Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20230307.tiff
C onivad (Ie9O BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Se:ond Renewal of Professional Services Agreement for DEPARTMENT: Public Wor PERSON REQUESTING: C T2 Utility Engineers (2025 SUE) ks urtis Hall, Don Dunker, Michael Bedell DATE: 01/06/25 Brief description of the problem/issue: Weld County entered a one (1) year Professional Services Agreement (Original Contract) with T2 Utility Engineers (T2) in 2023 to provide on -call Subsurface Utility Engineering (SUE) services for Public Works projects. The First Contract Renewal term ended on 12/31/24. Public Works proposes to enter a Second Contract Renewal for 2025. T2 has provided professional and timely SUE services for Public Works projects under the Original Contract and under the First Contract Renewal. T2 has provided an updated Exhibit A showing their 2025 bill rates. The 2025 bill rates are under the allowable +2.0% cost adjustments from the most recent Denver, Aurora, and Lakewood Consumer Price index (through November of 2024). What options exist for the Board? 1. Approve the Second Contract Renewal and allow it to be placed on the next available BOCC Meeting Agenda. 2. Ask for a work sessio and additional information. Consequences: If the riginal Contract is not renewed again, Public Works will not readily be able to include necessary SUE services for in-house design of roadway improvement projects. Impacts: Without necessary SUE services, in-house roadway improvement project designs cannot be completed in a timely manner, and project construction can be delayed. Costs: Costs will not exceed $350,000.00 and are accounted for in the Public Works 2025 fiscal year budget. The renewal only affects 2025 so subsequent fiscal year budgets will not be affected by the Second Contract Renewal. Recommendation: Staff recommends renewal of the Original Contract and is asking for this item to be placed on the next available BOCC Meeting Agenda for consideration. Su000rt Recommendation Schedule Place on .6OCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross euISL11+- (Asiz5 doL. co on S �P"') v(t/25 zoz3-o3o"I EC -100 1 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND T2 UES, INC. D/B/A T2 UTILITY ENGINEERS This Agreement Extension/Renewal made and entered into V'"day of ,.\O ,, , 2025, by and between the Bo71 of Weld County Commissioners, on behalf of the Weld County Departmedt of Public Works, hereinafter referrd to as the "Department", and T2 UES. Inc. d/b/a T2 Utility Engineers, hereinafter referred to as the "Contractor". WHEREAS the rties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Boar of County Commissioners as Document No. 2023-0307, Contract ID No. 6779, approved on March 29, 2 23. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement for the second of two possible renewals of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Original Agrement term ended on March 28. 2024. The First Contract Renewal, Contract ID No. 7840, term ended on December 31, 2024. The parties agree to extend the Original Agreement for a Second Contract Renewal which will begin January 27. 2025, and will end on December 31, 2025. The Renewal, t ether with the Original Agreement, constitutes the entire understanding between the parties. The foil ing change is hereby made to the Contract Documents: 1. Exhibit A ha been updated to reflect the 2025 bill rates (attached). 2. There are no changes being made to the Contract Documents. 3. Total anticipated cost for the period from January 27, 2025, to December 31, 2025, is $350,000.00. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: T2 UES, INC. D/B/A T2 UTILITY ENGINEERS Matt Tomanek Printed Name a, ill Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. B k,chair 4�A ATTEST: �'^ 1. Weld C unty Clerk to the B BY: I I1 .JI .11 t t 1,t1 Deputy erk to the Board / V ZOZ3-0561 Subsurface Utility Engineirbig - Rate Sheet- Weld County irldllitY zoZ5 engineers QI.A Test Hole in Pavement (up to 6 feet in Depth and 15 inches in diameter)" .` $1,375.00 per hole QLA Test Hole Out of Pavement (up to 6 feet in Depth and 15 inches in diameter).'c $1,145.00 per hole Vacuum Truck & Crew (4 hour nnimum) $380.00 per hour Test Hole Exceeding 6 feet in Depth $95.00 per foot Test Hole Performed at Night (add on per hole) $180.00 per hole ASCE 38 Utility Designation (QL B, C, & D depictions).' E'''m $1.75 per foot ASCE 38 Utility Designation (QL B, C, & D depictions), No Survey D. E' 1''' 1. M $1.62 per foot Utility Designating 2 Man Crew (4 hr. minimum) $275.00 per hour Utility Designating 1 Man Crew (4 hr, minimum) $204.00 per hour Program Manager/QAQC MANAGER 5249.00 per hour Sr. Project Manager / Professional Engineer S188.00 per hour Project Manager $173.00 per hour Project Engineer $158.00 per hour Sr. Utility Coordinator $188.00 per hour Utility Coordinator $158.00 per hour SUE Manager $153.00 per hour SUE Supervisor $127.00 per hour Sr. CADD Technician $127.00 per hour CADD Technician $112.00 per hour Technical Support/Administration $96.00 per hour Slot Trench/Extra Wide Test Hole. $470.00 per foot Cleanout Hydrovac (4 hr. minimum)" $380.00 per hour Traffic Control Option Ar $700.00 per day Traffic Control Option BF $1,450.00 per day Traffic Control not Options A or Br cost plus 10% Hot Patch cost plus 10% Slurry/Flowable Fill - Backfili other then native cost plus 10% Permits (Assumed all permits are SO) cost plus 10% Miscellaneous Expenses cost plus 10% Eugene Lynne: Land Surveying Services - DBE/ESB LEVEL 1 2825 Fee Sheet Project Principal $171.00 per hour Professional Land Surveyor $158.00 per hour Project Surveyor $112.00 per hour Field Crew (1 person with Equipment) $147.00 per hour Field Crew (2 person with Equipment) 5185.00 per hour Scan Crew (2 Person with Equipment) $202.00 per hour Survey & Engineering Technician $102.00 per hour Surveying Technician 11 I $86.00 per hour 51,35000 185% 51,12500 1.18% 537500 1 33% $95 00 0 0096 Snoop 000% $1.77 174% $160 125% 5770 CO 1.85% 520000 200% 5245 CO 163% $185.00 1.62% 517000 1 76% 515500 1.94% $185.00 1.62% $155 00 1.94% 515000 200% 5125 00 16. 512500 160% 5:1000 182% 595 0 10554 5465 00 108% $375.00 133% $70000 000. 51,45000 000% $168.00 $155.) 194% $11000 1.82% 5145 00 1.38% $18200 165% $199.00 151% $100.00 2.00% $85.00 1.18% Subsurface Utility Engineering - Rate Sheet- Weld County (T2ijfjhtyitii 2025 engineers QLA Test Hole in Pavement (up to 6 feet in Depth and 15 inches in diameter)".` $1,375.00 per hole QLA Test Hole Out of Pavement (up to 6 feet in Depth and 15 inches in diameter)"'°' $1,145.00 per hole Vacuum Truck & Crew (4 hour minimum) S380.00 per hour Test Hole Exceeding 6 feet in Depth $95.00 per foot Test Hole Performed at Night (add on per hole) $180.00 per hole ASCE 38 Utility Designation (Qt. 8, C, & D depictions)''''.. $1.75 per foot ASCE 38 Utility Designation (al B, C, & D depictions), No Survey °' E' I.' L, M $1.62 per foot Utility Designating 2 Man Crew (4 hr. minimum) $275.00 per hour Utility Designating 1 Man Crew (4 hr. minimum) $204.00 per hour Program Manager/QAQC MANAGER $249.00 per hour Sr. Project Manager / Professional Engineer $188.00 per hour Project Manager $173.00 per hour Project Engineer $158.00 per hour Sr. Utility Coordinator $188.00 per hour Utility Coordinator $158.00 per hour SUE Manager $153.00 per hour SUE Supervisor $127.00 per hour Sr. CAD° Technician $127.00 per hour CADD Technician $112.00 per hour Technical Support/Administration $96.00 per hour Slot Trench/Extra Wide Test Hole $470.00 per foot Cleanout Hydrovac (4 hr. minimum)" $380.00 per hour Traffic Control Option AF $700.00 per day Traffic Control Option BF $1,450.00 per day Traffic Control not Options A or BF cost plus 10% Hot Patch cost plus 10% Slurry/Flowahle Fill - Backfill other then native cost plus 10% Permits (Assumed all permits are $0) cost plus 10% Miscellaneous Expenses cost plus 30% Eugene Lynne: Land Surveying Services - DBE/ESB LEVEL 1 2025 Fee Sheet Project Principal $171.00 per hour Professional Land Surveyor $158.00 per hour Project Surveyor $112.00 per hour Field Crew (1 person with Equipment) $147.00 per hour Field Crew (2 person with Equipment) $185.00 per hour Scan Crew (2 Person with Equipment) $202.00 per hour Survey & Engineering Technician $102.00 per hour Surveying Technician II $86.00 per hour 'NOTES INDICATED BELOW A MINIMUM OF ° TEST HOLES FOR UNIT RATE OF HOLES, All OTHERS HOURLY PRICE PER TEST HOLE INCLU .5 MR -VAC, 2 -MAN CREW, HOTELS, PER DIEM, SURVEY OF TEST HOLE REFERENCE MAflKER5, PROFESSIONAL SERVICES, ANO MILEAGE D ALL FIELD WORK ASSUMES 9 HOURS A DAY WORKING TIME, IF HOURS ARE RESTRICTED ADDITIONAL COST MAY" INCURRED. TEST HOLE DEPTH IS FROM GROUND ELEVATION t01 HE BO NOM OF UTILITY E%CAVATED PROTECT MUST BE A MINIMUME OF 15,000 LF Of DESIGNATION FOR PER FODf PRICE, ALL OTHERS HOURLY PRICE PER LINEA0. FDOT IN[ L: FIELD DESIGNATION OF ALL LINEAR UIII IS INCLUDING DRAIN TILES, PROFCS510NA1 SERVICES, HOTELS, PER DIEM, MILEAGE, AND SURVEY OF UTILITIES TRAFFIC CONTROL COSTS NOT INCLUDED. OBE SURVEYOR NOT INCLUDED ASSUMES A PLAN SCALE OF 4O ON 11%17 SH EE TS ON WELD COUNTY CAD STANDARD DOES NOT INCLUDE PIPE NETWORKS. F TRAFFIC CONTROL OPTION A: SHOULDER CLOSURE INCLUDING SIGNAGE WITH NO ELAGGERS OPTION B. ONE LANE CLOSURE INCLUDING SIGNAGE, FLAGGERS, AND TCS FOR ALL OTHER TC REQUEST NOT INCLUDED IN OPTION A/B, THEY WILL BE DONE Af COST PLUS I. WITH COUNTY APPROVAL G COST IS PER FOOT OF ADDITONAL WIDTH OVER IS" PERFORMED IN NAI URAL GROUND ONLY H INCL UDES HYDROVAC UNIT, MILEAGE, FUEL SURCHARGE, 2 -MAN CREW, AND SOILS DISPOSAL I PRICE PER LNEAR FCK)T INCLUDES FIElO DESIGNATION, PROFESSIONAL SERVICES, HOTELS, PER DIEM, MILEAGE. BU7 NO SIIRVFY OF UTII ITIES TRAFFIC CONTROL COSTS ANO SURVEY OF UZECT S NOT INCLUDED DBE SURVEYOR NOT INCLUDEDZI RE COMPLETED WITH HOUTLLY SURVEY RATE OF DBE, ASSUMES A PLAN SCALE Of 40' ON 11%77 SHEETSON WELD COUNTY CAD CEFTIFICATE OF LIABILITY INSURANCE I DATE1M/DD!24) 2/30/20YYYY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Southwest, Inc. Houston TX Office 1300 Post Oak Blvd., Suite 1400 Houston TX 77056 USA CONTACT wvae. (PAIL E„,, (866) 283-7122 I ac. ,,,..), (800) 363-0105 EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURED T2 UES 150 Capital or Ste 190 Golden CO 80401 USA INSURER A: National Union Fire Ins CO of Pittsburgh 19445 INSURER B: Zurich American Ins CO 16535 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570110161706 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 TO CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE SUBR ISO yyVp NA. POLICY NUMBER POLICY EFF (MM!DD/YYY� POUCY EXP f MM/DD/YY LIMBS A X COMMERCIAL GENERAL mummy CLAIMS -MADE ❑X OCCUR 5361923 01/01/2024 07/01/2025 EACH OCCURRENCE $1,000,000 DAMAGE 10 REN I ED PREMISES (Ea occurrence) $100, 000 MED EXP (Any one person) $10,000 PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY ElPRO O LOC JECT OTHER: PRODUCTS - COMP!OP AGG $2,000,000 PER PROJECT GENERAL AGE $2,000,000 B AUTOMOBILE X - - LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - SCHEDULED _ AUTOS NON -OWNED AUTOS ONLY BAP 0305096-05 10/31/2024 10/31/2025 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 BODILY INJURY ( Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE AGGREGATE DED I !RETENTION B EVIZgSCOMPENSATION AND EMPLOYERS' LIABILITY ANV PROPRIETOR,` PARTNER / EXECUTIVE YY /❑N OFFICER!MEMBER EXCLUDED? (Mandatory In NH) Ilyes, describe under DESCRIPTION OF OPERATIONS below N! A wc030509005 AOS 10/30/2024 10/31/2025 X 1 PER STATUTE I lOTH- ER E.L. EACH ACCIDENT $1,000, 000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000, 000 DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached it more space is required) RE: Non -Project Specific Subsurface Utility 039,332eringg Services Contract, Request For Proposal #2200179, 62200179 Non -Project Specific (on -Call) SUE design Proec. weld county, Colorado, its elected officials and its employees are included as Additional insured in accordance with the policy provisions of the General Liability policy. A waiver of Subrogation is granted in favor of weld County, County, its associated and/or affiliated entities, successors or assigns, its elected officials, rusees, employees, agents and volunteers in accordance with the policy provisions of the General Liability, Automobile Liability, Professional Liability and workers' Compensation policies. should General Liability, Automobile Liability, Professional Liability and workers' compensation policies be cancelled before the expiration date thereof, the policy CERTIFICATE HOLDER CANCELLATION Holder Identifier : O 2 tJ a It, County of weld 1150 0" Street Greeley C0 80631 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORO® AGENCY CUSTOMER ID: 570000381474 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk services southwest, Inc. NAMED INSURED T2 UES POLICY NUMBER See Certificate Number: 570110161706 CARRIER NAIC CODE see Certificate Number: 570110161706 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations / Locations / Vehicles: provisions will govern how notice of cancellation may be delivered to Certificate Holders in accordance with the policy provisions of each policy. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD 2008 ACORD CORPORATION. All rights reserved. ACORO® AGENCY CUSTOMER ID: 570000081474 LOC H: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Southwest, Inc. NAMED INSURED T2 UES POLICY NUMBER See certificate Number: 570110161706 CARRIER See Certificate Number: 570110161706 I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance T2 UES, Inc. Named Insured Entities T2 UES, Inc. T2 UES (MI), Inc. T2 Engineering Services, PC T2 UES, Inc. d/b/a T2 Utility Engineers Applied Professional services, Inc. (Acquisition Date: April 1, 2023) ACORD 101 (2008/01) ® 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. 01 /01/2024 forms a part of Policy No. 536-19-23 issued to INTEGA, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holder(s)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 39 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after theFirst Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3;11) Includes copyrighted material of Insurance Services Office, Inc. with its permissiorPage 1 of 1 Notification to Others of Cancellation ZURICH' Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'! Prem. Return Prem. BAP 0305096-05 10131/2024 10/31/2025 14340000 $ INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: TO BE DETERMINED AS REQUIRED BY WRITTEN CONTRACT 90 All other terms and conditions of this policy remain unchanged. U -CA -812-A CW (05/10) Page 1of1 Indudes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0643 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non -renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non -renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non -renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non -renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent fist in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non -renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non -renewal date; b. Negate the cancellation or non -renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The infomration below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective -10/31 /2024 Policy No. WC 0305095-05 Endorsement No. Premium $ Insured - Intega, Inc. Insurance Company - Zurich American Insurance Company' WC 99 06 43 (Ed. 01-13) Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. © 2012 Copyright National Council on Compensation Insurance, Inc. All Rghts Deserved. Page 1 of 1 ENDORSEMENT NO. 6 ADVICE OF CANCELLATION TO ENTITIES OTHER THAN THE NAMED INSURED LIMITED TO E-MAIL NOTIFICATION This Endorsement, effective at 12:01 a.m. on December 31, 2023, forms part of Policy No. 0312-1277 Issued to Intega Inc Issued by Allied World Surplus Lines Insurance Company In consideration of the premium charged, it is hereby agreed that: In the event that the Company cancels this Policy for any reason other than nonpayment of premium, and 1. the cancellation effective date is prior to this Policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this Policy is canceled (hereinafter, the "Certificate Holder(s)"); and has provided to the Company, either directly or through its broker of record, the email address of the contact at such entity; and 3. the Company receives this information after the First Named Insured receives notice of cancellation of this Policy and prior to this Policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Company; the Company will provide advice of cancellation (the "Advice") via e-mail to such Certificate Holders not later than thirty (30) days before the effective date of cancellation. Proof of the Company emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Company has fully satisfied its obligations under this Endorsement. This Endorsement does not affect, in any way, coverage provided under this Policy or the cancellation of this Policy or the efxtive date thereof, nor shall this Endorsement invest any rights in any entity not insured under this Po icy. Any failure on the Insurer's part to deliver the Advice will not impose liability of any kind upon the Insurer or invalidate the cancellation. Any Certificate Holder is not an Insured or a Loss Payee under this Policy. No coverage will be available under this Policy for any Claim brought by or against any Certificate Holder. All other terms, conditions and limitations of this Policy shall remain unchanged. Authorized Representative AE 00025 00 (03/21) Entity Information Entity Name" T2 UTILITY ENGINEERS Entity ID* @00046800 Contract Name" 2025 ON -CALL SERVICES CONTRACT RENEWAL Contract Status CTB REVIEW Contract ID 9011 Contract Lead * MBEDELL Q New Entity? Parent Contract ID 6779 Requires Board Approval YES Contract Lead Email Department Project # MBedell@weld.gov Contract Description* SECOND RENEWAL OF THE ORIGINAL CONTRACT APPROVED IN 2023. Contract Description 2 Contract Type" RENEWAL Amount* $350,000.00 Renewable" YES Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID 7840 If this is part of a MSA enter RASA Contract ID Requested BOCC Agenda Due Date Date* 01/11/2025 01/15/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? NO 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 Review Date * 12/31/2025 Renewal Date* 12/31/2025 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 01/13/2025 01/13/2025 01/13/2025 Final Approval BOCC Approved Tyler Ref # AG 011525 BOCC Signed Date Originator MBEDELL BOCC Agenda Date 01/15/2025 Con -}vac+ ID1A559 s5c1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Non -Project Specific Subsurface Utility Engineering (SUE) Services On -Call with T2 Utility Engineers Change Order No. 1 DEPARTMENT: Public Works DATE: July 29, 2024 PERSON REQUESTING: Don Dunker, and Curtis Hall Brief description of the problem/issue: The 2024 SUE on -call contract (#7840) with T2 Utility Engineers was for $350,000 and will need to be increased by $125,000 to a total of $475,000. PW is trying to move projects forward and there is more work required to be done by the SUE contractor. The SUE horizontal and vertical locations of underground utilities is required to be done per SB 18-167 during design of projects. What options exist for the Board? 1. Recommend approval of the $125,000 change order. 2. Request a work session with staff to discuss this request. Consequences: Approval of this SUE Change Order No. 1 will be used during the 2024 fiscal year. If Change Order No. 1 is not approved, this could cause delays to our project design and construction schedules. Impacts: Public Works anticipates using these funds in 2024. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The SUE on -call contract will be increased from $350,000 to $475,000 for the 2024 fiscal year. The $125,000 in additional costs is available in the individual PW project budgets under Engineering 31100-6450 and can be moved to the SUE on -call contract/budget under Engineering 31100-6377 to satisfy the requested change order. Therefore, the requested change order results in no increase to the PW 2024 budget and does not affect future fiscal years. Recommendation: Public Works recommends authorization to place the requested SUE on -call Change Order #1 as a line item on an upcoming BOCC Meeting Agenda. Suwon Recommendaton Schedule Place on BOCC Acendq Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross, Chair Lori Saine Pyt,e5,6q)) zcc -0307 -n CHANGE ORDER NO. 1 Date: July 24.2024 PROJECT: #jQN-PROJECT SPECIFIC SUBSURFACE UTII,CIY ENGINEERING SJRVICES described in the Agreement dated March 29, 2023 (#6779) and First Agreement Extension/Renewal Dated February 26, 2024 (#7840). Owner: Weld County. CQtora¢o Consultant: T2 UES. {yet. dlt da T2 UMW Enslneers The following change is hereby made to the Contract Documents: The Contract Price is increased based on the changes shown below. CHANGE TO CONTRACT PRICE: Original Contract Price: Current Contract Price adjusted by previous Change Order: The Contract Price due to this Change Order will be increased by: The New Contract Price, including this Change Order, will be: CHANGE TO CONTRACT TIME: The Contract Time will not be increased. The date for completion of all Work remains December 31. 2024. RECOMMENDED: Owner Representative: APPROVALS: Don CONSULTANT: Title: Regional Manager Dunker, P.E. (County Engineer) $350.000.00 $350.000.00 $125,000.00 $475,000.00 Date: 7/0p/ay Date: 07/25/2024 WELD COUNTY: ATTEST: dorA.4) BOARD OF COUNTY COMMISSIONERS Weld Cou ty Clerk to the Boar WELD COUNTY epu ty BY: Cler i o the Board ,• 1 7c_ 0' Kevin D. Ross, Chair AUG 0 7 2024 40.1,3-0307 Contract For Entity Information Entity Name* Entity ID" T2 UTILITY ENGINEERS @00046800 Contract Name* Contract ID NON -PROJECT SPECIFIC SUBSURFACE UTILITY 8559 ENGINEERING WITH T2 UTILITY ENGINEERING CHANGE ORDER #1 Contract Lead" DDUNKER Contract Status CTB REVIEW Q New Entity? Parent Contract ID 7840 Requires Board Approval YES Contract Lead Email Department Project # ddunker@weld.gov Contract Description * THE 2024 SUE ON -CALL CONTRACT (#7840) WITH T2 UTILITY ENGINEERS WAS FOR $350,000 AND WILL NEED TO BE INCREASED BY $125,000 TO A TOTAL OF $475,000. PW IS TRYING TO MOVE PROJECTS FORWARD AND THERE IS MORE WORK REQUIRED TO BE DONE BY THE SUE CONTRACTOR. Contract Description 2 THE SUE HORIZONTAL AND VERTICAL LOCATIONS OF UNDERGROUND UTILITIES IS REQUIRED TO BE DONE PER SB 18-167 DURING DESIGN OF PROJECTS. Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER PUBLIC WORKS Date* 08/03/2024 08/07/2024 Amount* Department Email $125,000.00 CM- Will a work session with BOCC be required?* PublicWorks@weldgov.co NO Renewable* m NO Does Contract require Purchasing Dept. to be Department Head Email included? Automatic Renewal CM-PublicWorks- NO NO DeptHead@weldgov.com Grant County Attorney NO KARIN MCDOUGAL IGA County Attorney Email NO KMCDOUGAL@WELD.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date* 08/07/2024 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head .CURTIS HALL DH Approved Date 08/01/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08/07/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 08/02/2024 08/02/2024 Tyler Ref # AG 080724 Originator DDUNKER Corrhcc+ JtVi8-R) MEMORANDUM TO: Esther Gesick, CTB DATE: February 15, 2024 FROM: Erich Green, P.E., Public Works SUBJECT: First Renewal of Professional Services Agreement for T2 Utility Engineers (2024 SUE) Please place the attached contract renewal on the Consent Agenda for an upcoming BOCC hearing. This contract renewal is for the Subsurface Utility Engineering (SUE) on -call contract that was awarded to T2 Utility Engineers on March 29, 2023. The original contract ID number is 6779 and the original contract document number is 2023-0307. The contract renewal ID number is 7840. The Board approved the contract renewal to be placed on the Consent Agenda via a pass around that was returned on February 14, 2024. The contract is for an amount not to exceed $350,000.00. The contract amount is included in the 2024 Public Works budget. I will plan on attending the hearing to answer any questions. Co `z ag e 2/2 (Q/2l cc: ozp,,,O2 2023-0301 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: First Renewal of Professional Services Agreement for T2 Utility Engineers (2024 SUE) DEPARTMENT: Public Works DATE: 02/13/24 PERSON REQUESTING: Erich Green / Don Dunker Brief description of the problem/issue: Weld County entered into a one (1) year Professional Services Agreement (Original Contract) with T2 Utility Engineers (T2) in 2023 to provide on -call Subsurface Utility Engineering (SUE) services for Public Works projects. The Original Contract indicates that at the option of Weld County, it may be renewed for an additional one (1) year period. T2 has provided professional and timely SUE services for Public Works projects under the Original Contract and did not exceed the $350,000.00 contract amount in 2023. T2 has provided an updated Exhibit A showing their 2024 bill rates. The 2024 bill rates are under the allowable +4.5% cost adjustments from the most recent Denver, Aurora, and Lakewood Consumer Price Index (through November of 2023). Public Works staff recommends renewal of the Original Contract beginning February 21, 2024 and ending December 31, 2024. What options exist for the Board? 1. Approve the first renewal of the Original Contract and allow it to be placed on the next available Consent Agenda 2. Ask for a work session and additional information. Consequences: If the Original Contract is not renewed, Public Works will not readily be able to include necessary SUE services for in-house design of roadway improvement projects. Impacts: Without necessary SUE services, in-house roadway improvement project designs cannot be completed considering existing utilities, and project construction can be delayed. Costs: Costs will not exceed $350,000.00 and are accounted for in the Public Works 2024 fiscal year budget. The renewal only affects 2024 so subsequent fiscal year budgets will not be affected by the Original Contract renewal Recommendation: Staff recommends renewal of the Original Contract and is asking for this item to be placed on the next available Consent Agenda for consideration. Su000rt Recommendation Schedule Place on BOCC Mends Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross, Chair Lori Saine Via _ma CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND T2 UES, INC. D/B/A T2 UTILITY ENGINEERS This Agreement Extension/Renewal ("Renewal"), made and entered into 7(DT�day of February, 2024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and T2 UES, Inc. d/b/a T2 Utility Engineers, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as Document No. 2023-0307, Contract ID No. 6779, approved on March 29, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement for the first of two possible renewals of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Original Agreement will end on March 28, 2024. The parties agree to extend the Original Agreement for a one (1) -year period, which will begin February 21, 2024 and will end on December 31, 2024. The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit A has been updated to reflect the 2024 bill rates (attached). 2. There are no changes being made to the Contract Documents. 3. The total anticipated cost for the period from February 21, 2024 to December 31, 2024 is $350,000.00. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: T2 UES, INC. D/B/A T2 UTILITY ENGINEERS WELD COUNTY, COLORADO Matt Tomanek Printed Name Signature BOARD OF COUNTY COMMISSIONERS ::D. RceyChair Eg �Z�F S , e.TA ) 6%cit`�f O• Subsurface Utility Engineering - Rate Sheet- Weld County f.. T2 2024 engineers QLA Test Hole in Pavement (up to 6 feet in Depth and 15 inches in diameter)A'B'c $1,350.00 per hole QLA Test Hole Out of Pavement (up to 6 feet in Depth and 15 inches in diameter)A'e'c $1,125.00 per hole Vacuum Truck & Crew (4 hour minimum) $375.00 per hour Test Hole Exceeding 6 feet in Depth $95.00 per foot Test Hole Performed at Night (add on per hole) $180.00 per hole ASCE 38 Utility Designation (QL B, C, & D depictions)D, E.' L.M $1.72 per foot ASCE 38 Utility Designation (QL B, C, & D depictions), No Survey' E, I''' L, M $1.60 per foot Utility Designating 2 Man Crew (4 hr. minimum) $270.00 per hour Utility Designating 1 Man Crew (4 hr. minimum) $200.00 per hour Program Manager/QAQC MANAGER $245.00 per hour Sr. Project Manager / Professional Engineer $185.00 per hour Project Manager $170.00 per hour Project Engineer $155.00 per hour Sr. Utility Coordinator $185.00 per hour Utility Coordinator $155.00 per hour SUE Manager $150.00 per hour SUE Supervisor $125.00 per hour Sr. CADD Technician $125.00 per hour CADD Technician $110.00 per hour Technical Support/Administration $95.00 per hour Slot Trench/Extra Wide Test Hole' $465.00 per foot Cleanout Hydrovac (4 hr. minimum)" $375.00 per hour Traffic Control Option AF $700.00 per day Traffic Control Option BF $1,450.00 per day Traffic Control not Options A or BF cost plus 10% Hot Patch cost plus 10% Slurry/Flowable Fill - eackfill other then native cost plus 10% Permits (Assumed all permits are $0) cost plus 10% Miscellaneous Expenses cost plus 10% Eugene Lynne: Land Surveying Services - DBE/ESB LEVEL 1 2024 Fee Sheet Project Principal $168.00 per hour Professional Land Surveyor $155.00 per hour Project Surveyor $110.00 per hour Field Crew (1 person with Equipment) $145.00 per hour Field Crew (2 person with Equipment) $182.00 per hour Scan Crew (2 Person with Equipment) $199.00 per hour Survey & Engineering Technician $100.00 per hour Surveying Technician II $85.00 per hour `NOTES INDICATED BELOW A. MINIMUM OF 8 TEST HOLES FOR UNIT RATE OF HOLES, ALL OTHERS HOURLY. PRICE PER TEST HOLE INCLUDES AIR -VAC, 2 -MAN CREW, HOTELS, PER DIEM, SURVEY OF TEST HOLE REFERENCE MARKERS, PROFESSIONAL SERVICES, AND MILEAGE. 8. ALL FIELD WORK ASSUMES 9 HOURS A DAY WORKING TIME, IF HOURS ARE RESTRICTED ADDITIONAL COST MAYBE INCURRED. C. TEST HOLE DEPTH IS FROM GROUND ELEVATION TO THE BOTTOM OF UTILITY EXCAVATED. D. PROJECT MUST BE A MINIMUMS OF 15,000 LF OF DESIGNATION FOR PER FOOT PRICE, ALL OTHERS HOURLY E. PRICE PER LINEAR FOOT INCLUDES FIELD DESIGNATION OF ALL LINEAR UTILITIES INCLUDING DRAIN TILES, PROFESSIONAL SERVICES, HOTELS, PER DIEM, MILEAGE, AND SURVEY OF UTILITIES. TRAFFIC CONTROL COSTS NOT INCLUDED. DBE SURVEYOR NOT INCLUDED. ASSUMES A PLAN SCALE OF 40 ON 11X17 SHEETS ON WELD COUNTY CAD STANDARD. DOES NOT INCLUDE PIPE NETWORKS. F. TRAFFIC CONTROL OPTION A: SHOULDER CLOSURE INCLUDING SIGNAGE WITH NO FLAGGERS OPTIONS: ONE LANE CLOSURE INCLUDING SIGNAL E, FLAGGERS, AND TCS. FOR ALL OTHER TC REQUEST NOT INCLUDED IN OPTION A/B, THEY W ILL BE DONE AT COST PLUS 10%WITH COUNTY APPROVAL. G. COST IS PER FOOT OF ADDITIONAL WIDTH OVER 15". PERFORMED IN NATURAL GROUND ONLY. H. INCLUDES HVDROVAC UNIT, MILEAGE, FUEL SURCHARGE, 2 -MAN CREW, AND SOILS DISPOSAL. I. PRICE PER LINEAR FOOT INCLUDES FIELD DESIGNATION, PROFESSIONAL SERVICE5,HDTELS, PER DIEM, MILEAGE, BUT NO SURVEY OF UTILITIES. TRAFFIC CONTROL COSTS AND SURVEY OF UTILITIES NOT INCLUDED. DBE SURVEYOR NOT INCLUDED (WIII BE COMPLETED WITH HOURLY SURVEY RATE OF DBE). ASSUMES A PLAN SCALES 40' ON 11X17 SHEETS ON WELD COUNTY CAD STANDARD. DOES NOT INCLUDE PIPE NETWORKS. DBE SURVEY QUOTE WILL BE PROVIDED AND APPROVED PRIOR TO START OF WORK. J. PRODUCTION Of PIPE NETWORKS WILL BE INVOICED HOURLY ATTHE PROFESSIONAL HOURS REQUIRED TO COMPLETE THE TASK. PIPE NETWORKS ARE NOT INCLUDED IN THE PER LINEAR FOOT PRICES. IF RE4UESTED, THE HOURS WILL BE ESTIMATED AT THE TIME OF THE TASK ORDER. K. 4M AND CONDUX PARTNERS ARE SPECIALTY SERVICES AND WILL BE APPROVED PER REQUEST L. ALL LINEAR FEET DESIGNATION IS ESTIMATED,. ONLY THE UNITS COLLECETED WILL BE INVOICED. IN THE THE EVENT THE ESTIMATED FOOTAGE WAS NOT SUFFICENT AT TIME OF SLOPING A CHANGE ORDER TO COVER OVERALL FOOTAGE FOR THE PROJECT WILL BE REQUIRED. M. INVESTIGATIONS OF NON-LINEAR UTILITIES SUCH AS WATER WELLS, IRRIGATION WELLS, AND SEPTIC FIELDS WILL BE ESTIMATED AND INVOICED ATTHE HOURLY RATES. ^CORO® CERTIFICATE OF LIABILITY INSURANCE I DATE4Z/DZOD� YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AOn Risk Services Southwest, Inc. Houston TX Office CONTACT NAME. (,yew. ect, (R66) 283-7122 I rac ), (Roo) 363-0105 1300 Post oak Blvd., Suite 1400 Houston TX 77056 USA E-MaL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL R INSURED INSURERA: Zurich American Ins CO 16535 T2 UES 150 Capital Dr Ste 190 INSURERS; Ironshore Specialty Insurance Company 25445 INsuRERc: Allied world surplus Lines Insurance co 24319 Golden c0 80401 USA INSURERD: National Union Fire Ins Co of Pittsburgh 19445 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570103196570 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 TWAT THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE TN ADDL SUER 0,1Sp UV POLICY NUMBER POLICY EFF (M6UDD/YYrv� POLICY EXP JJMMM��DD/YYYvv�� LIMBS D X COMMERCIAL GENERAL LIABILITY 5361923 01/01/204 Ol/Ol/202S EACH OCCURRENCE $1,000,000 CLAIMS -MADE X❑ OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 MED EXP (Any one person) $10,000 PERSONAL 8, ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $10,000,000 X POLICY ❑ PRO ElLOC JECT PRODUCTS - COMP/OP AGG $2,000,000 OTHER: PER PROJECT GENERAL AGG $2,000,000 A AUTOMOBILE LIABILrrY BAP 0305096-04 10/31/2023 10/31/2024 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 X ANY AUTO BODILY INJURY ( Per Person) OWNED - SCHEDULED AUTOS BODILY INJURY (Per accident) - AUTOS ONLY HIRED AUTOS ONLY _ NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) - - UMBRELLA LIAR OCCUR EACH OCCURRENCE - EXCESS LIAR CLAIMS -MADE AGGREGATE DED' 'RETENTION A WORKERS COMPENSATION AND LIABILRY 000030509504 10/31/2023 10/31/2024 x I PER STATUTE I 124H - ER y / N ANY PROPRIETOR PARTNER! EXECUTIVE ❑ 'O'F'F' N I A AOS E.L. EACH ACCIDENT $1,000, 000 OFFICERrMEMOER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 H yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000, 000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Non -Project specific Subsurface utility. Engineering SerVice5 Contract, Request FOr Proposal #2200179, 82200179 Non -Project specific (on -Call) SUE Design Project. weld County, Colorado, its elected officials and its employees are included as Additional insured in accordance with the policy provisions of the General Liability poliy. A Wa-Iver of Subrogation is granted in favor of weld County, County, its associated and/or affiliated entities, successors or assigns, its elected officials, trustees, employees, agents and volunteers in accordance with the policy provisions of the General Libility, Automobile Liability, Professional Liability and workers' Compensation poliies. should General Liability, Automobile Liability, Professional Liability and workers' Compensation policies be cancelled before the expiration date thereof, the policy CERTIFICATE HOLDER CANCELLATION LL Holder Identifier O 2 County of weld 1150 0" Street Greeley CO 80631 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO/2�® AGENCY CUSTOMER ID: 570000081474 LOC H: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Southwest, Inc. NAMED INSURED T2 UES POLICY NUMBER See Certificate Number: 570103196570 CARRIER See Certificate Number: 570103196570 I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy liMitS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) LIMITS OTHER C Architects & Engineers Professional 03121277 Claims made SIR applies per policy terms 12/31/2023 & conditions 12/31/2024 Each Claim 01,000,000 Aggregate 82,000,000 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD O 2008 ACORD CORPORATION. All rights reserved. ACORO® AGENCY CUSTOMER ID: 570000081474 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk services southwest, Inc. T2 UES POLICY NUMBER See certificate Number: 570103196570 CARRIER NAIC CODE See Certificate Number: 570103196570 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMAiiKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Description of Operations / Locations / Vehicles: provisions will govern how notice of cancellation may be delivered to certificate Holders in accordance with the policy provisions of each policy. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. 4c c Iw AGENCY CUSTOMER ID: 570000081474 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Southwest, Inc. POLICY NUMBER See Certificate Number: 570103196570 CARRIER See Certificate Number: 570103196570 INAIL CODE NAMED INSURED T2 UES EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance T2 UES, Inc. Named Insured Entities T2 UES, Inc. T2 UES (MI), Inc. T2 Engineering Services, PC T2 UES, Inc. d/b/a T2 Utility Engineers Applied Professional Services, Inc. (Acquisition Date: April 1, 2023) ACORD 101 (2008/01) 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. 01/01/2024 forms a part of Policy No. 536-19-23 issued to INTEGA, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holders)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 3.9 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after theFirst Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/11) Includes copyrighted material of Insurance Services Office, Inc. with its permissiorPage 1 of 1 Notification to Others of Cancellation ZURICH' Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'1 Prem. Return Prem. BAP 0305096-04 10/31/2023 10/31/2024 14340000 $ INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: TO BE DETERMINED AS REQUIRED BY WRITTEN CONTRACT 90 All other terms and conditions of this policy remain unchanged. U -CA -812-A CW (05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0643 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non -renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non -renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non -renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non -renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non -renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non -renewal date; b. Negate the cancellation or non -renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective - 10/31/2023 Insured - Intega, Ina Insurance Company Policy No. WC 0305095-04 Endorsement No. Premium $ WC 99 06 43 (Ed. 01-13) Includes copyright material of the National Council on Compensator Insurance, Inc. used with its permission. © 2012 Copyright National Council on Compensation Insurance, Inc. All Nghts Reserved. Page 1 of 1 ENDORSEMENT NO.6 ADVICE OF CANCELLATION TO ENTITIES OTHER THAN THE NAMED INSURED LIMITED TO E-MAIL NOTIFICATION This Endorsement, effective at 12:01 a.m. on December 31, 2023, forms part of Policy No. 0312-1277 Issued to Intega Inc Issued by Allied World Surplus Lines Insurance Company In consideration of the premium charged, it is hereby agreed that: In the event that the Company cancels this Policy for any reason other than nonpayment of premium, and 1. the cancellation effective date is prior to this Policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this Policy is canceled (hereinafter, the "Certificate Holder(s)"); and has provided to the Company, either directly or through its broker of record, the email address of the contact at such entity; and 3. the Company receives this information after the First Named Insured receives notice of cancellation of this Policy and prior to this Policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Company; the Company will provide advice of cancellation (the "Advice") via e-mail to such Certificate Holders not later than thirty (30) days before the effective date of cancellation. Proof of the Company emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Company has fully satisfied its obligations under this Endorsement. This Endorsement does not affect, in any way, coverage provided under this Policy or the cancellation of this Policy or the effective date thereof, nor shall this Endorsement invest any rights in any entity not insured under this Policy. Any failure on the Insurer's part to deliver the Advice will not impose liability of any kind upon the Insurer or invalidate the cancellation. Any Certificate Holder is not an Insured or a Loss Payee under this Policy. No coverage will be available under this Policy for any Claim brought by or against any Certificate Holder. All other terms, conditions and limitations of this Policy shall remain unchanged. eer. l Authorized Representative AE 00025 00 (03/21) Contract Form Entity Information Entity Name* Entity ID* T2 UTILITY ENGINEERS @00046800 Contract Name" Contract ID 2024 SUBSURFACE UTILITY ENGINEERING (SUE) 7840 SERVICES Contract Status CTB REVIEW Contract Lead EGREEN O New Entity? Parent Contract ID 6779 Requires Board Approval YES Contract Lead Email Department Project # egreen@co.weld.co.us VARIOUS Contract Description* FIRST OF TWO POSSIBLE RENEWALS OF THE 2023 SUBSURFACE UTILITY ENGINEERING (SUE) SERVICES AGREEMENT Contract Description 2 ON -CALL SUBSURFACE UTILITY ENGINEERING (SUE) SERVICES FOR VARIOUS PUBLIC WORKS PROJECTS Contract Type" RENEWAL Amount* $ 350,000.00 Renewable" YES Automatic Renewal Grant IGA Department PUBLIC WORKS Department Email CM- PublicWorks@weldgov.co Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID 6779 If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Date * 02/21/2024 Due Date 02/17/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2200179 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 Review Date* 11/30/2024 Renewal Date" 12/31/2024 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 02/15/2024 Approval Process Department Head Finance Approver Legal Counsel .CURTIS HALL CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 02/15/2024 02/15/2024 02/15/2024 Final Approval BOCC Approved Tyler Ref # AG 022624 BOCC Signed Date Originator EGREEN BOCC Agenda Date 02/26/2024 Cnkvo4- MEMORANDUM Date: March 21, 2023 To: Esther Gesick, CTB From: Clay Kimmi, Project Manager, Public Works RE: OnBase Contract ID #6779 — Non -Project Specific Subsurface Utility Engineering Services, B2200179 Please place the attached agreement on the BOCC Consent Agenda. The BOCC approved the award of this contract to T2 Utility Engineers on March 6, 2023 as Tyler Reference Number 2023-0307. The Consultant has signed the contract and has provided the required insurance listing Weld County as an additional insured party. I will plan on attending the BOCC hearing to answer any questions the BOCC may have regarding this contract. eu) 2023 -030 OOgI 3/a9/a 5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & T2 UES, INC. D/B/A T2 UTILITY ENGINEERS. NON -PROJECT SPECIFIC SUBSURFACE UTILITY ENGINEERING CONTRACT THIS AGREEMENT is made and entered into this 2golay of Maya" , 2023, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and "T2 UES, Inc. d/b/a T2 Utility Engineers", a corporation, whose address is 150 Capital Drive, Suite 190, Golden, CO 80401, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B2200179. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibit A. Both 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, the County shall notify Contract Professional if it wishes to renew this Agreement. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional 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 Contract Professional 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, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional 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 incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional 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 Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional 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 2 issued in strict accordance with this Agreement, Contract Professional'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 Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $350,000.00, which is the bid set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review. If the County experiences additional costs during construction which are directly associated with errors and omissions (Consultant negligence) resulting in change orders requiring approval by the Board of County Commissioners and/or costs greater than the original bid unit costs, the Consultant will be financially liable for such increased costs. 