Loading...
HomeMy WebLinkAbout20140389.tiff RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR17/34A) PURSUANT TO AGREEMENT FOR DESIGN SERVICES AND AUTHORIZE CHAIR TO SIGN - ICON ENGINEERING, 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 - EM-BR17/34A) Pursuant to Agreement for Design Services 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 Icon Engineering, Inc., commencing January 13, 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 - EM-BR17/34A) Pursuant to Agreement for Design Services 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 Icon Engineering, 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 lOrd day of February, A.D., 2014, nunc pro tunc January 13, 2014. BOARD OF COUNTY COMMISSIONERS E LD COU Y, COLORADO ATTEST: d C£( reco;a g Q`�"� r Weld County Clerk to the Board �� l ; (4,0�'arbara Kirkmeyer, Pro-Tem BY: 1 �.. 1 � 1 Vii • uty Clerk to the Bo i 1 .-t tXCUSED an P. Conway fir. 5W APPROVJD AS- QRM %®I i cr ' - Mike Freeman ) ty �- unty Attorney William F. Garcia Date of signature &.o?LO• 14 LEA-PLO OE Ivy 2014-0389 EG0070 •a ' t4 BC0045 WORK ORDER FORM (FLOOD REPAIRS) PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND ICON ENGINEERING, INC. DATED: February 6, 2014 Work Order Number: ICON -3 Project Title: EM-BR17/34A Design Services (Immediate Needs Prior to Spring Runoff) Commencement Date: January 13. 2014 Completion Date: March 30. 2014 Limitations on compensation: Not to exceed $40.242.00 Professional agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties, dated January 13, 2014. In the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this work order (including the attached forms) the Professional Services Agreement shall control. Weld County Public Works Department The attached forms are hereby accepted and / incorporated herein: Exhibit A — Scope of By: (; / Work, Exhibit B — Cost/Fee Breakdown, Project Mitnager Exhibit C — Proposed Schedule. Date: g2 / 7 / I i ' 0 ICON Engineering. Inc. By: LAlr„ 1;://_i(k2- , '-- County Engineer / By: �' Date: 2 7/4 Title: President By: Di r of Public Works Date: 2 / / Date: 2- 7- Douglas Rade er, BOCC Chair onswa'.,% FEB 1 02014 /,‘ 4 ♦ I • �� ATTEST: n5� 1 r�444 S G �• �eo-rt i . 4"L. �1 Weld County Clerk to the Board ,; �H' '�Y ✓I Bye ndA� . S-ParrHrS Deputy lerk to the Board 2014-0389 - I - ICON Engineering, Inc. II[ (C o 1 \` ENGINEERING, INC. EXHIBIT A—SCOPE OF SERVICES Weld County 2013 Flood Recovery EM-BR34-17A-CR34 Bridge Over St.Vrain Revised 2/04/14 Structure Description: This bridge dates back to 1960, and the 2012 Bridge Inspection Report reported a sufficiency rating of 63.4 prior to the flood. The bridge has six spans over a total length of 294-feet. The bridge is constructed using precast concrete double tees with a concrete top slab overlaid with asphalt. The driving surface is slightly less than 30-feet wide and is protected on both sides with galvanized W-Beam rails 24-inches high supported on steel posts. The tees are supported on piers composed of concrete caps topping 5 parallel placed 8" x 8" steel H Piles. The depths of the H Piles are not known and construction drawings have not been located. Precast concrete panels have been placed between the flanges of the H-Piles as spacers. Apparently, these panels originally were sized in height to snug up against the pier caps, extending down to the creek bottom, supported by the soil. However, several of the panels (most notably at pier 3) have slid down to create openings between the bottom of the pier caps and the top of the panels. Although not measured, the gap between the top of the panel and the bottom of the pier cap at Pier 3 appears to