Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC25-096 True North Steel, Inc.
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
TRUE NORTH STEEL, INC.
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between True North
Steel, Inc., a North Dakota corporation (hereinafter “Contractor”), and Eagle County, Colorado, a body
corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, the County issued a request for proposals (“RFP”) for services of a contractor to design,
fabricate, and deliver a modular vehicular bridge for installation within Eagle County property on the 307
Road over the Brush Creek in Eagle County, Colorado (the “Project”); and
WHEREAS, in response to the County’s RFP, the Contractor submitted a proposal, scope, and fee and
was selected as the successful respondent. Contractor’s scope and fee is attached as Exhibit A and
incorporated herein by this reference; and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the Services as defined below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection
with the Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and
County agree as follows:
1. Services. Contractor agrees to diligently provide all services, labor, personnel and materials
necessary to perform and complete the services described in this Section 1 and in Exhibit A (“Services”)
which is attached hereto and incorporated herein by reference. The Services include the design,
fabrication, and delivery of a steel modular vehicular bridge structure (the “Bridge”). The Services also
include the design, fabrication, and delivery of the necessary substructure (footings or abutments) for the
Bridge. Contractor shall incorporate a heavy-duty girder mounted steel guardrail system meeting
AASHTO standards into the design, fabrication, and delivery. The Bridge system will need to
accommodate the application of hot mix asphalt (4” thickness) post construction of the Bridge. The
Bridge decking is to be heavy-duty galvanized steel decking that provides positive drainage. The
Contractor will participate in the Project’s pre-construction meeting and provide on-site erection support.
The Bridge shall be designed by a Professional Engineer to be 16 feet in width and 50 feet in length, and
the plans for the Bridge shall be stamped by said Professional Engineer. The Services shall be performed
in accordance with the provisions and conditions of this Agreement. The Bridge design will also consider
and incorporate the recommendations of the site-specific Geotechnical Report by Ground Engineering,
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
3/3/2025
2
dated December 27, 2024, attached hereto Exhibit B, and incorporated herein by this reference. Eagle
County accepts all risks as outlined in the Geotechnical Report, including any revisions. Contractor has
no involvement with the design and improvement of site soils, including any site inspections.
a. Contractor will commence with Bridge design drawings and calculations upon receipt of
signed Agreement, required 25% deposit, and receipt of all necessary documents from County. Contractor
is dependent upon County for supplying complete and accurate site information and design parameters.
Designs supplied by Contractor are based upon information provided by County. County’s
Representative is responsible for confirming that all information supplied to Contractor is current,
accurate and applicable. Scope of Contractor’s design is limited only to the Bridge supplied unless
additional design features are specifically requested by County and agreed to by Contractor.
b. Contractor shall also provide the following deliverables and documents as part of its
Services under this Agreement:
i. Final stamped design for the Bridge, including Title Sheet, General Notes, Detail
Sheets, Typical Footing Details, and Quantities
ii. Construction Specifications
iii. Project Special Provisions
c. Contractor agrees to furnish the Services and to deliver the Bridge to County no later
than August 11, 2025, based on receiving an unconditional approval within one week of original
submittal, and in accordance with the schedule established in Exhibit A. If no completion date is
specified in Exhibit A, then Contractor agrees to furnish the Services in a timely and expeditious manner
consistent with the applicable standard of care. By signing below Contractor represents that it has the
expertise and personnel necessary to properly and timely perform the Services.
d. In the event of any conflict or inconsistency between the terms and conditions set forth in
Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in
this Agreement shall prevail.
e. Delivery of Bridge: The site must be safely and reasonably accessible for an over-the-
road truck under its own power. County is responsible for providing safe means for off-loading on-site
and for all rigging equipment, connection of rigging to Bridge and lifting and placement of the Bridge.
Two (2) hours of off-load time is included in the delivery/freight cost per truck. Additional off-load time
is provided at $150/hour, per hour.
2. County’s Representative. The Engineering Department’s designee shall be Contractor’s contact
with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and
subject to the provisions of paragraph 12 hereof, shall continue in full force and effect through the 15th
day of November, 2025.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
3
4. Extension or Modification. This Agreement may not be amended or supplemented, nor may any
obligations hereunder be waived, except by agreement signed by both parties. No additional services or
work performed by Contractor shall be the basis for additional compensation unless and until Contractor
has obtained written authorization and acknowledgement by County for such additional services in
accordance with County’s internal policies. Accordingly, no course of conduct or dealings between the
parties, nor verbal change orders, express or implied acceptance of alterations or additions to the Services,
and no claim that 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 County for such additional services is not
timely executed and issued in strict accordance with this Agreement, Contractor’s rights with respect to
such additional services shall be deemed waived and such failure shall result in non-payment for such
additional services or work performed.
5. Compensation. County shall compensate Contractor for the performance of the Services in a sum
computed and payable as a lump sum as set forth in Exhibit A. The performance of the Services under
this Agreement shall not exceed $78,837.00. Contractor shall not be entitled to bill at overtime and/or
double time rates for work done outside of normal business hours unless specifically authorized in writing
by County.
a. County will pay Contractor a deposit of $19,709.25, or 25% of the not to exceed sum
upon execution of this Agreement. Payment for the remaining balance of $59,127.75 will be paid for
Services satisfactorily performed within thirty (30) days of receipt of a proper and accurate invoice from
Contractor.
b. Any out-of-pocket expenses to be incurred by Contractor and reimbursed by County shall
be identified on Exhibit A. Out-of-pocket expenses will be reimbursed without any additional mark-up
thereon and are included in the not to exceed contract amount set forth above. Out-of-pocket expenses
shall not include any payment of salaries, bonuses, or other compensation to personnel of Contractor.
Contractor shall not be reimbursed for expenses that are not set forth on Exhibit A unless specifically
approved in writing by County.
c. If, at any time during the term or after termination or expiration of this Agreement,
County reasonably determines that any payment made by County to Contractor was improper because the
Services for which payment was made were not performed as set forth in this Agreement, then upon
written notice of such determination and request for reimbursement from County, Contractor shall
forthwith return such payment(s) to County. Upon termination or expiration of this Agreement,
unexpended funds advanced by County, if any, shall forthwith be returned to County.
d. County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
e. Notwithstanding anything to the contrary contained in this Agreement, County shall have
no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
4
period after December 31 of any year, without an appropriation therefor 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).
6. Sub-Contractors. Contractor acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any
sub-Contractor agreements for the performance of any of the Services or additional services 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. Contractor shall require each sub-Contractor, as approved by
County and to the extent of the Services to be performed by the sub-Contractor, to be bound to Contractor
by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities
which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any sub-Contractor hired by Contractor
and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and
omissions of its agents, employees, or sub-contractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident
combined bodily injury and property damage liability insurance, including coverage for owned, hired, and
non-owned vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of
liability not less than $1,000,000 per occurrence and $2,000,000 aggregate limits.
iv. Professional liability insurance with prior acts coverage for all Services required
hereunder, in a form and with an insurer or insurers satisfactory to County, with limits of liability of not
less than $1,000,000 per claim and $2,000,000 in the aggregate. In the event the professional liability
insurance is on a claims-made basis, Contractor warrants that any retroactive date under the policy shall
precede the effective date of this Agreement. Continuous coverage will be maintained during any
applicable statute of limitations for the Services and Project.
b. Other Requirements.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
5
i. The automobile and commercial general liability coverage shall be endorsed to
include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials,
employees, agents, and volunteers as additional insureds.
ii. Contractor’s certificates of insurance shall include sub-Contractors as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for
each sub-Contractor. All coverage(s) for sub-Contractors shall be subject to the same minimum
requirements identified above. Contractor and sub-Contractors, if any, shall maintain the foregoing
coverage in effect until the Services are completed. In addition, all such policies shall be kept in force by
Contractor and its sub-Contractors until the applicable statute of limitations for the Project and the
Services has expired.
iii. Insurance shall be placed with insurers duly licensed or authorized to do business
in the State of Colorado and with an “A.M. Best” rating of not less than A-VII.
iv. Contractor’s insurance coverage shall be primary and non-contributory with
respect to all other available sources. Contractor’s policy shall contain a waiver of subrogation against
Eagle County.
v. All policies must contain an endorsement affording an unqualified thirty (30)
days notice of cancellation to County in the event of cancellation of coverage.
vi. All insurers must be licensed or approved to do business within the State of
Colorado and all policies must be written on a per occurrence basis unless otherwise provided herein.
vii. Contractor’s certificate of insurance evidencing all required coverage(s) is
attached hereto as Exhibit C. Upon request, Contractor shall provide a copy of the actual insurance
policy and/or required endorsements required under this Agreement within five (5) business days of a
written request from County, and hereby authorizes Contractor’s broker, without further notice or
authorization by Contractor, to immediately comply with any written request of County for a complete
copy of the policy.
viii. Contractor shall advise County in the event the general aggregate or other
aggregate limits are reduced below the required per occurrence limit. Contractor, at its own expense, will
reinstate the aggregate limits to comply with the minimum limits and shall furnish County a new
certificate of insurance showing such coverage.
ix. If Contractor fails to secure and maintain the insurance required by this
Agreement and provide satisfactory evidence thereof to County, County shall be entitled to immediately
terminate this Agreement.
x. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
6
xi. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights,
immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time
amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected
officials, employees, agents, and volunteers.
xii. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation
coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal
and state income tax on any monies paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify, defend, and hold harmless County, and any of
its officers, agents, and employees against any losses, claims, damages, or liabilities for which County
may become subject to insofar as any such losses, claims, damages, or liabilities arise out of this
Agreement, or are based upon any performance or nonperformance by Contractor or any of its sub-
Contractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and costs,
legal, and other expenses incurred by County in connection with investigating or defending any such loss,
claim, damage, liability, or action. This indemnification shall not apply to claims by third parties against
the County to the extent that County is liable to such third party for such claims without regard to the
involvement of the Contractor. In addition, this indemnification shall not apply in the event there is any
movement or settling of site soils, during construction or anytime afterwards to the extent there is no
involvement of the Contractor. This paragraph shall survive expiration or termination hereof.
9. Ownership of Documents. All documents prepared by Contractor in connection with the Services
shall become property of County. Contractor shall execute written assignments to County of all rights
(including common law, statutory, and other rights, including copyrights) to the same as County shall
from time to time request. For purposes of this paragraph, the term “documents'' shall mean and include
all reports, plans, studies, tape or other electronic recordings, drawings, sketches, estimates, data sheets,
maps and work sheets produced, or prepared by or for Contractor (including any employee or
subcontractor in connection with the performance of the Services and additional services under this
Agreement). All documents shall be delivered to the County in the original electronic format. With
respect to the Bridge, Contractor shall execute any bill of sale or other documents required by County to
transfer title of the Bridge to County. Contractor shall provide copies of any instructions or operations
manuals and shall further provide copies of any manufacturer's warranties associated with the Bridge.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i)
personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii)
when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their
respective addresses listed below, or (iv) when transmitted via e-mail with confirmation of receipt. Either
party may change its address for purposes of this paragraph by giving five (5) days prior written notice of
such change to the other party.