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 Contract Professional 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, Contract Professional 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 Contract Professional hereunder and Contract Professional 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. Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit B. Contract Professional shall not be paid any other expenses unless set forth in this Agreement. Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred. 3 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 Contract Professional 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 Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemploymert insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Ccntract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. Ccunty shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional 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 Contract Professional in relation to this Agreement and all reports, test results and all other targibe 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 4 considered the property of the County. Contract Professional 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 financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional 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. Contract Professional 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. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional 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 Contract Professional 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 Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services 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 and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals 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. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non- payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or 5 self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional 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. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, to the extent caused by the negligent actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional 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, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. 6 This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 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. Contract Professional 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, Contract Professional 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 Aggregate $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name Weld County, Colorado, its elected officials, and its employees as additional insured parties. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages 7 required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest thereir or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving all matters and/or transactions related to this Agreement. The Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. 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 ordersand other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5 days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Consultant: T2 Utility Engineers, Inc. Attn.: Kristen Miller 150 Capital Drive 8 Suite 190 Golden, CO 80401 E-mail: Kristen.miller@t2ue.com Phone: 720-452-1102 Coun Clay Kimmi Project Manager 1111 H Street Greeley, CO 80632 E-mail: ckimmi@weldgov.com Phone: (970) 400-3741 Don Dunker, P.E. County Engineer 1111 H Street Greeley, CO 80632 ddunker@weldgov.com (970) 400-3749 18. Compliance with Law. Contract Professional 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. 19. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. 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. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement aver 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. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and 9 enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. 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. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until is has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. 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, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 29.. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contract Professional, 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. 30. 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. 10 31. Official Engineering Publications: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (with Weld County Revisions) and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 32. Compliance with Colorado Department of Transportation Regulations and Standards: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (with Weld County Revisions) and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Contract Professional further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. I TNESS EREOF, the parties hereto have signed this Agreement this i2' day of , 2023. T2 UES, INC. d/b/a T2 UTILITY ENGINEERS: By: Name: Robert Ramsey Title: Vice President Date 3/20/2023 WELD COI L Jlo;� ATTEST: Weld Co my Clerk to the B. rd BY: Deputy Clerk t BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 11 e :oard S ' ' �L,,�'t ike Freeman, Chair MAR 2 9 2023 X37 Subsurface Utility Engineering - Rate Sheet- Weld County ..1-2utility 2023 engineers QLA Test Hole in Pavement (up to 6 feet in Depth and 15 inches in diameter)A'B'` $1,300.00 per hole QLA Test Hole Out of Pavement (up to 6 feet in Depth and 15 inches in diameter)" $1,100.00 per hole Vacuum Truck & Crew (4 hour minimum) $360.00 per hour Test Hole Exceeding 6 feet in Depth $95.00 per foot Test Hole Performed at Night (add on per hole) $175.00 per hole ASCE 38 Utility Designation (QL B, C, & D depictions)°, E.L' M $1.67 per foot ASCE 38 Utility Designation (QL B, C, & D depictions), No Survey ' E,'''' M $1.56 per foot Utility Designating 2 Nan Crew (4 hr. minimum) $260.00 per hour Utility Designating 1 NanCrew (4 hr. minimum) $195.00 per hour Program Manager/QFQCPAANAGER $245.00 per hour Sr. Project Manager / Professional Engineer $180.00 per hour Project Manager $165.00 per hour Project Engineer $150.00 per hour Sr. Utility Coordinator $178.00 per hour Utility Coordinator $150.00 per hour SUE Manager $145.00 per hour SUE Supervisor $125.00 per hour Sr. CAD° Technician $125.00 per hour CAD° Technician $110.00 per hour Technical Support/Adnitittration $95.00 per hour Slot Trench/Extra Wide Test Hole° $450.00 per foot Cleanout Hydrovac (4 hr. minimum)" $360.00 per hour Traffic Control Option $700.00 per day Traffic Control Option B $1,450.00 per day Traffic Control not Options A or B cost plus 10% Hot Patch cost plus 109 Slurry/Flowable Fill - Backfll other then native cost plus 10% Permits (Assumed all pewits are $0) cost plus 10% Miscellaneous Expenses cost plus 10% Eugene Lynne: Land Surveying Services - DBE/ESB LEVEL 1 2023 Fee Sheet Project Principal $168.00 per hour Professional Land Surveyor $155.00 per hour Project Surveyor $110.00 per hour Field Crew (1 person with Equipment) $145.00 per hour Field Crew (2 person with Equipment) $182.00 per hour Scan Crew (2 Person with Equipment) $199.00 per hour Survey & Engineering Technician $100.00 per hour Surveying Technician II $85.00 per hour *NOTES INDICATED BELOW A.MINIMUMOFRTESTHOLESFOR UN TcEOFHOLES,ALLOTHERS HOURLY. PRICE PER TEST HOLE INCLUDES AIR -VAC, 2 -MAN CREW, HOTELS, PER DIEM, SURVEY OF TEST HOLE REFERENCE MARKERS, PROFESSIONAL SERJICE5, AND MILEAGE. B. ALL FIELD WORK ASSUMES 9 HOURS ANAY WORKING TIME, IF HOURS ARE RESTRICTED ADDITIONAL COST MAYBE INCURRED. C. TEST HOLE DEPTH IS FROM GROUIND EEVATION TO THE BOTTOM OF UTILITY EXCAVATED_ D. PROJECT MUST BE A MINIMUMS OF 1,000 LF OF DESIGNATION FOR PER FOOT PRICE, ALL OTHERS HOURLY E PRICE PER LINEAR FOOT INCLUDrS FIELM DESIGNATION OF ALL LINEAR UTILITIES INCLUDING DRAIN TILES, PROFESSIONAL SERVICES, HOTELS, PER DIEM, MILEAGE, AND SURVEY OF UTILITIES. TRAFFIC CONTROL COSTS NOT NCLU DED. DRE SURVEVOft NOT INCLUDED. ASSUMES A PLAN SCALE OF 40' ON 11%17 SHEETS ON ELD COUNTY CAD STANDARD. DOES NOT INCLUDE PIPE NETWORKS. F. TRAFFIC CONTROL OPTION A. SHOULDER CLOSURE INCLUDING SIGNAGE WITH NO FLAGGERS. OPTION B: ONE LANE CLOSURE INCLUDING SIG NAGE, FLAGGERS, AND TCS. FOR ALL OTHER TC REQUEST NOT INCLUDED OPTION A/B, THEY WILL BE DONE AT COST PLUS 10% WITH COUNTY APPROVAL. G. COST IS PER FOOT OF ADDITIONAL NEWEL OVER 1S"- PERFORMED IN NATURAL GROUND ON,. H. INCLUDES HYDROVAC UNIT, MILEAGE, FUEL SURCHARGE, 2 -MAN CREW, AND SOILS DISPOSAL. I. PRICE PER LINEAR FOOT INCLUDE FIELC DESIGNATION, PROFESSIONAL SERVICES, HOTELS, PER DIEM, MILEAGE, BUT NO SURVEY OF UTILITIES_TRAFFICCONTROL COSTS AND SURVEY OF UTILITIES NOT INCLUDED. DBESURVEYOR NOT INCLUDED R:I BE COMPLETED WITH HOURLY SURV EY RATE OF DBE). ASSUMES A PLAN SCALE OF 40' °N 11X17 SH SETS ON WELD COUNTY CAD STANDARD. DOESNOT INCLUDE PIPE NETWORKS. DBE SURVEY OUOTE WILL BE PROVIDED AND APPROVE° PRIOR TO START OF WORK. J. PRODUCTION OF PIPE NETWORKS WILL 3E INVOICED HOURLY ATTHE PROFESSIONAL HOURS REQUIRED TO COMPLETE THE TASK. PIPE NETWORKS ARE NOT INCLUDED IN THE PER LINEAR FOOT PRICES. IF REQUESTS®, THE aOUR5 WILL BE ESTIMATED AT THE TIME OF THE TASK ORDER. K. 4M AND CONDUX PARTNERS ARE SPECIALTY SERVICES AND WILL BE APPROVED PER REQUEST L. ALL LINEAR FEET DESIGNATION IS ESTiAATED, ONLY THE UNITS COLLECEFED WILL BE INVOICED. IN THE THE EVENT THE ESTIMATED FOOTAGE WAS NOT SUFFICENT AT TIME OF ,COPING A CHANGE ORDER TO COVER OV-TRACE FOOTAGE FOR THE PROJECT WILL BE REQUIRED. M. INVESTIGATIONS OF NON-LINEAR UTILITIES SUCH AS WATER WELLS, IRRIGATION WELLS, AND SEPTIC FIELDS WILL BE ESTIMATED AND INVOICED AT THE HOURLY RATES. CERTIFICATE OF LIABILITY INSURANCE DATE(MM03/D/(YYY) /15/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NACONTACT ME. Aon Risk Services Southwest, Inc. Houston TX Office jalcNri . Et): (866) 283-7122 I jaC. No.): (800) 363-0105 5555 San Felipe Suite 1500 -MAIL ADDRESS: Houston TX 77056 USA INSURER(S) AFFORDING COVERAGE NAIL It INSURED INSURER, Zurich American ins Co 16535 T2 UES 150 Capital Dr INsuRERe: Ironshore Specialty Insurance Company 25445 INsuRERc: Allied World Surplus Lines Insurance Co 24319 Ste 190 Golden Co 80401 USA INSURERD: National union Fire Ins Co of Pittsburgh 19445 INSURER E. INSURER F: COVERAGES CERTIFICATE NUMBER: 570098303502 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 TERM$ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown areas requested INS: TYPE OF INSURANCE LTR ADD- SUBR INSD wvD POLICY NUMBER JJIIPPyOO�yL/IICppYryryErrFYYFCC MPPOyyyyLICY�ErrXX�Prr LIMITS COMMERCIAL GENERAL LIABILITY 5361923 01/81/202 O1jOT/1014 EACH OCCURRENCE $1, OOO , OOO ( I CLAIMS -MADE X OCCUR l DAMAGE TO RENTED PREMISES (Ea occurrence) $100, 000 MED EXP (Any one person) $10, 000 PERSONAL B ADV INJURY $1,000,000 GENIAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $10,000,000 X POLICY ❑ PROT ❑ LOC JEC PRODUCTS - COMP/OP AGG $2,000,000 OTHER: PER PROJECT GENERAL AGGRE< $2,000,000 AUTOMOBILE LIABILITY BAP 0305096 03 10/31/2022 10/31/2023 COMBINED SINGLE LIMIT IEa a. d ntl $2,000,000 X ANY AUTO BODILY INJURY ( Per person) OWNED SCHEDULED BODILY INJURY (Per accident) - AUTOS ONLY MIREDAUTOS AUTOS NON -OWNED ONLY PROPERTY DAMAGE (Per accitlent) - ONLY - AUTOS UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS -MADE AGGREGATE DED I 'RETENTION WORKERS COMPENSATION AND EMPLOYERS LIABILITY w1030509503 10/31/2022 10/31/2023 X I PER STATUTE I 0TH 1 YIN ANVPROP ZEiRx/PARTNER/EXECUTIVE �L 1°- AOS E. L EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) Ell E.L. DISEASE -EA EMPLOYEE $1, 000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1, OOO , OOO DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if ...space is required, RE: Non -Project S ecific Subsurface utility Engineering Services Contrct, Request For Proposal #2200179, 62200179 Non -Project Specific (on -Call) SUE Design Project. weld County, Colorado, its elected officials and its employees are included as Additional Insured in accordance with the policy provisions of the General Liability policy. A waiver of Subrogation is granted in favor of weld County, County, its associated and/or affiliated entities, successors or assigns, its elected officials, trustees, employees, agents and volunteers in accordance with the policy provisions of the General iability, Automobile Liability, Professional Liability and workers' Compensation policies. Should General Liability, Automobile Liability, Professional Liability and workers' Compensation policies be cancelled before the expiration date thereof, the policy CERTIFICATE HOLDER CANCELLATION SHOULD ANV OF THE ABOVE EXPIRATION DATE THEREOF, POLICY PROVISIONS. DESCRIBED NOTICE WILL POLICIES BE BE DELIVERED CANCELLED BEFORE THE IN ACCORDANCE WITH THE County of weld 1150 "O" Street AUTHORIZED REPRESENTATIVE Greeley Co 80631 USA t ax 7.— Y L �,— ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Holder Identifier : IFJR O 2 AGENCY CUSTOMER ID: 570000081474 LOC #: ACO ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Southwest, Inc. NAMED INSURED T2 UES POLICY NUMBER See Certificate Numbe^: 570098303502 CARRIER See Certificate Numbe^: 570098303502 I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 15 FORM TITLE: Certificate of Liability Insurance INSURERS) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSR LTR TYPE OR INSIRAHCE INSD INSD SORB W VD POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) LIMITS OTHER C Architects & Engineers Professional 03121277 Claims Made SIR applies per policy te•ms 12/31/2022 & condit 12/31/2023 ons Each claim $1,000,000 Aggregate $2,000,000 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD C 2008 ACORD CORPORATION. All rights reserved ACS AGENCY CUSTOMERID: 570000081474 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Southwest, Inc. NAMEDINSURED T2 UES POLICY NUMBER See Certificate Number: 570098303502 CARRIER NAIL CODE see Certificate Number: 570098303502 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance provisions will govern how notice of cancellation may be delivered to certificate Holders in accordance with the policy provisions of each policy. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD ® 2008 ACORD CORPORATION. All rights reserved. ACORO® AGENCYCUSTOMERID: 570000081474 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services Southwest, Inc. NAMED INSURED T2 UES POLICY NUMBER See Certificate Number: 570098303502 CARRIER see Certificate Number: 570098303502 INACCODE EFFECTMEDATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance T2 UES, Inc. Named Insured Entities T2 UES, Inc. T2 UES (MI), If1C. T2 Engineering Services, PC T2 UES, Inc. d/b/a 12 utility Engineers 0 2008 ACORD CORPORATION. All rights reserved. ACORD 101 (2008/0, The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. 01/01/2023 forms a part of Policy No. 536-19-23 issued to I NTEGA, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA. LIMITED ADVICE OF CANCELLATION PROVIDED VIA E-MAIL TO ENTITIES OTHER THAN THE FIRST NAMED INSURED This policy is amended as follows: In the event that the Insurer cancels this policy for any reason other than non-payment of premium, and 1. the cancellation effective date is prior to this policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this policy is canceled (hereinafter, the "Certificate Holders)") and has provided to the Insurer, either directly or through its broker of record, the email address of a contact at each such entity; and 3. the Insurer received this information after the First Named Insured receives notice of cancellation of this policy and prior to this policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Insurer, the Insurer will provide advice of cancellation (the "Advice") via e-mail to each such Certificate Holders withi n 39 days after the First Named Insured provides such information to the Insurer; provided, however, that if a specific number of days is not stated above, then the Advice will be provided to such Certificate Holder(s) as soon as reasonably practicable after theFirst Named Insured provides such information to the Insurer. Proof of the Insurer emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Insurer has fully satisfied its obligations under this endorsement. This endorsement does not affect, in any way, coverage provided under this policy or the cancellation of this policy or the effective date thereof, nor shall this endorsement invest any rights in any entity not insured under this policy. The following Definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown on the Declarations Page of this policy. 2. Insurer means the insurance company shown in the header on the Declarations page of this policy. All other terms, conditions and exclusions shall remain the same. Authorized Representative 107414 (3/11) Includes copyrighted material of Insurance Services Office, Inc. with its permissiorPage 1 of 1 Notification to Others of Cancellation ZURICH' Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff Date of End. Producer Add'l Prem. Return Prem. BAP 0305096-03 10/31/2022 10/31/2023 14340000 $ INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifes insurance provided under the: Commercial Automola e Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Narie and Address of Other Person(s) / Organization(s): Number of Days Notice: TO BE DETERMINED AS REQUIRED BY WRITTEN CONTRACT 90 All other terms and conditions of this policy remain unchanged. U -CA -812-A CW (05/10) Page 1 of 8 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non -renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non -renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non -renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non -renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non -renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non -renewal date; b. Negate the cancellation or non -renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Insured Insurance Company Policy No. Endorsement No. WC 0305095 03 Premium $ WC 99 06 43 (Ed. 01-13) Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. 2012 Copyright National Council on Compensation Insurance, Inc. All Fights Reserved. Page 1 d1 ENDORSEMENT NO.6 ADVICE OF CANCELLATION TO ENTITIES OTHER THAN THE NAMED INSURED LIMITED TO E-MAIL NOTIFICATION This Endorsement, effective at 12:01 a.m. on December 31, 2022, forms part of Policy No. 0312-1277 Issued to Intega Inc Issued by Allied World Surplus Lines Insurance Company In considerafon of the premium charged, it is hereby agreed that: In the event that the Company cancels this Policy for any reason other than nonpayment of premium, and 1. the cancellation effective date is prior to this Policy's expiration date; 2. the First Named Insured is under an existing contractual obligation to notify a certificate holder when this Policy is canceled (hereinafter, the "Certificate Holder(s)"); and has provided to the Company, either directly or through its broker of record, the email address of the contact at such entity; and 3. the Company receives this information after the First Named Insured receives notice of cancellation of this Policy and prior to this Policy's cancellation effective date, via an electronic spreadsheet that is acceptable to the Company; the Company will provide advice of cancellation (the "Advice") via e-mail to such Certificate Holders not later than thirty (30) days before the effective date of cancellation. Proof of the Company emailing the Advice, using the information provided by the First Named Insured, will serve as proof that the Company has fully satisfied its obligations under this Endorsement. This Endorsement does not affect, in any way, coverage provided under this Policy or the cancellation of this Policy or the effective date thereof, nor shall this Endorsement invest any rights in any entity not insured under this Policy. Any failure on the Insurer's part to deliver the Advice will not impose liability of any kind upon the Insurer or invalidate the cancellation. Any Certificate Holder is not an Insured or a Loss Payee under this Policy. No coverage will be available under this Policy for any Claim brought by or against any Certificate Holder. All other terms, conditions and limitations of this Policy shall remain unchanged. Authorized Representative AE 00025 00 03/21) EXHIBIT A RFP & RFQ WITH EXHIBITS 12 Request for Proposals Non -Project Specific Subsurface Utility Engineering Services Contract RFP #2200179 I. Purpose Weld County is requesting proposals from the shortlisted engineering firms from the RFQ process to provide non -project specific (on -call) subsurface utility engineering (SUE) services for projects located throughout Weld County. One or more firms may be contracted to provide the SUE services. The selected firm(s) may be contracted to provide these services based on a negotiated scope of work and fees. Public Works has budgeted $350,000 for SUE services. If more than 1 SUE consultant is chosen; the budgeted amount will be divided amongst the consultants at the discretion of Weld County. The QBS procedure outlined in Chapter 5, Section 5-4-150(B) will be utilized to select the SUE consultant. See Part 2 of the RFP for scoring criteria. No cost information shall be provided with the proposal. The selection comm ttee will consist of County employees from the Weld County Public Works and Purchasing Departments. Weld County, in its sole discretion, will decide to select the number of consultant teams from the shortlisted firms to interview. Following the selection of a consultant(s), Weld County will negotiate rates for the various SUE related tasks prior to signiig a Professional Services Agreement with the selected consultant(s). A Public Works' internal accounting (IA; form based on the contracted rates will be utilized to initiate each SUE project. When preparing the IA form, the County will provide basic project information and the Consultant shall provide a detailed scope of work and cost estimate for the given SUE project. The Professional Services Agreement shall commence on the date the Agreement is signed by the Board of County Commissioners and shall continue in full force and effect for one (1) year. At the option of the County, the Agreement may be extended for up to two (2) additional years. No guarantee is made to the scope of future work anc may be modified at the sole discretion of Weld County. If the Agreement is renewed, the Consultant will have the opportunity to revise its fee schedule and shall not exceed the Deriver, Aurora, Lakewood Consumer Price Index that is in effect at the time of the renewal. The professional services agreement may be used at the option of other Weld County Departments and Divisions. If other Weld County Departments or Divisions utilize the professional services agreement, they will have to utilize their own budgets to pay for the SUE services. II. Scope of Services The services to be provided under the professional services agreement shall consist of a utilities impact investigation with a SUE plan set describing all existing aboveground and subsurface utilities, utilities located on public and private property (i.e., septic systems/leach fields, gas service lines, water service lines, electrical service lines, water wells, irrigation systems. etc.), oil and gas facilities. drain tiles, agricultural related irrigation facilities, fiber optics, and cable tv (hereafter known as Utilities) identified and located in accordance with Senate Bill 18-167 (S18-167). The investigations shall meet all requirements for Quality Levels B through D (QL B -D) as defined by Weld County. Additionally, the Consultant have the capability provide Quality Level A (QL A) test hole information at potential corflict locations as determined by the Consultant and Weld County. Services will consist of providing test role information to identify the depth, material, and size of the subsurface infrastructure at all potential conflict areas within the project limits. All test holes shall meet the requirements for QL A as defined by Weld County. Test hole services shall include traffic control including ROW permitting and MHTs for flagging and one lane closures. The various quality level requirements are provided below. During contract negotiations, the test hole costs shall be based on unit costs for each test hole. The test hole costs shall include all costs associated with the test holes including but not limited to: mileage, mobilization, equipment rentals, traffic control, per diem, etc. Two separate unit costs for the test holes will be required — Test Holes in Pavement and Test Holes outside of Pavement. Test 1 hole costs based; on hourly rates will not be accepted Test hole costs will not be adjusted for individual IAs and will only be adjusted during the annual renewal process should the County decide to renew the Contract During contract negotiations, unit prices for videotaping culverts and irrigation pipes shall be provided The unit costs shall include all costs associated with the videotaping including but not limited to mobilization, mileage, equipment rentals, traffic control, per diem, etc During contract negotiations, unit prices for cleaning culverts and irrigation pipes shall be provided The unit costs shall include all costs associated with the pipe cleaning including but not limited to mobilization, mileage, equipment rentals, traffic control, per diem, etc During contract negotiations, QL B -D costs shall include mobilization, mileage, equipment rentals, per diem, traffic control, etc Unless otherwise approved during contract negotiations, mileage shall be included in the cost of in - person meetings A Project Requirements General Requirements a) The Consultant shall make reasonable provisions for Weld County representatives to observe the Consultant's work in progress b) If available, Weld County will provide CAD files (in current CAD version used by the County) of the project area to the Consultant upon signing of the IA 1) A project kickoff meeting shall be had between Weld County, the Consultant, and the Consultant's subcontractors after the IA has been signed by all applicable parties 2) Monthly progress meetings shall be held for each open IA 3) The Consultant shall be responsible for providing a meeting agenda and meeting minutes 4) Mileage will not be paid for separately Mileage charges shall be included in the hourly rates c) The Consultant shall be responsible for providing 811 Notifications for each SUE project Furthermore, the Consultant shall be responsible for identifying and surveying all ousting included private and non -811 aboveground and subsurface Utilities The location of said facilities shall be shown on the plans The Consultant shall review all data with the respective facility owners for accuracy d) The Consultant shall provide coordination including but not limited to landowner interviews, research (ROW, water well numbers, irrigation ditches including water rights, etc ), site meetings, dig watches, and standbys, with all affected facility owners e) The Consultant shall provide a SUE report including structure data sheets for each structure located in the field and test hole data sheets shall be submitted for review and acceptance Summary tables of the structure data sheets and the test hole data sheets shall be included in the SUE drawings f) The Consultant shall provide a Utility Conflict Matrix that shall be submitted to Weld County for review and acceptance The Utility Conflict Matrix can be either the Weld County Conflict Matrix or the CDOT Conflict Matrix template The Consultant shall provide detailed written monthly progress reports with each invoice for the project duration The monthly progress reports shall consist of 1) a cover letter outlining all work billed for during the invoice period, 2) a list of problems encountered during the pay period or anticipated in the next pay period 3) backup data showing the personnel working on a task, what task they were performing, their hourly rate, and the number of hours billed to the task, and 4) a time sheet certification signed by the Consultant's project manager 5) Sub -Consultant invoices shall include the same information as backup documentation g) 2 h) The Consultant and sub -consultants shall apply for and receive a Right of Way (ROW) permit for all work to be performed within the County's ROW. There will be no charge for the permit however, the Consultant or sub -consultant shall provide the required MHTs. certificate of insurance, and ROW permit application for review and issuance. i)-raffic control shall be included in the cost of the work performed in the County's ROW. All traffic cortrol is subject to acceptance by Weld County prior to commencement of the work. 1) If Weld County does not already have valid Permission to Enter forms, the Consultant shall be responsible for obtaining a Permission to Enter forms for locations outside of the County's ROW. k) The Consultant shall coordinate with Weld County and provide evidence that all applicable gec physical techniques have been utilized and have failed to locate the underground facility. Weld County shall in its sole discretion determine if a facility can be classified as a lower quality level. 2. Subsurface Utility Engineering Plan Sheets a) AutoCAD Civil 3D (version currently used by Weld County) files showing linework for all subsurface facilities and test holes within the project area shall be provided by the Consultant. The plan set shall follow the standards set forth by Weld County. 1) The Consultant shall use the AutoCAD template, line styles, pipe catalog, survey point settings, and printer settings as designated by Weld County for the plan sets. 2) The Consultant shall utilize a pipe network for each utility and irrigation lines shown in the drawings. If no elevation data has been provided, the pipe network shall be draped across :he existing ground surface. b) 11): 7 plan sets (scale: 1 inch = 50 feet) showing the Utilities both horizontally and vertically and in relation to the proposed improvements shall be provided. 1) Manholes with rim and invert elevations (ins and outs), water/irrigation appurtenances ncluding air vacs, PRV vaults, vents, meter pits, curb stops, hydrants, etc., sewer appurtenances including lift stations, drop manholes, vents, force mains, etc., dry utility appurtenances including vaults, pull boxes. manholes, hand holds, drop down transformers; poles, pedestals, other providers attached to all overhead utilities, pig stations, etc. shall be shown. 2) If the appurtenances described above are filled with dirt, the Consultant shall clean the dirt out of the appurtenance to obtain the required data. This activity shall be incidental to the cost of the field investigations. �) Jnknown Utilities encountered during the investigation including all appurtenances shall be included in the plan set. 4) The owner of each facility shall be identified on the plan set. If an owner cannot be identified, the Consultant shall coordinate with Weld County to determine how to proceed. 5) A current contact(s) for each facility shall be provided in the plan set. c) Each page of the plan set shall include a sheet border. title block. north arrow, Call 811 image, sca e bar, legend, match lines, centerline stationing, road name labels, structure labels (bridges, cult erts, walls, etc.), existing and proposed rights -of -ways easements, test hole locations, and app cable notes. Additionally, the title of the plan set shall be labeled as Subsurface Utility Enc ineering Plans and shall include the sheet number of the overall plan set and subset. d) After the SUE QL B -D has been completed and accepted by Weld County, a separate IA will be core to determine the number of test holes to be completed. e) The Consultant shall provide the location and description of the control points, location and cesoription of the benchmark(s), and the scale factors used in their drawings. The data shall be in the modified State Plane Coordinate System used by the County and shall be on the NAVD-88 vertical datum. If Weld County has project control already setup for the project, the Consultant sha I utilize the County's project control. f) A p an sheet(s) shall be included for test hole logs including a spreadsheet table containing the data outlined below for each test hole. 3 g) The Consultant shall locate, on the Utility Plan sheets, all existing utilities, oil and gas facilities, drain tiles, and agricultural irrigation facilities All underground facilities must be located to a minimum QL A at potential conflict locations NOTE Weld County's requirements are more stringent than Senate Bill (S B 1 18-167 In the event of a conflict between Weld County's requirements and S B 18-167, the most stringent requirements shall take precedence Weld County in its sole discretion shall determine which requirement is most stringent. h) Prior to submitting the plan sheets, the Consultant shall conduct internal QA/QC to verify drafting errors are corrected The QA/QC process shall include verification that all layers, backgrounds, borders, etc are in accordance with Weld County's requirements Weld County will review and comment on the plan sheets Remember, Weld County is not the Consultant's QA/QC The Consultant shall address each comment and update the, plan sheets prior to submitting the final deliverable i) Upon completion of the Subsurface Utility Engineering plan sheets, the consultant shall provide the County an unstamped PDF of the 11x17 plan sheets, a stamped, dated, and signed PDF of the 11x17 plan sheets, and the AutoCAD files showing the information described above The CAD drawing shall include all files associated with the linework and sheet layouts 1) Each plan sheet shall be stamped, signed, and dated by a registered Professional Engineer licensed in the State of Colorado The Professional Engineer shall be responsible for negligent errors and/or omissions in the utility data for the certified quality level 3 Quality Level A Requirements a) QL A is the use of nondestructive techniques to provide precise plan and profile mapping of underground Utilities through nondestructive exposure Data collected shall at a minimum include type, size, condition, material, and other characteristics of the underground feature 1) Weld County recognizes that a QL A SUE cannot be achieved for the entire length of every underground facility within the project area 2) At a minimum, the intent is to achieve QL A information at all conflict locations The underground facility between test holes will likely be designated at a lower quality level 3) The lower quality level shall be determined using the processes outlined for QL B -D including best professional judgement as outlined below b) Tasks associated with QL A include the completion of all tasks associated with QL B -D designations c) Selection of Test Locations 1) Obtain data where the precise horizontal and vertical location of Utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment /resolution purposes 2) The Consultant shall recommend test locations based on the requirements of the project and on existing subsurface utility information 3) The Consultant shall provide the proposed test hole locations on a plan set for review and acceptance by the County 4) Test hole locations shall be prioritized by oil and gas roadway crossings, oil and gas running parallel to the project, underground electrical, telecommunications, water/sewer, irrigation/stormwater, and then all other Utilities Weld County reserves the right to change the prioritization based on individual project needs d) Selection of Method 1) When available, verifiable information on previously exposed and surveyed Utilities )i e , survey records and photos taken' during utility line construction) shall be furnished in lieu of new excavation 2) If utility lines must be exposed and surveyed at specified locations, the Consultant shall use minimally intrusive excavation techniques that ensure the safety of the excavation, the integrity of the utility lines to be measured 3) Excavation shall be by means of air -assisted vacuum excavation equipment unless otherwise approved by the County and affected utility owner 4 e) Ccmp lance with Utility Notification Center Requirements 1) The Consultant shall comply with all applicable provisions of Colorado and Weld County regulations when planning or performing excavations at test hole locations. 2) Compliance actions include but are not limited to: call 811 for the marking of Utilities; notify cwners or operators of utility facilities at least ten (10) business days prior (not including the day cf actual notice) to beginning excavations; contact private utility and irrigation owners directly; coordinate with utility owner representatives as required; immediately cease excavation work ar d report any resultant utility line damage to owner. f) 9) Excaration of Test Holes 1) Clear the test hole area of surface debris. 2) In paved areas, neatly cut and remove existing pavement, which cut shall not exceed 225 scuare inches unless otherwise approved. 3) Excavate the test hole by the method(s) and standards set forth herein. The depth of the test hole generally will not exceed 10 feet unless required by Weld County. If necessary, test holes shall extend laterally 18 inches each side of the location identified by markings in the field. The test hole location shall be revised as necessary to positively expose the utility. 4) Expose the utility only to the extent required for identification and data collection purposes. I -and -dig as needed to supplement mechanical excavation and to ensure safety. Avoid damage to lines, wrappings, coatings, cathodic protection or other protective coverings and features. 5) Stare excavated material for re -use or disposal, as appropriate. 6) For facilities crossing under the roadway test holes shall be taken at the edge of the proposed ROW and at the flowline of the proposed ditch on each side of the road unless waived in writing by Weld County. 7) For facilities running parallel and/or adjacent to the proposed project area, test holes sf all be done at the spacing outlined in Table 1. Table 1: Suggested Spacing Between Test Holes for Utilities Running Parallel or Adjacent to the Proposed Project Type of Utility Maximum Test Hole Spacing Distance (ft) Oil & Sas (Gathering or Transmission) 500 Commercial Natural Gas 500 Underground Electric 200 Water 500 Fiber Optic 1,000 Telepr one 1, 000 Stcrrrwater 200 Irrigation 200 Other To County be determined when identified in coordination by Consultant with Weld Note: Weld County reserves the right to revise the test hole spacing distance depending upon projecr need and budget. 8) If a facility is located in the proposed project area but does not cross the roadway, it shall be considered to be parallel and/or adjacent to the proposed project area. 9) If a facility turns within the project area, each turn shall be located. Co lec:ion, Recording, and Presentation of Data — Measure and/or record the following information on an appropriately formatted test hole data sheet that has been sealed and dated by the Co-isitant's P.E.: 1) Elevation of top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/- 0 05 feet; 2) Elevation of existing grade over the utility at the test hole; 3) Horizontal location (include station numbers (if available), northings and eastings) referenced to project coordinate datum, to a horizontal accuracy consistent with applicable survey standards; 4) Field, sketch showing horizontal location referenced to a minimum of three (3) swing ties showing bearing and distance to physical structures existing in the field and shown on the protect plans, 5) Approximate centerline bearing of utility line, 6) Outside diameter of pipe, width of duct banks, and configuration of non -encased multi -conduit systems, 7) Utility structure material composition, 8) Identity of benchmarks used to determine elevations, 9) Utility facility condition, 10) Pavement thickness and type when applicable, 11) Soil type and site conditions, 12) Identity of utility owner/operator, 13) Other pertinent information as is reasonably ascertainable from test hole, and 14) Test holes that do not find the targeted facility shall be brought to the County's attention immediately to determine the next course of action The failure to locate the targeted facility shall be documented on a test hole data sheet to describe the efforts made to find the facility h) Site Restoration 1) Replace bedding material around exposed utility lines in accordance with owner's specifications or as otherwise directed or approved 2) Backfill and compact the excavation with appropriate moisture/density control in a manner acceptable to Weld County 3) Install color -coded warning ribbon within the backfill area and directly above the utility line 4) For excavations in a paved surface, provide permanent pavement restoration within the limits of the cut using materials, compaction, and pavement thickness acceptable to Weld County (usually flow fill but in special circumstances cold patch or non -shrink ground may be allowed — Verify with Weld County prior to the start of excavating test holes) 5) Repair or replace backfill or pavement that fails (i e , subsidence and/or loss of pavement material) within one (1) year of the original restoration work 6) For excavations in unpaved areas, restore disturbed area to pre-existing conditions using pea gravel and native materials to backfill the test hole The test hole shall be backfilled and compacted in lifts no thicker than 12 inches to prevent settling and collapses in/around the test hole 7) Furnish and install permanent surface marker (e g , P K nail, peg, steel pin, or hub) directly above the centerline of the structure and record the location and elevation of the marker The surface marker shall be installed in such a manner as to not damage the utility i) Interpretation of Data and Resolution of Discrepancies 1) Coordinate with Weld County to discuss and resolve discrepancies Weld County in their sole discretion shall have the final determination regarding how to handle discrepancies 2) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information 3) Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of QL D, QL C, QL B, and QL A information 4) Recommend follow-up investigations (e g , additional surveys, consultation with utility, owners, etc ) as may be needed to further resolve discrepancies, As appropriate, amend the indicated quality level of depicted information 4 Quality Level B Requirements a) QL B is the use of surface geophysical techniques to determine the existence and horizontal position of underground facilities b) Tasks associated with QL B include the completion of all tasks associated with QL C -D designations c) Line Detection and Marking 1) Select and apply appropriate surface geophysical method(s) to search for and detect subsurface utilities within the project limits, and/or to trace a particular utility line or system 2) Mark the indications of utilities on the ground surface, for subsequent survey utilizing paint or other method acceptable for marking of lines NOTE It is not acceptable to use markings 6 provided by 811 as the basis of QL B designations unless they have been field verified by the Consultant using the geophysical methodologies outlined below. 3) Utilize the uniform color code of the American Public Works Association for marking of utilities. 