HomeMy WebLinkAbout20142009.tiff RESOLUTION
RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR19.5-36A) PURSUANT
TO AGREEMENT FOR DESIGN SERVICES FOR PERMANENT ROAD REPAIR 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-
BR19.5-36A) Pursuant to Agreement for Design Services for Permanent Road Repair 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 a completion date of September 30, 2014, and 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-BR19.5-36A) Pursuant to
Agreement for Design Services for Permanent Road Repair 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 7th day of July, A.D., 2014, nunc pro tunc January 13, 2014.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO (�
ATTEST:Widow C � � a: hair n,�CW
Y2 ug as a emac e , hair
Weld County Clerk to the Board / J/
��� A LULL'
A Zt-0-y./l.-
• LyZara Kirkmeyer, o-Tem
.�1ty Clerk to the Boar
//JJ fl P. Conway C
APP D AS TQ OftM: 'C I� ?,')TJ l e-
Mike F n
o ttorney
illia F. Garcia
Date of signature 1-17
CC: lic cst 3c.) a
r,C WoOEM,
G5(T3I W EK,CA-1)37t4 cA-O5 )) 2014-2009
$- _221a4 EO0070
BC0045
MEMORANDUM
‘11.11- 1s61
TO: Esther Gesick, Clerk to the Board DATE: July 2, 2014
!i0- H l�l'■ Imo— i
U I I17j '' FROM: Clay Kimmi, P.E., CFM, Public Works
G o_U-
SUBJECT: Design of Permanent Repairs for EM-BR19.5-36A
Please place the attached agreement on the B0CC Agenda. Please return a copy of the agreement to
me for my records.
BR19.5-36A and CR 19.5 had some flood damages around the abutments and the roadway in the
September 2013 floods. This work order is for the design of permanent roadway repairs on CR 19.5
south of the bridge. Repairs will include turf reinforcement mats on the east side of the road and the
replacement of a damaged 24" CMP culvert. The design engineer estimates that the design will cost
approximately $11,648. Weld County will be responsible for 12.5% of the design cost($1,456) and the
State and FEMA will be responsible for 87.5% of the design cost.
This work order was included in the spreadsheet that was presented to the Board on Wednesday, June
25.
I will plan on attending the B0CC hearing to answer any questions that the Board may have regarding
this agreement.
RECEIVED
JUL 0 2 2014
WELD COUNTY
COMMISSIONERS
2014-2009
Page or l
M\Weld County Flood 2013 Version 2,Site Specific ProjectsVBridge Projects.I9 5-36AAPhase 2 Work\Work Orders\PM-ISR I9.5-36A ICON Work Order Memo to
BOCC dock
WORK ORDER FORM(FLOOD REPAIRS)
PURSUANT TO AN AGREEMENT BETWEEN
WELD COUNTY
AND
ICON ENGINEERING,INC.
DATED: June 12,2014
Work Order Number. ICON-
Project Title: EM-BR19.5-36A Design Services for Road Repair(Permanent Repair)
Commencement Date: January 13.2014
Completion Date: September 30.2014
Limitations on compensation: Not to exceed$11.648
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 Counts,Public Works Department
Professional Services Agreement and this work
order (including the attached forms) the By: j
Professional Services Agreement shall control. Project er
Date: LGl7/1�
By: heen-.-
ICON Engineering.Inc. County Engineer
By: 1., Date: b7if 67.401; /b�/y
By:
Title: ,Pith /Ad / Direct of Iic Works
Date:
Date: 6-/c-/c
By °� / r
¢/v 014
Douglas Rade cher, BOC�UL 11 l2
ATTEST:ST r , 4 �. �a
thr40,I aCiii o4
Weld County Clerk to the Board 1561 t 0 ti1/4?
By:Deputy Clerk to th
_
8 •�06 q
ICON Engineering, Inc. ][ C ON
ENGINEERING, INC.