COUNTY:
Eagle County, Colorado
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
7
Attention: Rickie Davies
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3567
E-Mail: richard.davies@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-Mail: atty@eaglecounty.us
CONTRACTOR:
TRUE NORTH STEEL
Attention: Tom Viall
5405 Monont Road
Missoula, MT 59808
Telephone: 406.698.5234
Email: tom.viall@truenorthsteel.com
11. Coordination. Contractor acknowledges that the development and processing of the Services for
the Project may require close coordination between various Contractors and contractors. Contractor shall
coordinate the Services required hereunder with the other Contractors and contractors that are identified
by County to Contractor from time to time, and Contractor shall immediately notify such other
Contractors or contractors, in writing, of any changes or revisions to Contractor’s work product that might
affect the work of others providing services for the Project and concurrently provide County with a copy
of such notification. Contractor shall not knowingly cause other Contractors or contractors extra work
without obtaining prior written approval from County. If such prior approval is not obtained, Contractor
shall be subject to any offset for the costs of such extra work.
12. Termination. County may terminate this Agreement, in whole or in part, at any time and for any
reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written
notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide
County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and
shall return all County owned materials and documents. County shall pay Contractor for Services
satisfactorily performed to the date of termination.
13. Venue, Jurisdiction, and Applicable Law. Any and all claims, disputes or controversies related to
this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado,
which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and
interpreted under and shall be governed by the laws of the State of Colorado.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
8
14. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or
more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the
same instrument. The parties approve the use of electronic signatures for execution of this Agreement.
Only the following two forms of electronic signatures shall be permitted to bind the parties to this
Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the
image of the signature of an authorized signer inserted onto PDF format documents. All documents must
be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform
Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
15. Other Contract Requirements.
a. Contractor shall be responsible for the completeness and accuracy of the Services,
including all supporting data or other documents prepared or compiled in performance of the Services,
and shall correct, at its sole expense, all significant errors and omissions therein. Contractor has
familiarized itself with the intended purpose and use of the Bridge to be provided hereunder, the intended
use of such Bridge by County, and with all local conditions, federal, state, and local laws, ordinances,
rules and regulations that in any manner affect cost, progress, or the Bridge. The fact that the County has
accepted or approved the Services shall not relieve Contractor of any of its responsibilities. Contractor
shall perform the Services in a skillful, professional, and competent manner and in accordance with the
standard of care, skill, and diligence applicable to Contractors performing similar services. Contractor
represents and warrants that it has the expertise and personnel necessary to properly perform the Services
and covenants that its professional personnel are duly licensed to perform the Services within Colorado.
This paragraph shall survive termination of this Agreement.
b. Contractor warrants merchantability and fitness of the Bridge for its intended use and
purpose based on design parameters and information provided by County.
c. Contractor hereby represents and warrants that the materials incorporated into the Bridge
will be new and guarantees the Bridge against defects for a period of eighteen (18) months from the date
of delivery to County.
d. All guarantees and warranties furnished to Contractor by any manufacturer or supplier
are for the benefit of County. If any manufacturer or supplier furnishes a guarantee or warranty for a
period longer than one (1) year, then Contractor’s guarantee or warranty shall extend for a like period.
e. Contractor warrants that title to the Bridge shall pass to County either by incorporation
into 307 Road or upon receipt by Contractor of final payment from County (whichever occurs first) free
and clear of all liens, claims, security interests, or encumbrances. Contractor further warrants that
Contractor (or any other person performing the Services) purchased all materials for the Bridge free and
clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor
assumes all risk of loss with respect to the Bridge until County has inspected and approved the same.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
9
f. Within a reasonable time after receipt of written notice, Contractor shall correct at its
own expense, without cost to County, and without interruption to County:
i. Any defects in the Bridge which existed prior to or during the period of any
guarantee or warranty provided in this Agreement, and any damage to any property caused by such
defects or the repairing of such defects; or
ii. replace the Bridge with a bridge of approximately the same size, design, quality
of material, and workmanship specified for the original Bridge. Contractor will repair or replace the
Bridge within a reasonable time period agreed upon by Contractor and County. If the Contractor is
unable to repair or replace the Bridge, it will refund the original purchase price of the Bridge.
g. Guarantees and warranties shall not be construed to modify or limit any rights or actions
County may otherwise have against Contractor in law or in equity.
h. Contractor agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement.
i. This Agreement constitutes an agreement for performance of the Services by Contractor
as an independent contractor and not as an employee of County. Nothing contained in this Agreement
shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture,
or any other relationship between County and Contractor except that of independent contractor.
Contractor shall have no authority to bind County.
j. Contractor represents and warrants that at all times in the performance of the Services,
Contractor shall comply with any and all applicable laws, codes, rules, and regulations.
k. This Agreement contains the entire agreement between the parties with respect to the
subject matter hereof and supersedes all other agreements or understanding between the parties with
respect thereto.
l Contractor shall not assign any portion of this Agreement without the prior written
consent of the County. Any attempt to assign this Agreement without such consent shall be void.
m. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto
and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all
rights and obligations hereunder are reserved solely for the parties, and not to any third party.
n. No failure or delay by either party in the exercise of any right hereunder shall constitute a
waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding
breach.
o. The invalidity, illegality, or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
10
p. Contractor shall maintain for a minimum of three years, adequate financial and other
records for reporting to County. Contractor shall be subject to financial audit by federal, state, or county
auditors or their designees. Contractor authorizes such audits and inspections of records during normal
business hours, upon 48 hours’ notice to Contractor. Contractor shall fully cooperate during such audit or
inspections.
q. The signatories to this Agreement aver to their knowledge, no employee of the County
has any personal or beneficial interest whatsoever in the Services or Property described in this
Agreement. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner
or degree with the performance of the Services and Contractor shall not employ any person having such
known interests.
r. Contractor does not assume the risk of and shall not be liable for failure to perform any
obligation caused by civil insurrection, war, riot quarantine, terrorism, fire, strike, labor stoppages or
other labor disturbances, acts of God, acts or omissions of County, acts or omissions of any government
body or entity, floods, epidemics, pandemics, freight embargoes, shortages of labor, fuel, energy or
materials, failure of suppliers or subcontractors to satisfactorily meet scheduled deliveries, accidents to
machinery, delays in transportation or any other cause beyond the reasonable commercial control of
Contractor. Upon the occurrence of any such event, Contractor may terminate this Agreement without
liability. In no event shall Contractor be liable to County for any consequential damages or claims for
labor resulting from failure or delay in delivery.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
11
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its COUNTY MANAGER
By: ______________________________
Jeff Shroll, County Manager
CONTRACTOR
TRUE NORTH STEEL
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Director Of Bridge Sales
Steve Henley
12
EXHIBIT A
SCOPE OF SERVICES, SCHEDULE, FEES
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
4401 Main Avenue 401 N. Loop 289
Fargo, ND 58103 Lubbock, TX 79403
Phone: (866) 982-9511 Phone: (806) 762-3255
Project Name: 307 Road Modular Bridge
City, State:
B01252443
Date: 1/24/2025 Quotation is valid for 15 days due to steel
and fuel volatility
TrueNorth Steel Territory Manager:
Cell:
Email:
Rick Jones BOM Reference: 93773
QTY SIZE PRICE
Below pricing is per attached terms, if additional terms are to be incorportated please contact TrueNorth Steel for updated pricing.
1 16 X 50 VEHICLE BRIDGE $67,652
2 modules for bolt-together field installation
Design Load HL-93
16 Feet Travel Way - inside of rail to inside of rail
50 Feet Travel Length - end to end of girder
TO INCLUDE:
• Structural Support Beams – A588 weathering steel, mill-rolled W-Beam
• Bearing Plates, Leveling Pads, and Anchor Plates for up to an Elevation Rise of 1.5%
• Rail – Galvanized W-Beam, Non-crash Tested.
• Bridge Deck Surface – Galvanized, 12"x4-1/4" roll or press break formed panels
Configured to accept gravel, timber, or asphalt wearing surface
* Price does not include embedded anchor bolts for pre-cast or poured in place concrete.
Quote
Eagle, CO
Tom Viall
406-698-5234
tom.viall@truenorthsteel.com
Quote #:
Estimate Prepared By:
16' x 50' Modular Vehicle Bridge
DESCRIPTION
• Design drawings stamped by a CO Professional Engineer
* Hardware bolts and fasteners may include foreign/import content. It is TrueNorth Steel’s intent to maximize domestic sourcing of
raw materials and hardware when available.
• Hardware - Weathering steel splice bolts (if required) and bearing assemblies (excludes
anchor bolts)
* TrueNorth Steel will design the anchor bolts for shear and tension of the bolt only for lateral and uplift forces. Embedment and
foundation checks by the foundation engineer of record. Any request for TNS to perform checks will be at the cost of the
contractor.
Below options are only available for purchase with this bridge for use with this bridge
Estimated bridge weight is 30550 lbs, estimated heaviest module is 15275 lbs.
Page 1 of 6
EXHIBIT A
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
1 Set $5,860
1 Set 24'$5,325
Included in Bridge
rollings.
Delivery FREIGHT- FOB JOBSITE
All schedules and shipping sequences will be mutually agreed upon by customer
and TrueNorth Steel - Schedule will be contigent on material availability and mill
SPECIFIC EXCLUSIONS
Calculations and Load Ratings (unless otherwise noted specifically in quote); Galvanizing,
Paint or any other finishes(unless otherwise noted in quote); Third-party inspection of
bridge during fabrication; Design, excavation and construction of bridge abutments;
Unloading and assembly of bridge at the project site; Site surveys, geotechnical
evaluations, or permitting (including fabricator approval, preparing permit applications, and
any costs associated); Supply and placement of reinforced concrete deck (if applicable);
Anchor bolt design, supply and installation (unless otherwise specifically noted in quote);
Any storage fees (unless otherwise noted specifically in quote); Any freight costs (unless
noted specifically in quote); Any Federal, State, County, or Local Sales Tax.
Includes delivery of all components listed above - unloading/installation by others
Freight is based on rates at time of quote, actual costs will be charged at time of delivery.