4) Mark centerline of single -conduit lines, and outside edges of multi -conduit systems. 5) Ma ntain horizontal accuracy of +/- 18 inches in the marking of lines. d) Surveys 1) Survey all markings that indicate the presence of a subsurface facility. 2) Perform surveys that have been referenced to the project survey control to a horizontal accuracy consistent with applicable survey standards. 3) On a structure data sheet, record the detection method used as well as the depth information indicated by the detection method. 4) Survey elevation of all meters, valves, valve nuts, and other items located in underground vaults, manholes, valve boxes, meter boxes, etc. 5) Record video of the condition of all culverts and irrigation conduits crossing the roadway. The video recording shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation. The video shall also include notations showing location by distance which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video and on the structure data sheet. 6) Record video of the condition of all culverts and irrigation conduits adjacent to the existing and/or proposed roadway within the proposed right-of-way. The videotape shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation. The video shall also include notations showing location by distance which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the video and on the structure data sheet. e) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies 1) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 2) Prepare and update plan sheets, electronic files, and/or other documents to reflect the integration of QL B, C. and D information. 3) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc ) as may be needed to further resolve discrepancies. 4) As appropriate; amend the indicated quality level of depicted information. f) Geophysical techniques include but are not limited to: 1) pipe and cable locators (inductive, conductive, active, and passive modes); 2) terrain conductivity; 3) ground penetrating radar; 4) ground resistivity techniques; 5) opt cal methods (cameras and image recording devices): 6) computer driven algorithms coupled with data collection techniques; 7) magnetic methods (gradiometrics); and 8) elastic wave methods (resonant sonics, active sonics, and passive sonics). Quality Level C Requirements a) QL C is the use of surveying techniques to locate visible facilities such as manholes, pedestals, valve boxes, meter boxes, etc. and correlating it to existing utility records (QL D information). b) Tasks associated with QL C include the completion of all tasks associated with QL D designations. c) Identification of Surface Utility Features 1) All surface features for Utilities shall be documented on a structure data sheet. 2) Identify surface features, from project topographic data (if available) and from field observations, Via-, are surface appurtenances of subsurface utilities. 3) When identifying surface appurtenances such as chambers/vaults/manholes/valve boxes, the lid shall be removed to allow for visual confirmation of the location and function of the utilities in the structure. Facilities which are filled with dirt shall be excavated in order to collect pertinent data regarding the facilities. d) Aerial or Ground -Mounted Facilities 1) Include survey and correlation of aerial or ground -mounted utility facilities e) Surveys 1) Survey and check surface features of subsurface utility facilities or systems for accuracy and completeness 2) The survey shall also include (in addition to subsurface utility features visible at the ground surface) determination of invert elevations of any manholes and vaults, sketches showing interior dimensions and line connections of such manholes and vaults, any surface markings denoting subsurface Utilities, furnished by utility owners for design purposes Elevations shall be tied to the project datum to a vertical accuracy of +/- 0 05 feet 3) If the structure is not accessible and the survey cannot determine the information outlined above, it shall be noted on the structure data sheet Facilities which are filled with dirt shall be excavated in order to collect pertinent data regarding the facilities f) Confined Space Procedures 1) Whenever the work requires the entry of personnel into confined spaces (including but not limited to manholes, vaults, and pipes), comply with applicable OSHA procedures and requirements g) Correlation, Interpretation, and Presentation of Data, Resolution of Discrepancies 1) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information 2) Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of QL D and C information , 3) Recommend follow-up investigations (e g , additional surveys, consultation with utility owners, etc ) as may be needed to further resolve discrepancies 4) As appropriate, amend the indicated quality level of depicted information 6 Quality Level D Requirements a) QL D is the use of existing utility records or verbal recollections to identify facility locations b) Tasks associated with QL D include but are not limited to 1) Records and Information Research 2) Conduct appropriate investigations (e g , records search, personal interviews, visual inspections, easement identifications, water well permits, irrigation information, etc ), to help identify utility owners which may have facilities within the project limits or that may be affected by the project 3) Collect applicable records (e g , utility base maps, as -built drawings, drawings of, record, permit records, field notes, GIS data, oral histories, water well permits, irrigation information, etc ) on the existence and approximate location of existing involved utilities c) Records Review 1) Review records for evidence or indication of additional available records, duplicate or conflicting information, and need for clarification - 2) Include;records research, identification, and depiction of aerial or ground -mounted facilities d) Compilation and Presentation of Data 1) Transfer information on all involved facilities to plan sheets, exercise professional judgement to resolve'conflicting information, and indicate facility type and ownership, date of depiction, quality levels, end points of data, line status (e g , active, abandoned, out of service, etc ), line size and condition, number of Jointly buried cables, and any encasement B Project Schedule (Anticipated) Short Listed Firms January 25, 2023 Pre -proposal Meeting (Mandatory) February 1, 2023 (1 00 PM) Proposals Due at Purchasing February 15, 2023 (10 00 AM) Interviews (If Required) February 27, 2023 (TBD) Estimated Contract Award Mid -March 2023 Notice to Proceed Early April 2023 8 A mandatory pre -proposal meeting will be held on February 1. 2023 at 1:00 p.m. at 1111 H Street, Greeley, CO 80632. The RFPs will be provided at the mandatory pre -proposal meeting. III. Instructions to Consultants A. Submittal Requirements Shortlisted consultants interested in performing the work described in this RFP shall submit the following informatior to the County. All pages except for the sample plan and profile sheet shall be 8.5" x 11". 1. Qua ifications of your firm and staff proposed to perform the work on a SUE project. Make sure to discuss qualifications with regards to irrigation lines. private utilities such as septic, private water and sewer/septic, and coordination with landowners. 2. It is possible for the SUE contract to be used on a CDOT funded project. There may be UDBE requirements imposed by CDOT. Describe how your firm would meet a DBE goal of 10 to 20 percent. 3. A lis: of similar projects completed in the last five years. 4. A lis: of critical issues that the consultant considers to be of importance for a SUE project. 5. Typioafly Weld County needs a QL B -D SUE project completed in 60 to 90 days. Provide ideas or suggestions regarding how your firm would meet a shortened completion deadline for a SUE project. 6. Provide a scope of work of an example SUE investigation and list the associated task items required to cam alete the work. 7. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/Dr request a copy of the plans and documentation completed. 8. A sample plan and profile sheet(s) of a similar project showing how your SUE plans would look is to be ircluded in each submittal. Examples shall be 11"x17". 9. A statement of the Consultant's willingness to enter into the Weld County Standard Contract Agreement included as part of the RFP. NOTE: Any changes to the Standard Contract Agreement shall be reviewed and approved by Weld County prior to the submittal of the RFP. Changes to the Standard Contract Agreement after the selection of the Consultant will not be considered. 10. Limit the total length of your proposal to a maximum of 15 pages (excluding covers). Proposals that are (anger than 15 pages in length will not be reviewed or scored. The front, back cover plus dividers do not count as one of the 15 pages unless there are pictures and text which supports the report content. 11. Submit one electronic copy (PDF) of the proposal via email to bids(weldgov.com. No hardcopies of the proposals will be accepted. Weld County reserves the right to reject any and/or all proposals.. to further negotiate with the successful consultant and to waive informalities and minor irregularities in proposals received, and to accept any portion cf the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparattor and submission shall be borne by the consultant. All information submitted in response to this request for proposal is public after the Notice of Award has been issued. The consultant should not include as part of the proposal any information which they believe to be a trade secret or other privileged or confidential data. If the consultant wishes to include such material, then the material should be supplied under separate cover and identified as confidential. Entire proposals marked confidential will not be honored. Weld County will endeavor to keep that information confidential, separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. B. Contacts Questiors related to the submittal requirements and procedures should be directed to: Clay Kimmi, P.E. - Senior Engineer Weld County Public Works 970-400-3741, ckimmi©weldgov.com 9 PART 2 - SELECTION PROCESS IV. Selection Criteria and Method The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code. Revenue and Finance, Chapter 5, online at www.weldgmd.com. A selection committee comprised of five Weld County employees from the Weld County Public Works and Purchasing Departments will review the RFP responses. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5. with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. RFP Review Evaluation Criteria Evaluation Standards Scoring Weighting Factors Adjusted Scoring Scope Proposal of The objectives, desired proposal by methodology the clearly Department. shows to an understanding be used and final of results the that project are 5 5.0 25 Critical Issues The the solut proposal major ons issues to those demonstrates associated issues. that with the the project firm clearly and offers understands realistic 5 5.0 25 Project Control The construction ensure appropriate. place firm to that manage has described cost. state Does the the The or quality its federal firm methods firm of have its has procedures of demonstrated a product? quality controlling are control its an used design ability process where and to in 5 4.0 20 Work / Familiarity Location Project Key of the team team's Department. member's work location familiarity relative with to Weld the County project site and the location. goals 5 4.0 20 UDBE GOAL to The subconsultant(s) meet firm the has UDBE provided have goal documentation proven for this abilities. project. which The supports designated its ability UDBE 5 2.0 10 RFP REVIEW SCORE: 100 Interview Review (If Reauiredl: Evaluation Criteria Evaluation Standards Scoring Weighting Factors Adjusted Scoring Work Approach The consultant approach firm proposed towards offered innovative and completing clearly ideas the described for work. this project. The its 5 4.0 20 Project Manager Qualifications qualifications communication The Project firm's Manager Project and skills. a proven Manager demonstrates track has adequate record. effective The 5 4.0 20 Quality Presentation of understand. demonstrated audio-visual The interview aids presentation effective were people effective communication was clear being and interviewed skills easy to and 5 4.0 20 The Questions Answers Session / _ The questions understanding Answers firm was asked given able of the to by provide demonstrated project the good selection and goals. answers committee. a to clear the 5 8.0 40 INTERVIEW SCORE: 100 RFP + INTERVIEW SCORE: 200 Each reviewer will rate the RFP based on the rating scale outlined above. After the reviewer has scored each RFP, the individual RFP scores will be totaled. Each reviewer's scores will be ranked by score from highest to 10 lowest. The proposal with the highest score will be ranked first place, second highest score will be ranked second place, and SD on until all proposals have been proposals have been ranked. In the event the County, in its sole discretion; determines interviews are necessary; the County may invite the firms for an interview. The reviewers will score the interview responses and rank them according to the process outlined above. The rankings from the RFPs and the interviews will be added together to get a total aggregate score. After all reviewer rankings have been determined, each ranking will be totaled for each proposal based on their respective rankings (1St 2nd 3rd etc.) from the reviewers. The contract will be negotiated and awarded to the Consultant with the highest rank. 11 PART 3 - PROFESSIONAL SERVICES AGREEMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & SELECTED COMPANY NON -PROJECT SPECIFIC SUBSURFACE UTILITY ENGINEERING CONTRACT **(SAMPLE)** THIS AGREEMENT is made and entered into this day of , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and "Selected Company," [an individual], [a limited liability partnership] [a limited liability company] [a corporation], whose address is , hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services; and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional 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 Exhibits A and B. each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in B2200179. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibit A. Both 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, the County shall notify Contract Professional if it wishes to renew this Agreement. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the 12 right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shal be limited to: (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the Thunty; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the ccst 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, County shall take possession of all materials, equipment, tools and facilities owned by County which Contact Professional is using, by whatever method it deems expedient; and, Contract Professional 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, mater als and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever agains: 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 Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compersation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched b, 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, Contract Professional'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 ar increase or decrease in the time required or the costs to the Contract Professional for performance. an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supp ernental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. CompensatioriContract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the bid set forth in Exhibit B. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement n otwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performe : at Contract Professional's risk and without authorization under this Agreement. County shall n ot be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. Bid quantities shall be carefully checked by the Contract Professional and quantity calculations shall be submitted for County review. If the County experiences additional costs during construction which are directly associated with errors and omissions (Consultant negligence) resulting in change orders requiring approval by the Board of County Commissioners and/or costs greater than the original bid unit costs, the Consultant will be financially liable for such increased costs. 13 If, at any time 'dunng the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional 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, Contract Professional 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 Contract Professional hereunder and Contract Professional 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 Mileage may be reimbursed if the provisions of Exhibit A permit such payment at the rate set forth in Exhibit B Contract Professional shall not be paid any other expenses unless set forth in this Agreement Payment to Contract Professional will be made only upon presentation of a proper claim by Contract Professional, itemizing services performed and, (if permitted under this Agreement), mileage expense incurred 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 Contract Professional 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 Contract Professional Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement Contract Professional shall perform its duties hereunder as an independent Contract Professional Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts, required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County 8 Subcontractors Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, ,and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, 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 Contract Professional and Contract Professional shall cooperate in such process The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors 9 Ownership All work and information obtained by Contract Professional 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 Contract Professional 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 Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County 14 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201; et seq.. with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Cont-act Professional 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. Contract Professional agrees to advise its employees, agents, and consultants; of the confidential and proprietary nature of this confidential i iformation and of the restrictions imposed by this agreement. 11. Warranty. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional 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 Contract Professional 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 en :he part of Contract Professional; and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent; expressed or implied, to any breach of any one or more covenants. provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rijh:s under this Agreement or under the law generally. 13. Insurance aid Indemnification. Contract Professionals must secure; at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals 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. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof; the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt recuested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to ncn-oayment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deduct ble or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits :oitained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees; or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintair h gher limits and/or broader coverages. The Contract Professional 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 Contract Professional 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. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professioral 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 Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 15 INDEMNITY The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and, employees, from and against injury, loss damage, liability, suits, to the extent caused by the negligent actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree The Contract Professional 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, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Types of Insurance The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal Advertising injury Automobile Liability Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract 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 Contract Professional 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, Contract Professional 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 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal Proof of Insurance County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion 16 Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine. Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogat on: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: Al subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract P rofessional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, \A ithout the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contract Professional agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contract Professional, involving all matters and/or transactions relatec to this Agreement. The Contract Professional agrees to maintain these documents for three years from the date of the last payment received. 16. 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 reasonaole control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. Cot. my 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 p -eject. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditiors of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sencing party. Either party may change its notice address(es) by written notice to the other. N otification Informaion: Contract Professioral: Attn.: Address: Address: E-mail: Phone: County: N ame: Clay Kimmi Position: Project Manager Address: 1111 H Street Address: Greeley, CO 80632 Don Dunker, P.E. County Engineer 1111 H Street Greeley, CO 80632 17 E-mail ckimmi@weldgov com ddunker@weldgov com Phone (970) 400-3741 (970) 400-3749 18 Compliance with Law Contract Professional 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 19 Non -Exclusive Agreement This Agreement is nonexclusive, and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature 20 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 21 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 22 Employee Financial Interest/Conflict of Interest — CRS §§24-18-201 et seq and §24-50-507 The. signatories to this Agreement aver 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 County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests During the term of this Agreement, Contract Professional shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or, hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional 23 Severability If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 24 Governmental Immunity No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended 25 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 26 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 27 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, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 28 Public Contracts for Services C R S §8-17 5-101 Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract 18 Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement: through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, urdertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall; within twenty days after hiring a new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for beach; and if so terminated; Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional ope-ates as a sole proprietor. it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law. (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contract Professional, 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. 32. 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. 33. Official Engr neering Publications: Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (with Weld County Revisions) and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement; and that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Compensation. 33. Compliance with Colorado Department of Transportation Regulations and Standards_ Contract Professional acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (with Weld County Revisions) and the Colorado Department of Transportation Standard Plans ' M & S Standards" establish the requirements for all work performed by Contract Professional under this Agreement, and Contract Professional agrees to meet or exceed all standards set by these publications. Coitract Professional further acknowledges and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. Acknowledgment. County and Contract Professional 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 19 attached Exhibits A and B. is the complete and exclusive statement of agreement between the parties and supersedes all proposa s or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 2023. CONTRACT PROFESSIONAL: By: Date Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY. COLORADO Deputy Clerk to the Board Mike Freeman, Chair 20 February 3; 2023 Bid Reques- No. B2200179, Non -Project Specific (On -Call) Subsurface Utility Engineering Services Project Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: A. Contractor Questions and Responses B. Man iatory Pre -Bid Meeting Agenda C. Pre-roposal Attendance Sheet D. Receipt of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum result in the BID not being reviewed or scored. A. CONTRACTOR QUESTIONS AND RESPONSES Question 1: What is meant by the statemen in item Il, paragraph 7 of the RFP? Answer 1: Weld County expects that the hourly rates for the Consultant's employees will include the mileage for those employees to come to in person meetings. Weld County considers mileage to be an overhead cost that should already be incorporated into the hourly rates. Question 2: What kind of data will be provided to the consultant following the initiation of the IA for a project? Answer 2: —he County will provide the Consultant with any CAD or design data that has previously been generated fos a project. Typically, the files will include any survey and/or ROW data, preliminary horizontal and vertical alignments, sheet layouts, etc. Question 3: Are there irrigation ditch companies that affected by any of the identified projects for 2023? Answer 3: Weld County is not aware of any ditch companies that will be affected by the projects that have been identified for 2023. However, there is always the possibility that future projects will affect irrigation ditches and the consultant may have to coordinate with ditch companies. Question 4: Are there any railroads that will be impacted by the projects identified for 2023? Answer 4: The only railroad that Weld County is aware of that will be impacted in 2023 is on the Bracewell Curves/Intersections project. The Great Western railroad is within a couple of hundred feet of one of the intersection on this project. There is also at least one known clay tile line running along the edge of the railroad ROW. Question 5: is the consultant expected to locate oil and gas or any other facilities that have been abandoned? Answer 5: V there is the possibility of abandoned utilities within the identified project areas, the consultant will have to make the appropriate attempts to locate them. Question 6: What kind of information is Weld County expecting to see on the Pole Data Sheet that is included in the template? Answer 6: The Pole Data Sheet will not be required to be used. Question 7: One of the requirements in the RFP response is to include a sample plan sheet. How many pages will the plan sheet count as? Answer 7: The sample plan sheet will count as 1 page and will be limited to an 11"x17" sheet. Question 8: Item II(A)(3)(f)(5) states the consultant shall store excavated material for re -use or disposal as appropriate. Is the consultant responsible for storing the material or does the County have someplace it can be stored? Answer 8: Unless negotiated as part of the IA, the consultant is responsible for handling the storage and/or disposal of the materials excavated as part of the test hole phase of the SUE. Depending on a case by case basis, the County may have a facility where the material could be stored until it is used to backfill a test hole but the consultant should not plan on having a facility available. Question 9: Item II(A)(3)(f)(9) states the consultant shall pothole facilities within the project area when they turn. Does this requirement mean that the facility shall be potholed at each PI? Answer 9: Generally, Weld County expects a pothole at each location where the facility changes direction through the use of a pipe fitting such as a 90, 45, or 22.5 degree fitting. Prepared By: Clay Kimmi, P.E. Senior Engineer B2200179 Non -Project Specific (On -Call) SUE Design Project Mandatory RFP Pre -Proposal Meeting Agenda February 1, 2023 1. Sign -in Sheet 2. Project Description/Location The project in general consists of performing on -call SUE investigations throughout Weld County. SUE work for 2023 is anticipated to include SUE QL A for SH 52 and CR 41, SUE QL A for CR 74 and CR 31, SUE QL A -D for the Bracewell Curves/Intersections. b. The SUE is done to identify all utilities, oil and gas facilities, drain tiles, and irrigation facilities in advance of a project design being completed by Weld County and/or its consultants. The SUE information is used during the design phase so the County can begin talking with landowners and utilities early in the process and to mitigate conflicts with the utilities and/or irrigation lines. c. The 2023 budgeted amount is for $350,000. This budget may be split between 1 or more SUE consultants. d. The County uses an Internal Accounting (IA) process to identify individual scopes of work and costs for a given project. lAs will be negotiated with the consultant using rate tables that will be provided by the consultant upon selection. The consultant will have the opportunity to provide a scope of work and costs for each IA that is done. Since we are using the QBS selection process, no rates shall be included with the response to the RFP. If rates are included with the response, the response will not be reviewed or scored. The contract will be a one year contract with the option to extend the contract for two additional 1 year periods. If the contract is renewed, it will be renewed for an amount not to exceed the budgeted amount for the given year. If the contract is renewed by the County, the consultant will have the opportunity to increase rates by not more than the consumer price index (CPI) that is in effect at the time of the renewal. The CPI to be used shall be the Denver, Aurora, Lakewood CPI. f. Project specific schedules will be done at the time the IA process is started. 3. Project Requirements We expect a lot out of our consultants. Refer to the Consultant Expectations list that is attached to this agenda. b. A kickoff meeting and monthly progress meetings will be required for each project that is initiated through by an IA. c. The County's requirements for a SUE have been included as part of this RFP so proposers can taylor their responses to the RFP accordingly. d. For each IA that is done, the consultant shall prepare the SUE drawings using the same version of AutoCAD/Civil3D as the County is using. This requirement is so the SUE information can be imported into the design drawings. The use of Microstation and conversion into AutoCAD will not be allowed. d. The Weld County template, line styles, pen settings, survey point settings, and pipe catalog shall be used. All underground utilities and irrigation lines shall be set up as a pipe networks. e. Consultant shall be required to provide all of the CAD drawings along with all template files to Weld County. All drawings shall be set up to print on 11x17 sheets and shall be at a 1 inch = 50 feet scale. f. Civi3D AutoCAD drawings/plans showing both horizontal and vertical alignments as well as size, material type, etc. for all facilities shall be provided. g. The initial IA will be done for Quality Levels (QL) B through D. If a utility cannot be identified to a QL B, the consultant shall notify Weld County as soon as possible. If manholes, valves, meter pits, etc. are found to be filled in with dirt, the consultant shall be responsible for removing the dirt and/or debris to obtain the necessary data required to satisfy the requirements for QL B -D. h. On occasion, irrigation pipes/conduits and culverts have to be videotaped so condition of line can be documented as required by the County. The need for this will be identified during the IA process. It may be necessary to clean the irrigation pipes and/or culverts prior to the videotaping. Pipe cleaning and videotaping will be separate line items in the rate sheet that will be provided during the contract negotiation phase. These line items shall include all the costs associated with the respective task including but not limited to: mobilization, equipment rental, mileage, traffic control, per diem, etc. i. A ROW permit will be required from Weld County for the field investigation and survey portion of the project. There is no cost for the ROW permit but each sub -consultant has to have a permit. Each ROW application will have to have traffic control plans (MHTs) and certificates of insurance. j. Test holes may be required. The number of test holes required will be established after SUE Levels B through D have been completed. Test holes shall be paid for based on a unit cost. There will be two categories for test holes — In Pavement and Out of Pavement. Refer to the Project Requirements for QL A in the RFP. k. Coordination with landowners is a must. The Consultant will have to meet with landowners, utility owners, and ditch companies in the field. Weld County shall be invited to these meetings. I. The Consultant will be responsible for obtaining Permission to Enter forms for each property. A sample of the County's Permission to Enter form was included with Addendum 1 of the RFQ. 4. Proposal Requirements All proposals must be submitted via email. No hardcopies will be accepted. Email address is included in the RFP. Responses to the RFP shall be submitted by 10 a.m. on February 15, 2023. b. If Weld County determines interviews are necessary, interviews will be held on February 27, 2023 at times to be determined by Weld County. c. See the RFP document for items to be included in the proposal. The majority of the SUE work performed for Weld County will occur in rural or semi -rural areas of the County. The consultants address what kinds of experience they have locating underground utilities, irrigation lines, clay tile lines, and private utilities in rural areas. Address the consultants experience with researching well permits, septic permits, water rights, pipeline easements, etc. The RFP response should also discuss how the consultant handles landowner coordination and communication. d. Proposal limited to 15 pages e. The RFP response shall address if the consultant can sign the contract that was included in Part 3 of the RFP. If the consultant has changes to the contract language, those changes shall be provided to Weld County for review prior to the submittal deadline. No guarantee the County will accept any proposed changes to the contract. If a change results in the shifting of risk back onto the County, the change will not be approved. Do not request the language in paragraph 2 of item 6, Compensation/Contract Amount to be revised. Weld County will not change this language. It is included to hold the Consultant responsible for performing QA/QC prior to submittal to Weld County for review. Change orders that occur during construction that are a result of consultant errors will be back charged to the consultant. f. Be sure to arrange the RFP response in accordance with the Scoring Criteria that was provided in the RFP. g. Addendum 1 will be issued by Friday, February 3, 2023. Addendum 1 will include the meeting agenda, questions and answers, miscellaneous documents, and a receipt of addenda. The RFP response shall include a signed copy of the receipt of addenda for each addendum that is issued. Failure to include the receipt of addenda will result in the RFP response being rejected. 5. Selection Process a. Using the County's QBS process. b. The scoring criteria has been outlined in the RFQ document. c. Again, cost is not a determining factor in the decision to award the contract. Do not include any costs with the proposal. If costs are included, the proposal will not be reviewed or scored by Weld County. d. The need for interviews will be at the sole discretion of the County. 6. Anticipated Project Milestone Dates February 1, 2023 — Mandatory Pre -Proposal Meeting b. February 10, 2023 — Deadline for asking questions by 7 a.m. c. February 13, 2023 — Final Addendum will be issued by 4 p.m. d. February 15, 2023 — Responses due to Purchasing by 10 a.m. Email the proposals to the email address provided in the RFP. e. February 27, 2023 — Interviews (if required). Times to be determined by Weld County f. Mid -March, 2023 — Anticipated contract award g. Early April, 2023 — Anticipated Notice to Proceed 7. Questiois a. All questions after the Pre -Bid meeting must be submitted in writing to Clay Kimmi at ckimmi fttweldgov.com Weld County Consultant Expectations 1. You are now a critical part of our staff. 2. We (Weld County) are depending on you. 3. We need you to be available and responsive at all times. We expect you to stay on schedule and if possible complete the project ahead of the schedule. 4. We have no secrets here. You are not being hired to figure out in a vacuum what we want or need. If there is anything that is not clear, ask all the questions you may have. We will all be better off and this approach will save us both time and money. We expect to have input in your designs at every step of the process. 5. No "Yes-men or Yes -women". You have been hired to do the very best engineering you can and give us the best input you can. It is OK to disagree with us. We expect you to TELL us if you do. Together we will figure out the best solution. 6. We will do all we can to make your job easier (not necessarily easy) and we expect you to do the same for us. 7. "Because that is the way we always do it" is always the wrong answer. It is paramount that we think outside the box for solutions. 8. We don't do low bid engineering — DON'T DO IT! The cheapest money we can spend is in the design engineering. We expect QUALITY WORK all the time. 9. We expect fiscal management from our consultants. This can be accomplished in part by using the right people at the right time. 10. Surprises are not a good thing, please keep the Project Manager "in the loop" at all times. 11. We expect QA/QC to be DONE in your office, not ours. All work products shall be reviewed by your staff prior to submittal to us for review. Plan accordingly! 12. We will do some QA, but this is not meant to replace your QA/QC. Plan accordingly. Do not wait until the last minute to perform your QA/QC work. 13. Communicate...Communicate... Communicate! You cannot bother us. We will be intimately involved in projects - probably more than other owners you work with. 14. We like to have fun at our jobs, and we want you to have fun working for us too! RFP# B2200179 Mandatory RFP Pre -Proposal Meeting Attendance Sheet February 1, 2023 @ 1:00 p.m.. Public Works South Conference Room Name Company Phone Number E-mail Clay Kimmi k, j,IC_ Weld County Public Works 970-400-3471 ckimmii weldgov.com Don Dunker y Weld County Public Works 970-400-3749 ddunkerna weldgov.com V -1n -k,-" M +1 e./ -1-2- U-}-;1 c � �,,r,a.e.+r a '�vo3-603-Ia - l L) z�l �� �'','� 1L.n5-lam . �+c,i l ler- @��z�e.e . �.�</per `///S X37/7 V/6o sr -1,--/,:,..7").4.4-,-7,/,/,0.... asec. imai+t 4440 eam lir 5%, 9A)'v- �1.7.0. Fever C> weld c.d leWaisdYi Ay S �Sa ?7D- %'� y►au. ./ 0,.. -7,&....,,(6,/,e,. -..,c -4.,..,....k yes Keayreg ,ssoc►'c.- S. Keo I-[o/eS Ayrt5 A5 So c o,, -1'e..6 770 -3oJ-4337 l RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Addendum No. Addendum No. Date: By: Date: By: Date: By: FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL A signed copy of the Receipt of Addenda must be included with RFP. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. Request for Qualifications Non -Project Specific Subsurface Utility Engineering Services Contract RFQ # B2200179 I. Purpose Weld County is requesting qualifications from interested engineering firms to provide non -project specific (on -call) subsurface utility engineering (SUE) services for projects located throughout Weld County. The OBS procedure outlined in Chapter 5. Section 5-4-150(B) will be utilized to select the SUE consultant. No cost information shall be provided with the response to the RFQ. The selection commitee shall include Weld County Public Works and Purchasing representatives. Weld County, in its sole discretion, may decide to shortlist no more than three consultants move into the Request for Proposal phase of the process. II. Scope of Services The services will consist of a utilities impact investigation with a subsurface utility engineering plan set describing all existing aboveground and subsurface utilities, utilities located on public and private property (i.e., septic systems/leach fields, gas service lines, water service lines, electrical service lines, water wells, irrigation systems, etc.) oil and gas facilities, drain tiles, agricultural related irrigation facilities, fiber optics. and cable tv (hereafter known as Utilities) identified and located in accordance with Senate Bill 18-167 (S18-167). The investigations shall meet all requirements for Quality Levels B through D. Additionally, the Consultant shall have the capability to provide Quality Level A (QL A) test hole information at potential conflict locations as determined by the Consultant and Weld County. Services will consist of providing test hole information to identify the depth. material, and size of the subsurface infrastructure at all potential conflict areas within the project limits. All test holes shall meet the requirements for QL A. Test hole services shall include traffic control including ROW permitting and MHTs for flagging and one lane closures. The various quality level requirements are provided below. A. Project Requirements 1. General Requirements a) The Consultant shall make reasonable provisions for Weld County representatives to observe the Consultant's work in progress. b) If ava lable, Weld County will provide CAD files (in current CAD version used by the County) of the project area to the Consultant upon negotiation of the work order (IA). 1) A project kickoff meeting shall be had between Weld County, the Consultant, and the Consultant's subcontractors after the IA has been signed by the applicable parties. 2) Monthly progress meetings shall be held and weekly updates shall be provided via telephone or email. 3) The Consultant shall be responsible for providing a meeting agenda and meeting minutes. c) The Consultant shall be responsible for providing 811 Notification for each SUE project. d) The Consultant shall be responsible for identifying and surveying all existing including private and non -811 listed above ground and subsurface utilities. The location of said facilities shall be shown on the plans using the SUE template provided by Weld County. The plans shall follow the page layout format used by Weld County. The Consultant shall review all data with the respective facility owners for accuracy. 