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
20141084.tiff
MEMORANDUM i' ' r TO: Esther Gesick, CTB DATE: October 9, 2014 M` L! r, I FROM: Richard White, P.E., Public Works GOvNTY SUBJECT: Ayres Change Order 1 for EM-BR3/42A Please place the attached agreement on the BOCC Agenda. Please return a copy of the agreement to me for my records. Ayres Associates, Inc. (Ayres)was retained by Weld County to perform engineering design on flood damaged sites within the Big Thompson Basin. The site at BR3/42A was discovered to have additional damages once the construction began. It was discovered that the north side of the bridge had more damage than originally identified. The additional damage included having to excavate more of the material behind the north abutment and the replacement of asphalt on the roadway. As a result of the additional damage, Ayres had to hire a construction materials testing company. Ayres hired Yeh and Associates to perform the required construction materials testing. The cost for the materials testing was$2,686.76. Ayres was directed by the former County Engineer to roll the cost of the materials testing invoice into the next repair phase of the project rather than include it in the initial phase. Since the Ayres Professional Services Agreement has been terminated there will be no subsequent work. Ayres has submitted the Yeh and Associates invoice for payment. The original work order approved by the BOCC in the amount of$28,620.16 has been expended and there is no money left on the work order to pay Ayres for the materials testing performed by their sub-contractor. Therefore at the direction of the County Attorney, Public Works is requesting that the Board approve a change order in the amount of $2,686.76. /O/45// tr yo8y BCocx1S' Page 1 of 1 M:\Weld County Flood 2013 Version 2\Site Specific Projects\Bridge Projects\3-42A\Phase 1 Work\Phase I Work Orders\EM-BR3-42A Ayres Work Order Memo to BOCC.docz CHANGE ORDER NO. 1 PROJECTS: EM-8R3-42A Phase 1 (Prior to Spring Runoff) Repairs Date: 43 / 2q/i9 DESCRIPTION OF CHANGE ORDER: Project inspection overrun for EM-BR3-42A Phase 1 Repairs described in Ayers Work Order No. 7. Due to unexpected damages found behind the north bridge abutment during the course of the project,Ayers had to hire a sub-consultant to conduct geo-technical testing services which included compaction testing and asphalt testing. Since Ayers expended the entire amount of their work order, there was no money left to cover the cost of the additional geo-technical services that were acquired by Ayers. Owner: Weld County. Colorado Consultant:. _._..,Associates The following change is hereby made to the Contract Documents: CHANGE TO CONTRACT PRICE: Original Contract Price: $28.620.16 Current Contract Price adjusted by previous Change Order: $28.620.16 The Contract Price due to this Change Order will be increased by: 2,636,76 The new Contract Price, including this Change Order, will be: 31,306, 2 RECOMMENDED: Owner Representative: / Date: !0 4 tt 'chard P.E. (Project Manager) Engineer: Date: al/bI/14 Associates APPROVALS: _( �� �1 Consultant: S Date: 2 7 Owner: Date: /D/5' w &m8rd f County C m 1 i 1 5 igrleG �� �, j ®\` ATTES"L� C1 , ,,/ � ISE4 CC// JC�to� ns� WELD COUh,r( C' EhK TO THE BOARD p P- BY: 0` T( CLERK TO THE BOARD ``®� 1', CC:Pa)I ae t, ©fin; i01151/1Chi 1OM) /0-is-iy -lo Fif E6 y07o -&00'15 Yeh and Associates , Inc . AM Consulting Engineers & Scientists Yeh and Associates,Inc. 2000 Clay Street Suite 200 Denver,CO 80211 303-781-9590 Ayres,Associates Invoice number 214-093-1 3665 JFK Parkway, Building 2 Suite 200 Date 08/20/2014 Ft Collins, CO 80525-3152 Mr.Anthony Alvarado, PE Project 214-093 Weld County 3/42 Phase I Geotech Support Professional Services through:07/26/2014 Invoice Summary Remaining Total Contract Total Contract Prior Current Description Amount Billed Amount Billed Billed PROFESSIONAL SERVICES 3,776.00 2,686.76 1,089.24 0.00 2,686.76 Total 3,776.00 2,686.76 1,089.24 0.00 2,686.76 Direct Labor Billed Hours Rate Amount Gary Garcia Field Technician 34.00 67.00 2,278.00 Philip M. Hull Sr. Project Manager 1.00 145.00 145.00 Direct Labor subtotal 35.00 2,423.00 Direct Expenses Billed Units Rate Amount Billable Miles 471.00 0.56 263.76 Direct Expenses subtotal 263.76 Invoice total 2,686.76 Aging Summary Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120 214-093-1 08/20/2014 2,686.76 2,686.76 Total 2,686.76 0.00 2,686.76 0.00 0.00 0.00 Invoice Supporting Detail 214-093 Weld County 3/42 Phase I Geotech Support Professional Services Phase Status:Active Billing