be approximately 4-feet. We _— believe that this is an indication of scour that has occurred near the bottom of the t panels. Comparison of the available pictures from Inspection Reports prior to ;` , F the 2012 report indicate that the gap has I _ . - -t recently increased significantly, although f it is difficult to conclude that this is solely • contributable to the 2013 Flood. The + r. : picture to the right shows erosion at the "r r eastern abutment, and the degree to which the panels have slipped on the v piers 2 and 3. This also shows that 4:. typically the upstream panel was - ' _` ____ subjected to the most slippage. " It is reasonable to conclude that significant scour occurred during the 2013 flood. The photo to the right, taken in 2012 depicts a river depth of several inches. The river bottom during our site — visit could not be seen from the surface and is surely at least several feet deep. Because scour occurred at the banks during � the flood, it would be illogical to assume scour was not magnified at the piers. - This bridge withstood the 2013 flood event in that it was put back into service without structural repairs. However, the roadway, particularly to the east, was significantly damaged. At the time of our site visit, there was no obvious indication that the bridge had been overtopped by flood waters, however the damage to the road and signs of debris deposits certainly indicate that the depth of water exceeded the bottom of the pier caps. The picture to on the next page was provided by the County and is indicative of the road damage immediately after the flood event. Emergency repairs to the road were conducted to ICON Engineering, Inc. ][ (C o 1 \` ENGINEERING, INC. rebuild particularly the downstream shoulder, however there were places where the entire road section needed repair. We believe the bridge piers' structural adequacy must be evaluated immediately for several reasons. The bridge was deemed Structurally Deficient in the 2012 NBIS inspection. This was primarily due to the conditions of the steel piles at the piers. The piles J exhibit significant section loss due to corrosion and local buckling of the flanges. Two additional seasonal cycles of deterioration coupled with the recent scour may have reduced the supporting capacity of one of more of the piers. The only documented rating from previous inspection work was done "visually" in 1984. No analysis of the pier substructure has ever been performed since the original design to our knowledge. Work Required Before Spring Run-Off: With respect to the bridge, it is our belief that the recent flood has shortened the serviceable life of the bridge and that County should contemplate replacement. Without further structural analysis, it is difficult to say what the impact of this spring's runoff will be on the integrity of the bridge. As a result, it is our recommendation that the bridge be studied in greater detail during subsequent phases prior to initiating significant expenditures for repairs. It is our understanding that CDOT is currently starting the 2014 Bridge Inspections, and it is our recommendation that this bridge receive a high priority. Depending on the result of that inspection, the scope of services associated with this bridge may need adjustment. The bridge should be monitored for any signs of distress during the spring runoff. Temporary riprap should be placed to protect the east abutment and at least pier 2 and 3. This will allow time to determine if further temporary stopgap solutions should be implemented after the peak runoff. Although the roadway received emergency repairs, in places we have noticed distress to the