EXHIBIT A - SCOPE OF SERVICES
Weld County 2013 Flood Recovery
EM-BR19.5-36B-CR34 Bridge Over St. Vrain Including Road and Box Culvert
February 11, 2014
Structure Description: This bridge was constructed in 1997 and is 200-feet long with a 36-feet wide
driving surface. The driving surface is asphalt over precast panel forms. The superstructure is composed
of 5 prestressed concrete girders over two spans constructed at a 22-degree skew to the creek. The
abutments are composed of 7 H-Piles with a concrete beam to support the girders. Protecting the
abutments is a layer of D50= 18" riprap, 3-feet thick, that slopes from the abutment bearing surface at a
2: 1 slope and extends below the designed thalweg of the channel to an assumed scour depth . This
same riprap layer was designed to protect the center pier which has a foundation of a double row of 7
i r
H-Piles with a concrete pile cap supporting a solid concrete p walls
e wall. Each abutment has win g
extending back parallel to the road and these
are supported off the abutment beam . The „,
bridge was designed such that a flow of 11,400 `l s ` :
•
cfs would produce a water surface elevation -1,� ,_ � , ,� "�!'
equal to the low girder elevation of 4761.4. . -: ..
-
Providing supplemental hydraulic capacity is a 4
6' x 6' precast box culvert located 640 feet -g . .. - -
south of the bridge. A picture of the box culvert ': - ` ~ • - -
is presented on the following page. The
roadway top at this location is at about --
elevation 4760.7 and the invert of the box
culvert is at about elevation 4752.2. =�- =
During the 2013 event, the bridge was not apparently
overtopped, however, the low point of the roadway
- • above the box culvert was overtopped. This would
x � indicate that the flows at the bridge came within about
� ;� one half—foot of hitting the low points of the girders.
"4" / .r r ' e There is a flow depth recorder attached to the bridge,
. 4**".. • and it is expected that flow depths, when published,
•
A,4 • �° will confirm the level of flows presented herein.
.: .' %et At the time of our site visit, the depth of flow in the
s • .1 ' ••.,
ti creek was such that the amount of scour along the toe
of the abutments and at the pier could not be
determined. We have no reason to believe that the
riprap placed at the abutments and the pier failed to protect as designed. There was, however, damage
to the roadway on either side of the box culvert, and also north of the bridge. Additionally, there was
significant scour on the north bank upstream of the bridge as the flood waters pushed against that bank.
This is shown on the photo above to the left. Note also that this picture shows that fencing along the
bridge's north west abutment was destroyed and is strewn under the bridge.
EM-BR19.5-36B-CR34
Page 1of4
isins
ICON Engineering, Inc.
( I (EDTPkj
ENGINEERING, INC.
*sell eak '' _i i
..,:44 •
•o;^ r ' `gyp •
Pre
,... _ sir
-s- ♦ -
- _ . -
.w A r
$ - - 4 V
t.
. 1, f IA
is
& + a
- .k ! . . tl
\ .
a►
_ i; ..Work Required Before Spring Run-Off: Based upon our brief site visit, we did not observe damage to
the bridge structure, however owing to the quite high depths of flow, we believe that the bridge and
box culvert should be subjected to thorough scrutiny. It is our understanding that CDOT is currently
performing inspections of all the Weld County Bridges. Some minor "freshening" of the riprap,
particularly along the north abutment west side should be anticipated. Additionally, we would like to
suggest that the eroded channel bank upstream of the bridge should be armored with protective riprap
and perhaps the installation of a deflection vane in the channel to direct flows away from the abutment.
If further flows are allowed to work against this bank, eventually it could place the north abutment into
peril. Since acquiring this property to complete the work is not realistic within the time frame of Spring
Runoff, the actual work to construct the vane will be deferred to a later phase, however, we recommend
that the process to acquire the property be kept in this first phase of work since we will be dealing with
the same land-owner for temporary construction access. With respect to the roadways, although they
received emergency repairs, and appear to be well constructed, at this time we have not been able to
verify that the construction meets design standards. As a result of the roadway embankment work, the
unpaved area of the shoulders lack vegetation and would be subject to erosion from surface runoff.
Consequently, it is our recommendation that the integrity of the roadway embankment be confirmed,
and that armoring and revegetation of the shoulders be undertaken. Additionally, the guard rail on the
east side of the roadway above the box culvert must be extended further to the south to protect
vehicles from going off the roadway into the culvert channel. Debris removal from the box culvert
upstream channel should be undertaken . Finally, the fence needs to be replaced along the northwestern
corner of the bridge, although this is likely a land owner issue.
EM-BR19.5-36B-CR34
Page 2of4
ICON Engineering, Inc. ][ (C(0)N
ENGINEERING, INC.