A500 steel square tube frame with sloped ends
Galvanized corrugated steel backing with Corothane epoxy
Bolts to modular bridge sidedams for approach buffering
Extends 4 feet beyond each side of bridge
Pre-Fabricated Steel, Perched Abutment
Requires minimum 2750 psf allowable soil-bearing capacity
Abutment filled with concrete by customer
STEEL FRAMED BACKWALLS
SuperSill is designed for an applied pressure at the bottom of the SuperSill of 2750 psf.
Buyer acknowledges and agrees that Buyer is responsible for evaluating the suitability of SuperSill for
Buyer's site and proposed use. TrueNorth Steel strongly recommends that Buyer retain a licensed structural
or civil engineer familiar with the local and global conditions to fully evaluate the suitability of SuperSill for
the site and the proposed use, and to design or confirm the bearing conditions for the SuperSill. Whether or
not Buyer retains a licensed structural or civil engineer, Buyer represents that Buyer has not relied on
TrueNorth Steel to determine the suitability of SuperSill for Buyer's purposes and Buyer agrees that
TrueNorth Steel has the right to rely on information provided by Buyer concerning the site and proposed
use of the SuperSill. TrueNorth Steel shall not be responsible for any installation issues, misuse, or
improper engineering evaluation of the site and proposed use SuperSill for the project.
SUPERSILL ABUTMENTS
Page 2 of 6
EXHIBIT A
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
13
EXHIBIT B
GEOTECHNICAL REPORT
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Geotechnical Evaluation
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Prepared For:
Eagle County
P.O. Box 850
500 Broadway
Eagle, Colorado 81631
Attention: Mr. Richard Davies, P.E., PTOE
Job Number: 24-6016 Revised February 11, 2025
Approximate Project Site
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
TABLE OF CONTENTS
Page
Purpose and Scope of Study ........................................................................................ 1
Proposed Construction .................................................................................................. 2
Site Conditions .............................................................................................................. 3
Subsurface Exploration ................................................................................................. 4
Laboratory Testing ........................................................................................................ 5
Subsurface Conditions .................................................................................................. 5
Seismic Classification ................................................................................................... 8
Geotechnical Considerations for Design ....................................................................... 9
Foundation Systems .................................................................................................... 12
Lateral Loads ............................................................................................................... 17
Water-Soluble Sulfates ................................................................................................ 20
Soil Corrosivity ............................................................................................................. 21
Project Earthwork ......................................................................................................... 23
Excavation Considerations ........................................................................................... 27
Closure ......................................................................................................................... 30
Location of Test Holes ......................................................................................... Figure 1
Logs of Test Holes ............................................................................................... Figure 2
Legend and Notes ................................................................................................ Figure 3
Gradation Test Results ............................................................................. Figures 4, 5 & 6
Seismic Design Response Spectrum ................................................................... Figure 7
Closely Spaced Pier/Pile Reductions ........................................................... Figures 8 & 9
Summary of Laboratory Test Results ............................................................ Tables 1 & 2
Detailed Test Hole Logs ................................................................................ Appendix A
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 1
PURPOSE AND SCOPE OF STUDY
This report presents the results of a geotechnical evaluation performed by GROUND
Engineering Consultants, Inc. (GROUND) in support of the design of the proposed
prefabricated bridge to be installed to carry County Road 307 over Brush Creek in Eagle
County, Colorado. Our study was conducted in general accordance with the Agreement
between Eagle County and GROUND Engineering Consultants, Inc., dated November 5,
2024, and GROUND’s Proposal Number 2410-2135 Revised, dated October 30, 2024.
A field exploration program was conducted to obtain information on the subsurface
conditions. Material samples obtained during the subsurface exploration were tested in
the laboratory to provide data on the classification and engineering characteristics of the
on-site soils. The results of the field exploration and laboratory testing are presented
herein.
This report has been prepared to summarize the data obtained and to present our findings
and conclusions based on the proposed development/improvements and the subsurface
conditions encountered. Design parameters and a discussion of engineering
considerations related to the proposed improvements are included herein. This report
should be understood and utilized in its entirety; specific sections of the text, drawings,
graphs, tables, and other information contained within this report are intended to be
understood in the context of the entire report. This includes the Closure section of the
report which outlines important limitations on the information contained herein.
This report was prepared for design purposes of Eagle County, based on our
understanding of the project at the time of preparation of this report. The data,
conclusions, opinions, and geotechnical parameters provided herein should not be
construed to be sufficient for other purposes, including the use by contractors, or any other
parties for any reason not specifically related to the design of the project. Furthermore,
the information provided in this report was based on the exploration and testing methods
described below. Deviations between what was reported herein and the actual surface
and/or subsurface conditions may exist, and in some cases those deviations may be
significant.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 2
PROPOSED CONSTRUCTION
Based on the client correspondence and provided plans,1,2 we understand that present
plans call for a single-span, prefabricated TrueNorth Steel Modular Vehicular Bridge
Structure to replace the existing bridge over Brush Creek. The dimensions of the
proposed bridge are anticipated to be about 50 feet in length and 16 feet in width. We
understand that a geosynthetic reinforced soil (GRS) system is planned to be used to
support the bridge abutment foundations. The system will consist of a bearing bed or
“substructure” so support the bridge bearing points, anticipated to consist of a steel beam
encased in concrete. The substructure is planned to be supported on a GRS system that
also extends beneath the bridge approaches. The current plans call for the bottom of the
substructure to be about 5 feet below road grade and the bottom of the GRS system is
planned to be about 7 feet below road grade. We understand that applied loads are
generally limited to 4,000 psf for GRS systems based on section 4.1.2.2 of a manual for
design and construction guidelines3. We understand that 1.5:1 slopes consisting of rip rap
are planned from the bottom of the substructure to the edge of the creek bed. No other
improvements were included in this scope of services.
We understand that the existing bridge will be demolished and the new one constructed
within the same approximate footprint.
If conventional concrete foundations, abutments, and wing walls are desired,
GROUND should be contacted to revise this report.
If our described understanding/interpretation of the proposed project is incorrect
or project elements differ in any way from that expressed above, including changes
to improvement locations, dimensions, orientations, loading conditions,
elevations/grades, etc., and/or additional buildings/structures/site improvements
are incorporated into this project, either after the original information was provided
to us or after the date of this report, GROUND or another geotechnical engineer
must be retained to reevaluate the conclusions and parameters presented herein.
1 Construction Bid Plans for 307 Road Steel Modular Vehicle Bridge Structure. Prepared by Eagle County
Engineering. Dated March 28, 2024.
2 West Lake Creek Road Bridge, Edwards, CO, Eagle County. Drawings 1 to 11. Prepared by True North
Steel Bridge. Dated June 13, 2024.
3 Design and Construction Guidelines for Geosynthetic Reinforced Soil Abutments and Integrated Bridge
Systems. Dune 2018. U.S. Department of Transportation, Federal Highway Administration.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 3
Performance Expectations Based on our experience with other, similar projects, we
understand that post-construction, bridge foundation on the order of 1 inch are acceptable
to, and anticipated by Eagle County, as are the resultant distress and maintenance
measures. GROUND will be available to discuss the risks and remedial approaches
outlined in this report, as well as other potential approaches, upon request if post-
construction movements of these magnitudes are not acceptable and anticipated
SITE CONDITIONS
At the time of our subsurface exploration,
the project site was developed as a single-
span, one-lane bridge carrying County
Road 307 over Brush Creek. Relatively
moderate to severe signs of distress were
observed on the asphalt-paved bridge
deck, including longitudinal, transverse,
and alligator cracking, and patch failure.
Severely deteriorated concrete walls lined
the sides of the bridge. Up to 2-inch
diameter gravel could be observed in the
concrete and where exposed, appeared to
be very poorly cemented together.
Reinforcing steel was observed protruding
beyond the concrete. The area beneath the
bridge was not easily accessible and
blocked by wire mesh on the west side, but
we observed that the bridge had concrete
wing walls and abutments which significant
cracking and disintegration had occurred. It
appeared that a portion of the south abutment had been undermined laterally several feet
by the creek.
The creek bed was roughly 7 to 9 feet below the bridge deck. The sides of the creek
channel were moderately to very steeply sloping. Large boulders up to 5 feet in diameter
lined the sides and bottom of the creek bed. Vegetation near the bridge consisted of a
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 4
moderate growth of deciduous trees,
medium to large bushes, and short to long
grasses and weeds. Based on public utility
marks, a communication line was hung
under the west side of the bridge deck.
Based on review of Google Earth historical
aerial imagery, the site did not appear to
have undergone significant changes since
1999, the earliest available image.
SUBSURFACE EXPLORATION
The subsurface exploration for the project
was conducted in November 2024 with a
truck-mounted drilling rig to evaluate the
subsurface conditions as well as to retrieve
soil samples for laboratory testing and
analysis. The test holes were advanced to
the depths indicated utilizing continuous
flight, 4-inch diameter solid-stem auger at
Test Hole 1 and 7-inch hollow stem auger at
Test Hole 2. Test Hole 1 was drilled near the north abutment to a depth of about 33 feet.
Test Hole 2 was drilled near the south abutment to a depth of approximately 30 feet, at
which point practical auger refusal was encountered. Refusal at this test hole was initially
encountered at 9 feet, which was interpreted to be due to a boulder. The test hole was
offset about 8 feet to the south where it was advanced to 30 feet.
A GROUND professional directed the subsurface exploration, logged the test holes in the
field, and prepared the samples for transport to our laboratory. Samples of the subsurface
materials were retrieved with a 2-inch inner diameter California liner sampler and a 1⅜-
inch inner diameter Standard Penetration Test sampler. The samplers were driven into
the substrata with blows from a 140-pound hammer falling 30 inches, in general
accordance with (in the case of the 1⅜-inch sampler) the Standard Penetration Test
described by ASTM Method D1586. Penetration resistance values, when properly
evaluated, indicate the relative density or consistency of soils. Depths at which the
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 5
samples were taken, and associated penetration resistance values are shown on the test
hole logs.
The approximate locations of the test holes are shown in Figure 1. Summary logs of the
test holes is presented in Figure 2. Explanatory notes and a legend are provided in Figure
3. Detailed logs of the test holes are provided in Appendix A.
LABORATORY TESTING
Samples retrieved from our test holes were examined and visually classified in the
laboratory by the project engineer. Laboratory testing of soil samples included standard
property tests, such as natural moisture contents, dry unit weights, grain size analyses,
and Atterberg limits. Water-soluble sulfate content and a suite of corrosivity tests were
completed on selected samples, as well. Laboratory tests were performed in general
accordance with applicable ASTM protocols. Results of the laboratory testing program
are summarized in Tables 1 and 2. A gradation plot is provided in Figures 4. Hydrometer
plots are provided in Figures 5 and 6.