new roadway embankment and roadway paving. It si our understanding that County crews are addressing these issues as a separate initiative and therefore we do not have a role in designing these improvements. Given the substantial damage that occurred to the roadway, and the emergency conditions under which the repairs were undertaken,the majority of the road is in remarkable shape. Work Required To Return Assets To Pre-Flood Conditions: Depending on how long construction of a new bridge is delayed, it may be advisable to provide temporary pier support(s) such as advancing additional caissons up and downstream of the most at risk piers and extending the pier caps to bear upon the new caissons. Since design / construction drawings are not available, we suggest that the depth of scour at the piers should be determined through underwater inspections (if depth of water does not allow visual observation or soundings) and sediment sampling, and in addition, a limited geotechnical investigation to determine engineering characteristics soil layers and depth to bedrock. Calculations can then be made to estimate capacities of the existing piers (with assumed depths of piles). This will also provide important information to aid in the design of a replacement bridge. ICON Engineering, Inc. 1[ (C(0)N ENGINEERING, Inc. We do not foresee any advantage of additional work on the bridge for this phase of work, if the bridge will be replaced in the reasonably new future. However, if the proposed analysis indicates that piers are not satisfactory for the short term, then this phase of work may be expanded. As a result of the roadway embankment work, the unpaved areas of the shoulders lack vegetation and would be subject to erosion from surface runoff. Additionally, if the St. Vrain Creek flows again exceed the bank capacity upstream of the bridge, then the roadway would again be overtopped, with likely similar results as occurred from the 2013 event. Consequently, it is our recommendation that the integrity of the roadway embankment be confirmed, and that armoring of the northern shoulder and revegetation both shoulders should be completed. Additionally, the erosion damage at the upstream face of each bridge abutment must be addressed. Due to the relatively high flows at the time of our initial site visit, we were not able to determine the degree of scouring that occurred at the bridge piers, although it is clear that the creek bed does dip at the piers. We recommend that an inspection be made of the bridge and scour holes to determine if significant changes have occurred to the structure when compared to earlier inspections. Work Required For Mitigation or Betterment: We believe that the bridge should be replaced. Regarding improvements to the roadway, there was very significant damage to the roadway caused by flows that escaped the channel well upstream of the bridge. Increasing the flow capacity of the bridge will not significantly improve the situation, unless the upstream channel capacity is likewise addressed to confine flows. Examining aerial photos of the upstream area appears to show an abandoned meander in the creek and that historically the creek would have crossed the roadway approximately 1000-feet to the east of the bridge. At this location, the roadway is approximately 6-feet lower than the driving surface of the bridge. Adding a new culvert at this location is somewhat problematic due to the fact that the low spot in the roadway is very broad and flat (over 600-feet at essentially the same elevation), which would mean that a collection channel parallel to the road on the upstream side would also be required. If a culvert