Cutoff:07/26/2014 Date Units Rate Amount Ayres,Associates Invoice number 214-093-1 Invoice date 08/20/2014 Page 1 of 3 Ayres,Associates invoice numoer 214-uy9-1 Project 214-093 Weld County 3142 Phase I Geotech Support Date 08/20/2014 Invoice Supporting Detail 214-093 Weld County 3/42 Phase I Geotech Support Professional Services Phase Status:Active Billing Cutoff:07/26/2014 Date Units Rate Amount Labor WIP Status: Billable Sr.Project Manager Philip M.Hull I Billable Time 05/07/2014 1.00 145.00 145.00 Subtotal 1.00 145.00 Field Technician Gary Garcia Billable Time 05/05/2014 6.00 67.00 402.00 Billable Time 05/10/2014 6.00 67.00 402.00 Asphalt 05/15/2014 10.00 67.00 670.00 Laboratory 05/14/2014 6.00 67.00 402.00 Laboratory 05/16/2014 5.00 67.00 335.00 Laboratory 05/19/2014 1.00 67.00 67.00 Subtotal 34.00 2,278.00 Labor total 35.00 2,423.00 Expense WIP Status:Billable In-house Expense Billable Mileage Company Vehicle 05/05/2014 115.00 0.56 64.40 YA-41 Billable Mileage Company Vehicle 05/10/2014 214.00 0.56 119.84 YA-41 Billable Mileage Company Vehicle 05/15/2014 142.00 0.56 79.52 YA-41 Subtotal 471.00 263.76 Expense total 471.00 263.76 Phase Summary Contract Billed % Remaining Labor 3,776.00 2,423.00 64 1,353.00 36 Expense 263.76 -263.76 Total 3,776.00 _ 2,686.76 71 1,089.24 29 Ayres,Associates Invoice number 214-093-1 Invoice dale 08/20/2014 Page 2 of 3 Ayres,Associates Invoice number 214-u93-1 Project 214-093 Weld County 3/42 Phase I Geotech Support Date 08/20/2014 Invoice Supporting Detail 214-093 Weld County 3/42 Phase I Geotech Support Invoice Summary Contract Billed % Remaining Labor 3,776.00 2,423.00 64 1,353.00 36 Expense 263.76 -263.76 Consultant Total 3,776.00 2,686.76 71 1,089.24 29 Gary Garcia Timesheet Date:05/24/2014 • Project Phase Activity Employee Type Sun-18 Mon-19 Tue-20 Wed-21 Thu-22 Fri-23 Sat-24 Total 214-093 Weld County 3/42 Phase Professional Services Laboratory Field Technician 1.00 1.00 I Geolech Support Regular total 0.00 1.00 0.00 0.00 0.00 0.00 0.00 1.00 Timesheet total 0.00 1.00 0.00 0.00 0.00 0.00 0.00 1.00 Timesheet Date:05/17/2014 Project Phase Activity Employee Type Sun-11 Mon-12 Tue-13 Wed-14 Thu-15 Fri-16 Sat-17 Total 214-093 Weld County 3/42 Phase Professional Services Laboratory Field Technician 6.00 5.00 11.00 I Geotech Support 214-093 Weld County 3/42 Phase Professional Services Asphalt Field Technician 10.00 10.00 I Geotech Support Regular total 0.00 0.00 0.00 6.00 10.00 5.00 0.00 21.00 Timesheet total 0.00 0.00 0.00 6.00 10.00 5.00 0.00 21.00 Timesheet Date:05/10/2014 Project Phase Activity Employee Type Sun-04 Mon-05 Tue-06 Wed-07 Thu-08 Fri-09 Sat-10 Total 214-093 Weld County 3/42 Phase Professional Services Billable Time Field Technidan 6.00 6.00 12.00 I Geolech Support Regular total 0.00 6.00 0.00 0.00 0.00 0.00 0.00 6.00 Overtime total 0.00 0.00 0.00 0.00 0.00 0.00 6.00 6.00 Timesheet total 0.00 6.00 0.00 0.00 0.00 0.00 6.00 12.00 Philip M.Hull Timesheet Date:05/10/2014 Project Phase Activity Employee Type Sun-04 Mon-OS Tue-06 Wed-07 Thu-08 Fri-09 Sat-10 Total 214-093 Weld County 3/42 Phase Professional Services Billable Tme Sr.Project Manager 1.00 1.00 I Geolech Support Regular total 0.00 0.00 0.00 1.00 0.00 0.00 0.00 1.00 Timesheet total 0.00 0.00 0.00 1.00 0.00 0.00 0.00 1.00 Ayres,Associates Invoice number 214-093-1 Invoice date 08/20/2014 Page 3 of 3 72140 01/05 AIRES AUTHORIZATION FOR ASSOCIATES SUBCONSULTANT SERVICES Ayres Associates Inc, 3665 JFK Parkway, Building 2, Suite 200, Fort Collins, CO 80525 (Consultant) hereby authorizes Yeh and Associates, Inc, (2000 Clay Street, Suite 200 Denver, CO 80211) (Subconsultant) to proceed with the services identified below. Consultant's prime agreement for this project is with Weld County Public Works Department (Client). Project Description Weld County is working with FEMA and FHWA specialists to verify damages to County assets that were damaged during the 2013 September flooding. Professional engineering services for Weld County will generally consist of overall plan preparation related to flood repairs, specification preparation, and construction management services. Engineering services will comply with County, State, and Federal regulations. Time is of the essence as Weld County anticipates that high water during spring runoff could cause additional damage to project sites. The Public Works Department is looking for ways to shorten the design process and develop an abbreviated set of construction drawings. WEL003.0-42.0A is a single-span bridge that has a clear span length of 75.25 feet. Four concrete girders span between vertical