SUBSURFACE CONDITIONS
Geologic Setting Published geologic maps, e.g., Tweto et al., 1978,4 depicted the site
as underlain by Pleistocene-aged alluvial gravels (Qg). These surficial deposits were
mapped as being underlain by the Pennsylvanian aged Eagle Valley Evaporite (Pee). A
portion of the above-referenced geologic map is reproduced below.
In the project area, alluvium (stream-laid deposits) typically consisted of gravels, boulders,
sand, and silt. The coarse materials in these deposits will not be suitable for reuse as
compacted fill without processing, likely including crushing.
The Eagle Valley Evaporite, in the project area consisted largely of evaporites, including
gypsum, anhydrite, and halite, interbedded with claystones, siltstones, and sandstones on
various scales. Evaporites are subject to dissolution in the near surface when exposed to
water. Sinkholes and other subsidence features may form as a result. The claystones
4 Tweto, Ogden, Moench, Robert H., and Reed Jr., John C. (1978). Geologic map of the Leadville 1-degree x 2-degrees
Quadrangle, Northwestern Colorado. U.S. Geological Survey Miscellaneous Investigations Series I-999. 1:250,000.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 6
typically are moderately expansive and the formation includes well-cemented beds that
can be very hard and can be difficult to excavate.
Dissolution Related Subsidence Although not encountered at our test holes, evaporite
minerals, such as gypsum, anhydrite, and halite, have been mapped underlying the project
site. These materials are subject dissolution as water passes over or through them,
creating voids that can collapse and generate sinkholes or other subsidence features.
Evidence of such dissolution features were not observed at the bridge site, but have been
noted in the greater project area. Sinkholes, including relatively large diameter sinkholes,
are known to have formed in the greater project area. The likelihood of the development
of a sinkhole or other subsidence feature at a given location is difficult to forecast.
Additional geotechnical drilling and geophysical studies attempting to locate nascent sink
holes in the near surface can be performed, but have been unreliable, in our experience.
However, the likelihood of sinkholes and subsidence related to subsurface dissolution at
the site appeared to be similar to other locations in the general area.
Additionally, given the bridge and associated roadway alignment at their present locations,
GROUND assumed that the Eagle County was aware of and accepts the risks of
dissolution-related subsidence. We are available to discuss further this risk upon request.
Approximate
Project Site
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 7
Local Conditions In general, the test holes penetrated about 2 and 3 inches of road base-
like material before penetrating fill soils that were recognized to depths of about 5 and 4
feet below existing grades at Test Holes 1 and 2, respectively. Beneath the fill soils, native
sands, gravels, and boulders were encountered that extended to depths of about 10 feet.
Weathered sandstones and siltstones were encountered beneath the sands, gravels, and
boulders that extended to depths of about 15 and 21 feet, where sandstone and siltstone
bedrock was encountered that extended to the depths explored.
We interpret the fill materials to be materials placed in during the construction of the bridge
and associated embankments. We interpret the native sands, gravels, and boulders to be
alluvial deposits. We interpret the weathered and non-weathered sandstone and
siltstones to be the Eagle Valley Evaporite.
Fill materials were recognized in the test holes and likely are present across the site.
These fill soils may contain coarse gravels and boulders, as well as similarly sized pieces
of construction, debris even though these items where not recognized in the test holes.
Delineation of the complete lateral and vertical extents of the fills at the site and their
compositions was beyond our present scope of services. If more detailed information
regarding fill extents and compositions at the site are of significance, they should be
evaluated using test pits.
Similarly, coarse gravels and larger clasts are not well represented in small diameter liner
samples collected from the test holes. Therefore, such materials may be present even
where not called out in the material descriptions herein.
Fill generally consisted of fine to coarse, silty sands and sandy silts with gravels and
boulders. They were slightly plastic, moist, and brown to dark-brown in color.
Sands, Gravels, and Boulders generally consisted of fine to coarse, relatively clean to
silty sands, gravels, and boulders. They were non-plastic, moist to wet, loose to medium
dense, and brown to red-brown in color.
Weathered Sandstones and Siltstones generally consisted of fine, silty sandstones to
sandy siltstones. They were slightly plastic, moist to very moist, weathered to medium
hard, and gray in color.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 8
Sandstone and Siltstone Bedrock generally consisted of fine, silty sandstones to sandy
siltstones. They were slightly plastic, slightly moist to moist, very hard, and gray in color.
Groundwater was encountered at depths of 8 and 6 feet below existing grades at Test
Holes 1 and 2, respectively, at the time of drilling. The test holes were backfilled upon
drilling completion per Code of Colorado Regulations (2 CCR 402-2). The groundwater
observations performed during our exploration must be interpreted carefully as they are
short-term and do not constitute a groundwater study. In the event the County desires
additional/repeated groundwater level observations, GROUND should be contacted;
additional exploration and fees will be necessary in this regard.
It has been our experience that surface and groundwater levels fluctuate markedly in
mountainous areas, primarily due to seasonal conditions such as spring runoff. This is
particularly the case near streams. These conditions are often highly variable and difficult
to predict. Although these conditions generally exist for 1 to 3 months annually, their
effects on structures can be significant. In the project area, it is common during
construction to encounter dry conditions in the fall and wet conditions in the spring with
relative groundwater fluctuations of 10 feet or more. Awareness of this is critical for
foundation and deep utility excavations, cut slopes, culvert sizing, and for development
adjacent to intermittently dry streams, rivers, and wetlands.
SEISMIC CLASSIFICATION
Based on extrapolation of available data to depth and our experience in the project area,
we consider the areas of the proposed bridge location to likely meet the criteria for a
Seismic Site Classification of D according to the AASHTO LRFD Bridge Design
Specifications, Eighth Edition (Table 3.10.3.1-1). (Exploration and/or shear wave velocity
testing to a depth of 100 feet or more was not part of our present scope of services.) If,
however, a quantitative assessment of the site seismic properties is desired, then shear
wave velocity testing should be performed. GROUND can provide a fee estimate for shear
wave velocity testing upon request. We consider the likelihood of achieving a Site Class
C to be moderate.
The following seismic parameters are applicable the bridge sites:
Peak Ground Acceleration (PGA): 0.090 g
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 9
Short Period Spectral Acceleration (SS): 0.180 g
Long Period Spectral Acceleration (S1): 0.043 g
FPGA: 1.6
Fa: 1.6
FV: 2.4
SDS: 0.288 g
SD1: 0.103 g
AASHTO Seismic Zone: 1
A seismic response spectrum for the site, based on these parameters is provided in Figure
7.
GEOTECHNICAL CONSIDERATIONS FOR DESIGN
The conclusions and parameters provided in this report were based on the data presented
herein, our experience in the general project area with similar structures, and our
engineering judgment with regard to the applicability of the data and methods of
forecasting future performance. A variety of engineering parameters were considered as
indicators of potential future soil movements.
Our parameters and conclusions were based on our judgment of “likely movement
potentials,” (i.e., the amount of movement likely to be realized if site drainage is generally
effective, estimated to a reasonable degree of engineering certainty) as well as our
assumptions about the owner’s willingness to accept geotechnical risk. “Maximum
possible” movement estimates necessarily will be larger than those presented herein.
They also have a significantly lower likelihood of being realized in our opinion, and
generally require more expensive measures to address.
We encourage Eagle County, upon receipt of this report, to discuss these risks and the
geotechnical alternatives with us. In addition to the risks and remedial approaches
presented in this report, Eagle County also must understand the risk-cost trade-offs
addressed by the civil and structural engineering disciplines in order to direct the design
team to the portion of the Higher Cost/Lower Risk–Lower Cost/Higher Risk spectrum in
which this project should be designed. If Eagle County does not understand these risks,
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 10
it is critical that additional information or clarification be requested so that the owner’s
expectations reasonably can be met.
General Geotechnical Risk One source of geotechnical risk at this site is the presence
of undocumented fill soils. Although these fill soil may have been placed in a controlled
manner, documentation of the existing fill soils was not provided to GROUND at the time
of report preparation. Therefore, these fill soils are considered to be undocumented fill
soils. Undocumented fill soils are considered to be geotechnically unsuitable to support
new construction given their unknown composition and consistency. Significant post-
construction movements can result where improvements are supported directly on these
materials.
However, the age of the fill soils, appear to be greater than 30 years, and Eagle County’s
experience with the structure, Eagle County may consider the risk associated with these
fills to be lower than other similar sites.
Another source of geotechnical risk is the presence of loose and soft soils, particularly in
the upper 11 to 12 feet of the site soils extending into the weathered sandstones and
siltstones. Relatively low penetration resistance values were recorded in these materials.
Materials with low penetration resistance values typically do not provide sufficient bearing
support moderately to heavily loaded structures.
Likely Post-Construction Movement Estimates Based on the data developed for this
study and our experience in the project area, we estimate that post-construction
movements of approximately 1½ to 2 inches are likely if the new bridge were supported
directly on the existing earth materials.
Bridge Foundation Types
Deep Foundations In GROUND’s opinion, supporting the proposed bridge on a driven
pile foundation system will provide the lowest estimates of post-construction movement
(about ½ inch) and will provide the least risk of excessive foundation movements. Driven
piles should bear in the sandstone and siltstone bedrock at the site. Due to the large
boulders encountered at our test holes, we anticipate that pile driving may be particularly
difficult at this site. We anticipate that pre-drilling will be necessary. Geotechnical
parameters for driven piles are provided in the Foundation Systems section of this report.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 11
Proprietary foundations such as helical piers, or other similar, proprietary foundation
systems also could be used and likely could provide similar performance to deep
foundations. Similar difficulties would likely be encountered during installation through any
boulders. Further discussion regarding these of foundations can be provided upon
request.
Shallow Foundations As a higher risk, but commonly used alternative to support the
bridge on driven piles, shallow foundations supported on a GRS system could be used.
The GRS system (including the width, depth, geotextile, and fill material) should be
designed by the GRS designer. We understand that present plans call for the proposed
GRS system to extend to about 7 feet below road grade. At these depths, we anticipate
that native sands, gravels, and boulders will be exposed. Due to the relatively low bearing
support in these materials, we suggest the GRS system should extend down to the
weathered sandstones and siltstones (encountered at 10 feet below road grade at the time
of drilling). Additionally, due to the presence of relatively shallow groundwater, we also
suggest that relatively free-draining backfill (such as ASTM C33 No. 57/67 crushed rock)
be placed within the GRS system to avoid the buildup of hydrostatic pressures. We
estimate that likely post-construction movements of about 1 inch can be realized with this
system.
Additional parameters for the design and construction of shallow foundations are provided
in the Shallow Foundations section of this report.