1 e) Coordination including but not limited to landowner interviews, research (ROW, water well, etc.), site meetings, dig watches, and standbys, with all affected facility owners shall be provided by the Consultant. f) g) A SUE report including structure data sheets for each structure located in the field and test hole data sheets shall be submitted for review and acceptance by Weld County. A Utility Conflict Matrix showing the utilities in relation to the proposed project improvements shall be submitted for review and acceptance by Weld County. h) Tie Consultant shall provide detailed written monthly progress reports with each invoice for the project duration. The monthly progress reports shall consist of: 1: a cover letter outlining all work billed for during the invoice period; 2: backup data showing the personnel working on a task, their hourly rate, and the number of hours billed to the task; and 3 a time sheet certification signed by the Consultant's project manager. 4: Sub -Consultant invoices shall include the same information as backup documentation. i) Tie Consultant and sub -consultants shall apply for and receive a Right of Way (ROW) permit for all work to be performed within the County's ROW. There will be no charge for the permit however, the Consultant or sub -consultant shall provide the required MHTs, certificate of insurance, and ROW permit application for review and issuance. 1) Traffic control shall be included in the cost of the work performed in the County's ROW. All traffic control is subject to acceptance by Weld County prior to commencement of the work. k) The Consultant shall be responsible for obtaining a Right to Enter for locations outside of the County's ROW. I) Prior to a facility being classified as a QL B, C or D, the Consultant shall coordinate with Weld County and provide evidence that all of the applicable geophysical techniques have been utilized and have failed to locate the underground facility. Weld County shall in its sole discretion determine if a facility can be classified as a lower quality level. 2. Subsurface Utility Engineering Plan Sheets a) AutoCAD Civil 3D (version currently used by Weld County) files showing linework for all subsurface facilities and test holes within the project area shall be provided by the C Dnsultant. The plan set shall follow the standards set forth by Weld County. 1) The Consultant shall use the AutoCAD template, line styles, pipe catalog, survey point settings, and printer settings as designated by Weld County for the plan sets. 2) The Consultant shall utilize a pipe network for each utility shown in the drawings. If no elevation data has been provided, the pipe network shall be draped across the existing ground surface. b) 1 " x17 plan sets (scale: 1 inch = 50 feet) showing the Utilities both horizontally and vertically and in relation to the proposed improvements shall be provided. 1) Manholes with rim and invert elevations (ins and outs), water/irrigation appurtenances including air vacs, PRV vaults, vents, meter pits, curb stops, hydrants, etc., sewer appurtenances including lift stations, drop manholes, vents, force mains, etc., dry utility appurtenances including vaults, pull boxes, manholes, hand holds, drop down transformers, poles, pedestals, other providers attached to all overhead utilities, pig stations, etc. shall be shown. 2 2) Unknown Utilities encountered during the investigation including all appurtenances shall be included in the plan set. 3) The owner of each facility shall be identified on the plan set. 4) A current contact list shall be provided in the plan set. c) Each page of the plan set shall include a sheet border, title block, north arrow, Call 811 image, scale bar, legend, match lines, centerline stationing. road name labels, structure labels (bridges, culverts, walls, etc.), existing and proposed rights -of -ways, easements, test hole locations, and applicable notes. Additionally, the title of the plan set shall be labeled as Subsurface Utility Engineering Plans and shall include the sheet number of the overall plan set and subset. d) Following the completion of QL B -D, the minimum number of test holes to be completed will be determined. During negotiations, test hole costs shall be based on unit costs for each test hole. Test hole costs based on hourly rates will not be accepted. e) The Consultant shall provide the location and description of the control points, location and description of the benchmark(s). and the scale factors used in their drawings. The data shall be in the modified State Plane Coordinate System used by the County and shall be on the same vertical datum as used by Weld County. f) A plan sheet(s) shall be included for test hole logs including a spreadsheet table containing the data outlined below for each test hole. g) The Consultant shall locate on the Utility Plan sheets, all existing utilities, oil and gas facilities, drain tiles, and agricultural irrigation facilities. All underground facilities must be located in accordance with SB18-167 NOTE: Weld County's requirements are more stringent than SB18-167 and ASCE 83-02. In the event of a conflict between Weld County's requirements, S.B.18-167, and ASCE 83-02, the most stringent requirements shall take precedence. Weld County in its sole discretion shall determine which requirement is most stringent. i) Prior to submitting the plan sheets, the Consultant shall conduct internal QA/QC to verify that drafting errors are corrected. Weld County will review and comment on the plan sheets. The Consultant shall address each comment and update the plan sheets prior to submitting the final deliverable. j) Upon completion of the Subsurface Utility Engineering plan sheets, the consultant shall provide the County with two (2) sets of 11x17 plan sheets showing the information described above. Electronic copies of the report and CAD drawings shall also be provided. The CAD drawing shall include all files associated with the linework and sheet layouts. k) Each plan sheet shall be stamped, signed, and dated by a registered Professional Engineer licensed in the State of Colorado. The Professional Engineer shall be responsible for negligent errors and/or omissions in the utility data for the certified quality level. 3. Quality Level A Requirements a) QL A is the use of nondestructive techniques to provide precise plan and profile mapping of underground Utilities through nondestructive exposure. Data collected shall at a minim Jm include type, size, condition, material, and other characteristics of the underground feature. 1) Weld County recognizes that a QL A SUE cannot be achieved for the entire length of every underground facility within the project area. 3 2) The intent is to achieve QL A information at all conflict locations. The underground facility between multiple test holes will likely be designated at a lower quality level. 3) The lower quality level shall be determined using other available information including best professional judgement as outlined below. 4) Prior to a lower quality level being designated, the County shall be notified of the reasons for use of the lower quality level. b) Tasks associated with QL A include but are not limited to: 11 All tasks associated with QL B. c) Selection of Test Locations 1') Obtain data where the precise horizontal and vertical location of Utilities, obtained by exposure and survey of the utility at specific points, is needed for conflict assessment /resolution purposes. 2'. The Consultant shall recommend test locations based on the requirements of the project and on existing subsurface utility information. 3') The Consultant shall provide the proposed test hole locations on a plan set for review and acceptance by the County. 4'1 Test hole locations shall be prioritized by oil and gas crossings, oil and gas running parallel to the project, underground electrical, telecommunications, water/sewer, irrigation/stormwater, and then all other Utilities. Weld County reserves the right to change the prioritization based on individual project needs. d) Selection of Method 1) When available, verifiable information on previously exposed and surveyed Utilities (i.e. survey records and photos taken during utility line construction) shall be furnished in lieu of new excavation. 2) If utility lines must be exposed and surveyed at specified locations, the Consultant shall use minimally intrusive excavation techniques that ensure the safety of the excavation, the integrity of the utility lines to be measured. 3) Excavation shall be by means of air -assisted vacuum excavation equipment unless otherwise approved by the County and affected utility owner. e) Compliance with Utility Notification Center Requirements 1;) The Consultant shall comply with all applicable provisions of Colorado and Weld County regulations when planning or performing excavations at test hole locations. 2) Compliance actions include but are not limited to: notify owners or operators of utility facilities at least two (2) business days prior (not including the day of actual notice) to beginning excavations; call 811 for the marking of Utilities; contact private utility and irrigation owners directly; coordinate with utility owner representatives as required; immediately cease excavation work and report any resultant utility line damage to owner. Excavation of Test Holes 1') Clear the test hole area of surface debris. 2) In paved areas, neatly cut and remove existing pavement, which cut shall not exceed 225 square inches unless otherwise approved. 3;I Excavate the test hole by the method(s) and standards set forth herein. The depth of the test hole shall not exceed 10 feet. If necessary, test holes shall extend laterally 18 inches each side of the location identified by markings in the field. The test hole location shall be revised as necessary to positively expose the utility. 4; Expose the utility only to the extent required for identification and data collection purposes. Hand -dig as needed to supplement mechanical excavation and to ensure safety. Avoid damage to lines, wrappings, coatings, cathodic protection or other protective coverings and features. 5) Store excavated material for re -use or disposal, as appropriate. 4 6) For facilities crossing under the roadway, at a minimum, test holes shall be taken at the edge of the proposed ROW, at the flowline of the proposed ditch on each side of the road and in the center of the existing roadway. 7) For facilities running parallel and/or adjacent to the proposed project area, test holes shall be done at the spacing outlined in Table 1. 8) If a facility is located in the proposed project area but does not cross the roadway, it shall be considered to be parallel and/or adjacent to the proposed project area. 9) If a facility turns within the project area, each turn shall be located. Table 1: Spacing Between Test Holes for Utilities Running Parallel or Adjacent to the Proposed Project Type of Utility Maximum Test Hole (ft) Spacing Distance Oil Transmission) & Gas (Gathering or 500 Commercial Natural Gas 500 Undergrcund Electric 200 Water 500 Fiber Optic 1,000 1,000 Telephone Stormwater 200 Irrigation 200 Other be Weld determined County when contractor in coordination identified with by To Note: Weld County reserves the right to revise the test hole spacing distance dependinc upon project need and budget. g) Collection, Recording, and Presentation of Data — Measure and/or record the following information on an appropriately formatted test hole data sheet that has been sealed and dated by the Consultant: 1) Elevation of top and/or bottom of the utility tied to the project datum, to a vertical accuracy of +/- 0.05 feet; 2) Elevation of existing grade over the utility at the test hole; 3) Horizontal location (include northings and eastings) referenced to project coordinate datum, to a horizontal accuracy consistent with applicable survey standards; 4) Field sketch showing horizontal location referenced to a minimum of three (3) swing ties showing bearing and distance to physical structures existing in the field and shown on the project plans; 5) Approximate centerline bearing of utility line; 6) Outside diameter of pipe, width of duct banks, and configuration of non -encased multi -conduit systems; 7) Utility structure material composition; 8) Identity of benchmarks used to determine elevations; 9) Utility facility condition; 10) Pavement thickness and type when applicable; 11) Soil type and site conditions; 12) Identity of utility owner/operator; 13) Other pertinent information as is reasonably ascertainable from test hole; and 14) Test holes that do not find the targeted facility shall be brought to the County's attention immediately to determine the next course of action. The failure to locate the targeted facility shall be documented on a test hole data sheet to describe the efforts made to find the facility. 5 h) Site Restoration 1 C) Replace bedding material around exposed utility lines in accordance with owner's specifications or as otherwise directed or approved. 2) Backfill and compact the excavation with appropriate moisture/density control in a manner acceptable to Weld County. 3:' Install color -coded warning ribbon within the backfill area and directly above the utility line 4 Provide permanent pavement restoration within the limits of the cut using materials, compaction, and pavement thickness acceptable to Weld County. a Repair or replace backfill or pavement that fails (i.e., subsidence and/or loss of pavement material) within one (1) year of the original restoration work. 6;. For excavations in unpaved areas, restore disturbed area to pre-existing conditions. 7;' Furnish and install permanent surface marker (e.g., P.K. nail, peg, steel pin, or hub) directly above the centerline of the structure and record the location and elevation of the marker. The surface marker shall be installed in such a manner as to not damage the utility. i) Irterpretation of Data and Resolution of Discrepancies 1) Coordinate with Weld County to discuss and resolve discrepancies. Weld County in their sole discretion will make a final determination of how to deal with discrepancies. 2) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 3; Update plan/profile sheets, electronic files, and/or other documents to reflect the integration of QL D, QL C, QL B, and QL A information. 4) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies; As appropriate, amend the indicated quality level of depicted information. 4. Quality Level B Requirements a) QL B is the use of surface geophysical techniques to determine the existence and ho-izontal position of underground facilities. b) Tasks associated with QL B include but are not limited to: 1) All tasks associated with QL C 2) There is no prescribed order in which QL B and C tasks must be performed. c) Line Detection and Marking 1) Select and apply appropriate surface geophysical method(s) to search for and detect subsurface Utilities within the project limits, and/or to trace a particular utility line or system. 2) Mark the indications of Utilities on the ground surface, for subsequent survey utilizing paint or other method acceptable for marking of lines. NOTE: It is not acceptable to use markings provided by 811 as the basis of QL B designations unless they have been field verified by the Consultant using the geophysical methodologies outlined below. 3) Utilize the uniform color code of the American Public Works Association for marking of utilities. 4) Mark centerline of single -conduit lines, and outside edges of multi -conduit systems. 5) Maintain horizontal accuracy of +/- 18 inches in the marking of lines. d) Surveys 1) Survey all markings that indicate the presence of a subsurface facility. 2) Perform surveys that have been referenced to the project survey control to a horizontal accuracy consistent with applicable survey standards. 3) On a structure data sheet, record the detection method used as well as the depth information indicated by the detection method. 4) Survey elevation of all meters, valves. valve nuts, and other items located in u nderground vaults, manholes, valve boxes, meter boxes, etc. 5) Record video of the condition of all culverts and irrigation conduits crossing the roadway. The video recording shall be done with a remote vehicle equipped with high -definition video and shall include an analysis with 360 degrees of rotation. The ✓ ideo shall also include notations showing location by distance which are recorded o n screen. Operator comments of observations associated with the inspection shall be included on the video and on the structure data sheet. 6) Record video of the condition of all culverts and irrigation conduits adjacent to the existing and/or proposed roadway within the proposed right-of-way. The videotape shall be done with a remote vehicle equipped with high definition video and shall include an analysis with 360 degrees of rotation. The video shall also include n otations showing location by distance which are recorded on screen. Operator comments of observations associated with the inspection shall be included on the ✓ ideo and on the structure data sheet. e) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies 1) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 2) Prepare and update plan sheets, electronic files, and/or other documents to reflect the integration of QL B, C, and D information. 3) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. 4) As appropriate, amend the indicated quality level of depicted information. f) Geophysical techniques include but are not limited to: 1) pipe and cable locators (inductive, conductive, active, and passive modes); 2) terrain conductivity; 3) ground penetrating radar; 4) ground resistivity techniques; 5) optical methods (cameras and image recording devices); 6) computer driven algorithms coupled with data collection techniques; 7) magnetic methods (gradiometrics); and 8) elastic wave methods (resonant sonics, active sonics, and passive sonics). 5. Quality Level C Requirements a) QL C is the use of surveying techniques to locate visible facilities such as manholes, pedestals, valve boxes, meter boxes, etc. and correlating it to existing utility records (QL D information). b) Tasks associated with QL C include but are not limited to: 1) All tasks associated with QL D 2) There is no prescribed order in which QL C and D tasks must be performed. c) Identification of Surface Utility Features 1) All surface features for Utilities shall be documented on a structure data sheet and/or pole data sheet. 2) Identify surface features, from project topographic data (if available) and from field observations, that are surface appurtenances of subsurface Utilities. 3) When identifying surface appurtenances such as chambers/vaults/manholes/valve boxes, the lid shall be removed to allow for visual confirmation of the location and function of the utilities in the structure. If the appurtenance is filled with sediment and/or debris, the appurtenance shall be cleaned so the data can be obtained. 7 4) Include survey and correlation of aerial or ground -mounted utility facilities. 5) Surveys a. Survey and check surface features of subsurface utility facilities or systems for accuracy and completeness b. The survey shall also include (in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface Utilities, furnished by utility owners for design purposes. Elevations shall be tied to the project datum to a vertical accuracy of +/- 0.05 feet. c. If the structure is not accessible and the survey cannot determine the information outlined above. it shall be noted on the structure data sheet. 6) Confined Space Procedures a. Whenever the work requires the entry of personnel into confined spaces (including but not limited to manholes, vaults, and pipes). comply with applicable OSHA procedures and requirements. 7) Correlation, Interpretation, and Presentation of Data; Resolution of Discrepancies 8) Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. 9) Update (or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of QL D and C information. 10) Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as may be needed to further resolve discrepancies. 1 ' ) As appropriate, amend the indicated quality level of depicted information. 6 Quali:y Level D Requirements a) Q._ D is the use of existing utility records or verbal recollections to identify facility locations. b) Tasks associated with QL D include but are not limited to: 1) Records and Information Research 2) Conduct appropriate investigations (e.g., records search, personal interviews, visual inspections, etc.), to help identify utility owners which may have facilities within the project limits or that may be affected by the project. 3) Records Collection 4) Collect applicable records (e.g., utility base maps. as -built drawings, drawings of record, permit records, field notes, GIS data, oral histories, etc.) on the existence and approximate location of existing involved Utilities. 5) Records Review a. Review records for evidence or indication of additional available records, duplicate or conflicting information, and need for clarification. b. Review available Title Commitments for easements and other applicable information. c. Review online databases such as Division of Water Resources or Weld County Health Department to help locate septic systems/fields and water wells. 6) Aerial or Ground -Mounted Facilities a. Include records research. identification, and depiction of aerial or ground - mounted facilities. 7) Compilation and Presentation of Data a. Transfer information on all involved facilities to plan sheets, exercise professional judgement to resolve conflicting information, and indicate facility type and ownership; date of depiction; quality levels; end points of data; line status (e.g., active, abandoned, out of service, etc.); line size and condition; number of jointly buried cables; and any encasement. B. Project Schedule (Anticipated) • RFQ Advertisement • Pre-RFQ Meeting (Mandatory) • RFQ Responses Due at Purchasing • Notice to Shortlisted Firms December 14, 2022 January 3, 2023 (1:00 PM) January 11, 2023 (10:00 AM) January 25, 2023 A mandatory pre-RFQ meeting will be held on January 3, 2023, at 1:00 PM. The pre-RFQ meeting will be held at the Public Works building located at 1111 H St, Greeley, CO 80632 Ill. Instructions to Consultants A. Submittal Requirements Qualified consultants interested in performing the work described in this RFQ shall submit the following information to the County. The RFQ response shall address all the items shown in RFQ scoring form shown in Part 2 of this RFQ. Include a list of similar projects including references which the Consultant has completed in the last five years. Other information which the consultant considers to be important for SUE projects can be included in the RFQ response. Limit the total length of the proposal to a maximum of 15 pages (excluding covers). RFQ responses which are longer than 15 pages in length will not be reviewed or scored. The front, back cover plus dividers do not count as one of the 15 pages unless there are pictures and text whicn supports the report content. Then the dividers and front and back cover sheets will count as part of the 15 pages. Submit one electronic copy (PDF) of the response to the RFQ. The response to the RFQ shall be submitted via email. The response to the RFQ shall be emailed to bids(dweldgov.com. No hardcopies of the proposals will be accepted. Weld County reserves the right to reject any and/or all responses to the RFQ or to accept any portion of the proposal if deemed to be in the best interest of Weld County to do so. The total cost of preparation and submission shall be borne by the consultant. All information submitted in response to this request for proposal is public after the bidding process has been completed. The consultant shall not include as part of the RFQ response any information which believed to be a trade secret or other privileged or confidential data. Entire RFQ responses marked confidential will not be honored. B. Contacts Questions related to the submittal requirements and procedures should be directed to: Clay Kimmi, P.E. — Project Manager Weld County Public Works 970-400-3741, ckimmigweldgov.com 9 PART 2 - SELECTION PROCESS IV. Selection Criteria and Method The Weld County Purchasing Professional Services Selection process describes the consultant selection criteria and method. This document is available for review in the Weld County Code, Revenue and Finance, Chapter 5, online at www.co.weld.co.us. A selection committee shall include Weld County Dublic Works and Purchasing Department representatives. Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Evaluation Criteria Evaluation Standards Scorin g Weighting Factors Score % Range Project Team • • • • • • Qualifications are Any relating Evidence projects. Amount project All The were identified. subconsultants unique subconsultants provided. is to of that adequate. the time knowledge and project. the commitment relevant team are qualifications of has the experience worked by key team key and together team of members relevant key members on team identified previous experience members for the 1 to 5 6.0 6-30% identified. Overall Capabilities Firm • • • • • Firm structure, The The All Current were of subconsultants' lines has the presented. and demonstrated team production of authority projected members' facilities. capabilities and workloads that coordination responsibilities it has assets, were of the the resources etc.) presented. were were key clearly team clearly (organizational members identified. identified. 1 to 5 5.0 5-25% Performance on Projects Similar • • • Firm's scope Firm's projects, goals The for team team and team on similar County demonstrated complexity. demonstrated meet has projects. in the schedules past. performance its successful ability and to budgets, on produce completion projects and successful of fulfil of similar projects project 1 to 5 4.0 4-20% Weld project demonstrated Work /Familiarity Location • • The project The criteria. team's team has is demonstrated location the familiar County. does with not Weld knowledge affect County the of coordination policies Weld and County design of in the general. 1 to 5 2.0 2-10% with • Team Project Approach • • • • The schedule. The The successful The team team approach team has has demonstrated completion outlined outlined is described its its of a the methodology QA/QC in clear a project. logical understanding methodology. for manner controlling resulting of the costs in project. a and 1 to 5 3.0 3-15% Total: 20-100% Each reviewer will ra-te the RFQ response based on the rating scale outlined above. After the reviewer has scored each RFQ -esponse, the individual scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFQ response with the highest score will be ranked first place, second 10 highest score will be ranked second place, and so on until all proposals have been RFQ responses have been ranked. After all reviewer rankings have been determined for each RFQ response, the individual reviewer rankings will be totaled for each RFQ response based on their respective rankings (Pt, 2nd 3rd etc.). No more than the three highest ranked RFQ responses will be provided an opportunity to move into the Request for Proposal phase of the bidding process. 11 January 5. 2023 Bid Request No. B2200179, Non -Project Specific (On -Call) Subsurface Utility Engineering Services Project Weld County Colorado ADDENDUM NUMBER ONE The followinc shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT: A. Contactor Questions and Responses B. Mandatory Pre -Bid Meeting Agenda C. Pre-Prcposal Attendance Sheet D. Samole Permission to Enter Form E. SUE Template and Procedures F. Receip- of Addenda All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged. BIDDER must acknowledge receipt of this addendum in the space provided in the BID. Failure to acknowledge receipt of an Addendum resLlt in the BID not being reviewed or scored. A. CONTRACTOR QUESTIONS AND RESPONSES Question 1: ASCE recently issued ASCE 38-22 which is an update to ASCE 38-02. Which ASCE document will be used on this project? Answer 1: To Weld County's knowledge Senate Bill 18-167 (SB 18-167) incorporates ASCE 38-02 and has n ot be updated to incorporate ASCE 38-22. In order to be compliant with SB18-167, ASCE 38-02 shall be u sed. ASCE 38-22 should also be used by the Consultant when it provides more current information than ASCE 38-02 The consultants should also be aware that Weld County's requirements are more stringent than ASCE 38-02 in many instances. Question 2: Does Weld County expect to utilize the full amount that is budgeted for 2023 ($350,000)? Answer 2: As outlined in Section I of the RFP, there will multiple projects covered by this contract. At this point, it is nct known exactly how many projects will be covered. Upon award of the SUE contract, Weld County will issue a Purchase Order (PO) for the entire amount. Internal Accounting (IA) forms which are essentially a Ncrk order will be used to draw against the PO. The entire $350,000 amount may or may not be u sed by the County. Question 3: How many firms does Weld County plan to shortlist? Answer 3: V',`eld County will select not more than 3 consultants for the short list. The short listed consultants will then be prodded with the RFP documents. Question 4: WII the consultant be required to perform 811 calls? Answer 4: Yes in addition, the consultant will have to perform separate investigations to locate the utilities identified by 311, conduct interviews with landowners and tenants to locate private utilities on private property. coordinate d rectly with utility owners including onsite meetings. and all other tasks outlined in the bid documents. Question 5: WII Weld County provide survey and control data to the consultant? Answer 5: We d County will provide survey and control data if it is available at the time of the IA. Weld County will alsc1 provide CAD data for any design work that has been completed. Question 6: Does Weld County have a utility conflict matrix that the consultant will be able to use or is it acceptable to ut Iize CDOT's utility conflict matrix? Answer 6: Weld County has a utility conflict matrix that the consultant can use. Both the CDOT and Weld County utility conflict matrixes are similar. Question 7: When we are doing the potholes. will we be expected to go more than 10 feet below the existing ground surface elevation? Answer 7: The depth of the potholes will be project dependent. The expectations for the maximum pothole depth will be determ ned by the Engineer when the IA for the potholing work is completed. In general, ff the proposed roadway is in a cut area, it may be necessary to go more than 10 feet to ensure there are no utility conflicts The pothole information of utilities crossing the roadway is more important to know. It may be necessary to pothole deeper than 10 feet to find the extents of these types of crossings. Question 8: When the contract rates are negotiated. will there be separate pothole pricing for hard surfaces and soft surfaces? Answer 8: Historically, Weld County has not differentiated between hard surface and soft surface potholes. When the contract rates are negotiated, it may be possible that Weld County will ask for separate rates. Question 9: Will the SUE consultant be responsible for providing other geophysical techniques to find difficult to locate utilities? Answer 9: Yes. the SUE consultant shall be capable of providing other geophysical techniques to located utilities to level B. Question 10: Should the RFQ response include the qualifications of the PE, suveryor. technicians, etc? Answer 10: Yes. the qualifications of the consultants team members have to be included in the RFQ response. These qualifications will count towards the 15 page limit. Question 11: Will the SUE consultant be responsible for providing video inspections of all underground utilities? Answer 11: Yes, SUE consultants shall be capable of providing video inspections for all SUE investigations. The need for providing video inspections of underground utilities will be identified when the IA for a project is written. Question 12: Will the SUE drawings be directly imported into Weld County design drawings for road/utility improvements? Answer 12: The SUE plans have to be able to be imported directly into AutoCAD Civil 3D so the designers may utilize them. Question 13: Does the County desire to see a plan and profile of the potholed utilities or would this be shown as a pothole/ootential conflict on the Weld County development plan and profile drawing? Answer 13: Both. As part of the Quality Level A SUE, the Consultant will be required to perform a conflict analysis to assist with locating test holes. The County also expects the plan and profile for all the utilities and test hole locations. All of the utilities will have to be part of a pipe network as discussed in the pre -proposal meeting. Question 14: Is the SUE consultant responsible for locating drain tiles that may be in a project area? Answer 14: Yes, the Consultant shall be responsible for determining if there are tile drains in the project area. This will require that the Consultant meet with property owners and irrigation companies to determine if a drain tile exists. Question 15: Can the County provide a copy of its Permission to Enter form? Answer 15: The Permission to Enter form was included in Addendum 1. Question 16: Regarding the Scope of Work, please clarify what information the SUE drawings must include Answer 16: The information provided on the SUE drawings shall meet all of the SB 18-167 and Weld County's requirements outlined in the RFQ documents. An AutoCAD template will be provided to the selected consultant after the contract award. Question 17: Under II. Scope of Services, Section A.2. Subsurface Utility Engineering Plan Sheets, b) it notes in the firs: sentence that "11 x 17 plan sets (scale: 1 inch = 50 feet) showing the Utilities both horizontally anc vertically in relation to the proposed improvements shall be provided." Since the actual depth of utilities are typically only associated with Quality Level A investigations (potholing). are just the potholed utilities depicted vertically at their surveyed location in the plan sheets? Answer 17: In areas where QL A information is obtained, the utilities have to be shown in their vertical position. In areas where lower QLs are used, the depth should be based on the detection method used to determine the utility's location. In the event there is no vertical information obtained on a utility, the utility shall be given 3 depth that is the same as the ground surface elevation. Remember that a pipe network will be required for each underground utility. Question 18: What kind of timeframe will the SUE consultant have to mobilize on specific projects? Answer 18: The timeframe for the starting and completion dates for a specific project will be defined when the IA is generated. The SUE consultant can work within those dates to determine when they want to mobilize. That being said, our design projects are often on a short timetable and the County expects the SUE consultant to work diligently to complete the SUE within the allotted timeframe provided and to be on/under budget. Question 19: On page 3, item g) of the RFQ documents, ASCE 83-02 is referenced. Do you mean ASCE 38-02? Answer 19: Yes. All references to ASCE 83-02 shall be changed to 38-02. Question 20: The RFQ documents contain information on the horizontal distances between potholes. Is this table set in stole or is it open for negotiation? Answer 20: The horizontal distances provided in the table shown in the RFQ is intended to provide guidance to the SUE corsultant when they are recommending locations for potholes. The County retains the right to change the spacing requirements on a case by case basis. Prepared By: Clay Kimmi, P.E. Senior Engineer B2200179 Non -Project Specific (On -Call) SUE Design Project Mandatory Pre -Bid Meeting Agenda January 3, 2023 1. Sign -in Sheet a. Need to send Clay Kimmi an email at ckimmi weldgov.com in order to be considered present for the mandatory pre -proposal meeting. In order to be considered in attendance, I have to have an email by the 4 p.m., today. 2. Project Description/Location a. The project in general consists of performing on -call SUE investigations throughout Weld County. b. SUE is being done to identify all utilities, oil and gas facilities, drain tiles, and irrigation facilities in advance of a project. c. Information regarding the facilities is needed so the County can begin talking with landowners and utilities in advance of the project. d. Contract will be for $350,000. With individual scopes of work and costs determined on a project specific basis. The County will have the option to extend the contract for two additional 1 year periods. If the contract is renewed, it will be renewed for an amount not to exceed the budgeted amount for the given year and the consultant will have the opportunity to increase rates by not more than the consumer price index that is in effect at the time of the renewal. e. Project specific schedules will be done at the time the scope of work is done 3. Project Requ rements a. A kickoff meeting and monthly progress meetings will be required for each project. b. The County's requirements for a SUE have been included as part of the RFQ so proposers can taylor the qualifications accordingly. c. Consultant will be required to prepare the SUE drawings using the same version of AutoCAD/Civil3D as the County is using so the SUE information can be imported into our drawings. d. The Weld County template, line styles, pen settings, survey point settings, and pipe catalog shall be used. There is a requirement for the underground utility and irrigation lines to be set up as a pipe networks. e. Consultant will be required to provide the CAD drawings along with all template files to Weld County. All drawings shall be set up to print on 11x17 sheets and shall be at a 1 inch = 50 feet scale. f. Civil3D AutoCAD drawings/plans showing both horizontal and vertical alignments as well as size, material type, etc. for all facilities. g. SUE will be done to a minimum Quality Level A. h. Irrigation pipes/conduits and culverts have to be videotaped so condition of line can be documented as required by the County. The need for this will be identified during the IA process. i. A ROW permit will be required from Weld County for the field investigation and survey portion of the project. There is no cost for the ROW permit but each sub - consultant has to have a permit. Each ROW application will have to have traffic control plans (MHTs) and certificates of insurance. j. Test holes may be required. The number of test holes required will be established after SUE Levels B through D have been completed. . M:\ —Active ProjectslEngineering On -Call Services\SUE12023 Contract\RFQ\Pre-Proposal Meeting\B2200179 Pre -Proposal Meeting Agenda.docx Page 1 of 2 k. Coordination with landowners is a must. The Consultant will have to meet with landowners, utility owners, and ditch companies in the field. Weld County has to be invited to these meetings. I. The Consultant will be responsible for obtaining Right to Enter forms for each property. A sample of the County's Permission to Enter form is included with Addendum 1. m. No costs will be submitted with the proposal. 4. Proposal Requirements a. All proposals must be submitted via email. No hardcopies will be accepted. Email address is included in the RFQ. b. See the RFQ document for items to be included in the proposal. c. Proposal limited to 15 pages d. No guarantee the County will accept any proposed changes to the contract. If a change results in the shifting of risk back onto the County, the change will not be approved. 5. Selection Process a. Using the County's QBS process. b. The scoring criteria has been outlined in the RFQ document. c. Again, cost is not a determining factor in the decision to award the contract. Do not include any costs with the proposal. If costs are included, the proposal will not be reviewed or scored by Weld County. d. The need for interviews will be at the sole discretion of the County. 6. Anticipated Project Milestones Date a. January 11, 2023 — Responses due to Purchasing b. January 25, 2023 — Notices to Shortlisted Firms 7. Questions a. All questions after the Pre -Bid meeting must be submitted in writing to Clay Kimmi at ckimmi@weldgov.com MA —Active Projects\Engineering On -Call Services\SUE\2023 Contract\RFO\Pre-Proposal Meeting1B2200179 Pre -Proposal Meeting Agenda.docx Page 2 of 2 RFP# B2200179 Mandatory Pre -Proposal Meeting Attendance Sheet January 3, 2023 @ 1:00 p.m.. CO Public Works South Conference Room Name Company Phone Number E-mail Clay Kimmi Weld County Public Works 970-400-3471 4 ckimmi@weldgov.com Don Dunker Wcld County Public Works 970-400-3749 ddunkergweldgov.com Sylvia Romo Horrocks Engineers 720-577-1730 sylvia.romo@horrocks.com Meaghan Schwindt I Ulteig 720-664-1429 meaghan.schwindt@ulteig.com Trevor Rittenhouse Landmark EPC LLC 970-319-1904 trevor.rittenhouse@landmarkepc.com Don Cain HCL Engineering & Surveying 856-207-7328 dcain@hclengineering.com Patrick Smith Topographic Co. 720-388-2885 patric.smith@topographic.com Chet Smith Topographic Co. 303-842-7757 chet.smith@topographic.com Patricia McKinney -Clark T2 Utility Engineers 303-931-7880 patricia.clark@t2ue.com Ron Ilk SurvWest 720-833-1967 rilk@survwest.com Nolan Mundy HKS Utility Services 720-601-8767 nmundv@hksutil.com Alex Ramm-Hutchinson Utility Mapping Services 509-570-8448 arammhutchinson@umsi.us Dale Mathison Ayers Associates 970-797-3540 mathisonD@ayersassociates.com Kasey Hayes Ayers Associates 970-301-6337 hayesk@ayersassociates.com Mayo Thompson Mayo Geophysical 720-352-2651 mayo@mayogeo.com PUBLIC WORKS DEPARTMENT 1111 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 WEBSITE: www.co.weld.co.us PHONE (970) 304-6496, EXT. 3750 FAX: (970) 304-6497 PERMISSION FOR ENTRY UPON REAL PROPERTY THE UNDERSIGNED hereby gives permission for the COUNTY OF WELD, ITS CONTRACTORS, AGENTS, EMPLOYEES AND ALL OTHERS DEEMED NECESSARY BY WELD COUNTY to en-er upon the following described real property: Enter legal description and property address here. FOR THE PURPOSE OF: Conducting land and construction surveying and other engineering duties including soils testing and investigations. EXPIRES: Enter expiration date here or the end of construction, whichever is earlier. DATE: NAME: Enter property owner name here (Signature) (Title) (Print Name) Address: Phone: Email: Hoshiko Land LLC PO Box 119 Kersey, CO 80644 SUE Template and Procedures WELD COUNTY PUBLIC WORKS UTILITY OWNER INFORMATION UTILITY TYPE OWNER NAME MiA1LINGAuuREoS CITY, STATE AP CONTACT NAAV PHONE UIILSEY IYPE/QUANIITY UTLITY TYPE / QUANTITY UTILITY TYPE OWNER NAME WILING ADDRESS CITY. STATE AP CONTACT NAME PHONE UTILITY TYPE / QUANTITY UTLITY TYPE / QUANTITY UTILITY TYPE c wNEI"t NAME MAILING ADDRESS CITY, STATE ZJP CONTACT NAME PHONE UTILITY TYPE / QUANTITY UTILITY TYPE / QUAN I I rY UTILITY TYPE OWNER NAME MIAJ JNG ADDRESS CITY, STATE ZIP CONTACT NAME PHONE UTLITY TYPE I QUANTITY UTLITY TYPE / QUANTITY UTILITY TYPE OWNER NAME MAILING ADDRESS CITY. STATE AP CONTACT NAME PHONE UTLITY TYPE / QUANTITY UTLITY TYPE / QUANTITY UTILITY TYPE OWNER NAME MAILING ADDRESS CITY. STATE ?JP CON TAC I NAME PHONE UTLITY TYPE / QUANTITY UTILITY TYPE / QUANTITv UTILITY TYPE OWNER NAMt_ MW.ILING ADDRESS CI TY. STATE ZIP CONTACT NAME PHONE UTILITY TYPE / QUANTITY UTLITY TYPE / QUANTITY -UTILITY TYPE OWNER NAME PAWLING ADORE SS CITY, STATE AP CONTACT NAIVE PHONE UTLITY TYPE / QUANTITY UTLITY TYPE / QUANTITY UTILITY TYPE OWNER NAME WILING ADDRESS CITY, STATE ZIP CONTACT NAME PHONE UTLITY TYPE / QUANTrTv UTLITY TYPE I QUANTITY SUBSURFACE UTILITY ENGINEERING PLANS FOR WCR 54 /17 SUE PLANS TOWNSHIP ?N, RANGE ?? WEST, SECTIONS ?? AND ?? VICINITY MAP NOT TO SCALE SUBSURFACE UTILITY ENGINEERING FIRM COMPANY NAME MAILING ADDRESS CITY, STATE ZIP CONTACT NAME PHONE INDEX OF SHEETS SHEET LIST SHEET NUMBER 1 2 3 4 5 6 7 8 CALL UTILITY NOTIFICATION CENTER OF COLORADO CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG, GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES SHEET TITLE COVER SHEET LEGEND AND NOTES UTILITY INFORMATION UTILITY STRUCTURES UTILITY POLES TEST HOLE INFORMATION TEST HOLE FIELD NOTES UTILITY PLAN ALL WORKMANSHIP ON THIS PROJECT IS TO CONFORM WITH WELD COUNTY AND THE STATE OF COLORADO SUE REQUIREMENTS THESE PLANS WERE PREPARED AND CERTIFIED BY THE CONSULTANT FOR COMPLETENESS AND ACCURACY Computer File Information Creation Date 5/15/2020 Initials Po/ Last Modified Date 5/15/2020 Initials PW Full Path M t -ACTIVE PROJECTStENGINEERINC ON -CALL SERVICEStSUE12020 SUE CONTRACTIAUTOCAR Drawing File Name: WELD_SUE COVER.DWG AutoCAD Version 2019 Scale AS NOTED Units. English Index of Revisions Date Comments Initials A._ WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY CO 80632-0758 PHONE (970) 356-4OOO FAX (970) 304-6497 • As Constructed No Revisions WCR 54 /17 SUE PLANS COVER SHEET Revised Designer PW Void Detailer PW Sheet Subset I Sheet Subset Project No./Code N/A Sheet Number 1 of 8 SUE LEGEND AND NOTES QUALITY LEVEL DEFINITIONS UTILITY LINETYPES UTILITY SYMBOLS UTILITY OWNER ABBREVIATIONS ELECTRIC LINES QUALITY LEVEL A. 1.1. QL-A, ALSO KNOWN AS "LOCATING", IS THE HIGHEST LEVEL OF ACCURACY PRESENTLY AVAILABLE AND INVOLVES THE FULL USE OF THE SUBSURFACE UTILITY ENGINEERING SERVICES. IT PROVIDES INFORMATION FOR THE PRECISE PLAN AND PROFILE MAPPING OF UNDERGROUND UTIUTIES THROUGH THE NONDESTRUCTIVE EXPOSURE OF UNDERGROUND UTILITIES. AND ALSO PROVIDES THE TYPE, SIZE, CONDITION, MATERIAL AND OTHER CHARACTERISTICS OF UNDERGROUND FEATURES. QUALITY LEVEL B 2.1. QL-B INVOLVES THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE FXISTFNCF AND HORIZONTAL POSITION OF VIRTUALLY ALL UTILITIES WITHIN THE PROJECT UMITS. THIS ACTIVITY IS CALLED "DESIGNATING'. THE INFORMATION OBTAINED IN THIS MANNER IS SURVEYED TO PROJECT CONTROL. IT ADDRESSES PROBLEMS CAUSED BY INACCURATE UTIUTY RECORDS, ABANDONED OR UNRECORDED FACILITIES, AND LOST REFERENCES. THE PROPER SELECTION AND APPLICATION OF SURFACE GEOPHYSICAL TECHNIQUES FOR ACHIEVING QL-B DATA IS CRITICAL. INFORMATION PROVIDED BY QL-B CAN ENABLE THE ACCOMPLISHMENT OF PRELIMINARY ENGINEERING GOALS. DECISIONS REGARDING LOCATION OF STORM DRAINAGE SYSTEMS. FOOTERS, FOUNDATIONS AND OTHER DESIGN FEATURES CAN BE MADE TO SUCCESSFULLY AVOID CONFLICTS WITH EXISTING UTILITIES. SLIGHT ADJUSTMENTS IN DESIGN CAN PRODUCE SUBSTANTIAL COST SAVINGS BY EUMINATING UTILITY RELOCATIONS. 