abutments. We do not know the type of abutment foundation (spread footing versus piles). The abutments feature return walls that wrap back parallel to the road with radii at all four corners. The 2010 bridge inspection report gave a Sufficiency Rating of 96.7 and an Item 113 (scour critical) code of 8, which means the structure was expected to be stable under anticipated scour conditions. Consultant staff visited the crossing site with Richard White of Weld County on January 17, 2014. Damage to the shoulder and embankment side slope on the east side of the road suggests that overtopping occurred both north and south of the bridge. The approach to the south abutment washed out behind the back wall (see the post-flood aerial image below). The north abutment wall was undermined. The south approach has been repaired and the bridge is open to traffic. Sagging of the roadway a few feet north of the left abutment wall suggests that scour of the abutment footing may have exposed the fill behind the abutment and allowed some of the fill to become washed out. This may have also been the initial cause of the failure of the embankment fill behind the south abutment. The main channel has widened considerably from the pre-flood condition and is also deeply incised. Work to be Completed Prior to Spring Runoff (Phase 1): • Fill any voids visible beneath or behind abutment footings • Regrade the channel bottom and banks as necessary to cover abutment footings and fill • Remove the fill behind the north abutment and replace with compacted permanent fill • Excavate for, and place temporary rock riprap along both abutments under the bridge and wrap the riprap around the abutments upstream and downstream within the right of way Scope of Services See Appendix A for Scope of Services Page 1 of 3 72140 01/05 Period of Services The estimated construction start date for Phase 1 at 3/42 is April 30`", 2014. Construction should take an estimated 5-7 days. Compensation Consultant shall pay Subconsultant for services as described above an amount equal to the cumulative hours charged to the project by each class of Subconsultant's employees times standard hourly rates for each applicable billing class, plus reimbursable expenses. The total compensation for services is estimated to be $3.766.00. Subconsultant shall not exceed the estimated total compensation amount unless approved in writing by Consultant. The Reimbursable Expenses Schedule and Standard Hourly Rates Schedule are attached and included with Appendix A. Terms and Conditions Performance of Services: Subconsultant shall perform the professional and technical services outlined in the Scope of Services in consideration of the stated compensation and payment terms. Payments: Subconsultant shall submit invoices for services to Consultant on a monthly basis. Consultant shall include the amount of Subconsultant's invoice with Consultant's regular billing to Client. Consultant shall act promptly and responsibly to bill and collect invoices to Client. Consultant shall make payment to Subconsultant not later than 30 days following the receipt of payment from Client. Subconsultant shall promptly pay all bills incurred by Subconsultant in performance of the services and shall not permit any lien or charge to be fixed or filed against the Client or Client's property. In the event of termination, Consultant shall pay Subconsultant for all services rendered to the date of the termination, plus all reimbursable expenses incurred prior to termination. Subconsultant Responsibilities: Subconsultant agrees to perform in a professional manner and to the satisfaction of Consultant the specific services listed in the Scope of Services. The services to be performed under this authorization shall be done by Subconsultant as an independent contractor, and its employees shall at all times be under its direction and control. Subconsultant shall recommend to Consultant the obtaining of such surveys and tests as necessary for the proper execution of the services. All communication between Subconsultant and Client shall be forwarded through or with the knowledge of Consultant unless previously authorized by Consultant. Compliance with Laws: Subconsultant shall put forth reasonable professional efforts to comply with applicable laws, codes, and regulations in effect as of the date of this authorization. Termination: This authorization may be terminated at any time by either party should the other party fail to perform its obligations hereunder. In event of termination, all finished or unfinished