Groundwater and Surface Water Groundwater was encountered in the test holes at 6
and 8 feet below road grades. This is a few feet higher than the stream stage at the time
of drilling. Therefore, unstable conditions should be anticipated that may result in greater
than typical construction difficulties during excavations for the GRS system. The contractor
should be prepared to dewater the excavations during construction. Similarly, efforts to
divert surface waters carried in Brush Creek may be necessary as well. Special
environmental considerations and regulations likely apply to the design and execution of
efforts to handle the groundwater and surface water at the site. An environmental
consultant should be retained in this regard.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 12
FOUNDATION SYSTEMS
The foundation parameters and considerations provided below were developed based on
the performance expectations, geotechnical risks, and site conditions discussed in the
prior sections of this report. The foundation systems used should be based on the owner’s
tolerance of post-construction movements and the associated cost-risk trade-offs. The
use of these parameters assumes that the above discussed risks and post-construction
movement estimates are acceptable for the project.
Deep Foundations Driven H-piles for the bridge foundation should be installed per
Section 502 of the current edition/revision of the CDOT Standard Specifications for Road
and Bridge Construction (for H-piles) and local construction practice.
Geotechnical Parameters for Design of Driven Pile Foundations
1) H-piles should consist of heavy steel H-sections. We anticipate that HP 10x42,
HP 10x57, HP 12x53, or HP 12x74 sections may be used.
Selection of pile size should consider anticipated pile depths and installation
through coarse alluvial materials.
2) The piles should be driven to practical refusal, bearing in the sandstone and
siltstone bedrock underlying the site. In the test holes, top-of-bedrock was logged
at elevations between about 15 and 21 feet below existing grades.
We anticipate that piles likely will be driven to tip elevations that are 5 to 8 feet
below top-of-bedrock, corresponding to elevations of about 6,880 to 6,877 feet at
Test Hole 1 and 6,874 to 6871 feet at Test Hole 2. Due to the inherent variability
in the bedrock conditions, the contractor should be prepared to advance the piles
to elevations at least 5 feet lower than the depths discussed above.
A test pile program could be beneficial for refining anticipated driving
depths/elevations. Analyzing one or more test piles using a pile driving analyzer
(PDA) would be beneficial to refining estimates of target pile depths.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 13
The structural engineer and contractor should anticipate refusal locally during pile
installation, as well as damaged piles. The contractor should be prepared to install
additional piles offset from refusal or damaged pile locations, as necessary.
3) Based on the strength of the bedrock deposits underlying the site, the maximum
pile load should not exceed the maximum service stress tabulated below, based
on the steel cross-sectional area of the pile.
MAXIMUM SERVICE STRESS
Pile Steel Maximum Service Stress
H-Piles – 50 ksi steel 12,500 psi
4) Geotechnical parameters for design of piles to resist lateral loads are provided in
the Lateral Earth Pressures section of this report.
5) Lateral resistance to horizontal forces also can be resisted by battered piles. It is
normal to assume a battered pile can resist the same axial load as a vertical pile
of the same type and size driven to the same depth. The vertical and horizontal
components of the load will depend on the batter inclinations.
Pile batters should not exceed 1:4 (horizontal : vertical).
6) Groups of closely spaced piles will require an appropriate reduction of the nominal
capacities of the piles comprising the group.
Reduction of axial capacities can be avoided by spacing piles apart a distance of
at least 3 “diameters” center to center. Reduction factors for piles spaced more
closely than 3 diameters center to center can be obtained from Figure 8.
To avoid reduction of the capacities of linear arrays of piles to resist lateral loading
in line with the pile centers, piles should be spaced at least 8 “diameters” apart,
center to center. Reduction factors for piles spaced more closely than 8 diameters
can be obtained from Figure 9.
7) Uplift on driven piles should be limited to 25 percent of the indicated vertical load
capacities.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 14
8) In order to allow pile dynamic testing (see below), welded pile splices should be
specified, and compression splices not allowed.
Driven Steel H-pile Installation Considerations
9) Piles should be reinforced with appropriate, heavy duty, pile tips.
10) We suggest that a test pile installation program be performed to define better the
driving conditions, appropriate pile hammer energy, installation depth, and refusal
conditions.
11) After the actual pile type and proposed hammer have been selected, a
geotechnical engineer should be retained to perform a Wave Equation Analysis to
determine if the driving hammer is sized adequately for the type of pile selected
and the soils and bedrock materials into which the piles will be driven.
CDOT guidelines for H-piles indicate that the hammer should develop a minimum
of 26,000 foot-pounds of energy per blow for HP 10x42, HP 10x57 and HP 12x53
piles, and 42,000 foot-pounds for HP 12x74 piles.
12) The maximum dynamic stress applied to a pile of either type during driving should
not exceed the value tabulated below.
MAXIMUM DYNAMIC STRESS
Pile Steel Maximum Dynamic Stress
H-Piles – 50 ksi steel 40,000 psi
13) Pile dynamic testing should be performed using a pile driving analyzer (PDA) and
signal matching at the start of pile installation to:
Assess the condition of the pile,
Evaluate the efficiency of the hammer,
Measure the driving stress in the pile,
Determine the static capacity of the pile, and
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 15
Establish the pile driving criteria for required static capacity, or bedrock
penetration.
Pile dynamic testing should be performed during driving on an appropriate
percentage of piles.
14) It may be beneficial also to perform lateral loading testing at the start of pile
installation.
15) GROUND also suggests restriking of the piles to evaluate their capacity at least
24 hours after (initial) driving has been completed.
16) Where a pile cannot be advanced to at least the approximate, anticipated tip depth,
it should be evaluated with regard to its capacity by a geotechnical engineer and
a structural engineer.
Shallow Foundations The geotechnical parameters indicated below may be used for
design of shallow foundations for the proposed bridge.
We understand that present plans call for each bridge abutment to be supported on a
shallow foundation or beam seat bearing on a geosynthetic-reinforced soil (GRS)
abutment. (We assume that the bridge approaches also will be designed as geosynthetic-
reinforced elements.) Based on the FHWA design manual (Section 4.1.2.2) allowable
bearing pressure on a GRS system should be limited to 4,000 psf.
We also understand that the GRS systems will be designed by others, although GROUND
can provide a proposal to provide those designs.
Geotechnical Parameters for Shallow Foundation Design
1) The bridge footing or bearing seat at each abutment should bear on a properly
designed and constructed GRS system.
The GRS systems, including the reinforced soil foundations (RSF) should bear on
firm, weathered sandstones and siltstones encountered at depths of about 10 feet
below existing grades at both test holes, corresponding to an elevation of about
6,890 feet. This depth was below the water table elevation as encountered in the
test holes at the time of drilling, and below the observed stream stage. See the
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 16
Project Earthwork and Excavation Considerations sections of this report, for
considerations in this regard.
The GRS systems (and the foundations / beam seats bearing on them) should be
protected from scour. Hydrometer plots that may be used to inform scour design
are provided on Figures 5 and 6.
2) The bridge footings / bearing seats, bearing on properly designed and constructed
GRS systems, may be designed for an allowable bearing pressure of 4,000 psf for
elements up to 10 feet in width (least lateral dimension).
Compression of the bearing soils (assumed to be granular) within the GRS system
under the allowable bearing pressure is estimated to be about 1 inch.
To reduce differential settlements between abutments, foundation loads should be
as uniform as possible. Differentially loaded foundations will settle differentially.
3) Geotechnical parameters for lateral resistance to foundation loads are provided in
the Lateral Earth Pressure section of this report.
4) The footing / beam seat system should be placed at a bearing elevation of at least 4
feet below the lowest adjacent finish grade with adequate soil cover above their
bearing elevation for frost protection.
5) Compacted fill placed against the sides of each footing / beam seat system should
be compacted in accordance with the Project Earthwork section of this report. Use
of controlled low strength material (CLSM), i.e., a lean sand-cement slurry, flowable
fill, or a similar material in lieu of compacted soil backfill in these locations may be
beneficial where access is restricted or when it can be placed more rapidly than
properly compacted soil fill. CLSM should be placed in general accordance with
Section 206.02 of the CDOT Standard Specifications for Road and Bridge
Construction.
6) Care should be taken when excavating to avoid disturbing the supporting materials
below the GRS system. Hand excavation or careful backhoe soil removal may be
required in excavating the last few inches.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 17
7) The GRS system bearing areas should be compacted with a vibratory plate
compactor prior to placement of fabric / fill materials.
8) A geotechnical engineer should be retained to observe excavations prior to
placement of the GRS system.
9) The contractor should take adequate care when making excavations not to
compromise the bearing or lateral support for nearby improvements.
10) Headwalls or facing materials, if used, should be designed with adequate provisions
for drainage, facilitated by well-designed weep holes at the toes of the walls, or by
underdrains consisting of gravel, perforated pipe and filter fabric at the heels of the
walls. Underdrains should be sloped at gradients of at least 1 percent to locations
where they may discharge freely.
Shallow Foundation Construction
11) Care should be taken when excavating for the GRS system to avoid disturbing the
supporting materials particularly in excavating the last few inches.
12) Foundation-supporting soils may be disturbed or deform excessively under the
wheel loads of heavy construction vehicles as the excavations approach footing
bearing levels. Construction equipment should be as light as possible to limit
development of this condition. The movement of vehicles over proposed foundation
areas should be restricted.
13) All foundation subgrade should be properly cleaned/compacted so that no loose soils
remain, prior to placement of concrete.
LATERAL LOADS
Driven Pile Foundations Resisting Lateral Loads Based on the data obtained for this
study and our experience with similar sites and conditions, lateral load analysis using the
“L-Pile” or a similar computer program should use the following geotechnical parameters
for input. The parameters are based on a simplified soil / bedrock profile. These include,
unit wet weights (γ'), internal friction angle (), undrained shear strength (cu), horizontal
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 18
soil modulus (k) and strain at 50 percent of failure stress (50). Resistance to lateral loads
should be neglected in the upper 5 feet of soils.