3. QUAUTY LEVEL C. 3.1. QL-C IS PROBABLY THE MOST COMMONLY USED LEVEL OF INFORMATION. IT INVOLVES SURVEYING VISIBLE UTILITY FACILITIES (E.G., MANHOLES, VALVE BOXES, ETC.) AND CORRELATING THIS INFORMATION WITH EXISTING UTILITY RECORDS (QL-D INFORMATION). WHEN USING THIS INFORMATION, IT IS NOT UNUSUAL TO FIND THAT MANY UNDERGROUND UTILITIES HAVE BEEN EITHER OMITTED OR ERRONEOUSLY PLOTTED. ITS USEFULNESS, THEREFORE, IS PRIMARILY ON RURAL PROJECTS WHERE UTIUTIES ARE NOT PREVALENT, OR ARE NOT TOO EXPENSIVE TO REPAIR OR RELOCATE. 4 QUAUTY LEVEL D. 4.1. QL-D IS THE MOST BASIC LEVEL OF INFORMATION FOR UTILITY LOCATIONS. IT COMES SOLELY FROM EXISTING UTILITY RECORDS OR VERBAL RECOLLECTIONS, BOTH TYPICALLY UNRELIABLE SOURCES. IT MAY PROVIDE AN OVERALL "FEEL" FOR THE CONGESTION OF UTILITIES, BUT IS OFTEN HIGHLY LIMITED IN TERMS OF COMPREHENSIVENESS AND ACCURACY. QL-D IS USEFUL PRIMARILY FOR PROJECT PLANNING AND ROUTE SELECTION ACTIVITIES. GENERAL NOTES ELECTRICAL (E) ELECTRIC FIBER GAS IRRIGATION S STORM O TELEPHONE WATER UTILITY OPTIC SEWER SEWER STRUCTURE E Flo G IRR SS ST T W ABBREVIATIONS ELECTRIC UNE (UNDERGROUND) F' �r OWNER 1, LEVEL A ELECTRIC UNE ELECTRIC PEDESTAL ELECTRIC METER ELECTRIC POLE ELECTRIC GUY ELECTRIC LIGHT ELECTRIC MANHOLE TRAFFIC SIGNAL TELEPHONE (T) POLE POLE POLE / FIBER OPTIC ® 0 tS> 0 ^- (F/O) (UNDERGROUND) 0 OWNER 1, LEVEL B ELECTRIC UNE (UNDERGROUND) ei 43 OWNER 1, LEVEL C ELECTRIC UNE (UNDERGROUND) El © OWNER 1, LEVEL O ELECTRIC OVERHEAD .,y.,,--. ,>n-i-f: arN•E OWNER 1, LEVEL C FIBER OPTIC LINES LIGHT POLE LP FIRE HYDRANT FH FLARED END SECTION FES INLET PEDESTAL PED POWER POLE PP TRAFFIC SIGNAL POLE TSP MANHOLE MH METER MTR VALVE VLV VENT VNT WELL WELL MATERIAL ABBREVIATIONS FIBER OPTIC LINE OWNER 1, LEVEL A Fop. — r 4 FIBER OPTIC LINE OWNER 1. LEVEL B Rd.! FIBER FIBER TELEPHONE TELEPHONE TELEPHONE GAS (G) OPTIC PEDESTAL OPTIC MARKER PEDESTAL MANHOLE MARKER - g FIBER OPTIC LINE OWNER 1, LEVEL C - F,c,-r 0 FIBER OPTIC LINE OWNER 1, LEVEL D - F!Q-4 0 GAS LINES GAS LINE OWNER 1, LEVEL A - GAS LINE OWNER 1, LEVEL B GAS MARKER GAS METER GAS WELL GAS VALVE IRRIGATION G ,, K: (IRR) - -_ GAS LINE OWNER 1, LEVEL C ASBESTOS CEMENT AC CAST IRON CI CLAY TILE CL CONCRETE CON COPPER C DUCTILE IRON DI FIBER OPTIC FO PLASTIC (HDPE) HDPE PLASTIC (PVC) PVC STEEL S - GAS LINE OWNER 1, LEVEL D ` - IRRIGATION LINES IRRIGATION UNE OWNER 1, LEVEL A - IRRIGATION UNE OWNER 1, LEVEL B IRRIGATION MANHOLE IRRIGATION VALVE - IRRIGATION VALVE - IRRIGATION VALVE - IRRIGATION VALVE - IRRIGATION VENT SANITARY SEWER ALFALFA GATE SUDE SUNSHINE 0 Vi ca V-: VI - IRRIGATION UNE OWNER 1, LEVEL C - IRRIGATION UNE OWNER 1, LEVEL D SOIL COMBINATION LEGEND - SANITARY SEWER LINES SANDY LOAM CLAY LOAM SANDY CLAY SILTY LOAM AY CLAY CL SILTY CLAY LOAM SILT SANDY CLAY LOAM CLAY SURFACE DESCRIPTION SL CL SC ZL ZC ZCL Z SCL C LEGEND SANITARY SEWER LINE OWNER 1, LEVEL A 1 GRAVITY SANITARY SEWER LINES ARE SHOWN AS LEVEL 'C'. SUE CONSULTANT TO PROVIDE MANHOLE RIM/UD ELEVATION AS WELL AS INVERT ELEVATIONS OF PIPES. 2 AERIAL OVERHEAD UTIUTY ONES ARE CONSIDERED A LEVEL'C'.(SS) 3. UTIUTY OWNER INFORMATION IS SHOWN ON THE COVER SHEET OF THIS PLAN SET. 4. POTHOLE/TEST HOLE DATA IS SHOWN ON THE UTILITY PLAN SHEETS AND DETAILED ON THE TEST HOLE REFERENCE SHEETS. HORIZONTAL AND VERTICAL INFORMATION TO BE REFERENCED TO THE PROJECT CONTROL FOUND ON THE SURVEY REFERENCE SHEET. 6. ALL SUBSURFACE UTILITY WORK TO BE PERFORMED USING THE ASCE GUIDEUNES FOR THE COLLECTION AND DEPICTION OF EXISTING SUBSURFACE UTILITY DATA Cl/ASCE 38-02. 7. ALL SURVEY DATA OBTAINED AND SHOWN ON THE DRAWINGS SHALL BE DONE USING THE COORDINATE SYSTEM INFORMATION PROVIDED BY THE WELD COUNTY SURVEY DEPARTMENT PROJECT SPECIFIC NOTES - SANITARY SEWER LINE OWNER 1, LEVEL B - SANITARY SEWER - OWNER 1, LEVEL C SANITARY CLEANOUT SANITARY MANHOLE SANITARY VALVE SANITARY VENT STORM SEWER (ST) SANITARY SEWER - OWNER 1, LEVEL D STORM SEWER LINES STORM SEWER LINE LEVEL A - ST a STORM SEWER LINE LEVEL B ST ASPHALT P NATURAL GROUND N GRAVEL G CONCRETE C; SOIL DESCRIPTION LEGEND - B STORM SEWER LINE LEVEL C STORM FLARED END SECTION K - sr © STORM SEWER LINE LEVEL D STORM INLET ICI STORM MANHOLE C - ST 0 - TELEPHONE UNES COMPACTION LOOSE SOFT :i ± HARD SOLID 5. WATER LEVEL DRY D MOIST M WET W STANDING WATER SW SOIL TYPE CLAY C LOAM L SAND S SILT Z TELEPHONE LINE 1, LEVEL - WATER (W) -OWNER TELEPHONE LINE OWNER 1, LEVEL B FIRE HYDRANT V WATER AIR RELEASE VALVE _L WATER MANHOLE 0 - TELEPHONE LINE OWNER 1, LEVEL C - TELEPHONE LINE OWNER 1, LEVEL D WATER MARKER i*' WATER METER ,,,. WATER MONITORING WELL O WATER VALVE �' j TEST HOLES (ALL UTILITIES) - WATER LINES WATER LINE OWNER 1. LEVEL A - wr a WATER LINE OWNER 1. LEVEL B wr - B WATER UNE - OWNER 1. LEVEL C iv: Q WATER LINE - OWNER 1. LEVEL D wt O Computer File Information Index of Revisions WELD COUNTY - As Constructed TNoResons WCR LEGEND 54 /17 A SUE N D NOTES PLANS Project No./Code Creation Date 5/15/2020 In;t:als PW (.gate Comments Initials • .,, - PUBLIC WORKS DEPARTMENT 1111 Las' Nocr5ed Date 5/15/2020 Initials i'W _ Full Pam"'' 'el 1VE PRWJECTS1ENGINEERING ON -CAL : SE RVICEs\SUE%zo2C S QN Ractwu�CAON-CAL - - H. STREET Designer r'W NIA I P.O. BOX 758 GREELEY, CO. 80632-0758 Revised Drawing File Name: WELD_SUE COVER_DVUC3 Detailer Poi PHONE 3564000 _ (970) FAX (970) 304-6497 Void Sheet Number 2 at AutoCAD Version. 2019 Scale AS NOTED Units English - Sheet Subset .-,iet.4! ";:se' ALIGNMENT / ITEM IN PLACE UTILITY TYPE OVVNER NAME ROAD NAME (PIPE SIZE, MATERIAL) STATION START STATION END OFFSET RANGE REMARKS / MISCELLANEOUS NOTES -y Computer File Information Index of Revisions WELD COUNTY As Constructed WCR UTILITY 54 /17 INFORMATION SUE PLANS Project No./Code Creation Date 5/15/2020 Initials PW i"r;e _ Comments MI5 �� 1 ,� A— — I PUBLIC WORKS DEPARTMENT 1111 H. STREET No Revisions gas: Mooned Dale 5/15/2020 Initials PW Full Path M1-ACtrVEPROJECTSIENGINEE RI SFRV10ESISUE\2020Su.r CONIRAlrr1Al7TrsAD - <e:v sect r Designer P V. N/A GREELEYO CO.X80632 0758 Drawing Fete Name: WELD_SUE COVER.DWG L ' ' v PHONE (970) 356-4000 FAX (970) 304-6497 Detailer PVV 1"'if Sheet Number 3 of 8 AutoCAD Version 2019 Scale AS NOTED Units English Sheet Subset Sheet Subset UTILITY STRUCTURE CALLOUT OWNER NAME STRUCTURE TYPE (MH, VALVE, INLET) ALIGNMENT 1 ROAD NAME STATION OR NORTHING OFFSET OR EASTING PIPE SIZE/TYPE (1) INVERT IN (1) PIPE SIZE/TYPE (2) INVERT IN (2) PIPE SIZE/TYPE (3) INVERT OUT (3) REMARKS / MISCELLANEOUS NOTES - I r Computer File Information Index of Revisions WELD COUNTY As Constructed WCR UTILITY 54 /17 STRUCTURES SUE PLANS Project No./Code Creation Dale 5/15/2020 Initials PW •,,i!., Comments In.I dls _ \} WO .!r 4 PUBLIC WORKS DEPARTMENT No Revisions Last Modified Date 5/15/2020 Initials PW Full path. M I -ACTIVE PRCJI CTSIENOINEERING Ohs -CALL SERVICES1SuE\2L2o SUE �r2rA�ir:*�As�T 'CAD q t �, r q 1111 H. STREET P.O. BOX 758 I Rev sea Designer PW I ! �'' GREELEY. CO. 80632-0758 PHONE. Drawing Fie Name- WELD_SUE COVER.DWG Detailer PW 1! - (970) 356-4000 FAX (970) 304-6497 void Sheet Numbe' 4 at , AutoCADVersron 2019 Scale AS 'NOTED Units English Sheet Subset Sheet Subset UTILITY SIZE PROJECT LOCATION DATA TEST HOLE NUMBER TYPE OF UTILITY UTILITY OWNER UTILITY MATERIAL OR CAPACITY UTILITY CONDITION SURFACE TYPE PAVEMENT THICKNESS SOIL TYPE GRADE ELEVATION TOP OF UTIL ELEV BOTTOM OF UTIL ELEV ALIGNMENT STATION OFFSET NORTHING EASTING MISCELLANEOUS NOTES SOIL DESCRIPTION KEY SOIL COMBINATION CHART SURFACE DESCRIPION LEGEND COMPACTION WATER LEVEL SOIL TYPE SANDY LOAM SL SILTY CLAY IC SANDY CLAY ASPHALT A LOOSE L DRY D CLAY C CLAY LOAM CL SILTY CLAY LOAM SCL NATURAL SOFT ST MOIST M LOAM L SANDY CLAY SC LOAM ZCL CLAY C GROUND N HARD H WET W SAND S SILTY LOAM Z1 SILT Z GRAVEL G SOLID SO _ STANDING WATER _ SW SLT Z _ CONCRETE C Computer File Information Index of Revisions WELD COUNTY As Constructed TEST WCR HOLE 54 /17 INFORMATION SUE PLANS Project No./Code Creation Date 5/15/2020 Initials PW Date Comments In ti,,ls -1/4� ,a6, �' r�M , PUBLIC WORKS DEPARTMENT P.1111 O. BOX7 STREET O 58 << = Last Modified Date 5/15/2020 Initials PW Full Path ia%-AC WE PROJECTOMuTQCAD SLENGINEE.RING ON -CALL SERVICESN.SUE12020 S.:', CNTRAC Designer PW N/A GREELEYCO x8 632-0758 Drawing Ft Name: VVELO_SUE COVER DVVG Detatler PW PHONE 356-4000 — Vo ;T - �'+,G U `X- N- (970) FAX (970) 304-6497 Sheet Number 6 of 8 AutoCAD Version 2019 Scale AS NOTED Units English ng Sheet Subset ,,,�;a _,;;, _t TEST HOLE LOCATION TIE SKETCHES TEST HOLE CROSS-SECTION SKETCHES STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX r- STA. XX+XX i STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX STA. XX+XX Computer File Information Creation Dale 5/15/2020 Initials PW Last Modified Dale 5/15/2020 Initials PW Full Pain M 1 -ACTIVE PRO.ECTSIENGINEERING ONCAI.L SE RVICESSSUEQO2. S . GONTRACT1ALTOCAO Drawing File Name: WELD_SUE COVER.DWG AJtoCAD Version. 2019 Scale. AS \OTED Units English Index of Revisions Comments I n!t:als WELD COUNTY As Constructed PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY. CO. 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 No Revisions WCR 54 /17 SUE PLANS TEST HOLE FIELD NOTES Project No./Code Rev+sea Designer Void Detailer PW N/A Sheet Subset Sheet Subset Sheet Number i of 8 LtiN 3" AC WATERLINE (LTVVD) TELEPHONE PEDESTAL (CENTURYLINK) FIBER OPTIC (CENTURYUNK) ELECTRIC SERVIE TO IRRIGATION POND (PVREA) LvA ROW-; ROW 4" PE GAS LINE (XCEL ENERGY) } 6" ABANDONED GAS UNE (XCEL ENERGY) 20.00' PUBUC SERVICE COMPANY GAS EASEMENT HE ROW PP -E1 (2) PIPE -G1 (1) OVERHEAD ELECTRIC TO HOUSE (PVREA) ii OVERHEAD ELECTRIC (PVREA) 20.00' LITTLE THOMPSON WATER DISTRICT EASEMENT WE ROW GAS MARKER PP -El (1) MTR-E1 (1) TELEPHONE (CENTURYLINK) it OVERHEAD ELECTRIC •� (PVREA) 20.00' LITTLE THOMPSON WATER flfcTrair T FAcc lcMT ROW ROW OVERHEAD ELECTRIC (PVREA) GAS SERVICE TO HOUSE (XCEL ENERGY) WATER SERVICE TO HOUSE (LTWD) 2.5" PVC WATERLINE (LTVVD) OVERHEAD ELECTRIC (PVREA) GAS MARKER i m C) TELEPHONE PEDES AL (CENTURYLI K) SHOECRAFT -04 0 Cr 0 rr m I i Q 4: O Ii r(PP.F11R1/• I Le \1 C.1 L41 4, O 0 i t _ I I I 0 w ;A- i , 0 cc it O ce O a: O ce O cc O cc Cr • n T 1 T .JA ` �- COLORADO -WYOMING 1 GAS COMPANY OS" 6" ABANDONED GAS UNE (XCEL ENERGY) 20.00' DCP MIDSTREAM EASEMENT 3" STEEL GAS UNE (DCP MIDSTREAM) 12" PVC IRRIGATION UNE GAS MARKER GUY WIREn (PVREA) EGA 5.00' CENTURY LINK EASEMENT ct/H C OfM-£ 1 -3 If -E _ROW ROW . --! - ROIL--_ ROW EASEMENT 6" STEEL GAS LINE (XCEL ENERGY) GAS MARKER - LOA LOA /,-t ROWROW' 8" STEEL GAS LINE (DCP MIDSTREAM) 20.00' DCP MIDSTREAM GAS EASEMENT 3" STEEL GAS LINE (DCP MIDSTREAM) O74474 ROW— ROW OVERHEAD ELECTRIC (PVREA) 0 50 100 IM Feet CAL BEFO FOR ,at KEYMAP NTS CALL UTILITY NOTIFICATION CENTER OF COLORADO 811 iseinkslan Wes sas L 2 -BUSINESS DAYS IN ADVANCE RE YOU DIG. GRADE. OR EXCAVATE THE MARKING OF UNDERGROUND MEMBER UTILITIES Computer File Information Creation Date 5/15!2020 Initials PW Last Moclted Date: 5/15/2020 Initials PW Full Patn -ACTIVE PROJECTS\ENOINEE RING ON -CALL SE RV10E StSUE12020 CONIAAC i1A11TnCAD Drawing File Name WELD_UTILITY DWG AutoCAD Version 2019 Scale AS NOTED Units English Index of Revisions d 1: Comments WELD COUNTY As Constructed PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE (970) 356-4000 FAX (970) 304-6497 No Revisions WCR 54 /17 SUE PLANS UTILITY PLAN Project No./Code Revised Void Designer PW Detaller PW i N/A Sheet Subset Sheet Subset Sheet Number a of WELD COUNTY ANT , ii glii ,t,rad PUBLIC WORKS DEPARTMENT SUBSURFACE UTILITY ENGINEERING CADD DEVELOPMENT MANUAL May 2020 INTRODUCTION This document outlines and describes the Standard Operating Procedures (SOP) for Subsurface Utility Engiree-ing (SUE) Computer Aided Drafting and Design (CADD) file(s) preparation as required by the Weld County Public Works Department. This document also includes General Utility Locat ng Guidelines to ensure uniformity of data collection quality and consistency. While this document outlines specific procedures for the CADD development of SUE projects, it is not intended to be absolute for all instances. SUE projects can range from simple to painfully complex and the best judgment of practices for the development of individual projects is the responsibility of the SUE professional. The Department Encourages the SUE consultants to use these methods and tools to best suit the needs of the consultant and the engineering team involved with each project. Please direct any questions concerning the specific SUE project to the County's project manager. TABLE OF CONTENTS 1.0 1.01 1.02 1.03 2.0 2.01 2.02 2.03 2.04 3.0 3.01 3.02 3.03 3.04 3.05 3.06 3.07 3.08 3.09 3.10 3.11 3.12 4.0 General Guidelines 1 Provided CAD Files 1 Provided CADD Resource Files 1 Datums and Coordinate System 1 Required SUE Submittals 2 Hardcopy SUE Planimetry Plan Set 2 Hardcopy Test Hole Information 2 Digital File Deliverables 2 Other Possible Submittals 3 General SUE CADD Guidelines 4 Utility Uniform Color Codes 4 Utility Unique Identifier Lines -Styles 4 SUE Line Work and Pipe Network 4 Plan and Profile Sheets 8 Placing SUE Labels 8 Utility Information Tag Labels 9 Manhole, Pedestal, Marker, and Valve Number Labels 10 Placing Utility Pole ID Number Labels 11 Test Hole Labels 11 Utility Abbreviations 11 Supplemental Utility Line Labels 12 Utility Towers & Transmission Lines 12 CADD Files, Sheets, and Descriptions 13 4.01 Cover Sheet 4.02 SUE Legend Sheet 4.03 SUE Planimetry 4.04 Utility & Pole Data Sheet 4.05 Test Hole Data Sheet 4.06 Symbols and Survey Codes 5.0 General Utility Locating Guidelines 5.01 Utility Record Research 5.02 Utility Poles and Overhead Utility Lines 5.03 Subsurface Utility Designation Appendix A — Soil Classification Table Appendix B — Electric Pole Information 13 13 13 13 14 16 17 17 17 17 43 48 TABLE INDEX Table 1: Provided CADD Files 1 Table 2: Provided CADD Resource Files 1 Table 3: Digital File Deliverables 2 Table 4: Uniform Color Code 4 Table 5: Utility Abbreviations 11 Table 6: Utility Structure Abbreviations 12 Table 7: Material Abbreviations 12 Table 8: Utility and Pole Data Sheet 14 Table 9: Soil Cescription Legend Key 15 Table 10: Surface Description Legend Key 15 Table 11: Soil Identifiers 16 FIGURE INDEX Figure 1: Utility Owner Designations 4 Figure 2: Polyl ne Direction Tool 5 Figure 3: Drawing Template 6 Figure 4: Set Pipe Network Catalog 6 Figure 5: Choosing Pipe Catalog Location 7 Figure 6: Pipe Network 7 Figure 7: Pipe Example 1 7 Figure 8: Pipe Example 2 8 Figure 9: Renaming Structures 8 Figure 10: Reraming Pipes 8 Figure 11: Pipe Network Tag Labels 9 Figure 12: Pipe Network Tag Labels 10 Figure 13: Utility Structure Labels 11 Figure 14: Test Hole 3 -point Tie Sketch 15 iii 1.0 General Guidelines SUE project data will be submitted in AutoCAD Civil3D (version used by County), hardcopy, and PDF. All files will be developed using border sheets, AutoCAD resource files, and examples provided by the Department. 1.01 Provided CAD Files The following is a list and brief description of the files provided by the Department and should be employed when producing project files: Table 1: Provided CADD Files File Name Description Weld_SUE Cover.dwg Title & Utility Reference sheet for SUE plans Weld_SUE Ternplate.dwt Civil 3D template for Utility Sheet creation and Pipe Networks 1.02 Provided CADD Resource Files Weld County will provide resource files that contain the standard line -styles, color table, font library, level library, template, pipe catalog, and CADD seed files which are listed and described below: Table 2: Provided CADD Resource Files Resource File Description Sheet Set Manager to be used with drawing set WELD_SUE SHEET SET.dst WELD_SUE LINETYPES.lin SUE line type file Weld.ctb AutoCAD pen set used by Weld County WELD SUE_DWG INFO.xlsx Excel spreadsheet data referenced in plan set Pipes Catalog — WELD SUE Pipe Catalog to be used for pipe networks NOTE: Weld County provides an AutoCAD Civil3D seed file that contains the Department's standard CADD settings including layers, line types, and Civil 3D styles to be used in the creation of the final Utility Plans and pipe .networks. The County will provide an existing survey base drawing for each project if it is available. The survey information will have a site -specific modified Colorado State Plane coordinate system to be used as a base for the created drawings. The SUE Consultant must use the provided coordinate system in their work. Below is an example of the information the County will provide at the start of each project: 1.03 Datums and Coordinate System Project horizontal coordinates are modified Colorado State Plane North Zone (0501) based on the NAD 83 (2011) datum. Project vertical coordinates (elevations) are based on NAVD88. The combined elevation/scale factor used to modify the coordinates will vary depending on the project location. The elevation/scale factor will be provided by Weld County for each project. Project coordinates are truncated by 1,000,000 in the Northing and 3,000,000 in the Easting. The CHARN is based on NAD 83 (2011) datum. The origin point is (0,0) and all scaling is done about this point For example: Project coordinates: Northing US survey Feet = State Plane Coordinate Northing multiplied by 1.000258597 minus 1.000,000. Easting US survey Feet = State Plane Coordinate Easting multiplied by 1.000258597 minus 3 000,000. Page 1 2.0 Required SUE Submittals Deliverables for SUE projects will include both hardcopy material and digital files (PDF and AutoCAD Civil 3D). 2.01 Hardcopy SUE Planimetry Plan Set Hardcopy SUE plan sets will be plotted using the Weld County format, in color, at a 1"=50' graphic scale on 11" x 17" sheets. One (1) copy of all applicable SUE project sheets shall be sealed, dated, and signed by the PE or PLS licensed in the State of Colorado and submitted to the County. Plan sets will include the following SUE sheets: • Title Sheet with original PE / PLS seal, signature, and date. • Legend Sheet • Utility & Pc le Data Sheets • Test He le Data Sheets • Any Miscellaneous Detail Sheets (if required) • Planimetry Sheets of all SUE work within Project Limits 2.02 Hardcopy Test Hole Information A hardcopy and electronic test hole report shall be submitted for each hole excavated. Each test hole report shall include an original PE/PLS seal, signature, and date. A sample Test Hole Report Form is included in this document. 2.03 Digital File Deliverables All CADD files submitted shall incorporate the Department's Project Number. The following examples show the file narres for a project with Project Number, GR-01: Table 3: Digital File Deliverables Sheet File Name GR-01 SUE COVER.dwg SUE Title & Reference SUE _egend GR-01_SUE COVER.dwg Utility Data GR-01_SUE COVER.dwg GR-01_SUE COVER.dwg Test Hole Data GR-01_SUE PLANS.dwg SUE Jtility Plans GR-01 SUE P&P SUE Plan and Profile Sheets GR-01_SUE DETAILS.dwg SUE Miscellaneous Detail Survey (xref base provided by County Surveyor) GR-01 xEXST.dwg GR-01 xUTIL.dwg SUE Jtility Base (xref produced by Consultant) No~e 1: Any additional information or details pertaining to the SUE project will be placed on the Miscellaneous Detail Sheet. N oe Any base drawing to be used as an xref, shall be labeled with a small "x" before the base name to differentiate it from a production drawing. The Consultant shall be responsible for creating a pipe network for each wet utility, for example: oil and gas lines, agricultural irrigation lines, water lines, drainage tiles, etc. The horizontal location of each dry utility shall be crawn in the utility xref base drawing with vertical (test hole) information provided at key crossing locations as necessary (to be determined by the SUE consultant and the County). If the Weld County SUE Table spreadsheet is used, a copy of that file shall be submitted with the associated CADD files. PDF copies of all hard copy submittals are required. When submitting these files, use the following naming conventicns; Page 2 • SUE Planimetry Plan Set GR-01_SUE_Plans.pdf • SUE Test Hole Reports GR-01_SUE _Test _Hole_Report.pdf 2.04 Other Possible Submittals In addition to the CADD files, as described above, the following files shall be submitted in accordance with the applicable SUE project Scope of Services: COGO Database — Submit a comma delimited ASCII file that contains all surveyed and calculated points used to draft the suomitted CADD files. The ASCII file shall be formatted to include point number, Northing, Easting, elevation, and description (PNEZD). Test Hole Report Form — Consultants shall use the Weld County Test hole Report Form and Test hole Data Form or a pre -approved equivalent. An example is included in this document. Manhole Report Form — Consultants shall use the Weld County Manhole Report Form or a pre -approved equivalent. An example form is included in this document. Pole Reports — Consultants shall use the Weld County Pole Summary or pre -approved equivalent. An example form is included in this document. Utility Data — Consultants shall use the Weld County Utility Data Form or pre -approved equivalent. An example form is included in this document. Utility Structure Data — Consultants shall use the Weld County Utility Structure Data Form or pre - approved equivalent. An example form is included in this document. Page 3 3.0 General SUE CADD Guidelines 3.01 Utility Uniform Color Codes Weld County attempts to follow the American Public Works Association (APWA) Uniform Color Codes in the CADD Development of SUE design files as per the following chart; Table 4: Uniform Color Code Color Screen Print Utility WHITE BLACK Proposed Excavation, SUE Sweep Limits PINK PINK Temporary Survey Markings, Misc & Unknown Designated SUE RED RED Electric Power Lines, Cables, Conduits. Lighting Cables YELLOW YELLOW Gas, Oil, Steam, Petroleum or Gaseous Material ORANGE ORANGE Communications, Alarm, and Traffic Signal BLUE Potable Water BLUE PJRPLE PURPLE Reclaimed Water, Irrigation, Slurry GREEN GREEN Sanitary Sewer and Storm Drains NOTE: APWA encourages public agencies, utilities, contractors, other associations, manufacturers and all others involved in excavation to adopt the APWA Uniform Color Code, using ANSI standard Z535.1 Safety Colors for temporary marking and facility identification. 3.02 Utility Unique Identifier Lines -Styles Weld County provides a specialized line -style library for delineating utility lines. Each of these line -styles contains a Utility Unique Identifier (UUI) that is to be assigned each utility with project specific properties as shown in the sketch below. Utilities shall be a -ranged by groups, combining the most common attributes such as utility type, size, material, capacity, etc. These groups shall be assigned a UUI to delineate the utility lines and appurtenances on the planimetry file and referenced on the Utility & Pole Data Sheet. For example, if a project has two telephone providers that each have lines that are both direct buried copper cable, then the lines could be simply identified as T1 for one owner and T2 as the other. Figure 1: Utility Owner Designations TELEPHONE LINES TELEPHONE LINE - OWNER 1, LEVEL A TI TELEPHONE LINE - OWNER 2, LEVEL B TELEPHONE LINE - OWNER 1, LEVEL C TELEPHONE LINE - OWNER 2, LEVEL D Tr.) T1 3.03 SUE Line Work and Pipe Network There are two acceptable methods for creating the SUE utility base drawing information. a. For utility lines that are not required to be put into a pipe network (such as telephone, fiber optic, electric;, utilities can be drawn in AutoCAD as polylines. Use the "ReverseFeature" direction tool on the Mcdify Ribbon to ensure the line labels are oriented correctly in the drawing (facing up or to the left) . Page 4 Figure 2: Po l line Direction Tool - .<+n• ..t.4 •Mere. 'I&d p A.•.-• Fan, Sten ;:. Stray O.••• &pun Cie. i .I• -w•• (1,44at t t ►.4 t•.•wrwt C, —..•att • ►eras Mons ,:• ttr•.tutstt • I..t.. t.• V Pe*, . S r► s vs^I i.1 Ca•1t.w j i ►gyp. Nm•.at Dunn • c•NKt.-r.t fr°n :.` . ^. r-,-.: 'Cal frrostra, ~anti U Hdi Yips Saip.l tow • 1.tnat VS hdre • SM4n Var. SOW Y • 2 t «� • —•a • • a OWN Daw N • • ., • •. :' It ban tsCc'sirs.rarWILtr0•t.t.•t•At•tipLEl.D Mflh 1...1.1014..43104114. 1,4 ... •••• H•triton vs, l.►ia A••es •••. • +aeon c..+ to :Ott tltsD,.O1 e t.Qt..VUSO, Y• •!•'r t_17 u •. • .• woo W SndCr at . 1••Wt• ink saner fir& part Se_ 1otia•t a SP pt yMt ••-•t own....•d Sat wr••s.p ant tfann• d 4.tr• �. t.r•.t.t•tth•• 1.••..•1Aft• Luc., �! •!. 1. - _ 1 O . G ultra 3 la • iajy S 1A.ta. Fat sna* L211IC* ° ac.,' Waft • 1Mti.V0 Ii1, J1t3J1 rif.OAOO 11001! a• �b PMeawYMssct• k 1 Mo ate.. s ••t•••0 t••r.i .4i.! tijt #04ja►-.t WI o n '-�eareiezAr.W.O•♦ .. �•r 1) Any utility markers, pedestals, power poles, etc. can be shown using AutoCAD blocks, provided in the base template drawing (reference legend for blocks to be used or add custom blocks as required). 2) Surveyed information supporting the location of the items shown with blocks shall be included in the submitted AutoCAD drawing as a Civil 3D point or included in the csv point file submitted with the final data. 3) Make sure the utility information is placed on the correct layer in AutoCAD. There are separate layers that represent the utility owner and the level of information available for that utility. The layers and line types have been created in the template drawing provided. 4) Additional Information: a) The drawing LTSCALE is set to be 0.6, this setting allows the designated line types to appear at the correct height and scale in the drawings. b. For utilities that require a pipe network, the following steps should be followed to create the network using the correct pipe network. A new drawing should be created, using the "WELD SUE TEMPLATE.dwt!! template drawing provided. Page 5 ICIEESIVI Figure 3: Drawing Template A Select template X Lock in hlocad v 4 X C:10. Yfrews - TO* a Name Prey -pew Popes Catalog - WELD SUE is WEL D SUE TEMPIATEA:1M Type AutoCAD Template Sire 1.10 M8 Date modrfie& 4.23/2020 4:2? AM c > File name' v Ries at type WE.LD_SUE TEMPLATE t..t Dtanhg Iarnglate C dnt? Canc•� 1) On the "Home" ribbon, go to the "Create Design" pull down, from there click on "Set Pipe Network Catalog". Figure 4: Set P •e Network Catalog ems. • #ro-.rwso-a Mon . • as,.. -4.i., ti. - p • v... Y n. "•v•t. C`19"4 'wM/ Poi 111••••• CMaat a t.aab 1.d.es...s C•Ma•../1t .tom Jail wt brat %e •.toy/ Air &*.} •ti A&.csd tfa . WIW V .t lent • S' Pan= • • _9n _ • 4. wea..t,w. • tai scat.YN • • .1" •. 1 t.4+• G Ltd. td. • . L`• • ., 7 ill • t • e]i tale:-•.* a S! h.!4tp • •.r f.atirt:.ell - wr t'•.t4 • t 4•.•►+ty • - j. a1• tree r • • • r- Cay7 t'. AI..v i !iA • i us i C • sad. theta Curry ) .• ��y S " 'S s...,.,. • r fn., • 'V Cr a. - S; a.•t M..•.. • de s•etem Vag • r' • C-/ • RI • a o... a taste r•. Lott • t ►•tr.e.1 4 r. C a f. t 1s%1, s,•. N a b.. T.' r. C.ytet Cew41114 • t'•Mb a ratle lr.. Din • WOO! • tams • Chinni %to +.e• "...lig/ tc. 4 C»a. r9en. 4.m %St 4 C..a..►w..4 am, lye r . - .rt.�e C•abowe.•YM, one h•• 4 Cwtt tie aylt la s e Cre•1. "Win rya. Oche. InilciAlialariGiaii Caea•fl,s.e•.. Oleo. Ca nke g or• tilde. jZlot Ass* b•.o4Catamg 4 rdsSat i?rt :: mar Dienes Sa: • a •.xt Pr+r Set Sr Ilittasii C.tr4.,, lob «. 14.44 nth ree tea n* m"J Sactuant tarsi Ilw M an • anitu.w +twat%tees Pr teet.lAaAilt pets St ptto.- eel ..le • der" 74. InPla • tstabq trait Wen Caea11 114 •Meal• tads -tasal- twit • Laseat11fftaniltiKtllat Sp.ci'y tee 1rrwctu•• inertias point WDn7.fl17.3tt7111.111 atuo NOpA iy. • t • y d • ti •s e' tan m{.21 co .anv�,-t rant Cbc& tb ..ti •.d ...f! a .. h il.aa1. A:a • O..k. 2) Browse to where the location on the network where the pipe catalog has been saved and choose the Imperial Pipes option. Page 6 Figure 5: Choosing Pipe Catalog Location A Catalog Folder - V Aitocad Name X M X 4 lliewe v Tools w Date modified Type Pipes Catalog - WELD SUE 4/23/2020 1:32 PM File folder Type File folder Date modified: 4/2312020 1:32 PM Size 31.7 MB Folders Aecc Shared Content, css, Images. Is. ,.. Files: US Imperial Pipes.np, US Impenal Structures.zip c ) cptr Figure 6: Pipe Network Catalog Settings A Pipe Network Catalog Settings X Catalog folder: M:\ --Active Projects'r eering On -Cal Set Pipe catalog: US Imperial Pipe Catalog Structure catalog: US Impenal Structure Catalog .. OK Cancel Help 3) Once the catalog has been set, a pipe network can be created using the provided pipe and structure types. The pipes and structures are drawn in on layer "0" and shall be moved to the appropriate layer that corresponds to the utility type, owner and SUE level. One pipe network can be created for each utility or a single network can be used for all of the utilities (with adequate naming and labeling provided). Figure 7: Pi • I r: • e Example 1 'PS *et r SS LSS,, &we* w. Mae t * lene tM >L r.r••S C.•..•- $ r+LwA w+.en _ : Mann 'ter •.., eei.rS `•r Putt- I f.• urn tu". M S4 ID. W i♦ a Nee - le �. • • • . t.wI- I_ • 4 I.AJ. aw.. / • 1 ' • .i + �.•I C Ida i 1... • / 90461 • Ilk IL M� C %An. • • r tq.�.te* • of wee • r s, - • -_7 use t n r/ • 0 • 0 C. }4{r car. Assn. •1M • et �� 1'. e .. e . a.ts e. .� ` i i ♦, i�...... • er coo" • s• curse • tt M's..w • t laeY... • .i • • $ • (k us* Eii % a ' 1:.. • ►....•.. 4 L•• r• ; '. manor. W a .Ir.n • C wr• '.+•M ite • c .•b C..•p • Mw $ tatH Pea NSW • v.v. • w• • • t b.cel • e• Irrigation Culvert drawn in pipe network with FES on layer "0" .• t.WO, » Sp.lh erns' . 4.4 r i}•• N/fK.ryIM.MWtt •.+• N £ 5. "raft 8i• • Page 7 b'+".l •;% :d.'.a L- 1 vx w CS. Figure 8: Pipe Exam A • s •v VII soy Cimia • e2 p - (.110109 tl.—yte•q a,.•..• k"et.-• . w. 1••.•1. Pawn • • . • a • •i.1iii aEn tOars . C Ulan • rife— • Comas ;flee Der. - tem. • • •1�7aa1. • 711,t arriSe . • tl ►.likk en • !r hers 1••• • J atm • r assn.. • -t l.ah is s c•..y • coma • r P..1..•.. • et ISIS lies • x 1 Carl tar • • 'a, f Iwoe v..• t....k Masi' tea WW1 ►/sou•• •s..• r It." • NIA t:,r.; (____ S, %.•• r • Ur. et Sadie I" • / ".—•r . *•j■ • ` caw .t woo ►en • t =' Ft tai e; dr.ww CS. *s rl s a taint • r. / -.Janet 4 f. r• el "In tae C •.. 01 • i (1i 4) Irrigation Culvert drawn in pipe network with FES moved to correct owner and SUE level layer - n . *-1 san; f,1rQn•.•ic • w sans .. a . • • G • 4) The structures and pipes should be renamed to better identify the utility type and owner as shown below: Fi• ure 9: Renami • Structures Name Description Rule Set Override ... Render ... Type FES-IRR3 (1) FES FES Basic No MaYer Inlet -Outlet Inner Dia .. Inner Len... Inner Wt... Inner He FES-IRR3 (2) FES FES Basic No ByLayer Inlet -Outlet c ' U a Figure 10: Renaming Pipes Style Rule Set Override ... Rends ... Shape Inner Dia... Inner Wt.. I.. Reference Alignment Single Line Basic No ByLayer Circular IS 5) The pipes in the network shall be placed at elevations that are accurate per the pothole information gathered throughout the investigation. The pipe material and size chosen in the pipe network shall represent the information gathered in the SUE investigation, to the best extent possible. The goal of the pipe network is to have an accurate horizontal and vertical representation of pipes that can be used as a base for design. 3.04 Plan and Profile Sheets Plan and profile s'-eets will be required for roadway intersections and other areas with multiple utility crossings. The required locations will be discussed between the County and the SUE Consultant at the beginning of the project. Utilities shall be shown in the profile view at the correct location with corresponding labels showing the pipe type, owner and size. 3.05 Placing SUE Labels Page 8 Often SUE projects require extensive notes and labels to accurately describe the utility conditions. In order to produce an un-cluttered planimetry SUE file, SUE drawings shall reference these notes on a Utility & Pole Data Sheet with the use of Tags. These Tags can be an alpha, numeric, or an alpha- numeric combination system of codes to label the SUE features in a clear manner. The exact survey coding may vary from project to project and is determined by the consultant to meet the methodology of data collection, drafting, or professional preferences. These Tags include the following: a. Utility Information Tags b. Utility Pole ID Numbers c. Sanitary Sewer, Drainage, and Other Manhole Numbers d. Storm Sewer Manhole/Inlet Numbers e. Irrigation Structure Numbers f. Test Hole Labels 3.06 Utility Information Tag Labels In many cases, important information about utility structures and/or features needs to be identified and labeled in the SUE planimetry file. These areas and structures will be labeled with a Utility Information Tag (UIT) which will be an alpha -numeric coded label (e.g. - O001) and shall be referenced on the Utility & Pole Data Sheet. All pertinent details and information can be listed and tabulated by the UIT. An example of the utility reference information can be seen below. Figure 11: Pipe Network Tag Labels Add Labels Label type: Single Part Plan Pipe label style: Structure label style: Reference text object prompt method: Page 9 Figure 12: Pipe Network Tag Labels 4cda Cn410 ≥ 9 w+^-se+.g '.et Moat. Wail, 2-.#je 1e. r.!.rvit Ohara Srawy •.M >asiC.nn Con eett Asa«ch .1. I: si a sti«o• • ►..tM • • ..4r..., • P ibowfl Mn • tt .rowrw., • % • i•' . _' •,6 liar, Cr b.a. 3 F•, • 41 en1ii7., t: Satan - ;.•' ► ewn ant • 1,1 /met - #' *awv4J. - ' Si rrilmcs f • 0 - , Cs Ak, Minn . • L1' • VW i`} vein • V 1no - lir CMMN • ll po. Nees • £ 3._-ue.boat • .r • CI • fig( • .i *oh% ri • Std/ ; ant • O.;ore.c • C'en. C.o.nd Ott • Ctsw, t -els • Ora b Swoon Vein bum • t4.,f• • yap rr 7a-- r •• SUMS •• ifr tt►vtth point is into paisuCapj %flolfitl: Corsi• 'Ca•cst• 164976.141, 11170120, QOM 40C.* .• 3.07 Manhole, Pedestal, Marker, and Valve Number Labels Manholes, power poles, valves, etc. shall be labeled with an abbreviation of the item being labeled, followed by the ut lity prefix, owner number, followed by the item number in parenthesis, starting with 1 and progressing numerically, for example "MH-SS1 (1)", "MH-W2 (1)", "PED-F/O1 (3)". The manhole designation number shall be used on the Utility Data Sheet to list rim and invert elevations and other associa-ed information. For other utility structures, the amount of information provided on the data sheet will va y based on the level of information available and what is needed to provide a good des' g n If the manhole or structure is part of a pipe network the "WC -PLAN -TAG" structure label style shall be used to label the manhole. If the manhole is a point, the "WC-UTIL" style shall be used to show the point label. In additior, some point styles have been predefined in the drawing to represent common utility structures. The point representing the utility structure or line shall be placed on the appropriate layer based on the owner and the level of SUE information available. An example of this is shown below. Page 10 Figure 13: Utilit Structure Labels • hsert Anxtas ►A#' tLt ,p C►4..t Svr..ry tat brwvv4Canea'4t Amstoodnh *; Cd..bvx• fork WWI t atattt • V Puna • • aatr.n itt • .rt....tnn. • • ►+o..rrv+... • �L IGOO 1; fwtwa • V (sttr.ix+, •li rrctef. - !,• nsw:n4tr - -, 'Stows Linn 'Strome • Venom aq • IP tender • 7; tttr,.t.aik • Ad Settosvn.w • Smear A 'anon Yews Auoodok crn130 S' 9 Sut PSIS 'NOW V O 2 a O ipli s% st Oli ti �► rthebts Ci..r, Cra..d Oat. • Sat 1viRY••- ' • Conti. G.t.gn Jr • tin -e O tkte. Ion • 0 - ` ¶? Cop! I.i.,.. tO+et • C• • l • ( Rtm(b n ke• IL, Sasy • tue • fat�.ee AFpt A.tfltb ju:ut n • era Sas er fi Z l + ant C .-t Drl ti 4co C• 1 C MSkJ$n. CSfbc.tt • I: • • .1 - .'. . Q -. -kisp)i:D An ro•ame; (Mk -5g1 11 j�-•` x • PIPE -SS1 f11 i' PEo-F1G-1 t3) /- (MH-SS1 (2)) O x 3.08 Placing Utility Pole ID Number Labels Some utility poles have additional name plates and numbers that may be useful in the project design when coordinating with individual utility companies. If the utility pole has information associated with it, it shall be labeled with a utility pole identification number, similar to that used for manholes and valves. The appropriate descriptive information will be placed on the Utility Data Sheet. "Structure Prefix" — "Utility" "Owner Number" "(Structure Number)" PP -E1 (1) 3.09 Test Hole Labels Test holes shall be labeled in the SUE planimetry file with a "TH" along with the corresponding Test Hole number (e.g. TH #1). Test Hole numbers shall match the numbering sequence as used on the Test Hole Report and on the Test Hole Data Sheet. 3.10 Utility Abbreviations The following tables show the lists of abbreviations used by Weld County for the purposes of utility planning. For Consultants working on County SUE projects the abbreviations shall be designated as shown in the table below. Custom abbreviations for materials and/or utilities not listed below are allowed provided that the custom abbreviations are added to the SUE Legend Sheet. Table 5: Utility Abbreviations Weld County Code Utility Type Weld County Code Utility Type FO Fiber Optic San Sanitary Sewer G Gas Utility Storm Sewer ST IRR Irrigation T or TELE Telephone NP Non -Potable Water UNK Unknown OG Oil & Gas Line W Water Page 11 Table 6: Utili-v Structure Abbreviations Weld Couity Code Weld County Code Utility Type Utility Type LP Light Pole TSP Traffic Signal Pole Fire Hydrant Manhole MH FH Flared End Section MTR Meter FES I N _ Inlet VLV Valve PED Pedestal VNT Vent PP Power Pole WELL Well Table 7: Material Abbreviations Abbreviation Material Abbreviation Material AC Asbestos Cement DI Ductile Iron AS Aluminized Steel FO Fiber Optic C Copper HDPE Plastic (HDPE) CI Cast Iron PVC Plastic (PVC) CL Clay Tile RC Reinforced Concrete CON Concrete S Steel 3.11 Supplemental Utility Line Labels Many times, it is necessary to show specific utility information on the plan sheets. This information can be anything deemed appropriate to the project by the SUE professional. When labeling a utility line, lines shall be labeled as shown on the Utility Legend Sheet. Every effort shall be made to place the labels with minimum overlap of other labels, cells, etc. 3.12 Utility Towers & Transmission Lines Utility towers will be located and drafted by the shape of its footprint. Towers shall be tagged with a UPIN and all pertinent information required shall be placed on the Utility & Pole Data Sheet. Notes on measuring andior surveying methods shall be placed on the SUE Legend Sheet. Page 12 4.0 CADD Files, Sheets, and Descriptions 4.01 Cover Sheet This sheet contains Subsurface Utility Engineer consultant's firm name and contact information. It also contains all of the project utility owner names, contact information, and owner identifier used in the Utility Line Labels found in the SUE planimetry file. Each utility owner can be given an Owner Reference Abbreviation for further references in the Utility & Pole Data Sheets. 4.02 SUE Legend Sheet This sheet contains the descriptions and names of the symbols (cells) found in the SUE planimetry file. Examples of the line formats and descriptions of the Utility Unique Identifier Line Labels are shown on this sheet. Any project specific custom symbols or abbreviations will be added to this sheet and labeled as " Project Specific Notes". An additional sheet may be needed for notes or extra legend information. Included on this sheet are notes explaining the quality levels of the SUE data, the quality level applied to the project, survey control used, and any miscellaneous information pertinent to the overall project. This sheet contains space to place Project Specific Notes. This area will be used to note the following information; • Graphic information that varies from the standard legend • Surface Geophysical Methods used in designation • Dates of Designation (Level B), Location (Level A), and Surveying (A, B, C) • Any Consultant Certifications, Statements, or Disclaimers 4.03 SUE Planimetry All SUE mapping will be contained in this CADD file. All Survey COGO data points and information may be included in this file and placed on the appropriate layers. In most cases, engineer CADD files are aligned to plot with the reference alignments to appear horizontally across the plan sheets. Stationing shall run from left to right across the plan sheets. All SUE text and labels shall be arranged to appear parallel with the nearest reference alignment and to read left to right going up - stationing. It is important to verify the engineer's layout and to request specific guidance on the orientation appearance of the SUE planimetry information. All structure information, including, but not limited to, elevations, record information, field conditions, pole data, etc. shall not be shown in the planimetry file, but referenced using the labeling scheme as described in the CADD manual. All structure data will be shown on the Utility & Pole Data Sheets. All Survey Control used for SUE projects shall be shown, labeled with horizontal coordinates, elevations, and the physical material of the control point described. 