data, studies, surveys, drawings, maps, models, photographs, reports, and other documents pertaining to the performance of the services under this authorization shall, at the discretion of Page 2 of 3 72140 01/05 Consultant, become Consultant's property, and Subconsultant shall be entitled to receive just and equitable compensation for any satisfactory services completed on such documents. Documents and Records: All drawings, specifications, and documents prepared by Subconsultant as instruments of service are and shall be the property of Consultant. Subconsultant shall be permitted to retain copies of the drawings, specifications, and documents for reference and coordination purposes in connection with additions or alterations to the services. The drawings, specifications, and documents shall not be used by Consultant on other projects except by written agreement. Copyright: No data, studies, surveys, drawings, maps, models, photographs, reports or other documents produced under this authorization shall be the subject of an application of copyright by or on behalf of the Subconsultant, its employees, or subcontractors, if any. Controlling Law: This authorization is to be governed by the law of the place of business of Consultant at the address hereinbefore stated. Dispute Resolution: Consultant and Subconsultant agree to negotiate all disputes between them in good faith for a period of 30 days from the date of notice prior to exercising their rights under the following dispute resolution provision. If direct negotiations fail, Consultant and Subconsultant agree that they shall submit any and all unsettled claims, counterclaims, disputes, and other matters in question between them arising out of this authorization to mediation in accordance with the Construction Industry Mediation Rules of the American Arbitration Association effective on the date of this authorization prior to exercising other rights under law. Entire Agreement: This document (including referenced attachments, if any) shall constitute the entire agreement between the Consultant and Subconsultant and shall not be amended, altered or changed, except by written agreement executed by both parties. Authorized by: Accepted by: Ayres Associates Inc Yeh and Associates, Inc Consultant Subconsultant .// y.,f2 ignature Signature -Jai" � U ( R. rtac kf Name Name /0y,, Sen;ar Pc0) ec Title Title Date 00/10/1 Date (( Page 3 of 3 APPENDIX A Scope of Services, Reimbursable Expenses Schedule, and Standard Hourly Rates Schedule f' Yeh and Associates, Inc. Consulting Engineers& Scientists April 25, 2014 YA Proposal 2014-P105 Mr. Anthony Alvarado PE Ayres Associates 3665 JFK Parkway, Building 2, Suite 200 Ft Collins, CO 80525-3152 Subject: Material Testing Services Weld County 3/42 Phase I Geotech Support Near Johnstown-Milliken, Colorado Dear Mr. Alvarado: This proposal presents Yeh and Associates. Inc.. scope of work and cost proposal for materials testing services related to the Weld County emergency repairs at the 3/42 site near Johnstown- Milliken, Colorado. Our proposal is based on your request for services and emails exchanged from 4-22-14 to 4-25-14. Means and Methods: We intend to provide materials testing services on backfill material at the abutment listed in your email request on 4-22-14. Our technician will travel to the site when the subject backfill is exposed and removed next week around 4-30-14, sample the in place material, and submit I samples to our lab for testing. Per our discussion we intend to complete Soil Classification (Sieve analyses and Atterberg Limit Tests) R Value and Modified Proctor Compaction tests in accordance with CDOT standard procedures. We will provide those results to you for use in determining the suitability of reusing the in place material. Once appropriate backfill material is located and soil curves are obtained, our tech will return to the site during backfill operations to provide in place density readings. As the overall limits of work are still unknown at this time, we are assuming 2 days' work per your email. The final day of work will consist of Asphalt Patching, and densities can also be provided once the approved mix design is delivered to our Tech. We will sample the asphalt and report the CDOT Form 6 Gradation and Form 69 In-Place Density to you for acceptance once tests are complete. All work will be based on the Yeh 2014 standard rate sheet previously submitted for your review. 