Work Required To Return Assets To Pre-Flood Conditions: Assuming that the pre-spring runoff repairs
are made, and assuming that the detailed inspection does not reveal scour damage or other structural
damage, we do not envision further modifications will be required to bring the assets up to pre-flood
conditions, except for the repairs to the upstream northern bank and installation of the deflection vane
as previously discussed.
Work Required For Mitigation or Betterment: We do not envision additional improvements to this
location, except for potentially increasing the hydraulic capacity by addition of an additional box culvert.
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 temporary 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 this 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 flows in the 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 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 calls. These meetings are
assumed to be held starting on January 28th and running through the initial design phase.
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.
4. Geotechnical Investigations: None anticipated, assuming that the roadway reconstruction
compaction can be verified.
5. Easements: We will prepare two temporary construction easements and on permanent
easement.
6. 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).
EM-BR19.5-36B-CR34
Page 3 of 4
ICON Engineering, Inc. It (C(Q)NT
ENGINEERING, INC.
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. Prepare plans for temporary riprap placement at piers and abutment
5. Prepare plans for roadway shoulder revegetation and stabilization
6. Coordination with local land owners
7. Coordination with ICON Team Members
8. Quantity Estimates
9. Unit Price Cost Estimate
10. Prepare Write-Up Bid Documents to include contract drawings; bid schedule with bid items and
quantities; project special provisions and an index to standard special provisions
11. Submit Draft Plans and Specifications To County
12. Revise and resubmit
13. Provide up to 50-hours of Construction Administration/Observation.
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. At this time, no work contemplated under this phase, except for the protection of the
upstream bank and installation of the deflection vane, pending property easement acquisition.
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. Clearing and grubbing of the box culvert inlet and outlet channel, and confirming that the flow
monitoring station incorporates flows in the box culvert into the rating curve for this location.
2. There is a possibility that additional hydraulic capacity could be added to lower the design water
surface elevation through the bridge.
EM-BR19.5-36B-CR34
Page 4 of 4
i 1
T
CO 00 CO O O N V M O CD fl 00 1 . O NO N N O N is- I O 0 0 0 0 O 0 0 0 0 0 0 O O O co
0 N O O r CO 00 M CO O O CO CO h CO M �A M M r CD O) CD a a to a a a a M a a 40, aO
J r a 4H M N N r CO N CD M 1 . r 4A to M n N V' N 3Z Q a to a a a N r a a a a a a a a Ca O r
U < 1-- a a a 69 r
EA
E ~
_ -� I �� I � . Imo■/S�
4.0
C OO OOO 00r r O O O O O O O O O O O O O O O O O
TT C to fA to CO a a CD CO a fA EA EA EA a a a a EA a to EA a a a a
, L r r r
N N O a a CA. EA a a EA a r
oW o � a
.� W U
0UE C I . ' i =la
En
2 N a)
` _ U) c O V a O a O a a a
re—" L._ O Y CO CO EA EA EA CO CD
W
U C
.0 - C
a ' O
4-,
ILI U In r r r 'a
v) 4/1 EA EA I._
C
= Q - 03
O (5
- - I .. ,
00 co CD O) C) N n N CC) WV 00 IN. O N O N N CO N N O) O O O O O OOOOOO O
U) C) Q) r 03 CO M CD M r CO 00 O 1- CD M EA M M r CO O) CD a a a a a a a a EA a a a
Z CU •C n r a a Cr) N r O CO. N CO M N r t o M o t n d N ti
t3 a a a a a a a ra a a a a a a a a a CD co
O o L. EA a a N
CO
Co EA
., i i 1 r
U
N
f 15O O O O O O O O a
O
2 p Z (Ar r e- r n O O
EA 69
O Q 0 EA EA EA EA EA EA EA
U
I . . . . _ poisaileas ,
C cn (1.12cn
m O. o p o cu p o o O O O
p O a EA a EA a O EA a O EA O 4F?