at the low point is not constructed, it is our opinion that significant overtopping of the road can be anticipated, almost regardless of the bridge capacity. The frequency of occurrence to this overtopping can be estimated by completing a floodplain analysis of the upper reach of channel. The County may wish to consider increasing the channel capacity of creek upstream of the bridge where flows breakout in the abandoned meander as an option or supplement to providing hydraulic crossing capacity at the roadway low point. Right Of Way Needs: Construction access easements should be obtained on both sides of the bridge to allow repairs to the erosion in this area. It would seem best to have a construction staging area on the north side of the bridge on the western side. Discussion will be held with the County to determine if these easements should be temporary or permanent in order to provide future maintenance and or construction of new bridge. We anticipate that the roadway repairs will be limited to County ROW. In the event that the mitigation / betterment repairs are initiated, additional temporary access easements may be needed if a roadway by-pass is required to keep the roadway open to traffic during construction of a new bridge. Construction sequencing, constructability issues: We do not foresee significant sequencing or constructability issues for the first phase of work. It will be necessary to schedule construction and sequencing in order to allow the construction contractor to perform dewatering operations as the erosion damage at the west side of the north abutment may extend down to the water's edge. If the ICON Engineering, Inc. ][ lC 1O) 1 ENGINEERING, INC. flows in river are too high to dewater effectively we may have to wait to complete construction on this site. Detailed Scope of Work: We envision our work to follow the general outline below. Pre-Design Tasks: 1. Meetings: Common to all projects will be attending weekly meetings either as a participant with the other three consultants, or separately as a part of the projects specifically assigned to ICON. Meetings with the other consultants are assumed to be held at the Weld County Public Works office, while the ICON specific meetings are assumed to be conference phone calls initiated by ICON. These meetings are assumed to be held starting on January 28th and running through the first phase of design. 2. Obtain Base Mapping: We will prepare base mapping using the available FEMA LiDAR information flown after the flood event. Additional field surveys will be required to pinpoint critical elevations and locations of improvements. 3. Utility Research: We will request utility maps from owners known to operate in the area, and will plot the locations based upon the provided information. This information will be further refined by field surveys of exposed lines (if any). We have included an allowance for 3-potholes. 4. Geotechnical Investigations: None with this phase of construction 5. Environmental Permitting Evaluations: ERO will prepare a listing and opinion of need for all/any environmental permits that may be required for each phase of work. Accompanying this subtask will be confirming letters from applicable review entities. (Note: it is assumed that no Individual 404 Permit is required). Phase 1: Design Work To Be Done So Construction Can Be Completed Before Spring Runoff: 1. Detailed site visit 2. Prepare Hydraulic Analysis of proposed improvements (Note: We assume that a no rise situation will result,therefore no FEMA LOMC required). 