1) Quality Control Materials Testing We prepared a construction services cost proposal from our Denver office that describes the scope and fees associated with on-site QC testing of structure backfill and asphalt patching based on information that Yeh received from Ayres Associates, on April 22nd, and 24th, 2014. Please refer to the email for the scope and fee information. 2000 Clay Street, Denver, CO 80211 , (303) 781-9590, Fax (303) 781 -9583 1525 Blake Avenue, Glenwood Springs, CO 81601 , (970) 384-1500, Fax (970) 384- 1501 588 North Commercial Drive, Grand Junction, CO 81505 (970) 242-5125, Fax (970) 255-8512 570 Turner Drive, Suite D, Durango, CO 81303, (970) 382-9590, Fax (970) 382-9583 YA Proposal 2014-P105 Weld County 3/42 Phase I April 25th,2014 Cost Estimate: Our cost for the testing services is summarized below for your information. We expect to deliver the CDOT Form 6, 24, 69, and 212 to you, subgrade material test reports and Asphalt Patching Density and Test Results. The work is broken down as follows: Item Estimated Costs 1) Obtain Samples Day 1 $436.50 2) Soil Lab Tests $900.00 3) Day 2-3 Density Tests $1,493.00 4) Day 4 Asphalt Patch Sampling and Density $936.50 Total 4 $3,766.00 Miscellaneous: Yeh and Associates will perform its services in a manner consistent with the standard of care and skill ordinarily exercised by members of the profession practicing under similar conditions in the geographic vicinity and at the time the services will be performed. No warranty or guarantee expressed or implied is offered by this proposal. Sincerely, YEH AND ASSOCIATES, INC. for Phillip Hull, PE Construction Project Manager Standard Rate Sheet General Conditions cc: File 2014-P105 IAPage 2 of 2 • Effective July 1.2013 YEH AND ASSOCIATES, INC. • FEE SCHEDULE • ENGINEERING Principal $165.00 per hour Engineer or Geologist Intern $60.00 per hour Sr.Project Manager $155.00 per hour Senior Field Engineer/Technician $77.00 per hour Project Manager $145.00 per hour Field Engineering Technician $67.00 per hour Senior Project Engineer or Geologist $115.00 per hour Laboratory Technician $62.00 per hour Graphics Specialist $120.00 per hour Laboratory Technician Intern $50.00 per hour Senior Field Inspector $98.00 per hour Drafter $83.00 per hour Project Engineer or Geologist $98.00 per hour Administrative Assistant $60.00 per hour Field Inspector $88.00 per hour Sr.Specialist/Sr.Engineering Consultant $195.00 per hour Staff Engineer or Geologist $83.00 per hour Expert Testimony and Court Appearance $350.00 per hour (Covers planning and general supervision,field trips, analysis,consultation,preparation of reports,and travel time.) LABORATORY TESTING Natural Moisture Content $5.00 Standard Proctor Compaction(ASTM D-698) $90.00 Natural Density $10.00 Modified Proctor Compaction(ASTM D-1557) $100.00 Atterberg Limit(ASTM D43 I S) $60.00 "R"-Value(ASTM 2844) $350.00 Aggregate Specific Gravity $60.00 Organic Content(ASTM D-2974) $30.00 Gradation Analysis(ASTM D-422) Concrete Compression Test,each $14.00 a. All Standard Sieve to#200 Sieve $60.00 Asphalt Content b. Less than 1.5"Down to#200 Sieve $50.00 a. Ignition Furnace Calibration,Per mix $350.00 c. Percent Less Than#200 Sieve $30.00 b.Calibration of Nuclear Asphalt Gauge $350.00 d. Hydrometer Analysis, add$55.00 c. %AC $75.00 Swell-Consolidation d.Gradation $75.00 a.Loaded to 10,000 psf $50.00 Maximum Specific Gravity(Rice-AASHTO T-209) $65.00 b. Per load in Addition to 10,000 psf $5.00 Bulk Specific Gravity(AASHTO T-166) $40.00 Soil Unconfined Compressive Strength(ASTM D-2166) $35.00 Fracture Faces $75.00 (Sample pick-up and preparation of remold samples for applicable laboratory test above will be billed at hourly Laboratory Technician rate) MISCELLANEOUS AND OUTSIDE SERVICES Full Time Auto or Pickup Mileage $25.00/day+$0.55 per mile Auto or Pickup Mileage(Less than full time) Current Allowable IRS Rate Equipment Rental,etc. Cost+10% Geotcchnical Drilling Subcontractor Cost+10% Traffic Control Subcontractor Cost+10% Special Laboratory Testing Cost+10% Out-of-town living and travel costs(Less than 3 days): Meals,Airfare,Lodging,Car Rental.Parking.Toll,etc. At Cost Out-of-town living and travel costs(Longer than 3 days): -Airfare,Lodging,Car Rental,Parking,Toll,etc. At Cost -Per Diem Current GSA CONUS Rate Other outside Services Cost+10% Interest charged after 30 days from invoice date 1.5%per month Accepted by: Date: Effective January 1, 2009 GENERAL CONDITIONS INVOICES • Yeh and Associates, Inc. (Y&A)will submit progress invoices to client monthly and a final bill upon completion of the services. Invoices will show charges for different personnel and expense classifications.A more detailed separation of charges and backup data,such as timesheets