GEOTECHNICAL PARAMETERS FOR LATERAL LOAD ANALYSIS USING L-PILE
Soil / Bedrock
Material
Approximate
Depth Range5 Parameter Value
Native Sands, Gravels, and
Boulders
(model as Sand with Free
Water)
5 – 10 feet
γ' 78 pcf (0.045 pci)
30 degrees
k 51,840 pcf (30 pci)
Weathered Sandstones and
Siltstones
(model as Siff Clay with Free
Water)
10 – 21 feet
γ' 68 pcf (0.039 pci)
k 259,200 pcf (150 pci)
cu 500 psf (3.47 psi)
50 0.008
Sandstone and Siltstone
Bedrock
(model as Stiff Clay without
Free Water)
> 21 feet
γ' 140 pcf (0.081 pci)
cu 2,000 psf (13.89 psi)
50 0.003
Shallow Foundations Resisting Lateral Loads Values for equivalent fluid pressures
and the coefficient for frictional resistance to sliding are provided below. These values
were based on a moist unit weight (γ') of 125 pcf and an angle of internal friction () of 24
degrees for existing fill soils reworked as compacted fill, a γ' of 135 pcf and a of 30
degrees for sands, gravels and boulders reworked as fill, a γ' of 130 pcf and a of 26
degrees for weathered sandstones and siltstones reworked as fill, and a γ' of 115 pcf and
40 degrees for free-draining crushed rock (ASTM C33 No. 57/67). These values are
unfactored. Appropriate factors of safety should be included in design calculations.
5 Depth below existing grade (road grade) at the time of drilling.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 19
EQUIVALENT FLUID WEIGHTS (DRAINED CONDITION)
Backfill
Material
Condition Friction
Coefficient Active At-Rest Passive
Existing Fill 53 pcf 75 pcf 255 pcf
(to a maximum of 2,550 psf) 0.30
Sands, Gravels, and Boulders 45 pcf 68 pcf 365 pcf
(to a maximum of 3,650 psf) 0.38
Weathered Sandstones and
Siltstones 51 pcf 74 pcf 290 pcf
(to a maximum of 2,900 psf) 0.33
Free-Draining Crushed Rock
(ASTM C33 No. 57/67) 26 pcf 42 pcf 490 psf
(to a maximum of 4,900 pcf - 0.56
EQUIVALENT FLUID WEIGHTS (SUBMERGED CONDITION)
Backfill
Material
Condition Friction
Coefficient Active At-Rest Passive
Sands, Gravels, and Boulders 87 pcf 99 pcf 280 pcf
(to a maximum of 2,800 psf) 0.38
Weathered Sandstones and
Siltstones 89 pcf 101 pcf 235 pcf
(to a maximum of 2,350 psf) 0.35
Free-Draining Crushed Rock
(ASTM C33 No. 57/67) 74 pcf 82 pcf 320 psf
(to a maximum of 3,200 psf - 0.56
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 20
To realize the lower equivalent fluid unit weights, the selected structure backfill should be
placed behind the wall to a minimum distance equal to half the retained wall height.
Additionally, where passive soil pressure is analyzed, the upper 1 foot of embedment
should be neglected for passive resistance. Where passive soil pressure is used to resist
lateral loads, it should be understood that significant lateral strains will be required to
mobilize the full value indicated above, likely 1 inch or more. A reduced passive pressure
can be used for reduced anticipated strains, however.
The lateral earth pressures presented above are for a horizontal upper backfill slope. The
additional loading of an upward sloping backfill as well as loads from traffic, stockpiled
materials, etc., should be included in the wall design.
WATER-SOLUBLE SULFATES
The concentrations of water-soluble sulfates measured in a selected sample obtained
from the test holes was approximately 0.03 percent. Such a concentration of water-
soluble sulfates represents a negligible environment for sulfate attack on concrete
exposed to these materials. Degrees of attack are based on the scale of “negligible,”
“moderate,” “severe,” and “very severe” as described in the “Design and Control of
Concrete Mixtures,” published by the Portland Cement Association (PCA). The Colorado
Department of Transportation (CDOT) utilizes a corresponding scale with 4 classes of
severity of sulfate exposure (Class 0 to Class 3) as described in the published table below.
REQUIREMENTS TO PROTECT AGAINST DAMAGE TO
CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE
Severity of
Sulfate
Exposure
Water-Soluble
Sulfate (SO4=)
In Dry Soil
(%)
Sulfate (SO4)
In Water
(ppm)
Water
Cementitious Ratio
(maximum)
Cementitious
Material
Requirements
Class 0 0.00 to 0.10 0 to 150 0.45 Class 0
Class 1 0.11 to 0.20 151 to 1500 0.45 Class 1
Class 2 0.21 to 2.00 1501 to 10,000 0.45 Class 2
Class 3 2.01 or greater 10,001 or greater 0.40 Class 3
Based on our test results and PCA and CDOT guidelines, all concrete exposed to site
soils should use sulfate-resistant cement conforming to one of the Class 0 requirements.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 21
However, Eagle Valley Evaporite deposits are mapped to underly the project site. Where
Brush Creek carries sediments derived from the evaporite, there is an increased risk of
elevated sulfate concentrations to be present, higher than measured in our laboratory.
Therefore, it may be beneficial to consider the use of Class 1 or higher sulfate resistant
cement. The requirements for Class 0 and Class 1 sulfate-resistant cement are presented
below:
Class 0 (Negligible)
1) ASTM C150 Type I, II, III, or V.
2) ASTM C595 Type IL, IP, IP(MS), IP(HS), or IT.
Class 1 (Moderate)
1) ASTM C150 Type II or V.
2) ASTM C595 Type IP(MS) or IP(HS).
3) ASTM C150 Type III. Type III shall have no more than 8 percent C3A.
4) ASTM C595 Type IL(MS), IL(HS), IT(MS), or (HS).
Class C fly ash shall not be substituted for cement.
In addition, all concrete used shall have a minimum compressive strength of 4,000 psi.
SOIL CORROSIVITY
Data were obtained to support an initial assessment of the potential for corrosion of ferrous
metals in contact with earth materials at the site, based on the conditions at the time of
GROUND’s evaluation. The test results are summarized in Table 2.
Reduction-Oxidation testing indicated a red-ox potential of approximately -78 millivolts.
Such a low potential typically creates a more corrosive environment.
Sulfide Reactivity testing indicated a “Positive” result in the local soils. The presence of
sulfides in the soils suggests a more corrosive environment.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 22
Soil Resistivity In order to assess the “worst case” for mitigation planning, samples of
materials retrieved from the test holes were tested for resistivity in the laboratory, after
being saturated with water, rather than in the field. Resistivity also varies inversely with
temperature. Therefore, the laboratory measurements were made at a controlled
temperature. Measurement of electrical resistivity indicated a value of approximately
1,704 ohm-centimeters in a sample of site soils.
pH Where pH is less than 4.0, soil serves as an electrolyte; the pH range of about 6.5 to
7.5 indicates soil conditions that are optimum for sulfate reduction. In the pH range above
8.5, soils are generally high in dissolved salts, yielding a low soil resistivity.6 Our testing
indicated a pH value of about 8.5.
Corrosivity Assessment The American Water Works Association (AWWA) has
developed a point system scale used to predict corrosivity. The scale is intended for
protection of ductile iron pipe but is valuable for project steel selection. When the scale
equals 10 points or higher, protective measures for ductile iron pipe are indicated. The
AWWA scale is presented below.
Table A.1 Soil-Test Evaluation
Soil Characteristic / Value Points
Redox Potential
< 0 (negative values) ....................................................................................... 5
0 to +50 mV ................................................................................................…. 4
+50 to +100 mV ............................................................................................… 3½
> +100 mV ............................................................................................... 0
Sulfide Reactivity
Positive ........................................................................................................…. 3½
Trace .............................................................................................................… 2
Negative .......................................................................................................…. 0
Soil Resistivity
<1,500 ohm-cm ..........................................................................................… 10
1,500 to 1,800 ohm-cm ................................................................……......…. 8
1,800 to 2,100 ohm-cm .............................................................................…. 5
2,100 to 2,500 ohm-cm ...............................................................................… 2
2,500 to 3,000 ohm-cm .................................................................................. 1
>3,000 ohm-cm ................................................................................… 0
pH
0 to 2.0 ............................................................................................................ 5
2.0 to 4.0 ......................................................................................................... 3
6 American Water Works Association ANSI/AWWA C105/A21.5-05 Standard.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 23
4.0 to 6.5 ......................................................................................................... 0
6.5 to 7.5 ......................................................................................................... 0 *
7.5 to 8.5 ......................................................................................................... 0
>8.5 .......................................................................................................... 3
Moisture
Poor drainage, continuously wet ..................................................................…. 2
Fair drainage, generally moist ....................................................................… 1
Good drainage, generally dry ........................................................................ 0
* If sulfides are present and low or negative redox-potential results (< 50 mV) are
obtained, add three (3) points for this range.
The soil characteristics refer to the conditions at and above pipe installation depth. We
anticipate that drainage at the site after construction will be effective. Nevertheless, based
on the values obtained for the soil parameters, the fill soils appear to comprise a severely
corrosive environment for ferrous metals (16½ points).
If additional information or evaluation is needed regarding soil corrosivity, then the
American Water Works Association or a corrosion engineer should be contacted. It should
be noted, however, that changes to the site conditions during construction, such as the
import of other soils, or the intended or unintended introduction of off-site water, might
alter corrosion potentials significantly.
PROJECT EARTHWORK
The earthwork criteria below are based on our interpretation of the geotechnical conditions
encountered in the test hole. Where these criteria differ from applicable municipal
specifications, the latter should be considered to take precedence.
Prior to earthwork construction, existing vegetation, topsoil, asphalt, and other deleterious
materials should be removed and disposed of off-site. Relic underground utilities, if
encountered, should be abandoned in accordance with applicable regulations, removed
as necessary, and capped at the margins of the property.
Topsoil should not be incorporated into fill placed on the site. Instead, topsoil should be
stockpiled during initial grading operations for placement in areas to be landscaped or for
other approved uses.
Use of Existing Fill Soils Fill materials were encountered in the test holes during
subsurface exploration. We anticipate that these soils generally will be suitable for reuse
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 24
as compacted fill for general purposes. However, because all of the fill soils were not
sampled and tested, it is possible that some fill soils may not be suitable for reuse as
compacted fill, due to the presence of deleterious materials such as trash, organic
material, boulders, or construction debris. Excavated fill materials should be evaluated
and tested, as appropriate, with regard to reuse.
Use of Existing Native Soils Based on the samples retrieved from the test holes, we
anticipate that the existing site soils free of organic materials, boulders, or other
deleterious materials will be suitable, in general, for reuse as compacted fill for general
fills.
Fragments of rock and boulders larger than 8 inches in maximum dimension will require
special handling and/or placement to be incorporated into project fills and may need to be
wasted on-site beyond the proposed improvements or exported from the site. Specialized
screening, sieving, or crushing equipment may be necessary to prepare excavated on-
site soils for reuse beneath the proposed improvements. If such equipment is unavailable
to the contractor, it should be anticipated that the import of soils to the site will be
necessary to backfill excavations. A geotechnical engineer should be consulted regarding
appropriate information for usage of such materials on a case-by-case basis when such
materials have been identified during earthwork. Standard parameters that likely will be
generally applicable can be found in Section 203 of the current CDOT Standard
Specifications for Road and Bridge Construction.