3. Prepare plans for proposed improvements (described herein) 4. Review 2014 Bridge Inspection Report to be prepared by others 5. Prepare sketch plans for temporary riprap placement at piers and abutment 6. Write-Up Bid Documents: ICON will provide the following pieces of this type of bid documents: 1. Contract Drawings 2. Bid Schedule with bid items and quantities 3. Project Special Provisions 4. Standard Special Provisions (Index only) In addition, we will provide necessary detail drawings and notes as required to properly estimate, bid and construct the improvements. Where possible these are anticipated to be 8- 1/2" by 11' sketch drawings. 7. Coordination with local land owners 8. Coordination with ICON Team Members 9. Quantity Estimates 10. Unit Price Cost Estimate 11. Submit Draft Plans and Specifications To County 12. Revise and resubmit Phase 2: Design Work To Return To Pre-Flood Conditions Note: the scope of work required to design the work needed to return the site to pre-flood conditions will be covered under another work order. ICON Engineering, Inc. 1[ C(0)N ENGINEERING, INC. 1. We anticipate drilling eight exploratory borings including 2 at the existing bridge abutments to depths of about 40-feet and six shallow borings along the roadway. Holes at the bridge will be taken to bedrock, and the roadway holes will be shallow to the depth of undisturbed soil. Cores will also be taken of the asphalt (both in undisturbed and repaired areas.) 2. Perform structural design calculations to assess bridge pier adequacy for spring runoff 3. Depending on results of tasks 2 above, perform structural design for pier retrofit 4. Prepare structural plans for pier structural retrofit (if needed) 5. Prepare plans for roadway embankment removal and replacement(if needed) 6. Prepare plans for roadway shoulder revegetation and stabilization 7. Advise County as to potential bridge replacement type and costs Phase 3: Design Work For Mitigation / Betterment Work Note: the scope of work required to design the work needed for mitigation / betterment will be covered under another work order. At this time, we foresee it including: 1. Design of a replacement bridge. 2. Consideration of a major channelization upstream of County Road 34 to better contain flood flows in an established channel. 3. Consideration of a large capacity culvert crossing at the low point of the roadway. r- 45 ,-- ✓ CO CO N 'Cr CD O CO 0 CO N CO CO ICT CO CD r (D (D N- V) CD ti r N CD CD CO M CO M CO N 0 O N CO N LO N O) ID In N. N IN. M N Cn CO CO O N Cr O) to h O) O Cn O O r O CA r N. M CO O 0 N O Et a0 r w to Co CD CO CR r r to N 'Et Co r CD (n co) r r CD O CO CO CO CD C[) N. N r r to h N [1 co N O N O Q CA CA r.; t19 tR fA 5 r CY [fl IA N 69 t19 ,d: (A CD to to N r r r M to N CA 6R t19 Vi !A IA to IA 1- CD IA (n DD N O 4!i to CA to CA CA CA CA to to to W r CA W. M to tTr o Q 0 to CA to X F- O _ ••'' 0 0 0 0 0 0 0 0 0 0 0 CD N 0 0 CO 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 70 C to CA to CA CA to C!9 to to r W CD CO M to 0 to CAS to to 0 FA CA N to to CA to CA to CA to to to to U O CO O M O N WO N CO Q J -01i•-• '.., CA CV r r (A N O O CD F- O N O aA CA CA t�C) to ^ to to C F- C O CA CA to M U c 0 c - - - - ; - O N O Y U 0 N N 0 N O 7 T ` l--_ m� U L CS I r"'1 N 0 O coO -C L 17. O '0 0 00 p Off o0 O /'1 OE It_ (7) O r r r N (A (A to W ° ,, LL O W " Li (22 .c '- c 0 0 0 0 �c j I u) ) 4 T cot ill p----4 A— a) c a)W ) - ' 0 m c � •c a) C O O co CD L (a O U re CD O O CD • W %N � ' ,-.