Q = a) a)
>, >,
. - . . ,.._i. --4 cv co
3 3
-O "O
co asCnQQM = OO O °r° o0 2 0o 2 o0 oco
(' U 2 o r r (Ni N" O to O 9 V O to N r
2 co co co to
O cL ri
•. 4 O 0
V a) a) a)
CD > }r
FJ
...a ('6 L L
o -O C V)
`
O6 co 6 co a
o .D, o Y a O
O
Ii CD
C a v) u)
a) - a 'O di ccco
CU c r a) a)
a) a a
N a) it) as
(/) u)L.i. C o Le .C c6 (0
_ O O
OD O "O a p O a O O OW CD OW
M C '� � =O a) 6 t 6 t a 693 a OE O a
W w w '- O O
II Z /aye' p a- a a
L I -t • . ` a) a)
rC = O Z O (U O co o O co N Z O O N O O O O O 0 0
1 a) rr o
r u) r rr C`7 •a' Ni. N N N (V O O co a) O to N M
2 w to a
W Q) c c U I__^
c
M1 (-- a
W E L L CD
C M = O o O O m O O coto O co o O CD O p 03 O O 0 o
H c •En ; O O N r (� (b N V r CO r N a
O so O EA N C9
aE w el Efl .Q *Q fA
CO a) —.—. a) —
I .c
X (U —
C L o O
o a) in a) a)
W U) Sr O o93 o93 a O0 � = oco 0a
o a
a W 0 U)
s
L L
To = O O
c — ' -
L
4J t0 i aa)
rn c r O O 9)- O to L
LL O to LL 0 e* O a
O c EA 2
a W
0 CO to CO O
co j O O O N O O O U') co rcc) pO c) p O O
` rEA O M M c0 r r r O C7 eceO OaO• 6c> r 0),
Q., EA a
E 0 0 E co E M /�) in co H
L N d d CU co
o
>' I — I — I — ILL O O
UiT
.C O O Oo O 0 J 1a.
O O a) N N � Co w cn
t
d ~O O (U a
2 " Q a v)
O L " n. 0 m
-a a -` V
L
C>�) .C � _o _ C N N
Oa ''''
'r? c a' CU >' a_ c o
c..) a'cu L N C O +
L _
a C O I- O CoC m `r
so 0 L O x . O C) 0 O `
0 O G u0i d O 0 'O a) H . U)
0 ix Q _V E .�. c L a/ O Cvcr. C O
M C) O. 0 O C CA — - V a 0 O
r C ' a) E C CD C N C 0 c C ` U
o a .O 0 O O Em C .o C a) O E a
N O O (� i+ O O N 0 CC) 0) fn = 0 C
� � a z' 0v oU 'a 50 Z" •N E CO• i 0 a o
M ., _ - o L °is •> OL — a .� w+ CU O C +
O 0 = a) 5 o a) C 0E Q 0 o a ac) c °)O W Cl o r�" E O
O 'q O . c c �' _ d ~ Z a e�ca °1 a E U CO p c ca m
.aOU �, O y Om YZ .. �, c +, c H a) 0 O w• Q d a a 0 E
m O W O cg `� 3 en aci c ma 3 CO a) a) — O ca o LL .Oct O m •OC a
5 S E N 2 a) o 2 m v) — E 3 0 L �' Qy °i O E U �_ c w, m 2 4 n " o
w tO m a a� 04. 'Cat y Q• v, O 4) 13 -00 � *0 ch -�a� w = LL CD C = (� 0 C in y0
J ca Y a) c «s m w' cc `. s 3 W ° 0 >; o a O s w/ ca .� ea Ee c) E -°0 w U '3 1 c w c > re m
N m >- � � o ; � E CD 4) � � 3 O 0 ' U •-4c 00 c a = E m o2 � m s- v) a - � O
O m O� 2 N c c c E c� a (a D sn V 0 0 V o cg - 43 43 c 0 u) 0 U -a co O N O c a
aF- Wa •N 0 Ec co d O OLB :a o c cm o L ,a (� mrt- 0 2ct0co = o = o s es .- o y +`•s o 'a 'aIE O a;
OU w d .� as aU L L C, a7aaHm W1- ClU U CI. m Q ._ CO 0 .O L IE
a W 1 " Q Y 0 0 �O, - 2. 00E y to to O 0 N > C O i 0 N (a
a ' Z a U ui m L L c o o a, m •cc a) s L m us a) O L a) o a CU .C
w w a aav» WO 1.. 0 0 • ca o -c nisi O op as CL QCL U aaUv) CLU
LL Q. O 0. 00 . < °3OO
W LL. OI _ ar N M 'Ctto tDf� 6 _ 4 Di 6 6 = 4mU0W LL
Hello