and invoices, is available. Each invoice is due on presentation and is pasEdue thirty(30)days from invoice date. Client agrees to pay a finance charge of one and one-half percent(1-1/2%)per month,or the maximum rate allowed by law,on past-due accounts. SAMPLES All samples of soil and rock will be discarded thirty(30)days after report submittal. Upon Client's written request and authorization, samples will be delivered in accordance with Client's instructions,or stored for an agreed charge. RIGHT-OF-ENTRY Unless otherwise agreed, Client will furnish right-of-entry for Y&A to make borings, surveys and/or explorations.Y&A will take reasonable precautions to reduce damage to property. However, it is understood by Client that in the normal course of work,some damage may occur. UTILITIES Y&A will request responsible utility owners to locate oft-site lines.Client agrees to be solely responsible for designating the locations of all utility lines and subterranean structures within the property lines of the project.Y&A will not be liable for damage to subterranean structures(pipes,tanks, conduits,wires, etc.)which are not correctly located on or off the site. JOB SITE Client agrees that the construction contractor will be required by Client to assume sole and complete responsibility for job site conditions during construction of the project, including safety of persons and property.Client further agrees to indemnify and hold Y&A harmless from any and all liability in connection with the performance of work during construction of this project,excepting liability arising directly from the negligence of Y&A. Client agrees that Y&A shall not be responsible for the construction contractors means,methods,techniques,sequences or procedures, nor for the contractor's failure to construct the project in accordance with plans and specifications,applicable codes, and/or with generally accepted construction practices. REPORTS Reports, plans and other work prepared by Y&A remain the property of Y&A.Client agrees that all reports and other work furnished to the Client and his agents not paid for will be returned upon demand, and will not be used for licensing, permits,design and/or construction. WARRANTY Y&A agrees in connection with services performed under this Agreement that such services are performed with the care and skill ordinarily exercised by members of the profession practicing under similar conditions at the same time and in the same or similar locality. No warranty,expressed or implied, is made or intended by rendition of consulting services or by furnishing oral or written reports of the findings made. Client recognizes that subsurface conditions beneath the project site may vary from those encountered in borings,surveys or explorations and that information and recommendations developed by Y&A are based solely on the information available to it.Any exploration,testing,surveys and analysis associated with the work will be performed by Y&A solely to fulfill the purpose of this Service Agreement and Y&A is not responsible for interpretation by others of the information developed. Risk Allocation Y&A's potential liability to Client and others is grossly disproportionate to Y&A's fee due to the size,scope and value of the project. Therefore, unless Client and Y&A otherwise agree in writing in consideration for an increase in Y&A's fee,Client, including its directors, officers, partners,employees, agents,contractors and their respective assigns, agree to limit Y&A's liability(whether arising from contract,statutory violation or tort)to the greater of$50,000 or the amount of Y&A's fee. This limitation shall apply to all phases of Services performed in connection with this Project whether subsequent to or prior to the execution of this agreement. In no event shall Y&A be liable for consequential, incidental or special damages. DISPUTES Should either party hereto bring suit in court to enforce any terms of this Agreement, it is agreed that the prevailing party shall be entitled to recover his costs,expenses and reasonable attorneys'fees. Accepted by: Date: RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - WEL-BR3/42A) PURSUANT TO AGREEMENT FOR DESIGN SERVICES (IMMEDIATE NEEDS PRIOR TO SPRING RUNOFF) AND AUTHORIZE CHAIR TO SIGN -AYRES ASSOCIATES, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Work Order Form (Flood Repairs - WEL-BR3/42A) Pursuant to Agreement for Design Services (Immediate Needs Prior to Spring Runoff) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Ayres Associates, Inc., commencing January 13, 2014, and ending April 30, 2014, with further terms and conditions being as stated in said work order form, and WHEREAS, after review, the Board deems it advisable to approve said work order form, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Work Order Form (Flood Repairs - WEL-BR3/42A) Pursuant to Agreement for Design Services (Immediate Needs Prior to Spring Runoff) between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Ayres Associates, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said work order form. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 7th day of April, A.D., 2014. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO /I ATTEST: dotty tt r� �fi CUAVM ✓ � .l�p.rC Douglas Radema er, Chair Weld County Clerk to the Board T L- ' rbara Kirkmeyer, Pro-Tem BY: t .i ...fir is : �. � j� De.fty Clerk to the Bo J it =n P. Conway APPR D S TO : %40, ��. - Mike Fre tt ey 2 �� / William . arcia Date of signature: hike OC: FL I ACCT,OEV GS,eft RAW vW(Om,u, ) 2014-1084 kl IS-I4 EG0070 BC0045 WORK ORDER FORM (FLOOD REPAIRS) PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND AYRES ASSOCIATES INC. DATED: February 7, 2014 Work Order Number: Ayres - 7 Project Title: WEL-BR3/42A Design Services (Immediate Needs Prior to Spring Runoff) Commencement Date: January 13, 2014 Completion Date: April 30, 2014 Limitations on compensation: Not to exceed $28,900.00 Professional agrees to perform the services The attached forms are hereby accepted and identified above and on the attached forms in incorporated herein: Exhibit A — Scope of accordance with the terms and conditions Work, Exhibit B — Cost/Fee Breakdown, contained herein and in the Professional Exhibit C — Proposed Schedule. Services Agreement between the parties, dated January 13, 2014. In the event of a conflict between or ambiguity in the terms of the Weld County�blic Wqs De • ni Professional Services Agreement and this work G E order (including the attached forms) the By: /qt _ V Professional Services Agreement shall control. Project Manager r., -4 Z - ! 4- Date: By: Ayres Associates Directo ublic Works Inc.#Z Date: . - I7 - 1 By: ,,yf Title: // a lief e / eg galDaØ4/ te: 7`" CL" Doug as Ra emacher1BOCC Chair _ APE ?Ot4 / stea. ..t1F., ike lI fit l :_ S� Weld County Clerk to the Board it 'I' ,,, API KUJiIa •41%,�Jlijti� Deputy C erk to the Board 2014-1084 AIRES Ayres Associates Inc ASSOCIATES EXHIBIT A- SCOPE OF WORK Weld County 2013 Flood Recovery WEL003.0-42.0A County Road 3 over Little Thompson River Structure Description: This single-span bridge has a clear span length of 75.25 feet. Four concrete girders span between vertical abutments. We do not know the type of abutment foundation (spread footing versus piles). The abutments feature return walls that wrap back parallel to the road with radii at all four corners. The 2010 bridge inspection report gave a Sufficiency Rating of 96.7 and an Item 113 (scour critical) code of 8, which means the structure was expected to be stable under anticipated scour conditions. A pre-flood aerial image of the crossing site is shown on the left below. The photo on the right below is a field photo taken after the flood. ..: dF d Sl A' L� "3�H Ag i"'itL 4N u.. b fJ �•fr �,-„ @@ "gnK,` m 'P"� '� � `3$`M. .^`,vYP. } 5 r i .fi pY 'gyp y�'- �d,e "f e 1R"z�� d• ., y L Fa-„?.c^3..wei. el" r mt c H 1 au r ,- Flood Damages and Ongoing Issues: Damage to the shoulder and embankment side slope on the east side of the road suggests that overtopping occurred both north and south of the bridge. The approach to the south abutment washed out behind the back wall (see the post-flood aerial image below). The north abutment wall was undermined. lP• lam.. t'r A ea b 3i ')J w9 ,.^ $ ...y,: c X Mme,%'-:@ «r, AYRES Ayres Associates Inc ASSOCIATES Ayres staff visited the crossing site with Richard White of Weld County on January 17, 2014. The south approach has been repaired and the bridge is open to traffic. Sagging of the roadway a few feet north of the left abutment wall suggests that scour of the abutment footing may have exposed the fill behind the abutment and allowed some of the fill to become washed out. This may have also been the initial cause of the failure of the embankment fill behind the south abutment. The main channel has widened considerably from the pre-flood condition and is also deeply incised. Prior to the flood, rock riprap was present along the downstream sides of the abutments and in the river channel. This revetment was likely placed as protection for an irrigation pipeline that crossed the river just downstream of the