• CO a (n Eca 0 0 0 0 C 3 0 (A (A 69 CA co Y (n .. Q 7 (n 1/2 C O 0 O0 co co a r 0 r r a) I Y o C - N r 0 o r to Z r r co- CO O 3 CA to co CA Cl) Co 1 _ . Cn N O O � CD CC) co a) C. C a C O 0 0 O 0 W (j) N• N 69 69 N. a a) CA (A CA cm V r ✓ CO CO N 'Cr CD a co a co CD CD CO N' O CD to r CD CD IN Cn CD IT )n r N CD CD CO M an M Co N CD O O N N CO N sin (LI Cr) Cn )[) t•••• r t• CD CD to NT CO CO N• O N Cr C)) U) N. O M O LO O O r O (n to r r- M (n Cn C6) Co r to (n M to en u9 N r r r Cr M N r Q) CD to M r r 'Cr CD CD M M CD CD (n h N r r to LO CO ' Tr N N Z C) (A CO ' to CA to CA " CA to to to to to to to 1A to to " CA " to CA to to CA 6H to N. (a O (6 r r M O N r r r r r [T In In N N •� (A CA (A r to CA to CA to (A r to CA O - O F- a) to to (r a N '4 2 a ) =l ai a) U O 2 C) en O O O r N Cn U) O O O O r 3 O W t O Li (-) U> CA (A r CO V' (A (A CA CA (fl (A 'CT 2 U (A CA CO to U) a — r O v 73 6 O 69 N N M IC V r r r r N C0 CO 0 CA r CO 0 Q S CA Cfl CA U) (3 • • • - — - (a E U) O O = 0 0 0 0 0 0 O O 0) O Cn N C7 Q O V V V N U) co Cn O (n N CV- U) U = CO to -a C O . . . . . . . — v O O Q ? CO m ca -a c in 0 0 O 0 O a O O 0 O (n Q U Lo 7 0 r 0 O CA O co 0 O O N N C V- O (A S in in U) Ili , M a) a • l" to 69 .C cc I o m a) a t (v o 2 a) C — C(pO 3 0 O in o O o O v tN H 0 ..4- M O CA O W M W w c `A = co CA m Z W > p . . . . — U) O L C _ rco O O O O o p O O in p -Oa 0) — r O O co M N U) CO O CA LC) 3 03 C CA S CO CA O W _m I- ____ —M C W O C N• O M 3 O O M O O O O O M O O cor U X , _ (A = r r V VCV In r. O CA r r O O C (A to W 0W a Co -- r N _ O C , NI C '(73 O 3 0 O o 0 0 O O 0 o 0 O M 0 CO C- r 0 O in M (O V V N th N 0 W N E o C = W to To cn a W O a — O (a = a C n_ O N t/) U) co Co C/) O 7 0 0 0 O U) U) 0 O O 0 O CO O O O O O O U) U) 0 O O U) U) O LO co 0 0 n• N ,C r 0 N N 4 r O O r r N- V' N O r N CO CO r r O O N r r 0 0 M Le> O (n O O c es S (A CA (A CL W f9 v) co N to .Q O O O O U) O 0 0 0 0 0 U) N 0 0 C7 W 0 0 0 U) U) 0 0 U) o O a) 0 0 W W C r O r M co r O r r r N r r tri N r r r 0 r r N 0 0 r r 0 r rr in O Cfl N (A S (n CO CA E a E co co ` d i O co F— Y O Co) Ca LL o O O _ cu � _ 2 Z 2 0 O U rn ;° . COcis 0 To ;� 2 J O O F- O F- O H J F—c c Q C F' a F" O ~' r F- O Co 3 O .6 m a) O (n r 00 F— > L P— a) L a) 'rn U its a) (n I-- .c = (n O L a 0 (a 0 F•- 0 Cr E O a s z .93 O o 0 o w o �, ca n > _c a) o u. d a O c O (n a) 0 ., a c c O 0 >. 0 � .C 3 C 3 a 0 c) (.) > c a (n ~ E a a) a) o. .c a) O .- (a >, O Y y j., .y, ca a) C c4 to O 0 U 'L U C Y O U N C C '_ a t C Cn C �+ O O O E 4. c O a m a . O N a 0 y V) ° o . _ cn O U a M 3 N LL U X C 3 a O O a+ O Ca v0i mcb c c O d C E C O a a a' i LL O O a) 'a CO :4. a) a ca .-' (n y a) a c ('7 a' 0 (a a y C O C U C CO .C - a) U— tiD) O c O r .> , >, a E 'x .3 a O i r m c Q `CO c ca cca c C 00 N c . O 2 0 w (La c co .. N c a) c .- .c °' •3 o " d a (on U 3 _ y U O O (a co co 0 O •0 ... O Ca CO O •c (n c U a L 0 f6 > U a)L. E O w d (a 2 a aa) •c co >O m - ' C) U V > d > >. C) CO :E -0 OL UO co a) a) 13 CO d c C c a (a .c a) > L ' ° N c LL (6 LL L E O Q . a) c CO O J 3 N c F— ` N o a c O O W (a O « O a (n re U ►� c v C c to c E c r Z (� •rn E N a c O (n a w (n 3 c a (n r r .� a p t c o o O • O z •� H d w c `° U rn _ (° y U y m (`a a O a p to (v O '.') M d '.0- C CO y U a) .:. O CO p O U O c d >, O CD L a O c (a Y 13 p c O E 'a > V > _LL V a o a m CO` ° �, 4-. c M —cu > ° n r E O c •°) a > O a E a) m U) 1-_• OU 0 c c An m O m o a - m j �c ►. CL M _ - 0 CD it a) .c .._. 0 O O a 3 Q (n 1 R " L 7 a y v) o cn U U l� a) (n O a) cu a) — +_' :. c -. m m C (a u) C O O O .. C m 0 'a V) 'a O 'a L W c a U a U cn Q W as a (n j = c •CV _ m m ' m W m > c ac) 4._ U t > m co v .�` ` •� o .o v .O c a `a-) U) m 7' C Y �, a 0 -6-. 2 O O O .O. +-' O o ow mica O E .. U ' s U c O O c c « .. O 'a L 'a L :_+ U) O (� a) .+ (n (n ca C ac+ U O .C 3 Y a CI' N C CO C a) C 0 Ch a CO C V) O ca L - co ' (Ca co O CO a Ca U E U a F— W O ti U (1) .