsement BP0450 FOR POLICY AM9339369 WELD COUNTY ITS SUCCESSORS OR ASSIGNS; ITS ELECTED OFFICIALS, EMPLOYEES, AGENTS, AFFILIATED ENTITIES, AND VOLUNTEERS AM9339369 BUSINESSOWNERS BP 14 88 07 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM The following is added to Paragraph H. Other Insurance of Section III — Common Policy Conditions and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: 1. The additional insured is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. BP 14 88 07 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 AIL 10 67 08 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE PART COMMERCIAL AUTO COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE PART WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY With respect to coverage provided by this endorsement, the provisions of the Coverage Part (Policy) apply unless modified by the endorsement. Cancellation The following is added under the Cancellation Condi- tion applicable to the Coverage Parts (Policy) listed above: If we cancel this policy for any reason other than non payment of premium, we will mail written notice of cancellation to the certificate holder(s) on file with the Company. Notice will be provided prior to the effec- tive date of cancellation. We will give the number of days notice as provided for in the Cancellation Condi- tion of this policy. The notice will state the effective date of cancellation. The policy period will end on that date. If you cancel this policy, or if we cancel for non pay- ment of premium, we will mail written notice of such cancellation to the certificate holder(s) on file with the Company. The notice will state the date the policy was cancelled. The notice will be mailed by first-class mail to the last known mailing address of the certificate holder(s) on file with the Company. Any notice of cancellation provided by this endorse- ment applies only to the certificate holder(s) with a certificate of insurance applicable to this policy's period. Our failure to send notice of cancellation to the certifi- cate holder(s) will not amend, extend or alter the terms and conditions of this policy, including the can- cellation of this policy. If there is a conflict between any other policy cancella- tion provisions pertaining to the certificate holder(s) and this endorsement, the other policy provisions shall control. Nothing contained here varies, alters, or extends any provisions of the policy except as provided in this endorsement. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Includes copyrighted material of American Association of Insurance Services, Inc., with its permission. Contains copyrighted material of the National Council on Compensation Insurance, with its permission. AIL 10 67 0811 Page 1 of 1 Contract Form Entity Information Entity Name* TIGER EYE ENGINEERING LLC Entity ID* @00050159 Contract Name* 2025 PAVEMENT DATA COLLECTION SERVICE Contract Status CTB REVIEW ❑ New Entity? Contract ID 9846 Contract Lead* JHOLBROOK Contract Lead Email Jholbrook@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* COMPLETE PAVEMENT DATA COLLECTION ON APPROXIMATELY 735 CENTER -LINE MILES OF PAVEMENT AND IDENTIFY ANY SEGMENTS THAT HAVE CURB, GUTTER, SIDEWALK AND ADA RAMPS. Contract Description 2 Contract Type" CONTRACT Amount* $148,130.00 Renewable * NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date PUBLIC WORKS Date* 08/16/2025 08/20/2025 Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney BYRON HOWELL County Attorney Email BHOWELL@WELD.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 Termination Notice Period Contact Information Contact Info Review Date * 02/02/2026 Committed Delivery Date Renewal Date Expiration Date* 08/20/2026 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 08/21/2025 Approval Process Department Head DUANE NAIBAUER DH Approved Date 08/21/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/25/202S Finance Approver CONSENT Legal Counsel CONSENT. Finance Approved Date Legal Counsel Approved Date 08/21/2025 08/21/2025 Tyler Ref # AG 082525 Originator JHOLBROOK August 7, 2025 PUBLIC WORKS DEPARTMENT (970) 400-3750 1111 H St., P.O. Box 758 Greeley, CO 80632 To: Board of County Commissioners Subject: Award Recommendation for Pavement Data Collections Service B2500094 As advertised, this solicitation is for Pavement Data Collections Service On July 23,2025, four bids were opened for the 2025 Pavement Data Collections Service. The bids were submitted by A.G. Wassenaar, Inc., Front Range Pavement Management, LLC, Tiger Eye Engineering, and ARRB Group, Inc. The lowest bid submitted by A.G. Wassenaar, Inc., does not meet bid specifications. The bid submitted by A.G. Wassenaar, Inc., altered line item #6 in the fee schedule from a mile unit cost to a lump sum, which deviates from the original specifications. The second lowest bid submitted by Front Range Pavement Management, LLC, does not meet bid specifications. Durning the review process Front Range Pavement Management, LLC, acknowledged that they needed to adjust their submitted bid price to comply with the specifications. The third lowest bid submitted by Tiger Eye Engineering based out of Columbia, Missouri meets all the bid specifications. Therefore, the recommendation is to award the bid to Tiger Eye Engineering for a total amount of $148,130.00. If you have any questions, please contact me. Sincerely, L'urtis Hall Director 2025-2244 VI Weld County Finance Department Purchasing Division bidsweld.gov 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Pavement Data Collections Service Bid Number: B2500094 Department: Public Works Bid Opening Date: July 23, 2025 Approval Date: August 4, 2025 Vendors Name Total Amount A.G. Wassenaar Inc 3211 S. Zuni Street Englewood CO 80110 $103,450.00 Front Range Pavement Management LLC 7222 Vermillion St Frederick CO 80530 $147,687.00 Tiger Eye Engineering 1601 S. Providence Rd, 119D Columbia Missouri 65211 $148,130.00 ARRB Group Inc 770 Pennsylvania Drive #112 Exton PA 19341 $153,478.00 The Public Works Department is reviewing the proposals. Hello