bridge. The presence of an exposed manhole, failed pipe segments, and displaced riprap downstream of the bridge indicates that the pipeline was exposed and destroyed during the flood, which was later verified by the local landowner. Work Recommended Prior to Spring Runoff(Phase 1): • Fill any voids visible beneath or behind abutment footings • Regrade the channel bottom and banks as necessary to cover abutment footings and fill • Perform borings to examine the condition of the embankment fill behind the north abutment (County drill rig crew) and determine whether voids exist anywhere in the embankment section (this work should be performed as soon as possible in case an unsafe condition exists beneath the pavement) • If voids are found, remove the fill behind the north abutment and replace with compacted permanent fill • Excavate for, and place temporary rock riprap along both abutments under the bridge and wrap the riprap around the abutments upstream and downstream within the right of way • Survey the right of way and the roadway within the right of way from 250ft north to 250ft south of the bridge the bridge surface and under the bridge and along the embankment side slopes Work Anticipated for Phase 2: • Remove and replace the fill behind south abutment (emergency repairs included the use of concrete rubble as part of the embankment fill at the base of the abutment- there may be significant voids in the fill associated with the use of the concrete rubble) • If replacement of fill behind north abutment was not performed during Phase 1 it should be done under Phase 2 because of the settled condition of the road • Perform a new contraction scour analysis. • Place properly sized riprap, designed per HEC-23, around both abutments and along the return walls (riprap should be toed down below contraction scour depth) • Determine the condition of the asphalt on the bridge deck and replace if necessary • Place rock riprap along the right bank extending from the south bridge abutment wall upstream for 50 feet AVRES Ayres Associates Inc ASSOCIATES Potential Phase 3 work for Betterments and/or Resiliency: • Replace the bridge with a structure designed to current standards Detailed Scope of Work for Phase 1: 1. Kickoff Meeting. Ayres project manager/engineer and geomorphologist will meet with County project manager at County Public Works office. 2. Site Assessment. Ayres project manager/engineer and geomorphologist meet at the site with County project manager to observe current field conditions, assess geomorphology and discuss what emergency repairs were done. 3. Survey. Conduct boundary survey of the right of way limits and topographic survey of the road pavement and embankment within the right of way from 250ft north to 250ft south of the bridge, a survey of road and bridge surface, channel bed under bridge and along the embankment side slopes. Process survey data for use on design plans. 4. Prepare brief environmental documentation for permitting the work at this site. 5. Progress Meeting. Conduct one progress meeting with County project manager at County Public Works office. 6. Design. Develop design of Phase 1 grading, void filling, temporary riprap and (if determined necessary for Phase 1) removal and replacement of fill behind north abutment. 7. Plans and Deliverables. Prepare abbreviated Phase 1 drawing set along with special provisions as needed. Estimate quantities and prepare engineer's estimate of probable cost for Phase 1 activities. Also prepare a ROW Plan to cover anticipated work through Phase 2. 11 cco o N N e M/ e r N r N V 69 ER 49 N f // O YY$ '� N N N VI COh hx = or- r N f a N g! + O c7i 6, 69 GI H° LO 61 O I CoC') N- w m m : r in h h 1 Ii 6, 69 69 49 N h ry ° w a °w °w °w t° 1. o o U° a o o a 0 0 0 0 t. T CO w 9 Ci r 9 : w ft> yr 69 69 69 .:w71 r CO CO Co N 0 a % L_ _ N m a °w w w 69 o w to es » I . o _m m ` .'ii a a i a N 0 co co 0 Ii a � Com0 � 69 � CO '9696, 6, I CoC o 5' 69 N M N c LL U rr N c o 2 d t y d �.; 69 69 (9 69 e �. O f Co N 0 co R O C co O CI- a U7 0 = CO s d F- w. m 0 E c c c c. c. up co c 0 0 0. N w 69 » w wOD Co m � 69 w 69 LO °i w a r f Y f co o h v > r A ° o o O N -I CI' "1- < O Lit (9 69 (9 C9 N O ,.gr-,.; Coa r in J a3 . d 69 69 0 GS 69 ES 69 . LOh 0 0 0 _ N w w w Co co _ O O N a m r Co N r a T ,i ° lJ�f�. E9 f9 09 69 V3 69 "S a W N r- o 19 0 N co 69 Co r° 69 °w 69 o w w «z es I a v v N G9 N 6 N 69 69 69 Y.Y: r o Co ' O _ }L ti a a s e 2 2 ,„ m a �' ' m r N .y ' Q . 'j N o N W u m �{�1 1- W p C W H 5 LL « i C C_ O O 1 U d c m u W O r CO 0 i O W c (,.i W H y 0 2 is in 3 3U f9 ° F .,, o { N
Hello