- 2 — (o O O O V) (n O c ' OL C O >. .c f _a) R c O •a a to a ≥ U) N 7 O O .C _d .c _O o ,5 p V a. W O O a1 > O (7 J U a a W LL a ` O a s a a) O 2 a Q a' F- 5. 0 m U a U U) M W M W U y 0 a W F' < Y O o (n — a) a>i > o O E E '7) co c t 2 Q ) Z aU W d a_ a. — a W ° QF- 0 dQ ca ('3 tip ctS � La Ua a W a' J a' S Q a r N M NT r N M U a r N t`•) 4 Cn CD t\ CO (T) Or r N M 4 (n p u. CL U n. U O _ Q CO U 0 ui lL U 2 _ - Y J = Q m _ a r v r 0 N LO N CO / / 7 ?` CD CO % / / \ o to w co w '- CO EA EA C° C CA r 2 E4 CV- O n CO m N / \ \ © '- 72' % % \ k ® 69 v. 2 LI r — n / Ts a 0 / J CO k EA 40 I \ CCD 0 § t � k < k \ I.-_ cn � E $ / co ; 47. C) , n m0 # CO 2 Nt- .... k X . U3 � > / 0 k \ 69 k m 0 Z% cq - r m ® ® Jf § ,_ § O e 0 u E au § 2 Gv / / G EN C • r � � � ,- # & r � ir- / / / � � 64 w ° � � (n > � a) re \ / / / ■ « 0 0 0 0 0 = , n99 0k cNi c6 69IA•69 J GEA 0 I % / k § E o- CI cn / _ o 2 TA / m % k % b >' >' E @ § \ / / S 2 $ o Q. ?$cr) \% 0 2 f ® 8L� k �Ifkb$ m � To �_k_�_o,/. � i 2 a a a. 0 w i 03 r-I C crt e1 ni I5 p > _ LID e-+ C.4 ir I O C1 _0 O J Cr /? CO t 17 £ Q) CD m C u N O O C! e I re) 7 0 LO CO r-I e-1 m u Q U U t/1 t/1 i N 3 'Cr a e1 U v r-I m e a In a o 0 CC p 4! CO Ti w w v). th T Tr LC) N ad iml/� Q1 N lD y ,c, e1 N in p a = t/} t/) t CJ 7 rD LL 0 cc = T O �3 _ -2 t, O ry O O —J to CD a _ •a. a +D cu 0 J ,_ C1 0 0 03 T CU m ad m v C p n to 4-,O c O C III 00 d v e--I L ) O> p , 00 C iA C -• N t6 C G C O Cl p Cl ti0 E u U •C O r-+ o y .0) L a` a t o a� > a IA 0 to a` 3 co ro v] ii 0 - r-+ N m g: N of N O q y N CA OO ' cn gym — tt r4) & .b � ib� *:-.' y., =1 o N PA U E. °x g,� ¢ a E , r1 Owe Qg � N ,^ C v C oi 1 . LI g ,S , G �_ . a ago VI e C rn —G �'g YS VW U :44'6 01 OS 0 � a0 .0 w E iJ l N " 6 C 2 d �, 4� o 0 o tt �� r. b alb T 1, U W r u rig g:, VI a ' ' 0s08 � � u 1� -� � 0. i` b � 00 WU 0 .a ° .� •F S 6p Q8 0 ° a 70. S en u 0 �,b 5., `� �i S cb1 Ltti 11 i ro .H 2 u „, bE 0 i b E El § i 2 i 0:iU g u E W � a11 tO 'B b a1 a+ Qp U O G � O ''' U _y rn i.a. T, G C R, C. 4. U .,0 g E '5 gH 2 of .V 0 cg � P .. .2 s2.c -g02g o7 9 = .vn O i t' t g U a b g x3a PROPOSAL / CONTRACT BTrenchIesV A Division el DT Construction Date: February 5, 2014 9885 Empona Street Henderson,CO 80640 Phone. 303-286-0202 Fax 303-286-1262 Submitted To: Icon Engineering Project: St. Vrain River Flood Clean Up Penn Gildersleeve pgildersleeve@iconeng.com c)N rY UM Total Price 1. Standard Vac Truck—Includes Traffic Control,Layout and Disposal Hole $450.00 2. Standard Vac Truck-Excludes Traffic Control Hole $300.00 Estimate of Proposal $Per Hole Inclusions: 1. Equipment necessary to complete scope of work 2. Standard Vac Truck up to 12' Deep 3. Traffic Control included in estimated item# 1 4. Disposal Fee included in estimated item# 1 Exclusions: 1. Hazardous materials of any kind 2. Surveying 4. Dewatering 5. Removal of any locate marking,paint 6. Railroad Insurance 7. Railroad Flaggers 8. Asphalt restoration 9. Concrete Panel replacement 10. Landscaping Restoration Scope of Work: Standard Vac Truck Estimated per Hole$450.00 Will include traffic control, layout and disposal. Standard Vac Truck Estimated per Hole$300.00 excludes traffic control. Note: It will be our best intention to pothole to find each utility. If for any reason we encounter ground water and the pothole cannot be completed,payment for the attempt will be required. If necessary pricing for the dewatering or the Super Vac Con Truck can be provided. Drawings Provided: Insurance Included: YES Bond Included %: NO Tax Included %: NO Addenda N/A The receipt of BT Construction,Inc. of a signed copy of this Proposal/Contract constitutes acceptance of this Quotation,subject to and including all terms and conditions