4.04 Utility & Pole Data Sheet All information relative to utility appurtenances and the utility poles shall be shown on the Utility and Pole Data sheet. Information about utility relocation items shall be shown on this sheet when applicable. All items shall be grouped by reference alignment and will be listed in an up -station order whenever possible. The information required for this sheet is shown in the table on the next page. All coordinates (in the project coordinate system) shall be shown to the nearest tenth of a foot. Page 13 Table 8: Utility am: Pole Data Sheet COLUMN DESCRIPTION Utility a) b) c) Reference Reference Reference the Sewer, Utility Utility Information Unique Drainage, Identifier or Tag Other (UIT) (UUI) Manhole Number (SMN) Pole Reference the Utility Pole ID Number (UPIN) Ali g nment Reference available. the Alignment used for stationing, Use design alignments when Station Northings Ran e g a) Approximate b) Approximate c) Approximate station station station location location of the begin of of utility manhole & end appurtenance of linear utility Offset Eastings Ran g e a) Approximate b) Approximate c) Approximate offset station station of location location the begin of of utility manhole & end appurtenance of linear utility Item in Place a) b) c) Reference Reference Reference utility the manhole utility type, appurtenance size, & material type Ownershi p Reference Sheet utility owner by name or by Owner Reference Abbreviation from Title Pole Data Reference Owner Number, Diameter, and Material of pole Height, Remarks Notes & Misc. a) b) c) Further List List sewer details, details rims descriptions, including and invert capacity, elevations sizes, record etc. info, etc. Note: Approximate stations are to be considered scaled data and shall be shown to the nearest foot. 4.05 Test Hole Data Sheet All information relative to the test hole is shown on this sheet including detailed information about the location and results of the test holes performed on the project including the following: 1. Elevation of top and/or bottom of the utility tied to the project vertical datum, to a vertical accuracy of +/- 0.05 feet. 2. Elevation of existing grade over utility at test hole to the nearest +/- 0.05 feet. 3. Horizortal location referenced to the project horizontal coordinate system, to a horizontal accuracy consistent with applicable survey standards. 4. Approx mate centerline bearing of utility line. 5. Outside diameter of pipe, width of duct banks, and configuration of non -encased multi -conduit systems. 6. Utility structure material composition, when reasonably ascertainable. 7. Identity of benchmarks used to determine elevations. 8. Utility facility condition. 9. Pavement thickness and type when applicable. 10. Soil type and site conditions. 11. Identity of utility owner/operator. 12. Field sketch showing horizontal location referenced to a minimum of three (3) swing ties to physical structures existing in the field and shown on the project plans. An example of the Page 14 swing ties is provided below. The swing tie sketch provides the minimum amount of detail to accurately show the test hole location as measured from three physical features. CP-4 US17 BP SBL 124.8' 120.4' HTC MONUMENT TEST HOLE 1 EOP 34.3' 7 Figure 14: Test Hole 3 -point Tie Sketch 13. Other pertinent information as is reasonably ascertainable from test hole. The Test Hole Data plan sheet has two portions. each on its own sheet. The first sheet is the data table which shows all of the information that is commonly shown on a Test Hole Certification Sheet. The following charts show standard abbreviations that will be used in the data table: Table 9: Soil Description Legend Ke COMPACTION ABV ABV ABV WATER CONTENT LEVEL SOIL TYPE LOOSE L DRY D CLAY C SOFT ST MOIST M LOAM L H WET W SAND S HARD SOLID SO STANDING WATER SW SILT Z Table 10: Surface Description Legend Key ABV SURFACE TYPE Asphalt A Concrete C Gravel G Recycled Asphalt RAP Natural Ground N Other O Page 15 Table 11: Soil Idertifiers SANDY LOAM (SL) Sandy Sticky. feel. Readily Adheres worked. to at least one finger. Not soapy or SILTY (ZL) Soapier than feel Z. Adheres than SL to at but not least as smooth one finger. and/or less easily worked _OAM SILT (Z) Rare as a texture. Silky, soapy feel. LOAN (L) No predominating feel. Roughly equal quantities of S, Z, and C. Adheres to finger and thumb. Readily worked. SAND CLAY LOAM (SCL) Moderately silky and sandy feel. Adheres to finger and thumb. thumb. Moderately Moderately sticky with stiff silky. workability. soapy feel. Adheres to finger and SILT CLA" LOAM (ZCL) CLAY LOAM (CL) Stickier and harder to work. Less soapy than ZCL and less sandy the SCL. Adheres to finger and thumb. SANDY CLAY (SC) Sticky with sandy feel. Takes a rough polish. Stiff to work. SILTY CLAY (ZC) Very sticky with soapy fell. Takes a polish. Stiff workability. CLAW (C) Extremely sticky and difficult to work. The second portio 1, on the second sheet, provides areas for the "Three Point Tie" sketches. Also, on the second sheet is an area for cross-sectional view sketches to depict the configuration or arrangement of the utility lines. 4.06 Symbols and Survey Codes The template contains most of the graphic symbols required to produce SUE project files and plans. For structures not found in the template, custom symbols may be used. All custom symbols shall be added to the SUE Legend Sheet, shown as a Project Specific Custom Symbol, and given a brief description. Page 16 5.0 General Utility Locating Guidelines These general guidelines are not intended to dictate the procedures, methods, processes, and standards employed by a professional utility engineering firm, but to serve as an outline to the specific items and areas as required by Weld County. All utility data collection shall meet or exceed the standards as described in the "Standard Guideline for the collections and depiction of Existing Subsurface Utility Data (Cl/ASCE 38-02)" as published by the American Society of Civil Engineers, Colorado S.B. 18-167, and Weld County Standards. In the event of a conflict between the various standards, Weld County in its sole discretion shall determine which standard applies. All land surveying involved with the location of the surface and subsurface utility data shall meet or exceed the requirements as described in the CDOT Survey Manual. 5.01 Utility Record Research Weld County requires all utility records collected during the course of a SUE project to be available upon request and shall be provided to Weld County prior to completion of the project. 5.02 Utility Poles and Overhead Utility Lines All utility poles within the project limits shall be located using the project horizontal coordinate system and project vertical datum and the following data shall be collected: • Owner • Owner Tag Number • Existing Ground Elevation Adjacent to the Pole • Pole Material & Diameter • Pole Height (distance from the natural ground to the pole to the top of the pole) • Other Utilities Co -located on the Pole (including utility capacities where possible) Overhead utility lines shall be shown in their entirety within the project limits. Accurate line directions in areas where the overhead utilities extend beyond the project limits shall be shown by locating connecting utility poles outside the project area. 5.03 Subsurface Utility Designation All subsurface utility lines shall be located using the appropriate surface geophysical methods as determined by the utility engineer consultant and approved by Weld County. The horizontal accuracy of the marked lines is anticipated in the approximate horizontal location of the subsurface utility. Page 17 is • W D COUNTY SUE T._� �� 141 AThj, Si \ il el , " / 0i Date: REPORT Revised May 2020 Project Number: `~ ,� • Consultant: Address: General Location: Contract Number: Test Hole Number: Surface Material at Test Hole: Pavement Thickness: Utility Owner: Pavement Condition Prior to Excavation: Utility Type: Utility Size: Pavement Type: Utility Material: Utility Condition: Additional Utilities in Test Hole (See Comments): Field Conditions: Soil Type: Sol Compaction: Soil Moisture: Depth to Water: SURVEY DATA Survey Project Datum: Benchmark #1 Elevation: Benchmark #1 Description: Benchmark #2 Elevation: Benchmark #2 Description: Benchmark Check: TH Reference Alignment: Utility Centerline Station/Northing: TH Ground Surface Elevation: TH Station/Northing: Utility Centerline Offset/Easting: Depth to Top of Utility/Structure: TH Offset/Fasting: Elevation to Top of Utility/Structure: Depth to Bottom of Utility/StrLcture. Elevation to Bottom of Utility/Structure: SKETCHES/PHOTOS Profile View Plan View Photos Comments Stamp/Signature/Date Page 42 May SUE MANHOLE ?Sol WELD COUNTY Revised ,=,- ,-�=r f REPORT FORM 2020 yO:.. Weld County Project #: Route/Gen Location: Report Date: Utility Owner: Consultant Ref No: Survey Control I By: Tech: General Notes: Manhole Sketch: Include Apx North Arrow Pipe Sizes, Material, Inverts, etc i Show Manhole Numbers Consultant: Address: Contact & No: Page 43 WELD COUNTY SUE POLE DATA SHEET -�fD j-- ti) 1, Revised May 2020 % nWNFR in NIIMRFR PnI F ID NUMBER POLE OWNER STATION OR NORTHING OFFSET OR EASTING RIDING UTILITIES AND OWNERS DIAMETER (INCHES) POLE MATERIAL REMARKS / MISCELLANEOUS NOTES HEIGHT (FT) Page 44 WELD COUNTY SUE UTILITY DATA SHEET{_::_,,6:-%..—; ,, Revised May 2020 ‘.r,kcipii r T , -1 UTILITY TYPE OWNER NAME ALIGNMENT/ ROAD NAME ITEM IN PLACE (PIPE SIZE, MATERIAL) STATION START STATION END OFFSET RANGE REMARKS / MISCELLANEOUS NOTES Page 45 WELD COUNTY SUE UTILITY STRUCTURE DATA SHEET f- .-- ~ - :- ! Revised May 2020 ,YJ ' r� Lt UTILITY 3TRUCTURE CALLOUI OWNER NAME STRUCTURE I r PE (MH, VALVE, INLET) ALIuNMLN 11 ROAD NAME S IA i IuN UR NORTHING OFF -SE I UR EASTING PIPE SIZE/TYPE (1) INVERT IN (1) PIPE SIZE/TYPE (2) INVERT IN (2) PIPE SIZE/TYPE (3) INVERT OUT (3) REMARKS / MISCELLANEOUS NOTES Page 46 Appendix A — Soil Classification Table approx. 2.5cm diam. of soil at the stick' point [forms a cohesive ball ? Y ball falls apart easily N -7 ball rolls into short, thick cylinder ? Y .I1, ball roils into thread ? thread bends into 't" ? Y II is the 't" cracked ? N . 1 thread rolls into a ring ? Y II is the ring cracked ? significant sands feel? N b I significant ` silky soapy feel ? N N N V N TEXTURAL CLASS I sands feel predominates? N b i _ silky/soapy feel predominates ? i N Y It t Y _4-- 1:--_ >_ very silky/ soapy feel ? significantly siltyisoapy feel ? significantly silky soapy feel ? { Y rke N 11' 'significantly sandy feel' i SAND LOAMY SAND LS SANDY LOAM SL I SILTY LOAM ZL i _ SILT Z i i _ LOAM IJ i [SAND CLAY LOA\ SCL SILT CLAY LOAM ZCL I CLAY LOAM CL SANDY CLAY I SC I SILTY CLAY" Zr CLAY i COMMENTS VERY SANDY FEEL. HARDLY ADHERES TO FINGERS VERY SANDY FEEL. VERY LITTLE ADHESION TO FINGERS BUT MORE THAN PURE SAND SANDY FEEL ADHERES TO AT LEAST ONE FINGER. NOT SOAPY OR STICKY. READILY WORKED SOAPIER FEEL THAN SL JILT NOT AS SMOOTH AND OR LESS EASILY WORKED THAN Z. ADHERES TO AT LEAST ONE FINGER RARE AS A TEXTURE. SILKY SOAPY FEEL NO PREDOMINATING FEEL. ROUGHLY EQUAL QUANTITIES OF S, Z AND C.ADHERES TO FINGER AND THUMB. READILY WORKED MODERATELY SILKY AND SANDY FEEL. ADHERES TO FENCER AND THUMB MODERATELY STICKY WITH SILKY SOAPY FEEL. ADHERES TO FINGER AND THUMB. MODERATELY STIFF WORKABILITY STICKIER AND HARDER TO WORK. LESS SOPY THAN ZCL AND LESS SANDY THAN SCL ADHERES TO FINGER AND THUMB STICKY WITH SANDY FEEL.TAKES A ROUGH POLISH. STIFF TO WORK VERY STICKY WITH SILKY SOAPY FEEL. TAKES A POLISH. STIFF WORKABILITY EXTREMELY STICKY AND DIFFICULT TO WORK Sticky point: ‘Workability: moisture content at which dry soil being wetted just begins to adhere to fingers easy with which soil can be moulded between the fingers, Because consistence varies greatly with moisture, samples must be properly and uniformly wetted up Guide to field assessment of mineral soil texture by S. Noncliff & J.R. Lang. From Rowell (1994) Page 47 Cylinder: approx Scm long and 1.5cm diameter Thread: approx 13cm long and 0.6cm diameter Ring: approx 2.5cm diameter formed from about 8cm of above thread. Appendix B — Electric Pole Information reStatic Wire c«bucv:yg g* A Phase C Phase • B Phase -T Transmission Prima Koh -Grounded Neutra; filk Commun►cataon Workef NW Safety Zone 0 Communications Space 0 �Damn sbrmer Distribution CO Secondary Service Drop - To Load commun•cabcn Lines • O The off induced during connected the Static power voltage a lightning Wire to the is lines would grounding the during strike pole's otherwise top a and conductor. storm. cause wire build Without which up damage. on bleeds a static power The lightning line wire. static lightning conductors surges wire is 0 The to running Grounding the ground the entire rod. Conductor length It is recognized of the is a pole. wire by the that connects grounding the static conductor wire 0 A electricity B, where — B and the — C. C from voltage The Phase: the three power is reduced. These phase plants transmission wires in three carry phases, the wires carry usually power to high substations labeled voltage A, 4 Transmission (kV) from the wires generating carry plants electricity to at the substations. voltages of 69-500 kilovolts © Supply is used Space for electric Usually lines the and upper other area supply of the equipment. pole, the supply space 6 Primary system kilovolts by (kV). crossbars. The wires primary and On older phase carry poles, electricity conductors the primary from are the wires part substations are of the often distribution supported at 5-30 the Step Down Transformer has a large canister shape and converts the high primary voltage to the lower voltage needed for none use. The high voltage transformer terminal is connected to one of the primary phase conducting wires. The transformer case is attached to the ground wire on the pole to prevent dangerous differences in voltage from develcping. Multi -Grounded Neutral (MGN): Distribution lines have a grounded neutral conductor to provide a return path for the electricity. On many poles, if the distribution line is also connected to the ground wire (or grounding conductor), the line is called a multi -grounded neutral. Distributioi lines carry electricity from the electric substation to homes and businesses. The power in distribution lines can be one, two. or all three phases. fiD Secondary Service Drop — To Load: The secondary service drop is the cable that brings electricity to the end user. The secondary service drop consists of the three conductor wires. The two insulated "hot" wires come from the transformer, and the bare neutral wire is connected to the ground wire at the pole. The secondary lines commonly have a voltage of 120/240 V. Communication Worker Safety Zone: This safety zone, also called neutral space, is the space between the lowest supply conductor or equipment and the highest communication cables or equipment. In addition to separating the high voltage Ines and communications wires, the safety zone provides maneuvering room for linemen and communica:ion workers. Communications Space: The lowest area on the pole, the communications space is used for cable television, broadband, arc telephone wires. All attachments require the pole owner's permission. Communication Lines Cable television and broadband wires are usually the uppermost communication lines. Telephone cables are often lashed to a steel strand in the lower area of the communications space. A true telephone pole supports only telephone wires, while a joint use utility pole has both electric and communications cables attachec. Utility Pole Poles range from 20-100 feet tall; the standard pole is 35 feet tall. Popular pole trees include Douglas fir. Southern pine, and Western red cedar. Poles are buried about 6 feet in the ground and spaced about 125 feet apart. The wood pole's lifespan is about 30 40 years. Sounding. drilling. and coring inspections give information about the pole's condition. Attachment weight, moisture content, vibration, and settling add stress to poles. Utility poles may also be made of concrete, stee , or a fiberglass composite. Vegetation All plants and trees planted around poles and under wires should be trimmed regularly to avoid interference with the electric system, especially during a storm. Utility companies are responsible for pruning vegetation on their easements, and homeowners can plant smaller bushes and trees that will stay below the overhead lines. Ground Rod The ground rod is buried in the soil near the base of the utility pole. Since the ground rod is connected to the grounding conductor, when lightning strikes a pole or static wire, the high voltage surge travels down the grounding wire :o the ground rod and safely into the earth. Page 48 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. Date: By: Addendum No. Date: By: Addendum No. Date: By: FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL A signed copy of the Receipt of Addenda must be included with RFP. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. EXHIBIT B T2 UTILITY ENGINEERS RFP & RFQ RESPONSE 13 Rose Everett From: Sent: To: Cc: Subject: Attachments: Follow Up Flag: Flag Status: Kristen Miller <kristen.miller@t2ue.com> Wednesday, February 15, 2023 7:55 AM bids Shauna Weinmann; Robert Ramsey Weld County On -Call RFP B2200179 _ T2 UES, Inc. T2 UES lnc._Weld County On-Call_RFP B2200179_Optimized.pdf Follow up Flagged Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, Please find attached T2 Utility Engineer's response to the Non -Project Specific Subsurface Utility - RFP # B2200179 for the County's consideration. Have a wonderful day. T2uuiib engineers Kristen Miller EIT Project Manager T2 Utility Engineers 150 Capital Drive Suite 190 I Golden, CO 80401 Direct: 720 452 1102 I Cell: 303 549 1424 Kristen.Miller@T2ue.comIT2ue.comI Linkedln 3ti Y E A R S Celebrating 30 years of Subsurface Utility Engineering and Utility Coordination This email and its attachments may contain confidential and/or privileged information for the sole use of the intended recipient(s). All electronically supplied data must be checked against an applicable hardcopy version which shall be the only document which T2 Utility Engineers warrants accuracy If you are not the intended recipient, any use, distribution or copying of the information contained in this email and its attachments is strictly prohibited If you have received this email in error, please email the sender by replying to this message and immediately delete and destroy any copies of this email and any attachments The views or opinions expressed are the author's own and may not reflect the views or opinions of T2 Utility Engineers 1 Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 Cover/Introductory Letter February 15, 2023 Clay Kimmi, PE Weld County Puolic Works 1111 H Street Greeley, Coloraco 30632 ckim m i@weldgo /cc m RE: Non-Prcject Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 Dear Members cf the Selection Committee: T2 UES, Inc. d/b-a T2 Utility Engineers (T2ue) appreciates the opportunity to submi our Statement of QJ9lifications (SOQ) to provide Subsurface Utility Engineering (SUE) Services -o field County under the Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #2200179. The combination of our team's state-of-the-art equ pment, experienced field crews and professional quality deliverables will nsire confidence that T2ue's team is the right choice to mitigate the risk of uncertairtj associated with existing utilities. Our SOQ highlights T2ue's project team experience, firm capability, past performance on similar projects/teams and approach. T2ue's team includes licensed and experienced field anc office professionals to facilitate SUE services for this contract. T2ue's team offers tie following key benefits: • Recent experence in Transportation and Utilities. Key staff include SUE professionals and technicians who have completed comparable SUE services for clients throughout Colorado and the country. • In-depth understanding. Over 30 years of experience developing and implementing standards for utility engineering services and SUE. • Recognized idustry leader. Committed to the highest professional standards of care to protect tie health and safety of our clients and the public including the Colorado Department of Transportation (COOT). Thank you for tak ng the time to review our SOQ. T2ue's team looks forward to the opportunity to wo-k .A ith Weld County on this contract. The information and data enclosed in this submitted statement of qualifications package is true and complete to the oest of our knowledge. T2ue acknowledces and agrees to enter into the Weld County Standard Contract Agreement as inc uded in the RFP. T2ue does not have any reservations; conditions or constraints relEted to the request for RFP. Additionally, T2ue willingly agrees to enter into the Weld County Standard Contract Agreement included as part of the RFP. Sincerely, T2 Utility Engineers Robert Ramsey, PE (CO #0052872), LEEDAP Project Principal Vice President, V4 es:ern US t TZ utility engineers T2 Utility Engineers 150 Capital Drive Suite 190 Golden, CO 80401 www.T2ue.com Submittal Contact: Shauna Weinmann, PE (CO #0058871) Senior Project Manager 720-452-1091 shauna.weinmann@t2ue.com T2ue's team is ready to perform SUE Services in accordance with the American Society of Civil Engineers (ASCE) 38 Standard. Authorized Principal: Robert Ramsey, PE (CO #0052872), LEEDAP Project Principal 602-977-8037 Robert.Ramsey@t2ue.com Statement of Qualifications 1 Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 T2utilitY engineers Overall Firm Capabilities T2 UES, Inc. d/b/a T2 Utility Engineers (T2ue) is a Corporation incorporated in Delaware, DUNS No. 11-720-3635, with extensive experience providing SUE expertise for local cities, counties, municipalities and State DOTs throughout the US. T2ue has completed over 230 successful SUE investigations for CDOT and municipalities throughout Colorado. Key staff were actively involved in the development of 2018 Colorado Revised Statute, Title 9, Article 1.5, formerly SB 18-167, which requires utility investigation in projects that are funded by a public entity, primarily horizontal in construction, construction is more than 2 -feet in depth and 1,000 contiguous square feet in area or involve utility boring and design services of a Professional Engineer (PE). T2ue has also performed more than 20 trainings with CDOT and American Council of Engineering Companies (ACEC) on the implementation of the new statute, which underscores our commitment to the State of Colorado. T2ue's key team members sit on the technical committee updating the ASCE 38 standard and the creation of ASCE 75. Our deliberate approach to quality and standards, combined with our experienced team, allows T2ue to obtain numerous 'on calls' for local cities, counties and utility agencies. T2ue is prequalified to work for CDOT in specialties of Civil Engineering, Surveying and Value Engineering. T2ue holds two Non -Project Specific Contracts for SUE Services with CDOT for the Front Range Area (2022) and the State -Wide Contract (2019). T2ue has performed numerous SUE investigations in Region 4 for highway, drainage and intersection improvement in support of CDOT engineering designs. T2ue provided SUE, utility coordination including irrigation support and offered utility certification to CDOT specifications. T2ue also holds on -call contracts for SUE with municipalities including Jefferson County, Colorado Springs, City of Littleton, City of Lakewood, City of Greeley, City of Boulder and others. Firm Experience in Northeastern Colorado T2ue's project team has over four years of experience investigating CDOT's roadway systems in and around Weld County. Our team understands there are a number of challenges facing SUE investigations in Weld County that differ from challenges in more congested urban areas. The mixture of poor documentation, non-conductive utilities, non -permitted utilities, abandoned utility segments and new or updated utility systems play a large challenge for any project. Challenges T2ue expects to face on Weld County projects include: • Limited Data: In rural areas, there may be limited data available about the subsurface utility infrastructure, especially for irrigation, making it difficult to locate and identify utilities accurately. Existing records from utility facility owners are often insufficient due to changed locational references, lost paper records, unrecorded utilities and lack of installation details. T2ue can leverage advanced Al from satelites to help "bridge" gaps available in standard records research. • Accessibility: Rural areas in Northeastern Colorado can be difficult to access, particularly in winter when roads can be impassable due to snow and ice. This can make it difficult to transport equipment and personnel to the site, which can delay the SUE investigation. T2ue considers safety and practicality when accessing properties. T2ue will communicate with Weld County and the property owners to get into the area of investigation. • Abandoned Utilities: Rural areas may have old or abandoned underground utility infrastructure that has not been properly marked, making it difficult to locate and identify utilities. Abandoned utilities are often found in the field and are typically depicted as OLD and noted as "unknown." T2ue then reachs out to utility owners to confirm ownership of potentially abandoned line(s). In these cases where owners can confirm abandoned utilities and T2ue will note such. • Non -Conductive or Unmarked Utilities: Non-conductive utilities, such as clay pipe, asbestos concrete, plastic or unshielded fiber-optic lines, are difficult to detect using traditional subsurface utility locating methods, such as electromagnetic induction (EMI) or ground -penetrating radar (GPR). Northeastern Colorado has mixed soil conditions that may or may not be conducive to a GPR investigation, Consideration of soil is saturation is also key when marking non-conductive utilities to be "see" them in GPR as clay can become saturated and mimic the surrounding material. • Gas Distribution System Complexity: More than 50% of the gas distribution systems are upgraded, abandoned or moved in the same timeframe with little to no updates to the owner's record documents. Several new installations of this infrastructure are directionally drilled and installed at deeper depths. Understanding the depths, material compositions, soils and installation practice helps field crews troubleshoot each individual utility segment in an effort to investigate more utilities and achieving higher quality results. Additonally, "sweeps" are conducted as a last effort to confirm no utilities were missed during our standard utility designation efforts. To mitigate the issues with the existing utility systems, our project team will conduct the utility investigation based on the ASCE 38 standard to fulfill the requirements of the Colorado Revised Statutes 9-1.5, which outlines the proper %.* Statement of qualifications i2 Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 T2 utility engineers implementation of SUE in the state of Colorado. Additionally, the team will leverage their familiarity with the local soils composition, the r saturation, target utitlity to be located (including utilites presumed composition), and choose the correct desigation equipmer t to use. Project Team T2ue's team has the requisite knowledge, experience, staff and desire to assist with successfully completing assignments under this contract. Key personnel and crews will perform services at 150 Capital Drive, Suite 190 in Golden, CO 80401. T2ue s project tearr ncludes: • Robert Ramsey, PE, LEEDAP — Project Principal • Jim Anspach, PG(r), DIST.M.ASCE, NAC — Third -Party QA/AC Manager • Shauna Weinmann, PE — Senior Project Manager • Kristen Miller, ElT - Project Manager • Pras Frazee - SJE Manager • Patricia McK nn€ y -Clark — Senior Utility Advisor When a project cwner contacts T2ue about a project, our experienced staff conducts a pre-scoping meeting to determine the proper approach. At T2ue, we understand every project has its own specific SUE requirements. Our team works closely with the project owner to tailor the scope of the SUE investigation to meet individual needs and comply with all relevant regulations and laws. By taking a customized approach to each project, we ensure the project owner receives the information they -ieed to make informed decisions and avoid potential hazards, delays and cost overruns associated with subsurface utility conflicts. To provide efficient project delivery, T2ue utilizes available resources and has the ability to mobilize staff and ecuipment from other offices and team with consultants to meet project goals and requirements. Each phase of work is -evi awed for quality assurance and accuracy by our professional engineer in responsible charge. DBE/ESB Survey Team Member Eugene Lynne Eugene Lynne is a DBE and ESB Level 1. Eugene Lynne will support T2ue on this contract for Survey Services and provide topograpiic surveys and utility engineering support. Eugene Lynne understands the initial collection will meet ASCE Quality Level B and at FIR, Quality Level A utility investigation may be warranted. The survey project control data, GIS data and availaole utility plans will be studied in the office before field collection to ensure collection efficiency. T2ue has worked with Eugene Lynne extensively on CDOT's Statewide SUE contracts in 2019 and 2022. Eugene Lynne begar operations in 2015 and completed their first CDOT project in 2018 with Region 3. The firm currently employs six professionals including two PLS, one LSIT and a PE in their Denver office. Eugene Lynne has provided survey support services in the Front Range area for the 1-25 Speer and 23rd Interchanges Project (CDOT R1, Project Codes 22969 and 22838, 2021), the Calhan Bridge Replacement Project (El Paso County, 2020) and State Highway 7 Improvements (CDOT R1, Project Code 23157, 2021). T2ue's active 2022 MPS for Utility Engineering Support with CDOT has a DBE/ESB contract goal of 12%. The project managers at T2ue boast a wealth of experience in managing DBE/ESB participation and ensuring compliance through effective monitoring and reporting. T2ue plans to meet required DBE goal percentages through the following steps: 1. Identify DBEJESB Scope of Work: T2ue will identify the scope of work that Eugene Lynne will be responsible for and ensure that i• aligns with their qualifications and expertise. 2. Negotiate the Contract: T2ue and the Eugene Lynne consultant will negotiate a contract that outlines the scope of work, compensation and the delivery timeline. 3. Provide Tecinical Support: T2ue will provide Eugene Lynne with the necessary technical support and resources to complete their portion of the work. 4. Manage Quality Control: T2ue has a Quality Control Plan in place to ensure the work performed by Eugene Lynne meets the project requirements and standards. 5. Monitor Progress: T2ue regularly monitors the progress of Eugene Lynne's work and provides feedback to ensure the work is on track and meets the project requirements. By using a DBE corsultant for a portion of the work and following the steps listed above. T2ue will meet the DBE participation goals, promote diversity and inclusion in the industry and provide opportunities for small and disadvantaged businesses. Addit orally, it allows T2ue to tap into the expertise of Eugene Lynne and bring added value to the project. In addition to Eugene Lynne, T2ue also looks for opportunities to add new DBE/ESB consultants to the team and can use DBE/ESB traffic control companies when available. Statement of Qualifications 3 Key Team Member Biographies Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 T2 utility engineers Robert Ramsey, PE, LEEDAP Project Principal Years of Experience (Exp): 8 with firm, 21 total Education: BS, Civil Engineering Affiliations: ACEC, APWA, ASCE, UESI Registrations: PE: CO #0052872, AZ #47526, NM #23234, TX #128355, UT #10069774-2202; LEED Accredited Professional (AP) Robert is a Professional Engineer (PE) and T2ue's Vice President responsible for directing SUE services in the Western US. He is an authorized Principal of the firm and will assist in the QA/QC process, provide PE guidance and lead staff training on successfully implementing ASCE 38 and CRS 9-1.5. Robert leads SUE investigations for compliance with applicable laws and standard of care and his expertise includes SUE, utility design, survey, utility coordination and project management. Robert offers 21 years of utilities engineering and mapping experience, including 9 years directly conducting and managing SUE projects based on the ASCE 38 Standard. He oversees 33 SUE on -call contracts and has completed over 400 ASCE 38 projects with more than 5 million LF of Quality Level B mapping and over 2,000 Quality Level A test holes within the last three years. Robert served as Lead SUE PE on more than 125 SUE projects in Colorado and brings a vast knowledge of local processes and requirements to the team. He also serves as Lead SUE PE for six CDOT NPS contracts and on the 2022 CDOT SUE Front Range NPS and subconsultant to the 2022 CDOT Western Slope NPS. Robert assists in training and educating on the 2018 Colorado Revised Statute, Title 9, Article 1.5 (CRS 9-1.5 formerly Senate Bill 18-167) and holds sessions on how to successfully implement ASCE 38 into the design process for consultants and project owners throughout Colorado. Robert is currently 25% committed to the Valley Metro CAPEX project, 50% committed to miscellaneous jobs and is 25% available for the Weld County Subsurface Utility Engineering Services Contract. Jim Anspach, PG(r) Dist.M.ASCE, NAC Third -Party QA/QC Manager Years of Exp: 10 with firm: 45 total Education: BS, Geologic Sciences; Gas Registrations: Professional Geologist (P.G.) VA (retired), Distribution Engineer Certificate; 3000+ PDH PA (retired), TN (retired). in Civil Engineering Affiliations: ASCE Distinguished Member; UESI Charter Board Member/Institute Formation Committee/President 2018; Construction Standards Council Chairman (1998-2020); Codes & Standards Committee Chairman (2008-2012); Board Task Committee on Claims Reduction and Management Charter Member (2016 -current). Jim is considered a principal founder of the profession of SUE and the development of Utility Engineering as a recognized civil discipline and has been referred to as the "Godfather of Subsurface Utility Engineering." He is an authority on standard of care issues for the utility damage prevention and the practice of SUE and has over 45 years of experience in utility investigations and documentation, utility conflict analysis and resolution, research, development and application of surface geophysical techniques and development of our nation's One -Call statutes and industry. Jim routinely serves on national and international committees regarding utility detection, investigations, community and lifelines resilience, damage prevention, asset management and standards. He was the founding Governor and 2018 President of the ASCE's Utility Engineering and Surveying Institute (UESI) and is a frequent lecturer at Universities on utility issues. Jim is the Course Developer and Principal Instructor for BAMI-I/UESI's 40 -Hour Utility Investigation School. He has served as a Project Manager, Principal or Quality Assurance (QA) reviewer for thousands of utility mapping and utility coordination projects. Jim worked as the T2ue Global Industry leader for ten years, he is now a lead consultant for T2ue for internal trainings as well as third party QA/QC manager on jobs of risk throughout the western US. Jim is available to serve as a third - party QA/QC Manager for the Weld County SUE Services Contract. Statement of Qualifications i 4 Shauna WeinmEnn, PE Senior Project Manager Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 2utility engineers Years of Exp: 2 with firm; 12 total Education: BS. C vil Engineering Affiliations: ACEC . ASCE, UESI Registrations: PE: CO #0058871, CA #84744, AZ #59804, ID #19245. TX #123027, WA#21036004 Shau is is the point of contact and will oversee T2ue's SUE services for this contract. She is a PE in six states and has over 12 years of experience designing and managing various utility engineering projects for municipalities in the West. Shauna specializes in SUE, utility coordination and utility relocation with regard to public improvements including gas distribution, domestic water and conduit. Shauna s mastery of the ASCE 38 standard has been implemented for a variety of municipalities and demonstrates her deep understanding of this important industry standard. Shauna has a proven track record of collaborating with stakeholders to achieve business objectives and streamline engineering processes, while utilizing innovative technology solutions to enhance productivity. She has managed severs, projects in Colorado including the CDOT SH 82 Aspen Roundabout, SH50/550 Montrose, US 40 Green Street Craig Signal Replacement and I-70 New Castle projects. As the responsible PE for the CDOT 1-70, 32nd Avenue Bridge Replacemen Intersection Improvements project, Shauna has further demonstrated her proficiency in delivering complex projects in th state of Colorado. In addition to Shauna's extensive experience with public improvement projects, she has expertise wit irrigation as the SUE PE in charge of the utility investigation at the CDOT Region 4 24039: SH66/CR21 project. Shauna is currently allocating 50% of her time to various projects and is 50% available for this contract, reporting to the Golden, CO office ,l Kristen Miller, El Education: MS, Engineering and Technology; BS, Civil Engineering Project Manager Years of Exp: 2.5 with firm, 11 total Registrations: Engineer Intern (El) Affiliations: ACEC, APWA, ASCE, UESI, WTS Kristi brings extensive experience as T2ue's SUE Project Manager, where she will oversee the planning and execution of projects, ensuring that all tasks are completed within scope and on schedule. With 11 years in project management, she excels in coordinating and directing both large and small projects. Krist't is responsible for developing work plans, assembling and leading project teams, and ensuring ccmp iance with project requirements. She collaborates with the Project Engineer to review and approve field resignation marks, submittals, record drawings, and project deliverables. With a proven track record, Kristen has managed various projects under the 2019 COOT SUE Non -Project Specific contract including the SH 82 Basalt Intersections, SH 50-550 Montrose, Vail Pass Rest Area MP 190.0, SH 115 and SH 67 projects. Currently, Kristen E 40% committed to several projects in Colorado and is 60% available for this contract. Kristen will provide manageme it support from the Golden, CO office. Pras Frazee SUE Manager Years of Exp: 9 with firm; 22 total Affiliations: ACEC ASCE, UESI Certifications: CompTIA Network +; Coalition for Construction Safety; OSHA 40 Hour HAZWOPER; CPR Certified Pras t. as 22 years of experience in SUE and is a seasoned professional with a wealth of knowledge and experi once in the industry. His expertise is in managing multiple SUE field crews for tasks involving the ASCE 38 standard for SUE. Pras has demonstrated exceptional proficiency in using utility designating eqJiprnent including GPR and electromagnetic pipe and cable locators. He also has a diverse range of experience designating utilities in various environments, including densely populated city centers, college came. ses, highways, power plants, wastewater treatment sites, international airports and brownfield sites. Pras has a strong background in CAD and is proficient in both AutoCAD Civil 3D and MicroStation. He is also CompTIA Network+ certified, which gives him an in depth understanding of networked communication systems. Pras has extensive knowledge of gas aid power distribution and transmission systems and is a valuable asset on any project. Throughout his career, he has managed a wide range of SUE projects for numerous clients including DOTs in various states, local municipalities and private engineering consultants. Pras has served as the SUE Manager for projects in Colorado overseeing all SUE field operations. Pras is currently 40% committed to various Colorado projects and 60% available for this contract. He manages SUE crews from Golden, CO. J Statement of Qualifications Patricia McKinney -Clark Senior Utility Advisor Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 0T2 utiliir engineers Years of Exp: 1 with firm: 30 total Affiliations: ACEC, APWA, ASCE. ITE, UESI, 1NTS Patricia is a seasoned professional with three decades of experience. Prior to joining T2ue, Patricia retired from CDOT with 30 years of experience, including 17 years providing Utility Coordination and the last 6 years as the Utility Engineering Program Manager. Patricia has worked in every corridor within Region 1 and has dealt with utility owners, irrigation and railroad representatives within those corridors. As the Utility Engineering Program Manager, Patricia was responsible for coordinating with, accommodating and suggesting relocation strategies for utilities and was the Subject Matter Expert (SME) for utilities for the Region. She provided utility related pre -construction programming and design guidance including negotiating processes and management of utility and railroad agreements. Patricia provided Utility Clearances for all CDOT and Local Agency projects within Region 1 to meet FHWA requirements. When SB 18-167 was signed into law, Patricia was a vital part of presenting the SUE and Utility Coordination training events provided by ACEC and CDOT throughout the Front Range. During the development of SUE Best Practices by the Underground Damage Prevention Safety Commission (UDPSC), she served as SME to help in establishing the SUE Best Practices publication on the UDPSC website and served on the UDPSC representing Transportation for CDOT. Patricia also has experience in Weld County focusing on irrigation canal support. Her expertise is further exemplified on the active CDOT Region 4 24039: SH66/CR21 project where Patricia is successfully managing the coordination of seven owners in a shared irrigation lateral. Patricia's role encompasses a range of responsibilities including drafting Preliminary Service Agreements, developing Crossing Agreements, convening with key stakeholders and meticulously reviewing and offering insightful comments on plans. These tasks are crucial in assuring smooth project execution and facilitating strong relationships with stakeholders. Patricia has a proven ability to effectively communicate and collaborate with landowners and is an invaluable asset on any project. Patricia is 50% committed to various projects and is 50% available for this contract, and reports to the Golden, CO office. Health Hildebrand, PLS Professional Land Surveyor Years of Exp 7 with firm; 24 total (Eugene Lynne, Education: BS, Geology LLC) Registrations: Professional Land Surveyor (PLS): CO PLS-38211 Certifications: Certified FAA UAS Pilot Heath has seven years of experience with Eugene Lynne including four years working with T2ue on projects throughout Colorado. He is a registered PLS with over 24 years of consulting experience. Heath's experience includes identifying property line conflicts, as -built construction and collecting topographic and utility data for the T-REX project with CDOT, FHWA, FTA and RTD ROW plan production with utility relocations for the US 36 Managed Lanes/BRT Widening, mobile scan of 1-25 Speer/23rd Interchanges, and utility mapping for SUE consultant, Heath's commitments include CDOT R4 NPS Survey/ROW (5%), 8th Avenue Viaduct, Buchtel Corridor Improvements and 56th Avenue Widening projects for the City/County of Denver (11%). He is 60% available for this contract. Organization Chart vQT2 utility engineers Field Technicians Statement of Qualifications Robert Ramsey, PE, LEED"p Project Principal Sliauna Weinrnann, PE Senior Project Manager Kristen Miller, El Project Manager CAD Technicians Jim Anspach, PG. Dist.M.ASCE Third -Party QA/QC Manager Patricia McKinney -Clark Senior Utility Advisor Heath Hildebrand, PLS Surveyor (Eugene Lynne) i 6 Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #82200179 T2 utility engineers Project Approach (Typical Scope of Work) T2ue's team is coiprised of individuals with extensive SUE