Imported Fill Materials Materials imported to the site as (common) fill should be free of
organic material, and other deleterious materials. Imported material should exhibit 60
percent or less than passing the No. 200 Sieve and a plasticity index of 15 or less.
Materials proposed for import should be approved prior to transport to the site.
Fill Platform Preparation Prior to filling, the top 12 inches of in-place materials on which
fill soils will be placed should be scarified, moisture conditioned and properly compacted
in accordance with the parameters below to provide a uniform base for fill placement.
If surfaces to receive fill expose loose, wet, soft or otherwise deleterious material,
additional material should be excavated, or other measures taken to establish a firm
platform for filling. The surfaces to receive fill must be effectively stable prior to placement
of fill.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 25
Wet, Soft, or Unstable Subgrades Wet, soft, or unstable subgrades may be
encountered at this site. The contractor must establish a stable platform for fill placement
and achieving compaction in the overlying fill materials and to place the GRS system.
Excavation of the unstable soils and replacing them with relatively dry or granular material,
possibly together with the use of stabilization geotextile or geogrid, may be necessary to
achieve stability. Although the stabilization approach should be determined by the
contractor, GROUND offers the alternatives below for consideration. Proof-rolling can be
beneficial for identifying unstable areas. Alternatively, the GRS system could be deepened
into more suitable foundation soils.
Replacement of the existing subgrade soils with clean, coarse, aggregate (e.g.,
crushed rock or “pit run” materials) or road base. Excavation and replacement to a
depth of 1 to 2 feet commonly is sufficient, but greater depths may be necessary to
establish a stable surface.
On very weak subgrades, an 18- to 24-inch “pioneer” lift that is not well compacted
may be beneficial to stabilize the subgrade. Where this approach is employed,
however, additional settlements of up to ½ inch may result.
Where coarse, aggregate alone does not appear sufficient to provide stable
conditions, it can be beneficial to place a layer of stabilization geotextile or geogrid
(e.g., TenCate Mirafi® RS 580i, BXG 110, or other similar product) at the base of the
aggregate section.
The stabilization geotextile/geogrid should be selected based on the aggregate
proposed for use. It should be placed and lapped in accordance with the
manufacturer’s recommendations.
Geotextile or geogrid products can be disturbed by the wheels or tracks of
construction vehicles; care should be taken to maintain the effectiveness of the
system. Placement of a layer of aggregate over the geotextile/geogrid prior to
allowing vehicle traffic over it can be beneficial in this regard.
When a given remedial approach has been selected, the contractor should construct a
test section to evaluate the effectiveness of the approach prior to use over a larger area.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 26
General Considerations for Fill Placement Fill soils should be thoroughly mixed to
achieve a uniform moisture content, placed in uniform lifts not exceeding 8 inches in loose
thickness, and properly compacted. Materials placed within the GRS system should be
placed in accordance with the GRS system designer.
No fill materials should be placed, worked, rolled while they are frozen, thawing, or during
poor/inclement weather conditions.
Where soils on which foundation elements will be placed are exposed to freezing
temperatures or repeated freeze – thaw cycling during construction – commonly due to
water ponding in foundation excavations – bearing capacity typically is reduced and/or
settlements increased due to the loss of density in the supporting soils. After periods of
freezing conditions, the contractor should re-work areas affected by the formation of ice
to re-establish adequate bearing support.
Care should be taken with regard to achieving and maintaining proper moisture contents
during placement and compaction. Materials that are not properly moisture conditioned
may exhibit significant pumping, rutting, and deflection at moisture contents near optimum
and above. The contractor should be prepared to handle soils of this type, including the
use of chemical stabilization, if necessary.
Compaction areas should be kept separate, and no lift should be covered by another until
relative compaction and moisture content within the specified ranges are obtained.
Compaction Criteria Soils that classify as GP, GW, GM, GC, SP, SW, SM, or SC in
accordance with the USCS classification system (granular materials) should be
compacted to 95 or more percent of the maximum dry density at moisture contents within
2 percent of the optimum moisture content as determined by ASTM D1557, the ‘modified
Proctor.’
Soils that classify as ML, MH, CL, or CH should be compacted to at least 95 percent of
the maximum dry density at moisture contents between 1 percent below to 3 percent
above the optimum moisture content as determined by ASTM D698, the ‘standard
Proctor.’
Soils placed within the GRS system should be compacted in accordance with the GRS
system designer.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc.Page 27
Use of Squeegee Where “squeegee” or similar materials are proposed for use by the
Contractor, the design team should be notified by means of a Request for Information
(RFI), so that the proposed use can be considered on a case-by-case basis. Where
squeegee meets the project requirements for pipe bedding material, however, it is
acceptable for that use.
Settlements Settlements will occur in newly filled ground, typically on the order of 1 to 2
percent of the fill depth. This is separate from settlement of the existing soils left in place.
For a 12-foot fill, for example, that corresponds to a total settlement of about 2 inches. If
fill placement is performed properly and is tightly controlled, in GROUND’s experience the
majority (on the order of 60 to 80 percent) of that settlement typically will take place during
earthwork construction, provided the contractor achieves the compaction levels indicated
herein. The remaining potential settlements likely will take several months or longer to be
realized, and may be exacerbated if these fills are subjected to changes in moisture
content.
Cut and Filled Slopes Permanent, graded slopes supported by local soils up to 15 feet
in height should be constructed no steeper than 3 : 1 (horizontal : vertical). Minor raveling
or surficial sloughing should be anticipated on slopes cut at this angle until vegetation is
well reestablished. Surface drainage should be designed to direct water away from slope
faces into designed drainage pathways or structures.
Steeper slope angles as steep as 1.5 : 1 appear to be feasible with rip rap, grouted
boulders, or other imported materials. These slopes should be designed by the civil
engineer. A detailed slope stability analysis may be necessary based on final proposed
grading plans. A geotechnical engineer should be retained to evaluate such slopes on a
case-by-case basis.
EXCAVATION CONSIDERATIONS
Excavation Difficulty The test holes for the subsurface exploration was advanced to the
depth indicated on the test hole logs by means of conventional, truck-mounted,
geotechnical drilling equipment. The presence of boulders was interpreted within the fill
and native soils based on drilling conditions and visual observations of the shallow
portions of the test holes. Refusal was encountered at a depth of about 9 feet at Test Hole
2, interpreted to be due to a boulder. Significant quantities of boulders should be
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 28
anticipated by the contractor. Crushing or other size-reducing methods may be necessary
to sufficiently reduce/process these materials adequately for use in site fills. If these
methods are unavailable to the contractor, they should anticipate that fill soil will need to
be imported to the site for use as backfill.
Additionally, construction debris (concrete, asphalt, rebar, tree limbs, wood, etc.) may be
encountered within existing fill materials throughout the site. Boulders should also be
anticipated to be encountered within these materials. These materials should be expected
to be encountered by the contractor and should not be considered as an “unforeseen
condition” at the time of construction.
Greater than typical efforts should be anticipated by the contractor, as well as greater than
typical equipment wear, to excavate, handle, and process these materials.
Refusal was met at Test Hole 2 at a depth of about 30 feet. If pre-drilling for H-piles is
performed, very hard well cemented beds and lenses in the bedrock should be anticipated.
Temporary Excavations and Personnel Safety Excavations in which personnel will be
working must comply with all applicable OSHA Standards and Regulations, particularly
CFR 29 Part 1926, OSHA Standards-Excavations, adopted March 5, 1990. The
contractor’s “responsible person” should evaluate the soil exposed in the excavations as
part of the contractor’s safety procedures. GROUND has provided the information in this
report solely as a service to Eagle County, and is not assuming responsibility for
construction site safety or the contractor’s activities.
Some surface sloughing may occur on the slope faces at these angles. Should site
constraints prohibit the use of sloped excavation walls, temporary shoring should be used.
GROUND is available to provide shoring design upon request. Stockpiling of materials
should not be permitted closer to the tops of temporary slopes than 5 feet or a distance
equal to the depth of the excavation, whichever is greater.
The contractor should take care when making excavations not to compromise the bearing
or lateral support for any adjacent, existing improvements.
Groundwater was encountered at depths of 6 and 8 feet below existing road grade at the
time of drilling. The test holes were backfilled upon drilling completion per Code of
Colorado Regulations (2 CCR 402-2). Surface and groundwater levels can vary
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 29
significantly as discussed in the Subsurface Conditions section of this report. These
conditions are often highly variable and difficult to predict.
It is possible that groundwater may be encountered in project excavations at depths both
shallower and deeper than those indicated above. We anticipate that construction of the
GRS system will require dewatering the excavations. Pumps adequate to discharge water
and/or well points to draw down the water level may be appropriate methods. Other
methods may be appropriate as well. The dewatering approach should be determined by
the contractor. Wet and unstable subgrade likely will be encountered after de-watering. If
seepage or groundwater is encountered during excavation or at any time during
construction, the geotechnical engineer and project team should be contacted to evaluate
the conditions. The presence of groundwater in these types of situations and associated
potential design changes can have an impact to both the financial and schedule
components of a project.
Should seepage or flowing groundwater be encountered in project excavations, the slopes
should be flattened as necessary to maintain stability or a geotechnical engineer should
be retained to evaluate the conditions. The risk of slope instability will be significantly
increased in areas of seepage along excavation slopes.
Surface Water The contractor should take pro-active measures to control surface waters
during construction and maintain good surface drainage conditions to direct waters away
from excavations and into appropriate drainage structures. A properly designed drainage
swale should be provided at the tops of the excavation slopes. In no case should water
be allowed to pond near project excavations.
Special measures to the divert or otherwise control surface waters carried by Brush Creek
should be anticipated. Environmental considerations regarding the discharge or handling
of the waters likely will apply. An environmental consultant should be contacted for
additional information.
Temporary slopes should also be protected against erosion. Erosion along the slopes will
result in sloughing and could lead to a slope failure.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 30
CLOSURE
Geotechnical Review The author of this report or a GROUND principal should be
retained to review project plans and specifications to evaluate whether they comply with
the intent of the measures discussed in this report. The review should be requested in
writing.
The geotechnical conclusions and parameters presented in this report are contingent upon
observation and testing of project earthworks by representatives of GROUND. If another
geotechnical consultant is selected to provide materials testing, then that consultant must
assume all responsibility for the geotechnical aspects of the project by concurring in writing
with the parameters in this report, or by providing alternative parameters.