as shown. The entire proposal is subject to acceptance within thirty(30)days of this date. NOTE:Please notify us as soon as possible if you intend to award this work to BTrenchless.Any alteration or deviation from the above proposal will be executed only upon written request and will therefore become cost in addition to the above estimate.Any deviation from the scope of work will be completed following the acceptance of a change order.BTrenchless hereby warrants for a period of one (1)year(or longer, if so provided by law,and to the extent provided by law)from the date of completion of each project for all workmanship under normal use of service. All agreements are contingent upon incidents or delays beyond our control.BTrenchless reserves the right to charge up to 21%interest annually for all overdue invoices.Should a dispute regarding payment of this contract arise,BTrenchless reserves the right to recover any attorney's fees that may be associated with such a . be held on BThendskss work .den raa.co'b irgnard by the General Conman. o c MlH - - c 2i co I01 C ; LL Tr W O NI F- 0 ��o 21 2 v) 1 LL. { V. H f 7. 3 (fl H 2 cn cn LL. I I— Nr oi I— cli 2' I 2 co 0' ILL, •if ie N H' I ii 2 2y LL ' co E E N� w 0 2 LL t/) LL d' ~. r to 1— .0 u. co U) LL H r 3 Q)~ 0 LL (n O U) d L.L. U 21; Ell 0_. ■... w (J) f IU a � H d W NH 7 ■ C! 2 co W CO .17: ....... .........._. .. . .. Co �, QC E- C 2 as co LL TH r NH Igt Tr Tr v v v' v v v v v v v v \t V v v v v v v d• v v v v rt. r r r r r r r r r r r r r r r r r r r r r r r r r r r r r i �' 0 CO h ti C` N O (O 4- u) R. 4 O V• e ; O L-2.,) n -c.f.) D r �f CO U) O �' O In r L r N N r N N CO ` ` ` ` r r ` r N r' r N r N N N r r N N N N N N r r co M M —. CO —. " .= r r r ` r 1— c r r a) .` CO a) e--y-5 N CO CO CO CO co co co (X) CO E LL N a) O LL 'L P N LL L a O LL a) C a) -o a) C i a) O a C C a) LL I- I- I IL a) I LL H 2 a) H LL U. H -c O LL LL I— II i � cm c d' v v v r v v Tr Tr v v V v v Tr r v v v v v v Ts- v ,- v Tr vTil r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r a) r - -,,,-3 CO 1*) Cf) N- O O tt) Cfl IC N t!) N- (C) N- Cf) r N f� R- O) r In r c..5 r r N N r r N N CO N CO ` ` r r N ` N ` N N r r r r r N N CO N t —. --- -� — —. —. — — — — N N M CO (B r r r r r r r r r r r O i:-.4 N N N O N N CO CO CO CO CO CO CO CO r 65 d (ll a) C V V C C 7 C •C a) C C O a) 7 a) O O C C ` a) C N > > O .c O a) O O L L . LL H O O -C C H -C J O a) O O a) LL O O O E H H H H g 2 H g 2 H H H H H g 2 H 2 H E I 2 U) >, >, T U) U) T ® >, U) U) >, U) U) U) U) U) U) U) U) V) > U) V) U) U) CO (/) (f) U) o >, CU Co Co >, >, Co >, Co -1C >, Co >, >, >, >, >, >, >, >, >, Co >, >, >, >, > >, >, >, ( C L L- r Cn r r CO M M N CO N a CO Cr co to CO 1.0 N co O Ni N N it O r ty p) r r N r r O CO • C 0 r O I , H i > j O O nT ca) - C � � E Co a.‘•,7 co (n cn D ID CD .C c N O) D U) > V .0 'C C U C O co Co to 3 Op CC• CO rn >, CU t` r ,±5 I Q OY 0 as a o a 0 Coc o C)i a) o c E i cn r oo a a) Q Q Co 0 0 a U c U) .� o 0 = w. o N co a) Co — a) c O 0 O ;✓ a a) C) > N Cl- Q) c S CJ) -o r t N U) ,_ f I O a) o= O ,� a- ca = = .O U Co a) C) a) U) U Jo E n c ` L 0 [� a) 2 "O o co o H 0 :_. 5 5 co 2 t Co Co t rn co a) a) 2O U a) m - ,a) v -O Cn N C O U Y d c U a a a 0c c_ p CL o Co u_ c 3 m o ® I m m V C - > O O c 4- 0 0 a O a) `n d d co a) a) I— Y co c y o o C o o co co co O r a) U c O w a) y C7 U i L C� U U U o o_ c w m Co o ' U .- a Q CoLi '0 o U) " in a UJ 0 I- 0 0 d U a a Q cc ii -O CL tCo O1 I C N 0 ~ H d m 0 3 r ; LL CL -, z I I I in 0 W O r N CO t7' if) co I N CD 0) O r IN CO 'V 10 (0 I N OD C) O I o as w cC _l r N M '� (9 1� CO O r r r r r r r le r ;r IN iN IN IN N EN N IN N N !M I o u_ CL U , ; 10. 0 f Hello