experience. Our SUE approach starts bf discussing the project scope to determine the level of utility investigation required to satisfy the overall project objectives. The limits of investigation are then establishe: and discussions with the utility owners and field investigations can commence. The co Iection of critical existing utility data is vital for the effective planning, design and constriction of projects. T2ue conducts utility investigations following the guidelines of ASCE 38. meeting the requirements of Colorado Revised Statutes 9-1.5, which outlines the proper implementation of SUE in Colorado. Records Research T2ue investigates and documents utilities within the project limits. As part of the investigation T2ue'3 Project Manager will submit an Engineering Ticket through the Colorado 811 system, as required by C.R.S. 9-1.5, to request records from the utility owners. T2ue will :ompile utility records for all utilities in the project area. The information our staff collects and depicts includes utility type, ownership, material type and size. T2ue also documents any special conditions that may impact the ability to locate utilities. It is important to no- a that not all utility owners in Weld County, Colorado are registered with Colorado 8° 1, Darticularly irrigation and oil and gas utilities. To accurately locate and identify these Jilities, additional research may be necessary. This may include meeting with property owners, physically inspecting the site for utility markers, researching permit applications for previous utility installations and more. When utility owners do not furnish records or as-builts, and instead opt to mark the positions of their uti ties in the field, T2ue has established a protocol to capture these field markings math by the utility company representatives. The procedure involves capturing geotag ;ed photos and uploading them to an online database for review. This information is util ze` to support field investigations and ensure QA/QC. Pipe Inspections and Cleaning T2ue has extensive experience performing inspections of storm and sanitary pipe systems. Our NASSCO-certified staff reviews and documents recordings of the pipe systems to ensure t-' t pipe conditions are documented for County review. T2ue crews will also clean uti ity appurtenances to obtain critical utility infrastructure information. Utility Designati - g T2ue utilizes an arre v of geophysical investigation tools and techniques to identify and designate the horizirtal position of both known and undocumented utilities. T2ue's experienced SUE technicians are trained in the proper operation of multiple types of geophysical tools rcluding pipe and cable locators, GPR. magnetometers and rodders/sondes. T2ue's SUE Manager, Pras Frazee, ensures the proper equipment is selected and utilized, considering the target utility's physical properties, proximity to potential adjacent conductors, soil conditions, expected depth and safety considerations. Fie c sketches are one of several note -taking tools by our field technicians to recor: the location and type of utilities they observe and designate in the field. Surveycrs refer to field sketches as a reference when they go out to survey the designation mae<s, and office staff also utilize the sketches when conducting QAQC work. Due to its rural -iafure, Weld County, Colorado has a distinct set of utilities when compared to urban areas. As a result, we acknowledge that specific and innovative solutions will be req_ fired to address the unique challenges of mapping these utilities, requiring a comb naf on of technologies. Including obtaining the appropriate rights of entry when working :n private property. Technology Team Members To support utility investigations for select projects and objectives, T2ue uses the services of select vendors: 4M, 4M Analytics' Al mapping system uses historic satellite imagery to look for evidence of utility presence and installation periods.This can be helpful in areas lacking traditional as builts, GIS records, or other utility documentation to display utilities within an investigation limits. These innovative technologies allow T2ue to produce thorough and complete deliverables to satisfy certain project needs. PRISUM Technologies' PRISUM 3D Technologies Gyroscopic Inertial Navigation Technology uses a proprietary gyroscopic mapping technique for underground conduits and pipes that does not require concurrent above ground locating. Statement of Qualifications Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 Utilities that T2ue expects to present a challenge in Weld County: Clay Tile Lines: Finding clay tile lines can be done through advanced geophysical methods. The process requires that the investigation wait until the pipe dries out and then a search for void space or negative conductivity. The change in electrical conductivity is caused by the absence of water in the clay tile, which can be noticeable when using electromagnetic techniques. GPR may also be able to detect voids in the subsurface. This method may offer some degree of accuracy for identifying clay tile lines, particularly for non-conductive pipes or other utilities that are challenging to identify using conventional methods, but the results are not guaranteed to be completely reliable. Septic Tanks: The designation of septic tanks made from conductive materials can be achieved with the application of a high -frequency electromagnetic induction device. The device emits a high -frequency signal and measures electro-magnetic response produced by the conductors and uses this information to determine the approximate horizontal position of subsurface utilities. The higher frequency emitted by these devices improves their ability to detect shallow, small -diameter, or poorly conducting utilities. However, septic tanks made from non-conductive materials may be found with GPR in ideal soil conditions. Septic Drainage Fields: Disturbing a septic field during construction can have several negative consequences. If the septic field is disturbed during construction, it can cause the soil structure to become compacted, reducing its ability to absorb and distribute water. This can lead to a buildup of wastewater in the field, potentially causing it to overflow and contaminate surrounding soil and groundwater. It can also result in the need for expensive repairs or the replacement of the entire septic system. To avoid these issues, it is important to carefully plan construction activities around the septic field to minimize the risk of disturbance. Mapping of a septic drainage field can be more challenging and requires a combination of techniques. To accurately locate a septic drainage field, T2ue will utilize apparent conductivity, magnetic radiometry and the advanced mapping capabilities of 4M's Al technology. Water Wells: Waterlines and water wells may not be metallic and therefore more difficult to find. Also, due to their age, 4M may not have adequate imagery to run Al mapping technology. T2ue will utilize magnetic radiometry and the advanced mapping capabilities of 4M's Al technology. Oil and Gas Pipelines: In cases where oil and gas pipelines are not conductive and where records are not provided, the advanced mapping capabilities of 4M's Al technology can be employed. Irrigation: T2ue expects that most irrigation lines cannot be found through geophysical methods. T2ue will communicate with land owners and Weld County to attempt to map irrigation lines. In the event that no information can be found locally, the advanced mapping capabilities of 4M's Al technology can be employed. Ultimately, exploratory test holes are recommended to locate irrigation lines at predetermined points so an alignment can be approximated. Utility Locating (Test Holes) T2ue's trucks complete test holes by means of air -assisted vacuum excavation at select locations identified during conflict analysis. Information collected after exposing the utility includes the type, size, material and other utility or site conditions that may impact continued design or utility coordination efforts. Test hole data is collected in T2ue's proprietary software, Builterra, and a report is generated conveying the attributes of the utility and the pavement type, thickness and condition. Completed test holes are surveyed and included in the SUE drawings, if contracted. If needed, alignments of utilities presented in the SUE plans will be adjusted to match where utilities were exposed. 1/4% _ 112 utility engineers yeginpow Statement of Qualifications i 8 Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 Safety T2ue's team puss safety first. At T2ue we put Safety First with a robust and preventive safety culture. We have clearly defined and actively managed Health, Safety and Environmental (HSE) training. This includes ongoing programs and processes to ensure our SUE and surnying teams plan and execute work safely every day. T2ue's specialized trairing meets the requirements of the most safety -conscious clients, including confined space entry. military and sensitive site security clearances. Accelerated Timelines To meet an accelerated timeline for a SUE investigation, T2ue proposes utilizing additional field crews to increase the number of techniciais working on the project. T2ue could also implement a staggered work schedule to maximize the efficiency of our personnel. Additionally, T2ue could leverage the latest technological advancements: such as 4M's Al mapping technology. Multi -Channel Ground Penetrating Radar (MCGPR) or unmanned aerial vehicles to expedite the utility mapping process. Additionally, T2ue could conduct a phased approach, prioritizing high -risk areas and completing less critical work later in tie project's lifecycle. Utility Conflict Analysis T2ue's utility coordination team creates a Utility Conflict Matrix to record and follow through to project completion the impacts to each utility found during the investigation. In the event a conflict is related to vertical clearance, T2ue will investigate further using approcriate geophysical methods and, with Weld County's direction, exposure of some utilities using air - vacuum excavati techniques (Quality Level A test holes) to obtain critical vertical data required for the project to resolve those critical conlicts. T2 utility engineers SUE Investigation Deliverables Deliverables produced from T2ue's SUE investigations include: • A drawing showirg the location of utilities within the investigation area at the achieved ASCE 38 Quality Level. Utility linework will be depicted according to the Weld County Public Works Department SUE CADD Development Manual. • Invert elevations that reference the client's specified project datum. • An electronic f le containing utility linework per Weld County CADD Manual. • Test Hole Data Reports presented in electronic format signed and sealed by a licensed PE shall include project -specific coordinates, depth of the utility from the existing ground, material and size of the utility found. The data collected as a part of the Quality Level A investigation will be incorporated into the existing utility drawing. • The utility contac: list will include the utility provider, contact name, email address and phone numbers shown in the utility general notes and specifications. • A SUE Report signed and sealed by T2ue's PE depicting test hole information. • Plan and Profile of proposed site improvements showing Quality Level A test hole locations and existing utility elevations. AutoCAD Pipe Network It is understood Web County does not require a pipe network with every deliverable. However, T2ue can create pipe networks and 3D modeling in accordance with Weld County CADD Manual standards utilizing the proper Pipe Network. To create a pipe network in the office, we need to collect comprehensive information regarding the location, depth and type of all utilities detected it the field. The need for d ape.h information should be communicated tp the field crews at the beginning of the prect. Our field crews will attempt to obtain death information while on - site using geophysical methods. T2ue will also adjust the pricing arc scope to account for the additional geophysical data and vault/manhole depths. However, if this data is unavailable, we will rely on professicnal judgement to assign elevation. Statement of Qualifications i 9 Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 T2utility engineers QA/QC With over 45 years of experience, including 10 years with T2ue, and a reputation as the "Godfather of Subsurface Utility Engineering," Jim Anspach is a recognized expert on standard of care issues for utility damage prevention and SUE, making him an ideal candidate to be our team's Third -Party QAQC Manager. Jim's extensive background in utility investigations, conflict analysis and resolution and geophysical techniques, coupled with his involvement in national and international committees, provides him with the knowledge and expertise necessary to assure the accuracy and quality of our SUE work. T2ue's project team offers technical knowledge and unique innovations to aid in increasing the quality and efficiency of our Utility Engineering services from project scoping and PS&E. Project Principal Robert Ramsey champions T2ue's use of ProStar (PointMan app), automating field sketches for more efficient processing. PointMan allows field workers to collect and show data "real time" as a field sketch. This is confirmed at the office relative to records to create survey grade SUE mapping plans with assigned Quality Levels. Kristen Miller manages T2ue's cloud -based software Builterra and Smartsheets, which is a repository for field data allowing project managers to track, monitor and organize utility information collected in the field. Shauna Weinmann trains and brings AutoCAD Civil 3D expertise and first-hand experience utilizing CDOT's Software Suite to deliver SUE projects. Pras Frazee manages all SUE field activities and SUE crews, and reviews field data for completeness and accuracy. Patricia McKinney -Clark provides senior utility insights and performs independent reviews to accurately depicted utilities. Additionally, T2ue trains their technical professionals in the UESI 40 -hour Utility Investigation School in buried asset management, emphasizing professional standards in ASCE 38. A SUE investigation should be thoroughly Quality Assurance and Quality Control (QA/QC) to ensure accurate and reliable results. The following steps should be taken to properly QA/QC a SUE investigation: 1. Pre -investigation Planning: The QA/QC plan should be developed prior to the investigation and should outline the procedures to be followed to ensure accuracy and reliability of the data collected. 2. Personnel Qualifications: The personnel involved in the investigation should be trained and experienced in SUE techniques, and should have the necessary equipment and tools to perform the investigation. 3. Equipment Calibration: All equipment used in the investigation should be calibrated and checked for accuracy prior to use. This includes GPR, electromagnetic locators and other survey instruments. 4. Data Collection: The data collected during the investigation should be accurate, precise and recorded in a consistent and standardized manner. The data should be collected using a combination of techniques such as surface mapping, GPR and electromagnetic locators. 5. Data Verification: The data collected during the investigation should be verified by at least two personnel to ensure accuracy and consistency. This can include cross-checking data against existing utility maps and conducting physical inspections. 6. Data Analysis: The data collected during the investigation should be analyzed to determine the location, depth and type of subsurface utilities present. The analysis should be conducted by personnel with experience in SUE and should be reviewed by a senior member of the team. 7. Quality Review: The results of the investigation should be reviewed by an independent third -party to ensure accuracy and reliability. The review should include a thorough examination of the data collection, analysis and reporting processes. 8. Documentation: All data collected during the investigation, as well as the results of the QA/QC processes, should be documented and maintained for future reference. These steps should be followed to ensure that a SUE investigation is conducted in a manner that is accurate, reliable and consistent, and the results can be trusted to support important design and construction decisions. Scheduling and Communication T2ue's team schedules activities concurrently to expedite project completion. While field services are being performed, office operations staff are simultaneously providing the Utility Plan set, Test Hole Data Reports and CAD files as close to completion of field operations as possible. Office tasks include scheduling with SUE Technicians and Surveyors, managing utility survey data, preparing CAD drawings, completing Test Hole Data Reports and overseeing QA/QC of deliverables. T2ue employs Smartsheet, a cloud -based software to assign tasks, track project progress and share documents with key staff and subconsultants. T2ue utilizes Smartsheet to collect and organize utility information collected in the field. All team assignments are monitored via Smartsheet and project schedules are shared with subconsultants and the client to streamline communication between project teams. Statement of Qualifications 1 10 I a 4 Smartsheet Sample Project Schedule and Tasks Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 QT2 utility engineers Mar 27 Apr 3 h: T W T F M T W T F Apr 10 Apr 17 Apr 24 May I May 8 S M T W T F S S M T W T F S S ►.t T W T F S S 1.1 T WT CSSMIWT F SS -1• vac" To Proceed Create i raITIC ca trol mans +c{ec. Sopping Meelprg with t/aa Ccunry Project Set Up ket / Records Research Obtain Permits Create Field Ste1Cn T JSA/11osptil Map ♦Kick On Meeting asak Weld County Sample Project - 01.13/08 Field Work :,Fleed Utility Designation 1Survay of thesuynalo1 n s Utility Sur4sco Structures Sunroy Proosss r g i May 1 May A May 15 May 22 May 29 Jur 3 Jun 12 MTWT F S S tv T W T F SGMTWIF SSWIWIF SSMTWIFSSMIWT FSSMTWT F SS Fntitze livrie y Pioatising I Qraft4'g are* maidand Memel t. i aim 14484;sellS4.44-' e CAD Clean up Weld County Sample Project CAD & QAQC i QAQC / Professional Services W'FITT+irrnr ()CAI Modal and Putnam 'Second Rov4nv t ♦Svnsl_QLLDrC/8 Model And Manset Utility Cceotthnato, Review Conflict Ma.,at Select TH Locatwn t May 29 Jun 5 Jun 12 Jun 19 Jun 2€ Jul 3 Jul 10 MTWT F SSMTYVT F S S M T 1N T F SSMTWIF SSMTWTFSSMTWT F SSMTWTF S S •1vh •r". t Fiesta WIMy Coocd nator Review, Conflict Matrix, Se ec1 111 tocalnxe Project Set Up Crate Testole Trockor Permit t Traffic Centro Field Work Lacerate led Holes r Surroy Test Ii I . t _-4CAD Weld County Sample Project - Qua Update SUE pktns with test holes anti adds:rtxtni utpbty mlomtaton i � ? • 1 4 Rnvtrrw TH Reports Send TN Reports j QAQC / Professional Services • Final Review SUE modal ark u%arrzot Send Ftr 1 SUE Detttreribfos Statement of Qualifications X11 Key Staff: Key Staff: Non -Project Specific Subsurface Utility Engineering Services Contract, RFP #B2200179 T2utility engineers Performance on Similar Projects T2ue is a recognized and established leader in the SUE industry and a trusted advisor for the ASCE 38 standard. T2ue project managers, field crews and team members work diligently to ensure the accuracy and completeness of SUE services. T2ue's staff has completed hundreds of SUE projects for various clients each year. These projects vary in size and complexity from five to 1,000+ test holes and hundreds of thousands of feet of utility designating. The projects presented below demonstrate T2ue's relevant SUE experience in the region and projects of similar scope utilizing the ASCE 38 standard. Each of thse projects were delivered ontime and within budget. CDOT Region 4 (24039), SH 66 Weld CR 21, CO (2022) CDOT Region 4 requested a SUE investigation with 25 test holes including utility coordination with impacted utilities. Survey was provided by Eugene Lynne, our team's DBE survey subconsultant, as part of the 2019 CDOT Statewide NPS contract for SUE Engineering Services. Due to the number of irrigation crossings in the area, it became necessary for CDOT to request additional services from T2ue for Irrigation Canal Coordination support. This project is ongoing. Owner: CDOT Region 4 Reference: Jake Schuch, PE, CDOT Central Program. 10601 West 10th Street. Greeley CO 80634 970-350-2205 Robert Ramsey, Principal; Shauna Weinmann, PE; Pras Frazee, SUE Manager; Kristen Miller, PM CDOT HQ, Roadway Improvements to US Highway 287, Lafayette, CO (2020-2021) The overall project included the design for an additional right -turn lane on a CDOT roadway. The investigation encompassed a half -mile SUE investigation (Quality Levels D, C, B and A) along US HWY 287 and its ROW. As part of the project, T2ue coordinated with 15 separate utility companies. The SUE investigation prompted additional Quality Level A data to determine potential conflicts with the client's design. T2ue completed utility coordination along with designing the relocation of the CDOT ITS fiber conduit away from pavement conflicts. Owner: CDOT ITS Engineering Reference: Jill Scott. PE, CDOT Division of Maintenance & Operations, 425 C Corporate Circle, Golden, CO 80401 303-512-5805 Robert Ramsey, Principal; Shauna Weinmann, PE; Pras Frazee, SUE Manager; Kristen Miller, PM City of Boulder, Hawthorne Lateral, Boulder, CO (2021-2022) The overall project included the designation of an irrigation lateral called the Hawthorne Ditch for a half -mile stretch. As part of the project, T2ue coordinated with the City and the owner of the ditch to formulate a plan for the investigation. T2ue designated approximately 1,391 LF of the Hawthorne Ditch. surveyed the designation marks and provided the City of Boulder with a dwg file of the survey points. Owner: City of Boulder Reference: Doug Dunn, Water Resources Project Manager 303-441-4295 (office), 720-355-2749 (cell) Key Staff: Kristen Miller, PM. Pras Frazee, SUE Manager Other Relevant Experience • CDOT Region 4. SH66/CR21 Intersection Improvements, Platteville, CO (2022) • City of Greeley, 8th Street Roadway Improvement, Test Holes, Greeley, CO (2022) • CDOT Region 4. US34/35th and 47th Interchanges, Greeley, CO (2020-2021) • CDOT Region 4.. 1-25 North Segments 5 & 6. Berthoud/Loveland, CO (2019-2020) • City of Greeley, CO, 35th Avenue Widening - 4th to F Street, Project FA 19-02-027, Greeley, CO (2019-2020) Statement of Qualifications 112 x'001 / NHS r reA agilzi C 1 car 0tvllt&s Mira!S' (ni0IP 'tA'tCxw •410.,A• S►Sttl' 0140O Tft 11 022 s)d, DEPARTMENT OF TRANSPORTATION STATE OF COLORADO HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED FEDERAL AID PROJECT NO. STATE HIGHWAY NO. 66 WELD COUNTY CONSTRUCTION PROJECT CODE NO. 24038 rc C4 t• (.r • '4 i. a z t, �. PROJECT SITE J S } V PROJECT LOCATION MAP Resoled P►ojKts: t X* ct: 1f• Witt I N, wts. c'•C$C+ Co4c R_O.W. Protects: R r) w P..t►tl On/tt• a' J_ ttl xnnxnn ..r 121/1001 tN 'a' • :irywlu£_1L1sr Sheet Revivont Cry, Me•I Wet iktl. iti A n 1.' 1 Ztzlitt s c.i'* o sit »c 0eibtr, COtp1e00 wo.m Co:orado Deportment of Ironsp°rtntion IOW eni I0t. Si•sti Grin', CO 00414 Part:910 150•)1)$ Regon 4 MCC As Constructed Conti QC 1 ;nlprn-pt.on *+e N..4-o+r. Crt•Arte• PPG C$ 49 /COOS 7tcat•4 t•lt-we, PIP Diet l C►ptec•: CIA 44441 nil •h .1ttr: )04)-4 r.c4C' Nolte / / Cuff t )4014 C•.M.it. S•tai r... -t.. 1 UTILITY 1NVE5TIGATIQ1 GENERAL t11Q1fa tllllitr SitwellS Lae e* art Cm sins cm JStasl M. Asa 104 flttAlt e•I'r''LI 3 tealpe wttifll WKS NI: IVIWI .104%04 tttC l.;( YAI. AR Ct., $1141 ....'.A. VI MA a►Mr1a.( tarot f. Vets 04al Se Wei tweet 1C % PC1e VIM I.0•• 104 .111 i• ( • slab m • Van •e'1 It MCIeA Itr1A;V(er *wait I •f►t0•CI(reP 'A♦ a1D• Nr1Ps1Va1, wafts (4 rE IFPt4.'•rn• , ,I t NI limed Mt rat sotamt• Will MK H cn'rfenutCMOS(I *•11• scot L) sans vr.t' • MAIM M•f• 11/304022i 00588? • _ u'!UUTT Lof[1Y*ES (EX1STI1G CONDITIONS) ninon` 11 VI* D4anC an* *es 414•(•1 /'O.9 et•Itwt NIftM• w.e. ciao •toe Volt Itu.aa Neil tnet'tsA'V•, tai ac .g'e1 elsaa.Atr t/l(•wt turtH• net *SC nisiVa•d• I ! stag!, . MY• %et VC WAS 11. I.MriC •Irn1. tNf .tie 'llte•.tte Ktlb4 A*KtS i IRe Wol lr 111 .00414 • IM loin • w 1M1 4.4 t ele ✓ .PttOM'i tin/' • • wt WUt'. VI 9111 . 104 711 Ous.'t• It vat a, rtsJGVAJ(O LaPointe r1DII rUN A COfs'ttlt LIS'IVC L' SIMMAOGt aIIW1N IPIS Sit IM 7.pmtn.tAK Nati 10 Mt vlllr- s'nC 1D SINKS 0r tK motto ot•raivlhr laweseO4TAtllb IA't Slllt)MCS r Wog:'A1t?t E/hrC'r BAe vC i(IAI1 rfattac An t•'Dw. at %DECK° skew ' G.at tCML atilt ,ftd%•I4A/t3v IC AllotsNI( 'ITC RS rut *inset .•O Ci1D* •t I'CiT WINCE+. -•C, wt,: P41L0 Ol Pt gull. NEREvIATIONS A••O y'wDno we an sten (Sim fllog CAL Clhttt•atMrte INC CAIV CteU tLt.dl0s CI Cirri. ,Id 1ciaew '4t • VIC CO•C1r't eat CK.4NT LI CaSt AEA 4$0 COMEttlista Via /sit cyst, cr' CArt) Writ Pier C3 CIArl our cow cnigtn' rP LOW* IL Pitt 010 11A1tIat1 a 0101 tat (lttettic ttcv CttVAli3•• tO rain OPI'C dui GiCIPen PiMIN* 'tie t Vsir ..• '•lo. F ••Lunt IM Poenr •.' t•Wtwt V s WILL POST wmcdi WI 001 K P'avtt••a•e PIP. 1 Pt Ail IC GIMADI/Ya_ PYC r'n ry1••t acmes* P.A( Pyl navel( lab' lit ,s 14 Lt O astir lc 01PC ID ►law v4N• •/IV Wean 11 tMtiM. ■itLS SIL Wit Mt( ttt.let•8*( 'Oat IIIN•OAN vCP vlteirl(i) flat Mot vsS vaA11A 1 st%Ira SO.h •/ :IPM •,'o lelhqu' •s eM# Ln site. SUBSURFACE UTILITY ENGINEERING SYMBOLS • _ ---- I*10lAECT Lissy!, Ft*) Er' ;Tf.4Al 1) f ',PIS Cf ASE•.! X CttAVG€ OF ASCF S(16•Pvr (uTit.lry OWNER) SEC GENf11A: NOTES NUMBER 38 INVEST IGATIUS 38 QuAIITY LrVll. •(SIZE Ahil/I)R TYPE) '°I FOR DETAILS _N HAG ltetw:waT lei, 10 STluCIuME Unitlr STW I<VT OfSIGNAIft) '1, Refusal W/ RCDOER li`C BREAK 10 NE“ S11tuCILNf OUT Or INVESf1CAIiiw MIA • Ul!Li?Y QiIKtTt 'CvttS iptTA(KD Fla. AC( IIItaiCA'lON Cl/ASCI S/AAd)APC 38 -412) t ` I�r>vi � sti Cass •r ewerws ear ace #• Ina 1It I rain • I 'YMttat ," fait° D' !",4H'% NC tnU''ie; Asia* *On 4l. an JIRtt, it1.IU*S MCI 1, %AIME • i r • a is • • •1 'CSStU'& AOCD4*•G 1•4%' II..[t A•,It•ti ?Jr(MAI Or IDlUM Oel'C LIE OM 04410 la IllabiiriraLo na ere• ',1 'Pt 'twits a Ae4Jlq if( SUM Kt C(0•we%K•a 14`•iDl •n at ICWtht 'M (IIt't'.Ca. •k0 4N.0OSIYPft •4RI7ri4FM OM HM & .,acuratr VII; it let 1.,15 'M (SU IIIP. •• Ii WAIL KO •D •sc• Ilx-a-wcts Stitt ewis. s 4.111/0414 No Cants tuc*11,• y dtltlllr$ Cnin•ta IT. fit gib* (MFtlum m" sonrou.i' 4[15t$4(V•I 31 'O14SUW *II tIre 11t% Ar A SplCIr IC 1'01•' OIAvrtt03 9.30• sec C]l.ue1FD •IcJia:V ak) • Vat ?a' I t 1K •. GENERAL NOTES S SSIJ WACC uTIL(r t ESG:NCERING 15 A 1'ri::+' _•_'.I:l4At oNAC iCL Jt- :'(k u av THE AWI=RICN1 SOCIETY o'' CNY:. C•XLi%77 (ASCU ) 12 UE5 INC CONDUCTS ,.t11Li1Y :INVESTIGATIONS iN ACCORDANCE WITH ASCF 38-02: STANDARD GUf(EL:Nt rca CCLLIC'1ON AND OEPiCHLIe ri xIST:'.G S1,8Sl,RFACE UTILITY DATA iOETITIrYIhG MD DOCUNE TING LAD`'RC'T: UTILITIES IS A RESULT Or GATHERING EVILTI%CE IRON v*R7UuS SfuRCES Aso EXACT UTi: ITY LOCATIONS ARC CONFIRMED UNLESS VISUAL+ r :XeaiJSt tl AMl SUIiVP on, mu I Mr N 1TNl Y Al I.OISE Sr -.CTF IC lxT'QSCD LCCAT;C•.S A(SnI11nNAtLY, f? Ui:S INC CAM\01 CuARNVTEE hat 4.L utk lrics HAVE DEEM DISCMICRi_D AN) OU.t'ICIrU IN ACCORON.CI WITH 2018 CULIIRADI; REVISED STATUTL.S 11111 q ARTICLE I S '2 JCS INC SJ9M1'rED A S4dSUR%ACE UtILIIY ENGINEERING ACHE 'CATION TO THE COlORAC,EI all ASSCCIAIIDN CIN (13/01/7027 7 US INC. 1NVFSTIGAIII) Alt ur II l' IFS, INCLUDED WITHIN 'HIE SCOPE Of W313C, INSIDE THE PRF1Jt Ci L poi S, iwwiSE UI LLltits aNL UE0ICILO AS INUICAIt❑ 04 THE LEGENO DTWRS PROVIDED ALI O'FC:R IVFIIgUAiION, VUTABL). THE OAC4CROUND iNFCRMAT IOv, MO 17 tit S INC. O1SCLA1MS RESP0NSIB11 I T Y 1 t1R T IS ACCYJRACY NvESIICATIUNS OE OLP1Crf0 ulsitriES wrnE (GNPs (—ED ELM 04%14/702? ! uAS I\C Di5C_AiNS NESF'ONSIHILITY FO=( NEW INSTALLATIQNS tat A'.fL.RAt1DNS 10 t %KKtin't; uTl! IIIFS AF TER THIS DATE CCNSIDERA'iON SHGLO at CIV:N ,I1 UPOA1lNC THIS INVESTICATICN PRIOR 'C FINN O£5IGN AND/Olt CONSTRUC'IP'1 UT }Lin SUE MU MAILN1AL AIL. ShIf1WN li AVAILABLE FR01( RECCRD Ih'Foit1.IATICA ADDITICNAL.Y,FILIIi HRSiRVAIt(SS WINE CCMIUCTEO, WHERE POSSIffiE, In CORROIOSATE MC SUPPLEVENT RECORD :'$ORMATION t)OI I7 (1ES INC MPS NOT GUARANTEE ITS ACCt.IRACV OR CCMP..EIt:NESS: PIPE DIANE (IRS ARf NDNINk AND ACT EXACT, UNLESS OTMERWtSE NOTED PROgESS10NAt ASSfS'ANCE fly 12 LIES INC IS RECOLit,IEN7t0 I'. SELECTING LCCATIONS FOR QUA In' IFVEI A OA1A Ftlt- SPECIFIC DESIGN orclslOft5 iHIS INVE.SHCAIION ()EPIC IS UTILITIES f 3 Pi ANNI1-f AM) ilf"SIGN PLRPTISIC Rut hriT FOR CONCT?I:CTIWN FOR OAA'ACE PRCVCNTION DURING CONSTRICTION, CCMPI T W1 In APPLICABLE O`tn CALL LAWS (CA. 81t). ft trtSE PLANS HAVE BEEN nREPAREt FQN nit uSt of i) t/ES INC 'S C:IENT AM) MAY rim N USED, REPRODUCED OR RELIES UPON 8Y THIRD PARTIES EXCEPT AS AGREE() Err 12 UES INC. AM) I1S CI IFNI OR AS REOUIPEO Or LAW. AS 7E •tINED 8Y THE PRO.A.c1 SCUPL, 12 UC AITCVPIED '0 rIND U'YJOCtJMENit:D u11t1TIES.OEPIC(FD ANO LABELED AS LAKNUWN UTILITIES (IN TI -It WI AN SI 1 AC inn HAVE NR fflfft ,ATETT RECORDS OR ViS:$_E APPURTENANCES i0 °'H°EH RAMO FLING THIN nR rye( tlflwt'4.#4 UNDUCLNENIED UTILITIES MAY NC PRESENT 1W THE PRC..FCT MFA THAT' WERE NO OISC OVFRABLE RY iilt scOPL!O Errogi AND THEREFORE NOT DEPICTED. AS II!R PRCj_CI SCUD!, Tt•1" erllSlil(1N1'r: MD SIZE 0' suesi.aFA`t UTILITY VAULTS WERE )!Ur iNCluCre0 AS !WI Cf THIS INVESTIGATION. if ram TO 8l IA Cleo ICI WITH PROPOSE!) PL MS, 1111 PIISIt1(NING AND SUE OF vNJ. IS c•ruLF: OE CONr►n'.co. Ur.DER THE PROJECT SCOPE, THE FCLLEMIKG ulILITIES wiRE txaRESS&r Exc...LC(O FROM THIS iNVESTIGAIIDA.IMOSCAPE IRRIGATION SYSTEMS, 'RAFT IC LDUs DETECTlfk DEVICE, Secret I ATER&S x'10 UNDERGROUND STORAGE fAHWS / ASSE'('IAt: -} PIPING OR SEPTiC SYSTEVS 17, LAIIIJIIIS Ai41 GENELUPIC.IIO NY A SINcI I. LIN% NDWCVER,LARGER UTILITIES (12' MID CALMER) MAY NE DEPICTED AT IHCIR REPORTED WIDTH CENTERED UvrR THE ACTON. QUALITY LEVEL RrSut.TS THEREFORE, ANY UTILITY LOGES SHOWN ARE rOR SCHEMATIC CCPICTION OM V MO 9 -Can NO i HE cc' sici wo REL IABLr FOR DESIGN jr EXACT EDGES De unt i r Y ARP[ NEEDED, QLA DAP A IS REOlligEO 13. NON-CONUUCTIVE UT1t_LTY PIPF5, Woe Re IRACCR WIRE IS AVAIt.NIIL, ARE DESIGNATED ANO IABELE') UtH; HIJWF vni, nu. III THE LNI(NOWN WIRE INSTalLAT1CN MEAMS NC Vr_TIIDDS DIMING CONSTRUCTION, el[ AUGNMCNT LOCATION Or T••E TRACER WIRE MAY BE 01rrERENT FROM THE ALIGAMiNf LUCAIN.9i1 OF THE AMA( UtIL ITY PIPE- 1YPE AAD QUANTITY Cr NON• CL$,OUC1IVC PIPE MAY ALSO NOT RE ACCLIRA?ELY REFLECTED DU: TO THE NATURE Or G£CPsYSICS :4 OVERHEAD UTILITIES ARE. P401 ASS.CrNEO A OL1A.ZTY LEVEL, UNLESS QIHERWtct NOTED. • JTIL:TY DETECTION EQUIPMENT UTILIZED -r'.,., , •. •041141 Pc, •r.•• St :40 Q. try use rt.. ell'ticVh 400'1 'OS M•M70 IOU/000 SRI! tie JMATO'. 111.C+ t'J.tl4 HIM It I Allow SC•Qaf(fl CA -5)C set* tic iof 'tf MI't sOO6ifet oK•Ct:C iuCsTbb 1/4 DERTIAi.I Wan a tveNtut•.tk Otlt:tv 0fttttfpv CWOVE !rt NO vita U't• •rY' v12. i%.r• OCINEETT'S NOTE alairitt ant tl ►RTIS e3• *Wit 45$ we KCDft*ICU wM ••*N *PelKD grntr• tank b tfrlet. w 'K tit* sow, lo• Or (tat 1041441OCCAINt 16(1 SA Liam tat At 431 td puma ai9 aPK'itl4 •ints•C• tea -eta la1•:1v tt•I4- 41N1M(; 40.04 tea rhos '4Y *w .a*elinI snail. PANIC greiliea 4111 it Ant«. a.. ttce,e•t d unity• 0a41 flits '*40.1'4 Mt M'1K,M.t Aortal, *sits •vr.evt4.• SIaW(R "OLIN` 4•4001 •ttt'lltl lac CK.••1w. It a HPnuowr •y, 1'•R c ashoet nay ICa'ti *'A 1A0}*tlw04 ht urn ce wee yeti• +il Pf01ti pews aa 'dab t * e([AII7e'Ie 0,4 ICON s3 turn 7 IM .•'♦C. hMt'Z•.U1•.a Chit 'a rhot' II I1>dke a WAR JedltS(t . iit11"a'T+YtK T•tb=A ••tea6 _ „( +T2I :Sir iQPIIN 1i1,';tt 19J P• t 01(Yh, Ctt *CD dt,l01 --.. e s ',et WO) ?S?-SALO no of lege Wt./MI kit !.air. I'•f' Wirt •e• .:r Sheet Revisions 4n111 ;_• • _ Colorado Deportment of TronSpOr lotion Region 4 101501 Wes! 1(1tn Street Greeley, CO 80634 Phone: WO -.150- 717 MCD As Constructed No q,•s-'rs: UTILITY INVESTIGATION GENERAL NOTES Project No./Cade USA Gila -Ott He sari Yea OaLOHe•: . CO•••tio• 5fr,•[t✓t tiso•iw• • 24038 :Peal S'•Alat• ;tastes "nine, Veer ' ,, I 1 ;'.''..I N.'.'!,... j x i 1 11/ 022 Tin «e...Iaas.11 Sew« -al '•- .00.41116 �..••w• STATE HIGHWAY 66 ENGINEER'S NOTE VIE W'��rm�eitt d Man 1a ►K�l•{���wM fC . S tent C1K'wfLS% rOC1MCe/ eta JL VS.* WtK%Pt MS St Whll� a Ion's N it=.Aaiplw wattle 04 a-• titian anal ant we tai •m •IMI�'�e• S11SStit' ASS 1.01110 eel ass Win K rsestrOll et uses, Vault SO IRIta e�t__ •4 alyt[aiad Waken 04641111 tls►vtfl. Mat rIM' tint% lea f •letup♦• 11 Pt 101001mit 1Ms• /4 MI>11*• /wi tsca t. title* IA !e0 Mnt0•A ,4a 4 1 p 1 fCORQ M. $ESN A9?Q 4U St UTILITY CONTACT PHIMIN Oak ` WHOM sit es•nos. • wow( goo. •cse MS •1••••a N•• a1u •IMaa• an64*-wi/• ter t tN tfya rt tear M• asa. Mir • OM d setae !/N lull ell► VMS 44- �� Oa*Sin s. SWIM* OW yeallSent seal lall NM, Ara 4•44 44110111.01 Armariur sateet.O •pr ra in M eel 'P'" il Ran M W so er•M••.•e �� M nire W Y cues W etL ISO fl►tt»Iieq mina 'ftlaree ):L +! went 4410.1141/11 ellssal •wMrrve no w ee AM .•rwwltaetr.•s/1taf• 4444.11S4441 Al Mt pals llama re MIM OM YIA INA04 letsemn eSYew waiter MAI a— WOES Slat• ars SO IS Isiss3ra leatfiaM/ .et •aa . .+AM.S• Isaac ... flak wen wee Nal lair XI% In1A& MEW 4U Irw . SS Inns tetr Mitt /•u11 W7 OM I•trf eNr•rle. Mill red ~Saa SISISIIIED — of *NM See •1thtflJi la 1aIMR tufini..Pmfai wr.t dr I it tw 1 Use alt Mortara Ter i !LC. 7 7.104 c) Sheel Revessons Cessnenta t •.I Colorado Depar (men( of 'ranspor tot;on a Region 4 IC(,01 fnnI tot' SUee' CS inter, CO !0034 itiewM: 10 • )SO- !17 3 MGD As Constructed Revises. Yee! UTILITY INVESTIGATION PLAN SHEET S Ifte.woral o.1_I• . Centers Sint Sant er Project No./Code Suet Number J Mr• -~ ,,/ PLAN /• •I • M • 1: IY. + I Tr ' s �^ �....ItA1l�� - • MM��..• • . A N�.••.wY.• j H M ► +I LU \fir .+ - - .. - Wry -a 4 :was „ ;`x-'•71'~'' -a .% s ,ls. a'4-•iu....A/ •♦ A.. '•L• a 1 ._ all r r ` F-- _ _ - .4aIY'- .11_.: PROFILE @mot :1; r.+•••Mwr_apopmw•omp•.•. try 447 -000' tNit 7Witlel .1Q00 -1200 r -1800 II- • I r I I -1800• 1'•1" 1.00 1W0 3400 4440 VWC*Iale-I••• slim t71t•Is►`,11 U4t! • ►•e UTILITY TESTHOLE TABLE his job was completed as a partial SUE investipadon in support of a new conduit installation with est holes shown in plan and profile. 1 KEYED NOTES RfW UT1UTYTYP[ VU MATE#IAl 00Th TO TOP t * t• Dv totw temt•T i .1uiw I •••lilt se Owl n .11. Par ♦•t .MW •y .•p '1__. t1•v•I It!► 'S ; .l M sat sums; IO.11 Cr) ltlt•tllttt•leir/11%M1•n Mi';i T •• W MS.MN r r w tsp. •f1lr.aw tcwol�• t •q hon t I le 4 us} I ► is 0 S itrrur a _— �-� T [ 2if-"a 1-�. j 1 j I c I , 1 L I , ' 1 a t I I I I RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. 1 Date: 1/10/2023 By: Robert Ramsey Addendum No. Date: By: Addendum No. Date: By: FIRM T2 UES Inc. dba T2 Utility Engineers BUSINESS 7217 E 87th Street ADDRESS BY Robert Ramsey CITY, STATE, ZIP CODE Indianapolis, IN, 46256 TELEPHONE NO 720-452-1091 FAX SIGNATURE _ERaegges-- E-MAIL Robert.Ramsey@t2ue.com (Please print) DATE 01/10/2023 TAX ID # 84-2356040 A signed copy of the Receipt of Addenda must be included with RFP. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. Christie Peters From: Sent: To: Cc: Subject: Attachments: Follow Up Flag: Flag Status: Shauna Weinmann <shauna.weinmann @t2ue.com> Wednesday, January 11, 2023 8:29 AM bids Kristen Miller; Patricia McKinney -Clark Non -Project Specific Subsurface Utility - RFQ # B2200179 T2 UES Inc._Weld County On-Call.pdf Follow up Flagged Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning, Please find attached T2 Utility Engineer's response to the Non -Project Specific Subsurface Utility - RFQ# B2200179 for the City's consideration. Have a wonderful day. Regards, T2 utility engineers Shauna Weinmann, P.E. Senior Project Manager T2 Utility Engineers 150 Capital Drive. Suite 190 I Golden, Colorado 80401 Direct: 720 452 1091 I Cell: 949 422 2844 shauna.weinmann@T2ue.com Iwww.T2ue.com ILinkedln This email and its attachments may contain confidential and/or privileged information for the sole use of the intended recipient(s). All electronically supplied data must be checked against an applicable hardcopy version which shall be the only document which T2 Utility Engineers warrants accuracy. If you are not the intended recipient, any use, distribution or copying of the information contained in this email and its attachments is strictly prohibited. If you have received this email in error, please email the sender by replying to this message and immediately delete and destroy any copies of this email and any attachments. The views o- opinions expressed are the author's own and may not reflect the views or opinions of T2 Utility Engineers. 1 Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Cover/Introductory Letter January 11, 2023 Clay Kimmi, PE Weld County Public Works 1111 H Street Greeley, Colorado 80632 ckimmi@weldgov.com RE: Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Dear Members of the Selection Committee: T2 UES. Inc. d/b/a T2 Utility Engineers (T2ue) appreciates the opportunity to submit our Statemert of Qualifications (SOQ) to provide Subsurface Utility Engineering (SUE) Services to Weld County under the Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179. The combination of our team's state-of-the-art equipment. experienced field crews, and professional quality deliverables will inspire confidence that T2ue's team is the right choice to mitigate the risk of uncertainty associated with existing utilities. Our SOQ highlights T2ue's project team experience, firm capability. past performance on sm lar projects/teams. and approach. T2ue's team includes licensed and experienced field and office professionals to facilitate SUE services for this contract. T2ue's team offers the following key benefits: • Recent experience in Transportation and Utilities. Key staff include SUE professionals and technicians who have completed comparable SUE services for clients throughout Colorado and the country. • In-depth understanding. Over 30 years of experience developing and implementing star dards for utility engineering services and SUE. • Recognized industry leader. Committed to the highest professional standards of care to protect the health and safety of our clients and the public including the Colorado Department of Transportation (CDOT). Thank you for taking the time to review our qualifications and Proposal. T2ue's team looks forwarc tc the opportunity to work with Weld County on this contract. The information and data enclosed in this submitted proposal package is true and complete to the best of our knowledge. T2ue does not have any reservations, conditions. or constraints related to the request for proposal. Sincerely, T2 Utility Engineers Robert Ramsey, PE ' CO #0052872), LEEDAP Project Principal Vice President, Western US T2 engineers T2 Utility Engineers 150 Capital Drive Suite 190 Golden, CO 80401 www.T2ue.com S ubmittal Contact: S hauna Weinmann, PE (CO #0058871) Senior Project Manager 720-452-1091 shauna.weinmann@t2ue.com T2ue's team is ready to perform Subsurface Utility Engineering Services in accordance with the ASCE 38-02 Standard. Authorized Principal: Robert Ramsey, PE (CO #0052872), LEEDAP Project Principal 602-977-8037 Robert.Ramsey@t2ue.com Statement of QLalifications i 1 Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Project Team T2ue's team has the requisite knowledge, experience, staff, and desire to assist with successfully completing assignments under this contract. Key personnel and crews will perform services from T2ue's Colorado office at 150 Capital Drive, Suite 190, Golden, Colorado 80401. Our project team includes: • Robert Ramsey, PE. LEEDAP — Project Principal • Shauna Weinmann. PE — Senior Project Manager • Kristen Miller — Project Manager • Patricia McKinney -Clark — Senior Utility Advisor • Pras Frazee — SUE Manager When a project owner contacts T2ue about a project, our experienced staff will meet with them to determine the proper approach. Once it is determined that a project requires SUE, a scope of work is created. Each project has different SUE requirements and our team works with the project owner to customize the scope to meet the owner's needs and requirements of the law. To provide efficient project delivery, T2ue utilizes available resources and has the ability to mobilize staff and equipment from other offices and team with consultants to meet project goals and requirements. Each phase of work is reviewed for quality assurance and accuracy by our professional engineer in responsible charge. T2 utility engineers Areas of Expertise: • Utility Locating • Non-destructive air -vacuum excavation • Test Holes (potholing) • Condition Assessment/Rehabilitation • Geophysical Investigations • Multi -Channel Ground Penetrating Radar (MCGPR) • CCTV Sewer Assessments • Terrestrial and Mobile LiDAR • Surveying • 3D underground imaging and mapping • Utility Conflict Resolution • Utility Coordination Robert Ramsey, PE, LEEDAP Project Principal Years of Experience: 8 with firm; 20 total Education: BS, Civil Engineering Affiliations: ACEC, APWA, ASCE, UESI Registrations: PE: CO #0052872, AZ #47526, NM #23234, TX #128355, UT #10069774-2202; LEED Accredited Professional (AP) Robert is a Professional Engineer and T2ue's Vice President responsible for directing SUE services in the Western US. He is an authorized Principal of the firm and will assist in the QA/QC process, provide PE guidance, and lead staff training on successfully implementing ASCE 38-02 and CRS 9-1.5. Robert leads SUE investigations for compliance with applicable laws and standard of care and his expertise includes SUE, utility design, survey, utility coordination and project management. Robert offers 20 years of utilities engineering and mapping experience, including 8 years directly conducting and managing SUE projects based on the ASCE 38 Standard. He oversees 33 SUE on -call contracts and has completed over 400 ASCE 38 projects with more than 5 million LF of Quality Level B mapping and over 2,000 Quality Level A test holes within the last three years. Robert served as Lead SUE PE on more than 125 SUE projects in Colorado and brings a vast knowledge of local processes and requirements to the team. He also serves as Lead SUE PE for six CDOT NPS contracts and on the 2022 CDOT SUE Front Range NPS and subconsultant to the 2022 CDOT Western Slope NPS. Robert assists in training and educating on the 2018 Colorado Revised Statute. Title 9, Article 1.5 (CRS 9-1.5 formerly Senate Bill 18-167) and holds sessions on how to successfully implement ASCE 38 into the design process for consultants and project owners throughout Colorado. Robert is currently 25% committed to the Valley Metro CAPEX project, 50% committed to miscellaneous jobs, and is 25% available for the Weld County Subsurface Utility Engineering Services contract. Statement of Qualifications i 2 Shauna Weinmann, PE kl2utility engineers t Senior Project Manager Years of Experience: 2 with firm; 12 total Education: BS, Civil Engineering Affiliations: ACEC, ASCE, UESI Registrations: PE: CO #0058871.. CA #84744. AZ #59804, ID #19245. TX #123027, WA#21036004 Shaura is the point of contact and will oversee T2ue's SUE services for this contract. She is a PE in six states and has over 12 years of experience designing and managing various utility engineering projects for municipalities in the West. Shauna specializes in SUE. utility coordination and utility relooa_ian with regard to public improvements including gas distribution. domestic water and conduit. She h. vast experience with using ASCE 38 Standards (Quality Levels D. C, B and A) for various munic palities and has an excellent understanding of ASCE 38-02 Standard. Shaura collaborates with stakeholders to achieve business objectives and streamline engineering processes, enhancing productivity and implementing advanced technology solutions. She has managed a number of projects in Colorado ncluding CDOT's SH 82 Aspen Roundabout, SH50/550 Montrose, US 40 Green Street Craig Signal Replacement and 1-70 New Castle projects in Colorado. She was the responsible PE for the CDOT 1-70 and 32nd Avenue Bridce Replacement/Intersection Improvements project. Shauna is 50% committed to various projects and is 50% available for this contract. She reports to the Golden. CO office. Kristen Miller, EIT Project Manager Years of Experience: 2 with firm: 11 total Education: MS. Eng veering and Technology; BS. Civi. Engineering Registrations: Engineer -in -Training Affiliations: ACEC, APWA, ASCE. UESI, WTS Kristen will serve as T2ue's SUE Project Manager and manage the preparation of work plans and compliarce with scope and timely completion of tasks. She has 11 years of experience providing management. coordination and direction of large and small projects. Kristen prepares work plans, assembles and meets with the team and ensures compliance with scope and timely completion of tasks. She wo-l:s in cooperation with the Project Engineer to review and approve designation marks from field sketches, submittals (including calculations). record drawings and project deliverables. Kristen has experience with managing projects under the 2019 CDOT SUE Non Project Specific contract including the SH 82 Basalt Intersections. SH 50-550 Montrose. Vail Pass Rest Area MP 190.0 and SH 115 and SH67 projects. Kristen is currently 40% committed to various CO projects and is 60% available for this contract. She provides management support tom the Golden, CO office. Pras Frazee SUE Manager Years of Experience: 9 with firm; 22 total Affiliations: ACEC, ASCE, UESI Certifications: CornpTlA Network +; Coalition for Construction Safety; OSHA 40 Hour HAZWOPER; CPR Certified Pras eceectively trains, leads and manages multiple SUE field crews in all tasks involving the ASCE Standard 38-02 for SUE. He has over 22 years of experience in SUE and related fields with high pro- ficiency in the use of utility designating equipment such as GPR and electromagnetic pipe and cable locators. Pras has extensive expertise with designating utilities in multiple environments, including dense urban city centers, college campuses, interstate roadways. large power plants. wastewater licup\A treatment sites. international airports and brownfield sites. Pras has CAD experience with both AutoCAD Civil 3D and MicroStation. He is CompTIA Network+ certified, giving him a deeper understanding of networked communication systems. Pras also has in-depth knowledge of gas and power distribution and transmission systems. He has successfully managed SUE projects for myriad clients including DOTE in multiple states, local municipalities and private engineering consultants Pras has served as SUE Manager for projects in Colorado overseeing SUE field operations. Pras is currently 40% committed to various Colorado projects and is 60% available for this contract. He manages SUE crews from the Golden. CO office. Statement of Qualifications i 3 Patricia McKinney -Clark Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 engineers ' Senior Utility Advisor Years of Experience: <1 with firm; 17 total Affiliations: ACEC, APWA, ASCE, ITE, UESI, WTS Prior to joining T2ue in May of 2022, Patricia retired from CDOT with 30 years of experience, including 17 years providing Utility Coordination and the last 6 years as the Utility Engineering Program Manager. She has worked in every corridor within Region 1 and has dealt with utility owners, irrigation and railroad representatives within those corridors. As the Utility Engineering Program Manager, Patricia was responsible for coordinating with, accommodating and suggesting relocation strategies for utilities. She was the Subject Matter Expert (SME) for utilities for the Region. She provided utility -related pre - construction programming and design guidance, which included negotiating processes and managing utility and railroad agreements. Patricia provided Utility Clearances for all CDOT and Local Agency projects within Region 1 to meet FHWA requirements. When SB 18-167 was signed into law. Patricia was a vital part of presenting the SUE and Utility Coordination training events throughout the Front Range that were provided by ACEC and CDOT. During the development of SUE Best Practices by the Underground Damage Prevention Safety Commission (UDPSC), Patricia served as SME to help in establishing the SUE Best Practices publication on the UDPSC website. Patricia later served on the UDPSC representing Transportation for CDOT. Patricia is 50% committed to various projects and is 50% available for this contract. She reports to the Golden. CO office. Eugene Lynne, LLC Survey DBE Subconsultant DBE and ESB Level 1 Eugene Lynne will support T2ue on this contract for Survey Services Eugene and provide topographic surveys and utility engineering support. Eugene Lynne understands the initial collection will meet ASCE Quality Level B and at FIR, Quality Level A utility investigation may be warranted. The survey project control data, GIS data, and available utility plans will be studied in the office before field collection to ensure collection efficiency. T2ue has worked with Eugene Lynne extensively on CDOT's Statewide SUE contracts in 2019 and 2022. Eugene Lynne currently employs six professionals including two PLS. one LSIT, and a PE in their Denver office. Eugene Lynne began operations in 2015 and completed their first CDOT project in 2018 with Region 3. The firm has provided survey support services in the Front Range area for the 1-25 Speer and 23rd Interchanges Project (CDOT R1, Project Codes 22969 and 22838, 2021), the Calhan Bridge Replacement Project (El Paso County. 2020) and State Highway 7 Improvements (CDOT R1, Project Code 23157, 2021). Heath Hildebrand, PLS (CO PLS-38211) has 7 years of experience with firm and 4 years of experience working with T2UE on projects throughout the state. Heath is a registered PLS and certified FM UAS Pilot with a BS degree in Geology and 24 years of consulting experience. His experience includes identifying property line conflicts, as -built construction and collecting topo and utility data for the T-REX project with CDOT, FHWA, FTA and RTD, and ROW plan production with utility relocations for the US 36 Managed Lanes/BRT Widening, mobile scan of 1-25 Speer/23rd Interchanges, and utility mapping for SUE consultant. His current commitments include CDOT R4 NPS Survey/ROW (5%) and 8th Avenue Viaduct, Buchtel Corridor Improvements and 56th Avenue Widening projects for the City/County of Denver (11 %). Heath is 60% available for this contract. Statement of Qualifications i 4 Figure 1: T2ue and Eugene Lynne Organizational Chart Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 SHAUNA WEINMANN, P.E. Senior Project Manager PRAS FRAZEE SUE Manager FIELD TECHNICIANS to Overall Firm Capabilities KRISTEN MILLER, UT Project Manager CAD TECHNICIANS Patricia McKinney -Clark Senior Utility Advisor Heath Hildebrand, PIS Eugene Lynne (Surveyor) T2 UES, Inc. d/b/a T2 Utility Engineers (T2ue) is a Corporation incorporated in the state of Delaware, DUNS No. 11-720-3635, with extensive experience providing Subsurface Utility Engineering (SUE) expertise for local cities, counties, municipalities and State DOTs throughout the US. T2ue has completed over 230 successful SUE investigations for CDOT and municipalities throughout Colorado. Key staff were actively involved in the development of 2018 Colorado Revised Statute, Title 9, Article 1.5, formerly SB 18-167, which requires utility investigation in projects that are fuided by a public entity, primarily horizontal in construction, construction is more than 2 feet in depth and 1,000 contiguous square feet in area or involve utility boring, and design services of a Professional Engineer (PE). T2ue has also performed more than 20 trainings with CDOT and ACEC on the implementation of the new statute, which underscores our commitment to the State of Colorado. T2ue's key team members sit on the technical committee updating the ASCE 38 standard and the creation of ASCE 75. Our deliberate approach to quality and standardscombirec with our experienced team, allows T2ue to obtain numerous 'on calls' for local cities. counties and utility agencies. T2ue is prequalified 70 work for CDOT in specialties of Civil Engineering, Surveying;. and Value Engineering. T2ue holds two Non -Project Specific Contracts for SUE Services with CDOT -or the Front Range Area (2022) and the State -Wide Contract (2019). T2ue has performed numerous SUE investigations in Region 4 for highway, drainage, and intersection improvement in support of CDOT engineering designs. T2ue provided SUE, ..tility coordination including irrigation support, and offered utility certification to CDOT specifications. T2ue also holds on -call contracts for SUE with municipalities includi-g Jefferson County, Colorado Springs, City of Littleton, City of Lakewood, City of Greeley, City of Boulder, and others. T2ue's US Office Locations Phoenix Tucson Huntington Beach Golden Altamonte Springs Fort Myers Lake City Orange Park Riverview Norcross Palatine Indianapolis Baton Rouge Lansing Fridley Cherry Hill Albuquerque Henderson Syracuse Oceanside Cranberry Township AZ AZ CA Co FL FL FL FL FL GA IL IN LA MI MN N J N M NV NY N Y PA Round Rock TX Salt Lake City UT Ashland VA Statement of Qualifications i 5 Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Overall Firm Capabilities Continued T2ue's project team has decades of experience working with and investigating CDOT's roadway systems in and around Weld County. The Greeley area and the northern part of the state encompassing Weld County has seen exponential growth. With growth comes development which requires upgrading existing utility systems. Every community must eventually repair, replace or upgrade its infrastructure. Weld County is no different. Our team understands there are a number of issues that can occur when dealing with congestion and corn olications with roadway projects. Existing records from utility facility owners have proven insufficient due to changed locational references. lost paper records, unrecorded utilities, and lack of installation details. The mixture of poor documentation, non -permitted utilities, abandoned utility segments, and new or updated utility systems play a large challenge for any project. T2ue's key staff have seen major changes in communication infrastructure and gas distribution in similar municipalities. Our team has observed up to 80% more communication lines installed over the past several years. More than 50% of the gas distribution systems are upgraded, abandoned or moved in the same timeframe with little to no updates to the owner's record documents. Several new installations of this infrastructure are directionally drilled and installed at deeper depths. This can be problematic to the investigation and construction of projects. Understanding the depths, material compositions, soils and installation practice helps field crews troubleshoot each individual utility segment in an effort to investigate more utilities achieving higher quality results. In an effort to mitigate the issues with the exiting utility systems, our project team will conduct the utility investigation based on the ASCE 38 Standard to fulfill the requirements of the Colorado Revised Statutes 9-1.5, which outlines the proper implementation of SUE in the state of Colorado. The utility standard was developed to mitigate risk associated with the existing utilities by identifying the level of uncertainty of the information and depiction of the existing utilities. Once the full ASCE Quality Level B investigation is completed, the design team is able to maximize the design by trying to avoid utility impacts. If the utility conflict cannot be avoided, our team's utility coordination staff will work closely with the design team and utility owner to determine if the facility can be protected, adjusted or must be relocated. In the event a conflict is related to vertical clearance, T2ue will investigate further using appropriate geophysical methods and, with Weld County's direction, exposure of some utilities using air -vacuum excavation techniques (Quality Level A Test Holes) to obtain that critical vertical data required for the project to resolve those critical conflicts. This investigation, as part of ASCE 38-02, leads to our team typically investigating 60% to 80% more utilities than documented on records, allowing our team to build an accurate utility model to aid in the design process and reduce negative impacts during construction. Our utility coordination team creates a Utility Conflict Matrix to record and follow through to project completion the impacts to each utility found during the investigation. T2ue's team puts safety first. At T2ue we put Safety First with a robust and preventive safety culture. We have clearly defined and actively managed Health, Safety and Environmental (HSE) training. This includes ongoing programs and processes to ensure our SUE and surveying teams plan and execute work safely each and every day. T2ue's specialized training meets the requirements of the most safety - conscious clients, including confined space entry, military and sensitive site security clearances. TZ utility engineers Statement of Qualifications Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Performance on Similar Projects T2 utility engineers T2ue is a recognizes and established leader in the SUE industry and a trusted advisor for the ASCE 38-02 Standard. T2ue project managErs, field crews, and team members work diligently to ensure the accuracy and completeness of SUE services. T2ue's staff has completed hundreds of SUE projects for various clients each year. These projects vary in size and cDmplexity from five to 1;000+ test holes and hundreds of thousands of feet of utility designating. The projects preserved below demonstrates T2ue's relevant SUE experience in the region and projects of similar scope utilizing the C!,ASCE 38-02 Standard. Each of thse projects were delivered ontime and within budget. Boulder Light & Power, Boulder Electric Distribution Planimetric Digitizing, Boulder, CO Boulder Light and Power was seeking to make improvements to their electrical distribution system throughout Boulder, Colorado. —2ue performed SUE and survey and provided ASCE 38 Quality Levels C and D mapping of underground utilities throughout the project area. Survey work included setting site control and collecting topographic survey. Project deliverables included Colorado PE signed Quality Levels C and D SUE plans. LIDAR. stamped and sealed mapping of bpundaries and topographic. AutoCAD of all mapping and ESRI Shapefiles. Owner: Boulder Light & Power Reference: NEI, Mark N. Lanphier. 11049 W 44th Avenue, Suite 100. Wheat Ridge, CO 80033 Key Staff: Robe -t Ramsey. SUE Principal: Pras Frazee, SUE Manager Statement of Qualifications i 7 CDOT Region 4 (24039), SH 66 Weld CR 21, CO Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 T2 utility engineers CDOT Region 4 requested a SUE investigation with 25 test holes including utility coordination with impacted utilities. Survey was provided by Eugene Lynne, our team's DBE survey subconsultant, as part of the 2019 CDOT Statewide NPS contract for SUE Engineering Services. Due to the number of irrigation crossings in the area, it became necessary for CDOT to request additional services from T2ue for Irrigation Canal Coordination support. This project is ongoing. Owner: CDOT Region 4 Reference: Jake Schuch, PE, CDOT Central Program. 10601 West 10th Street, Greeley CO 80634.. 970-350-2205 Key Staff: Robert Ramsey, Principal; Shauna Weinmann, PE; Pras Frazee, SUE Manager; Kristen Miller, PM KEY MAP & UTILITY RECSIRD MITES rt '47" 4 ~ • ...s.. %._.• •:.r. at �".:.. M � _ . _ •• '•.!1 `l_.4.--� - s - KET MAP �I' SPICE! wise( OWNER --,n. en pit. win* rot R+a *=note. .M tr. ilatnita _teas_$ at. �AI sAfaN•h•pt0•fta.' OA1N.7MaC .Fnalttrall ..air.a41ai.6 sill' taVrrq/TOVWM► .u.Ia•Ul1•11.a� laal •-••'14MCIIPHSV St 811 RECORDS RESEARCH RESPONSES Latin ram* •nenc,or Y Iv.la.a .4 ma Ea t! ILA *aaRtvtAltoN COI* ucr 'Ih flat* 44.1 MK StI. S1KAIS Cr OEPKTED UTiLI' TOR etrl tisreUArata to sits. et CIV(n tO t1tAAti1C 1,05 Pint Ni T] u(i ATTPARTED 10 MIAIR Wk. AREA AS Weir= RIA NE CO.OR CPWRIERS MOTCD Men a6 'NAPS 01 vtitety IKORNATt•7. RAs RECEIVE( OW DID CT RESPOND TO T2 ttE' arts sir adt DEPICTED ti1H THESE C.1 12 uES RECEIVED AN "AEt Cara- ; e45 rt(LD BENS rose JIM PD EXIST WHO* WC CT UIP1CIEC ON 12.1 AT T4 it coat* or CR 71 AND S YrSCEIt.lE3.6 PIPE FEAT RCS.'2 TO 1e( MOVE GITE ACC rEATuRE5. • PEARS 04 TO UNTIED utttITT DIE stRNEr CONTRCt USED *A5 MUTED rm *IOXNY4G PROJECT", PROJECT MAK* t falE Ard1EYFhtl7t[l? PIRMICt rill 9t.3 CiEVATtaIL ENGINEERS 41 E extras a **cm 0. ?Kt 14, NC $ K(SaO..Ct rt. "O &C.gr.t6 •t*a*11• t1c C WIC 1. to .a.C• lav[.• II CM.lt uL«tuls tamer et a VACS) pAlXa L( tall lR Ci/tCtS M 2MC'Dll 01 Instroc Was/act 'Jelin, flat*• lesMKt l/OI I.tt Data •p$ .1111 esLilt.t IRORCiel MIRK MOM COPT IlOr RAel '4 IAtAnte RAU' 0ast• net Flilla : a,. a••tCSZ Ohl" OII..00 •RN.t10. %Malt%S. KIK Y0. .C.d 06441a1e1 Psfl4 CKNNDt ft IS HWOttai• ail t4 •ta*Cl COae P.,(.016.0 41 •10 JOI Sta.01 t.(%CCM y .Ora KIatI. t.( "NNWO..a. •10 *416t.Ohtt• RC4R.LIa r.( staff .a .MIT 7 •4 ;MUD NM%' C&fOs ,r04 et t.YI 0te%•O*. A.K Pier 6/7/1012 t i as.K 1.@199,( t&' I jII::rr ISC ti, ak Deer( I?C nr, nee['; rucc.,tali*ae eGtt �.� `� if e«rH[fT2p12yr•SeoO Sheer Revisions t•rt to•'.•te+t� Cooruuo Deportment of T"rspattobat Region WWI *at Wm St•n! Casey, CO ec6Ss Phone 97D-3SO-1173 r Aver µCL' As Con Et 0410 M.:N:Ce•-.: Raisin, Ins Ciri IS N tapy tzlabl 0 •.CO• Lyy_Y.Wh .-•:• awCa1K'i PHONE A ELMt '?l uNAIOLN-N, �..r •�. ('sato& V• I ...M1twit f AIL( t tjn .; t.fist rill, 1 ewer, avNn f IIb • iafill • .nn..UC.till.'IOOR=as at.:AM -Q0• IM6MWN1iK4IFA4N(1r1'Aln.1•.:R. RaCamentaa tnawoantt)al.CC•t aadatlM4M attlla int••VS. rim -•�f.' 4KiNA•l.4%51.+*WL* "-d$. :►• ufl. -•.f Y1 )a OFFICIAL 8T RESPONSE aaM rtUh•tel Warr ollboi t • Il..7.f RR. ; r: • %l a r tt.-it,- 1 wt.* Cate. . TEST HOLE DATA REPORT it ,►tflttsc ! w1► or -1 «ea Aunt tS D OW nee, -IWee /i f Ilecakit rrs sties ial nit • ez Mart VW cams IliPttatto . net taLilCall tlaa►_ . asa.� atend Ss air 40 a air Vow t .1lalre to eaa 9!a 1 1EFm4+-L t M+tE'lA r U fie i►t!M(lt�rR+11rM S is altar UtaktgaPIPMPLIflit mitise1ti` tate at vs lie ct ti ora.Laktur raisera liattasuol. jija a11L 1.9 a.t snub tl� rl I L.RIJIMINI 'TIAN a CtrLIPUClail nitre 1»R nW ifs is itttrionsifirrninnas IV+ as iti 1 L ltej,'v crtn l 4 t.1 mr i'!.tt UTclin •,=161 Dr nu -+r c.IPts UW:uh S'-eiJ*.HT rata ear -14170110* Mara Sal= S ataIatilLsilTla MAIM AIL PEG E,K,71i. POT! CA!T ter tJJ:+RSQ.i/ r air Oa gut& atone Nicvnt afar SIAS f tall. sot rai ! 0N.PTrrtiress f'l..t tanspoOltarrr titflitGerti iMIE3is$ts *was* Plea tilt MMti sae yAti '-Melst-r riIi►n.somas. >sw Ian; O41 0014.1 Lir* Cat CTOt e:' t V' Statement of Qualifications i 8 Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 T2 utility engineers City of Brighton, Brighton North Outfall, Brighton, CO The overall project ncluded the design of a new sanitary sewer line. The City of Brighton and the Mile High Flood District contracted w th American West Construction and ICON Engineering to construct storm drain improvements to mitigate nuisance flooding to residents north of downtown Brighton. Construction began in February 2021. and concluded in December 2021. The SUE investigation encompassed approximately 14 city blocks with SUE investigations at Quality Levels D, C, B, & A. T2ue completed records research and utility designation and provided a Colorado PE s gned and sealed plan set depicting utilities at appropriate SUE Quality Levels. Maintenance of traffic was coorainated with the City of Brighton and temporary traffic control was set up before and throughout the work zones according to the city's work zone safety guidelines. T2ue additionally completed 51 Quality Level A Test Holes at areas of conflict with the engineering team's drainage design. Owner: Reference: Key Staff: City o` Brighton ICON Jeremy Deischer, PE, 7000 S. Yosemite Street, Suite 120 Centennial, CO 80112. 3C3-221-0802; 720-277-6977 (cell); cjacobson@iconeng.com Robert Ramsey, Principal; Pras Frazee, SUE Manager; Kristen Miller, PM NEWS.* 0113941 awe totareso. 84 antenna VRTC-1 LINE SEE SHEET U-007 tt& - aiewaiella 4 0 1D r 1 r r.+ ".y s I r.. r : r SSA, MUM Mt sans ttneuti OM fait I OIT CO1Ola aalsi itl ODM OMW Ocessi A+1t I T t AL - Twa VIALPOR it •wu e' r C ha n FLU _ U t 1-- ATCH LINE SEE SHEET U-010 T S. a4, • tclI•emeens .13 Unit,5nCLF4Tt OtrecTocSialranart !Mt ENYCLR% KM ./liMCM court* non wiskiniacitinny ears Pag al% n MO Lt7TCttDMa OVFOMIa: sin. tDEO aCrrPAO Sin Ste Feaf sM ass state as era !}rteIMMS WSW S Sal ItUMWIDILS. Rllt Mr caul how a re OCrtCrta at wlwfl ,USN: a Sr,ow. Nati crl tag J l Cie UTILITY MAPPING PLANS BRIGHTON N OUTFALL STORM DRAIN IMPROVEMENTS ICON ENGINEERING, INC 80 Statement of Qualifications i 9 CDOT HQ, Roadway Improvements to US Highway 287, Lafayette, CO Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 T2 utility engineers The overall project included the design for an additional right -turn lane on a CDOT roadway. The investigation encompassed a half -mile SUE investigation (Quality Levels D, C, B and A) along US HWY 287 and its ROW. As part of the project, T2ue coordinated with 15 separate utility companies. The SUE investigation prompted additional Quality Level A data to determine potential conflicts with the client's design. T2ue completed utility coordination along with designing the relocation of the CDOT ITS fiber conduit away from pavement conflicts. Owner: CDOT ITS Engineering Reference: Jill Scott, PE, CDOT Division of Maintenance & Operations, 425 C Corporate Circle. Golden, CO 80401. 303-512-5805 Key Staff: Robert Ramsey, Principal; Shauna Weinmann, PE; Pras Frazee, SUE Manager; Kristen Miller, PM I - W W (/) W W En td 2 9+00 5225 5220 5215 5210 PROPOSED 1 -2' CC ?tin MAIN 96 STRAND SINGLE MODE FIBER 11+00 US 287 MB S. 112TH ST.) 12+00 s= EDGE of muLTI-USE TRIM 1300 U C MATCH LINE SEE 14+00 5225 9+00 AIM limit Jim A, 1071 A. at CO-61700t0t}af00a.QIlc la Scs +' - 40, got. Some 1' - 4• 10+0C 11+00 12+00 13+00 5220 5215 5210 14+00 :SCALE 1"=40 5:4115: HORZ. I"- 40' VEF.T. t".4. w Scan II SflY aT tte war T2 utility engineers t a•. sin r vrt -✓... +:.:N rziStlaal -at ale • a 41.• w•. Ales. CH1 :as Sheet -Visions Dolt Cograores Region 4 Colorado Department of Transportation 10101 1Murt I00+ St DS 00 SW* 1110-x0-1310 As Constructed Point HIGHWAY 287 WIDENING CDOT ITS PLAN AND PROFILE UTILITYRF-LOCATION PLAN PROFILE. wpm: S. Mae Mar L 'Slot Sabot Protect No./Code Stec Mkt Number C8-04200100 Stud *1 1w U-021 City of Boulder, Hawthorne Lateral, Boulder, CO The overall project included the designation of an irrigation lateral called the Hawthorne Ditch for a half -mile stretch. As part of the project, T2ue coordinated with the City and the owner of the ditch to formulate a plan for the investigation. T2ue was able to designate approximately 1,391 linear feet of the Hawthorne Ditch, survey the designation marks, and provide the City of Boulder with a dwg file of the survey points. Owner: City of Boulder Reference: Doug Dunn, Water Resources Project Manager, 303-441-4295 (office), 720-355-2749 (cell) Key Staff: Kristen Miller, PM; Pras Frazee, SUE Manager Statement of Qualifications !10 3 ti Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 TZ utility engineers CDOT HQ - ITS Branch, Fiber -Optic Design, US 285, SUE Services, Lakewood, CO T2ue completed SUE services in support of CDOT's ITS fiber-optic route design at multiple locations along the US 285 corridor in CJOT's Region 1. Utilities along the proposed fiber-optic routes were investigated. identified and mapped in accordance with ASCE 38-02, meeting the requirements of Colorado Revised Statutes 9-1.5. T2ue completed records research and utility designation and provided a Colorado PE signed and sealed plan set depicting utilities at appropriate SUE Quality Levels. Maintenance of traffic was coordinated with CDOT and temporary traffic con-rol was set up before and throughout the work zones according to CDOTs work zone safety guidelines. Owner: COOT HQ ITS Engineering Reference: Jill Sc:tt, PE. CDOT Division of Maintenance & Operations. 425 C Corporate Circle. Golden, CO 80401, 303-512-5805 Key Staff: Robert Ramsey. SUE Principal; Kristen Miller, Assistant PM: Pras Frazee, SUE Manager Mm. mars beim. Ca !salon 1~ dig. T S.1utna. -rut a 0 0 .4 N 101 a"li+MPrw w y Is•ot Data 05!26.7020 Qrc -I:1044p F:b None; 09_23LE4_atat40b US285_ r — � s VIP L. 5es+a at lealeo 190 cst'a Cont. Stitt n can COUP i4C0 410 404 s 4 1210 4%3-1000 CI NS � Y a ...t 'ti -a Clem — "Nv Naas Sheet Revisions Comments PO. • SAS 'a I t• • said, 4441 Colorado Deportment of Tronsportot;on t2S c cowman Ciotti Gt1XN. co soot Neel 3O3-t12-SSOl rAS2 xi3-512-56>! HO - ITS BRANCH . cs r • fi C I • ,. co ttl STM • ♦t• lc • 10~.4rs rrt/t.I .P-Qr.ri Us)Ivr;O SMAeStl,OJl 1* IM1•6Z44.cr • to a r fit .a.ent, ` 1W t a e. J r �.. te3/4 '~ 1 P kTh y 4440 Sr s Mala — __ mega a LikArtS INVES41GA1 ION 0 CPCI'LCRS N3 re dn .- M Latirl(S 414 044K1E) Or ►ma Rally ■ COMIC •lle r.c* .cunt 'Oar" ttsti as rlvKo w nit ASS Mr a curt c'cntn 12044 111 *WC a-ttn- * Gdatat Ia 1141 Caacra. w0 Sta0C901 Or 1Rn'PC Watt VIN1r• NOV Attlee WOW 'yS rAr• ra sibs asadatle ^SOU3 Ca e13WIC C'S Cr 4t HK nog 1MgAr>71. (t17r O.Ite re r nt►ttersre 4t Ink xeOtI utlt if WrKE .efwtpa Stvurt7► RUCKMOla rlleana s Watt ($t,fl tat II' Is wren man TIC (0 0.41.4 In$41t*at*% +u/ weevilst+t tttDrt y eOM� 1141-44101t4 yenta pia so rota 0411141111 KGa01CC rK ICOR 40 Litt'% W 'W vra:r. sty wars ttSIC h 7•4v1 WIMPS. As Constructed >ry 6w+sions: Rs visect vos • ITS FIBER ARTERIAL DEPLOYMENT SH-285 MM 250.72 TO MM 257.73 UTILITY PLAN SHEET Deseret: or"M/SE Detorer: Sir &Llure o.:uC£RCThhala .s Smoot Subsets lit kit y A knit Sheen: 9 of 17 AMIL a W Project No./Code 113 SCZ-303 Mid Burt., "airier 9 Statement of Qualifications CDOT Region 3, 1-70 at Exit 105, SUE Services, New Castle, CO Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 T2 utility engineers T2ue provided SUE services to CDOT along and adjacent to 1-70 and US Highway 6 at Exit 105 in New Castle, Colorado. Radio frequency pipe and cable locators were used in conjunction with GPR to designate the horizontal positions of both conductive and non-conductive underground utilities. Markings depicting the horizontal utility locations were surveyed by using GPS and robotic total stations. Once design conflicts with existing utilities were identified, T2ue performed 50 test holes to record the precise horizontal and vertical positions of the utilities at the points of conflict. Project deliverables included CDOT-compliant plans, records research sources, utilities depicted at proper SUE Quality Levels and a Test Hole Data Report. Special care and consideration was given to maintenance of traffic at this busy interchange. Temporary traffic control was set up throughout the work zone according to CDOT work zone safety guidelines, providing added safety to motorists and T2ue's field personnel. Owner: Reference: Key Staff: CDOT Region 3 Chris Williams, Railroad Program Manager, CDOT Project Development Services, 2829 W Howard Place, 3rd Floor, Denver, CO 80204, 970-773-4661 (cell), 970-328-9944 (direct) Robert Ramsey, SUE Principal; Kristen Miller, Assistant PM; Pras Frazee, SUE Manager taw ea "Sat Call SOS.•p=r Pio tom Whit ! II. s•.,.c itiat_P rOlt idp 'e'a sr.,.l pit cfcat43rz a s t'-- 'tam In i tin AR Ma�p7 .a. r SUS ft 7. IISCi inns e IV= rat a< fitsans I b v ts.nb era 40. t . P• paa gat" *a Want* 1.r-• boy -N►{ aalb•• ♦two t +s. ar. %•iI phi nib.. an ♦. •t►••••,. I► r • cut. as 013=•3 Dw't9/ 0**4444.141* $C' finr494 l44-!,' g .a INoir trio •• a•tae4 1 •�C-itEie-tt 4 ` e INC-IR LIIP4A �401 4-- S E r I MC rc 'i*J•'sai I destreette es" tpa •+.es al lehregtiltat 11 -a etafeltartr !.• �aa^S+ .. •. •— tea- --DO:-.:01p�- l 1+ Its as tiles M I it —worst —o! C 1 • jegibter:eatilit."%l% ~a: ELI Pit •0 •ILIO+ i� % 44.14414-7414 _ r =1.ti itt Ili A ►, ►q'r-iIMr4 iti nfl r+wt sa�tsr- - . a. a • • 4 • N 1 Math tat !at 7 ���rr• t44 ii4yr i • sr w 1 f d J t rte 4 `� l`•ar Qr, I Mr". I Wife Llri*III 4 ' 1cir3 '"J a« slob •airs- roe 1l -r'"c'-'"„t 'iL tt* CASTLE ;PLAZA '4CCI.sssom rtGE r SfiGATION OATS fie Chl 1 M1 '7b: a. — gleimett 'stet 'Ow% tb M tsaa no carn1 . c. nc se c Cx>�a MZ' bSyobl hfltl .T?f31 4* t-jf•►`, 0 WWII 'tanked s►.ps$gpSs tic COI rr:UM D*purt-n.r;t at TrirtpOrtogon 1r2 tam $0,01/2� Ks cif .i at.: rO 4134 r we tTv-•ta 4217 lesgion 3 M Constructed S gees tlwleft LEP 1+ea kibirt Ort EXIT 105 - NEW CASTLE ROII'0A80UC INTERCHfCE i.Ml�s ILITL4 G ELT Prefect Nes/'Code e em -a IDS Sae M.Nr S Statement of Qualifications X12 Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Additional Colorado SUE Experience *TS- Traffic Signal/R- Roadway/U- Utilities/I- Intersection T2 utility engineers Project Name Project Scope* Project Owner QL D QL C QL B QL A Advanced Geophysics Survey Control Buried Asbestos CDOT R1 ■ ■ ■ ■ ■ ■ Swansea MCGPR School, Central 70 1-70 VMS R. U ■ ■ ■ CDOT R1 ITS ■ 1-76, MP 36-53 R U ■ ■ ■ CDOT R1 ITS ■ 1-25 North, Segments 5&6 R. U CDOT R4 ■ ■ ■ ■ ■ SH 119, Park -N -Ride R, U City of CO Springs ■ ■ ■ ■ ■ 35th Ave. Greeley R, U Greeley, CO ■ ■ ■ ■ ■ 1-25, Exit 49 R. U CDOT R2 ■ ■ ■ ■ 64th & E-470 R. U City of Aurora ■ ■ ■ ■ ■ Denali Street. Aurora R; U City of Aurora ■ ■ ■ ■ ■ Aurora Crossroads Sanitary R, U City of Aurora ■ ■ ■ ■ ■ Sterling Ranch R. U Douglas County ■ ■ ■ ■ Medtronic Development, Lafayette R. U Medtronic ■ ■ ■ ■ 1-70, CDOT Vail 23527 Pass Rest Area MP 190.0; R, U ■ ■ I ■ CDOT R3 ■ US 40 and Green Street TS. I CDOT R3 ■ ■ ■ ■ US 24 - Leadville TS, I CDOT R3 ■ ■ ■ ■ ■ TS, I City of CO Springs ■ ■ ■ ■ ■ Cimarron and Sahwatch Inverness and Jamai:a TS. I Douglas County ■ ■ ■ _ ■ ■ SH Delta, 50. 4 CDOT Intersectiois 23992 aTS, TS. I CDOT R3 ■ ■ ■ ■ 1-70, Exit 105, CDOT 20169 I, R CDOT R3 ■ ■ ■ ■ SH 13, MP 4 - MP 1 E, CDOT 17881 TS, I, R CDOT R3 ■ ■ ■ ■ SH CDOT 13, 22776 MP 110 - MP 116, TS. I. R CDOT R3 ■ ■ ■ ■ SH 330, Jerry Creek, CDOT 22556 i TS, I, R CDOT R3 ■ I ■ ■ ■ US 6 and 20 Rd, COOT 19771 TS, I; R CDOT R3 I a ■ ■ ■ TS. I. R CDOT R3 ■ ■ ■ ■ US 50/SH 92. COD- 21471 SH 115 & SH 67, CDOT 20787 TS. I. R CDOT R3 ■ ■ ■ ■ Parker CDOT Road, 23184 4.2 1/1i es ITS. TS. I. R CDOT R1 ITS ■ ■ ■ ■ SH 83, 5.4 Miles ITS, CDOT 23184 CDOT R1 ITS ■ ■ ■ ■ TS, I, R TS, I. R CDOT R1 ITS ■ ■ ■ ■ SH 21, 1800 LF ITS CDOT 23184 State 74 Locations. ITS Fiber COOT Build ngs, 23185 TS. I. R CDOT R1 ITS ■ ■ ■ ► ■ 1-70 CDOT East 23214 CCTV Caneras, • TS, I, R CDOT R1 ITS r ■ ■ ■ • ■ SH CDOT 82, 2 23818 Basalt Irte-sections, CDOT R3 ■ ■ I ■ ■ TS. I. R Intersections, SH 50-550, 2 Mortrose CDOT 23556 TS. I. R CDOT R3 ■ ■ ■ ■ Statement of Qualifications 113 Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 Project Approach T2 utility engineers T2ue's team is comprised of individuals with extensive SUE experience. Our SUE approach starts with discussing the project scope to determine the level of utility investigation required to satisfy the overall project objectives. The limits of investigation are then established and discussions with the utility owners and field investigations can commence. The collection of critical existing utility data is vital for the effective planning, design and construction of projects. T2ue conducts utility investigations following the guidelines of ASCE 38, meeting the requirements of Colorado Revised Statutes 9-1.5, which outlines the proper implementation of SUE in the state of Colorado. Records Research T2ue investigates and documents utilities within the project limits. As part of the investigation, the Project Manager, Kristen Miller, will contact the utility owners and compile utility records for all utilities in the project area. The information our staff collects and depicts includes utility type, ownership, material type and size. T2ue also documents any special conditions that may impact the ability to locate utilities. In cases where utility owners do not provide records/as-builts and, instead, mark the locations of utilities in the field, T2ue has a process to document field markings placed by the utility company representatives. The process includes taking geotagged photos and uploading the photos to an online repository for review. Information gathered is used to aid in the field investigation and for QA/QC. Utility Designating & Video Recording T2ue utilizes an array of geophysical investigation tools and techniques to identify and designate the horizontal position of both known and undocumented utilities. No single piece of equipment can detect all utilities. T2ue's experienced SUE technicians are trained in the proper operation of multiple types of geophysical tools, including pipe and cable locators, GPR, magnetometers, and rodders/sondes. T2ue's SUE Manager, Pras Frazee, ensures the proper equipment is selected and utilized, taking into account the target utility's physical properties, proximity to potential adjacent conductors, soil conditions, expected depth, and safety considerations. Field sketches are provided to the survey team to ensure all field marks are accurately collected. Field survey points are processed in CAD workspace. Information is reviewed in the office to assure the data collectea is accurate. The surveyed data is reconciled with the utility records and other supporting information, and each utility segment is assigned a Quality Level by our Colorado PE, Shauna Weinmann. in responsible charge of the investigation. The SUE map generated is reviewed and used to identify potential conflicts and test hole locations. T2ue has extensive experience performing inspections of storm and sanitary pipe systems. Our NASSCO certified staff helps review recordings of the pipe systems to ensure that proper notation of pipe condition is recorded. Utility Locating (Test Holes) T2ue's trucks complete test holes by means of air -assisted vacuum excavation at select locations identified during conflict analysis. Information collected after exposing the utility includes the type, size, material and other utility or site conditions that may impact continued design or utility coordination efforts. Test hole data is collected in T2ue's proprietary software, Builterra, and a report is generated conveying the attributes of the utility and the pavement type, thickness and condition. Completed test holes are surveyed and included in the SUE drawings, if contracted. If needed, alignments of utilities presented in the SUE plans will be adjusted to match where utilities were exposed. L _ 114 Statement of Qualifications Non -Project Specific Subsurface Utility Engineering Services Contract, RFQ #B2200179 T2 utility engineers SUE Investigation Deliverables Deliverables produced from T2ue's SUE investigations include: • A drawing showing the location of the utilities within the investigation area at the achieved ASCE 38 Quality Level. Utility linework will be depicted according to the Weld County Public Works Department Subsurface Utility Engineering CADD Development Manual. • Invert elevations tnat reference the client's specified project datum. • An electronic file containing utility linework per Weld County GADD Manual. • Test Hole Data Reports presented in electronic format signed and sealed by a licensed PE shall include project - specific coordirat-Es, depth of the utility from the existing ground, material and size of the utility found. The data collected as a part of the Quality Level A investigation will be incorporated into the existing utility drawing. • The utility contact list will include the utility provider, contact name, email address and phone numbers shown in the utility general notes and specifications. • A SUE Report signed and sealed by T2ue's PE depicting test hole information. AutoCAD Pipe Network It is understood Web County does not require a pipe network with every deliverable. However, T2ue can create pipe networks an 3i modeling in accordance with Weld County CADD Manual standards utilizing the proper Pipe Network. Examples of past completed Pipe Networks are shown below. Scheduling T2ue's team schedu es activities concurrently to expedite project completion. While field services are being performed. office operations staff are simultaneously providing the Utility Plan set. Test Hole Data Reports and CAD files as close to completion of field operations as possible. Office tasks include scheduling with SUE technicians and Surveyors, managing utility survey data, preparing CAD drawings, completing Test Hole Data Reports, and overseeing QA/QC of deliverables. smartsheet T2ue employs Smartsheet. a cloud -based software to assign tasks. track project progress and share doc.aments with key staff and subconsultants. T2ue utilizes Smartsheet to collect and organize utility information collected in the field. All team assignments are monitored via Smartsheet and project schedules are shared with subconsultants and the client to streamline communication between project teams. Quality Assurance & Quality Control T2ue's project team o'fers technical knowledge and unique innovations to aid in increasing the quality and efficiency of our utility engireering services from project scoping and PS&E. Project Principal Robert Ramsey champions T2ue's use of ProStar (PointMan app). automating field sketches for more efficient processing. PointMan allows field workers to ccllect and show data -real time" as a field sketch. This is then confirmed at the office relative to records to create survey grade SUE mapping plans with assigned Quality Levels. Kristen Miller manages T2ue's cloud -based software Builterra and Smartsheets, which is a repository for field data allowing PMs to tract: monitor, and organize utility information collected in the field. Shauna Weinmann trains and brings AutoCAD Civi 3D expertise and first-hand experience utilizing CDOT's Software Suite to deliver UES projects. Pras Frazee manages all SUE field activities and SUE crews. He also reviews field data for completeness and accuracy. Patricia McKinney -Clark provides senior utility insights and performs independent reviews to accurately depicted utilities. Additionally, T2ue trains their technical professionals in the UESI 40 -hour Utility Investigation School n buried asset management emphasizing professional standards in ASCE 38. Statement of Qualifications 115 RECEIPT OF ADDENDA The undersigned acknowledges receipt of the following Addenda to the Invitation for Bids, Drawings, Specifications and other Contract Documents. Addendum No. 1 Date: 1/10/2023 By: Robert Ramsey Addendum No. Date: By: Addendum No. Date: By: FIRM T2 UES Inc. dba T2 Utility Engineers BY Robert Ramsey BUSINESS 7217 E 87th Street ADDRESS (Please print) DATE 01/10/2023 CITY, STATE, ZIP CODE Indianapolis, IN, 46256 TELEPHONE NO 720-452-1091 FAX TAX ID # 84-2356040 SIGNATURE A/PligAirr°°e-- E-MAIL Robert .Ramsey@t2ue.com A signed copy of the Receipt of Addenda must be included with RFP. It will not be included in the total page count. Failure to include the Receipt of Addenda will result in the proposal not being reviewed or scored by the County. Contract Form New Contract Request Entity Information Entity Name. T2 UTILITY ENGINEERS Entity ID. P00046800 ❑ New Entity? Contract Name. Contract ID NON -PROJECT SPECIFIC SUBSURFACE UTILITY ENGINEERING 6779 CONTRACT Contract Status CTB REVIEW Contract Lead. CKIMMI Contract Lead Email CKimm1@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Description ON -CALL CONTRACT FOR PROVIDING SUB -SURFACE UTILITY ENGINEERING SERVICES TO BE COMPLIANT WITH COLORADO SENATE BILL 18-167. Contract Description 2 Contract Type. AGREEMENT Amount. $350,000.00 Renewable * YES Automatic Renewal NO Grant NO IGA NO Department PUBLIC WORKS Department Email CM- PublicWorks@vveldgov.com Department Head Email CM-PublicWorks- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EYAWELDG OVCOM Requested BOCC Agenda Date 04x'03; 2023 Due Date 03?30;2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B22000179 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Bates Effective Date Review Date. 03/29/2023 Renewal Date. 01/032024 Termination Notice Period Committed Delivery Date Expiration Date Contact Inform tii Contact Info Contact Name Purchasi Purchasing Approver CHRISTIE PETERS Approval Process Department Head .CURTIS HALL OH Approved Date 03122/2023 Final Appro al BOCC Signed Date BQCC Agenda Date 03/2912023 Originator CKIMMI Contact Type Finance Approver CHERYL PATTELLI Contact Phone 1 Contact Phone 2 Purchasing Approved Date 03;23,2023 Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 0322:2023 03'23,2023 Tyler Ref # AG 032923 MEMORANDUM Date: March 2, 2023 To: Christie Peters, Purchasing From: Clay Kimmi, Project Manager, Public Works RE: B2200179, Non -Project Specific Subsurface Utility Engineering Services Contract Public Works has conducted a Quality Based Selection (QBS) process to select a consultant to perform on -call subsurface utility investigations (SUE) for roadway projects. A team comprised of Don Dunker, Cameron Parrott, Ryan Axtman, Rose Everitt, and Clay Kimmi reviewed and scored eight firms at the Request for Qualifications (RFQ) stage. See attached RFQ ranking summary. Out of the eight firms, the three highest ranking firms were selected to move into the Request for Proposals (RFP) stage. Two RFPs were received and the team reviewed and ranked them. Following the review of the RFPs, both firms were invited to interviews. The interviews were reviewed and ranked by the team. The scores of each reviewer from the RFP and the interviews were added together and ranked. The firm with the highest ranking was T2 Utility Engineers. Ayers Associates was the second highest ranked firm. The QBS process does not account for cost during the selection phase. Cost is negotiated after the project award but prior to signing the contract. The QBS process was chosen because it allows for reimbursement of the SUE on CDOT funded projects. The first ranked proposal represents the most qualified firm. The first ranked proposal was submitted by T2 Utility Engineers. It is the team's recommendation to award the on -call SUE contract to T2 Utility Engineers. Public Works has budgeted $350,000.00 in the 2023 budget for the on -call SUE contract. Upon the Board's approval to award the contract to T2 Utility Engineers, Public Works will enter into negotiations with them to develop costs for specific tasks associated with the contract. 03/0 (o ZOZ3 ee30-1 EC-, 0081 B2200179 On -Call SUE Request for Qualifications Ranking Summary Date: 01/23/23 .. S Committee Members Total Scoring RFQ Summary Reviewer 1 Reviewer 2 Reviewer 3 Reviewer 4 Reviewer 5 Ayers Associates 1 1 1 1 1 5 1 13 Harris Kocher Smith 2 3 4 3 7 26 HCL Engineers 5 4 6 4 D zHorrocks Engineers 6 8 8 2 1 25 O V Landmark EPC 4 7 3 8 1 23 T2 Utility Engineers 3 2 2 6 5 18 Topographic 8 6 7 7 6 34 Utility Mapping Services 7 5 5 5 7 29 Ranking 1 2 6 5 4 3 8 7 Firms ranked 1 through 3 will move onto the RFP process. B2200179 On -Call SUE Request for Proposals Ranking Summary Date: 02/23/23 Committee Members Total Scoring g [Al RFQ Summary 1 2 3 4 Ranking (t)Y Ayers Associates 2 2 1 2 7 2 Z O v T2 Utility Engineers 1 1 2 1 5 1 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: reverett 6weldgov.com E-mail: coeisertI weldgov.com E-mail: cmpetersaweldgov.com Phone: (970) 400-4222, 4223 or 4216 QUALIFICATIONS DUE: JANUARY 11, 2023 REQUEST FOR: NON -PROJECT SUBSURFACE UTILITY ENGINEERING SERVICES DEPARTMENT: PUBLIC WORKS BID NO: B2200179 PRESENT DATE: JANUARY 30, 2023 APPROVAL DATE: MARCH 6, 2023 VENDORS AYRES ASSOCIATES 3665 JFK PARKWAY, BUILDING 2, SUITE 100 FORT COLLINS CO 80525 HARRIS KOCHER SMITHS 1120 LINCOLN STREET, STE 1000 DENVER CO 80203 T2 UES INC DBA: T2 UTILITY ENGINEERS 7217 E 87T" STREET INDIANAPOLIS, IN 46256 THE PUBLIC WORKS DEPARTMENT IS REVIEWING THE SHORTLISTED RFP RESPONSES AND WILL BRING A RECOMMENDATION BACK TO THE BOARD ON MARCH 6, 2023. 2023-0307 0118c E-5)
Hello