Materials Testing Eagle County should consider retaining a geotechnical engineer to
perform materials testing during construction. The performance of such testing or lack
thereof, however, in no way alleviates the burden of the contractor or subcontractor from
constructing in a manner that conforms to applicable project documents and industry
standards. The contractor or pertinent subcontractor is ultimately responsible for
managing the quality of his work; furthermore, testing by the geotechnical engineer does
not preclude the contractor from obtaining or providing whatever services that he deems
necessary to complete the project in accordance with applicable documents.
Limitations This report has been prepared for Eagle County as it pertains to design and
construction of the proposed bridge and related improvements as described herein. It
may not contain sufficient information for other parties or other purposes.
In addition, GROUND has assumed that project construction will commence by
spring/summer 2025. Any changes in project plans or schedule should be brought to the
attention of a geotechnical engineer, in order that the geotechnical conclusions in this
report may be re-evaluated and, as necessary, modified. If our described
understanding/interpretation of the proposed project is incorrect or project
elements differ in any way from that expressed herein, including additional
buildings/structures, changes to improvement locations, dimensions, structural
loading, site improvements, grades, etc., and are incorporated into this project,
either after the original information was provided to us or after the date of this
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 31
report, GROUND must be notified to re-evaluate the conclusions and parameters
presented herein.
The geotechnical conclusions in this report relied upon subsurface exploration at a single
exploration point, as shown in Figure 1, as well as the means and methods described
herein. Subsurface conditions were interpolated between and extrapolated beyond these
locations. It is not possible to guarantee the subsurface conditions are as indicated in this
report. Actual conditions exposed during construction may differ from those encountered
during site exploration.
If during construction, surface, soil, bedrock, or groundwater conditions appear to be at
variance with those described herein, a geotechnical engineer should be retained at once,
so that reevaluation of the conclusions for this site may be made in a timely manner. In
addition, a contractor who obtains information from this report for development of his
scope of work or cost estimates may find the geotechnical information in this report to be
inadequate for his purposes or find the geotechnical conditions described herein to be at
variance with his experience in the greater project area. The contractor is responsible for
obtaining the additional geotechnical information that is necessary to develop his
workscope and cost estimates with sufficient precision. This includes current depths to
groundwater, etc.
ALL DEVELOPMENT CONTAINS INHERENT RISKS. It is important that ALL aspects of
this report, as well as the estimated performance (and limitations with any such
estimations) of proposed improvements are understood by Eagle County. Utilizing these
criteria and measures herein for planning, design, and/or construction constitutes
understanding and acceptance of the conclusions with regard to risk and other information
provided herein, associated improvement performance, as well as the limitations inherent
within such estimates.
Ensuring correct interpretation of the contents of this report by others is not the
responsibility of GROUND. If any information referred to herein is not well understood,
then Eagle County or other members of the design team, should contact the author or a
GROUND principal immediately. We will be available to meet to discuss the risks and
remedial approaches presented in this report, as well as other potential approaches, upon
request.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
County Road 307 Bridge Over Brush Creek
Eagle County, Colorado
Job No. 24-6016 GROUND Engineering Consultants, Inc. Page 32
GROUND makes no warranties, either expressed or implied, as to the professional data,
opinions or conclusions contained herein. This document, together with the concepts and
conclusions presented herein, as an instrument of service, is intended only for the specific
purpose and client for which it was prepared. Re-use of, or improper reliance on this
document without written authorization and adaption by GROUND Engineering
Consultants, Inc., shall be without liability to GROUND Engineering Consultants, Inc.
GROUND appreciates the opportunity to complete this portion of the project and
welcomes the opportunity to provide Eagle County with a proposal for construction
observation and materials testing.
Sincerely,
GROUND Engineering Consultants, Inc.
Greg McCudden, P.G., E.I.
Reviewed by Brian H. Reck, P.G., C.E.G., P.E.
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
LOCATION OF TEST HOLESJOB NO.: 24-6016FIGURE: 1ENGINEERINGNOT TO SCALEGOOGLE EARTH AERIAL IMAGE (08/03/2023)2Indicates test hole numbers and approximatelocations. 21Road 307
Brush Creek RoadEXHIBIT BDocusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
6,865
6,870
6,875
6,880
6,885
6,890
6,895
6,900
6,905
6,865
6,870
6,875
6,880
6,885
6,890
6,895
6,900
6,905
5-3-3
10-10-11
12-9-16
50/1
50/4
50/2
6/12
11/12
21/12
38/12
50/4
50/0
LOGS OF THE TEST HOLES
Elevation (ft)PROJECT:County Road 307 Bridge over Brush Creek
CLIENT:Eagle County SITE LOCATION:Eagle, CO
JOB NO:24-6016
1
ELEV. 6900
2
ELEV. 6900
FIGURE: 2
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
1.Test holes were drilled on 11/14/2024 with 4-inch solid stem auger at
Test Hole1 and auger, 7" hollow stem auger at Test Hole 2.
2.Locations of the test holes were determined in the field using a hand
held GPS device by GROUND.
3.Elevations of test holes were estimated from client provided plans
and the logs of test holes are hung to elevation.
4.The test hole locations and elevations should be considered
accurate only to the degree implied by the method used.
5.The lines between materials shown on the test hole logs represent
the approximate boundaries between material types and the transitions
may be gradual.
6.Groundwater level readings shown on the logs were made at the
time and under the conditions indicated. Fluctuations in the water level
may occur with time.
7.The material descriptions on these logs are for general classification
purposes only. See full text of this report for descriptions of the site
materials & related information.
8.All test holes were immediately backfilled upon completion of drilling,
unless otherwise specified in this report.
SITE LOCATION:Eagle, CO
JOB NO:24-6016PROJECT:County Road 307 Bridge over Brush Creek
CLIENT:Eagle County
Modified California Liner Sampler
23 / 12 Drive sample blow count indicates 23 blows of a
140 pound hammer falling 30 inches were required to
drive the sampler 12 inches.
Standard Penetration Test Sampler
20-25-30 Drive sample blow count, indicates 20, 25, and
30 blows of a 140 pound hammer falling 30 inches were
required to drive the sampler 18 inches in three 6 inch
increments.
Water Level at Time of Drilling, or as Shown
NOTE: See Detailed Logs for Material descriptions.
LEGEND AND NOTES
No Value
Non-Plastic
SAMPLER SYMBOLS
Water Level at End of Drilling, or as Shown
Water Level After 24 Hours, or as Shown
NV
NP
ABBREVIATIONS
MATERIAL SYMBOLSMATERIAL SYMBOLS
NOTES
ROAD BASE
FILL
SANDS, GRAVELS, and BOULDERS
WEATHERED SANDSTONE and SILTSTONE
SANDSTONE and SILTSTONE BEDROCK
Refusal
FIGURE: 3
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Job No.:24-6016
6 in 150 -No. 4 4.75 62 D90 17.414
5 in 125 -No. 8 2.36 -D85 15.649
4 in 100 -No. 10 2.00 53 D80 14.063
3 in 75 -No. 16 1.18 47 D60 3.899
2.5 in 63 -No. 20 0.85 - D50 1.560
2 in 50 -No. 30 0.60 - D40 0.642
1.5 in 37.5 -No. 40 0.425 35 D30 0.262
1 in 25.0 100 No. 50 0.300 31 D15 -
3/4 in 19.0 94 No. 60 0.250 - D10 -
1/2 in 12.5 74 No. 100 0.150 24 D05 -
3/8 in 9.5 70 No. 140 0.106 - Cu -
No. 4 4.75 62 No. 200 0.075 18.4 Cc -
Location:1 at 8 feet Classification:(SM)g / A-1-b (0)Gravel (%):38
Description:Silty SAND with Gravel Liquid Limit:NV Sand (%):44
Plasticity Index:NP Silt/Clay (%):18.4
Value
Results apply only to the specific items and locations referenced and at the time of testing. This report should not be reproduced, except in full, without the written permission of GROUND Engineering
Consultants, Inc.
Coarse Gradation Fine Gradation Grading
US Standard
Sieve
Particle Size
(mm)
Passing by
Mass (%)
US Standard
Sieve
Particle Size
(mm)
Passing by
Mass (%)Coefficient
County Road 307 Bridge over Brush Creek
Gradation (ASTM D422-63[2007])
3"2½" 2" 1½" 1" ¾" ½"⅜" 4 8 10 16 20 30 40 50 60 100 140 200
0
10
20
30
40
50
60
70
80
90
100
0.010.1110100Cumulative Passing by Mass (%)Particle Size (mm)
US Standard Sieves
COBBLESGRAVELS SANDS FINES
Coarse Fine Coarse Medium Fine Silt and Clay
www.groundeng.com
Englewood, Commerce City, Loveland, Granby, Gypsum, Colorado Springs Figure 4
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Job No.:24-6016
6 in 150 -No. 4 4.75 97 0.027 65 D90 1.075
5 in 125 -No. 8 2.36 -0.018 60 D85 0.635
4 in 100 -No. 10 2.00 - 0.011 53 D80 0.360
3 in 75 -No. 16 1.18 91 0.008 47 D60 0.017
2.5 in 63 -No. 20 0.85 - 0.006 39 D50 0.009
2 in 50 -No. 30 0.60 - 0.003 24 D40 0.006
1.5 in 37.5 -No. 40 0.425 81 0.001 13 D30 0.004
1 in 25.0 -No. 50 0.300 79 - - D15 0.002
3/4 in 19.0 -No. 60 0.250 - - - D10 -
1/2 in 12.5 100 No. 100 0.150 75 - - D05 -
3/8 in 9.5 99 No. 140 0.106 - - - Cu -
No. 4 4.75 97 No. 200 0.075 71.6 --Cc -
Location:1 at 13 feet Classification:(ML)s / A-4 (6)Gravel (%):3
Description:SILTSTONE Bedrock Liquid Limit:36 Sand (%):25
Plasticity Index:9 Silt/Clay (%):71.6
Activity:0.5 < .002 mm (%):18
Particle Size
(mm)
Passing by
Mass (%)Coefficient Value
Results apply only to the specific items and locations referenced and at the time of testing. For the hydrometer portion of the test, a composite temperature correction and meniscus correction were applied
to each reading. This report should not be reproduced, except in full, without the written permission of GROUND Engineering Consultants, Inc.
US Standard
Sieve
Particle Size
(mm)
Passing by
Mass (%)
US Standard
Sieve
Particle Size
(mm)
Passing by
Mass (%)
County Road 307 Bridge over Brush Creek
Gradation and Hydrometer (ASTM D422-63[2007])
Coarse Gradation Fine Gradation Hydrometer Grading
3"2½" 2" 1½" 1" ¾" ½"⅜" 4 8 10 16 20 30 40 5060 100 140 200
0
10
20
30
40
50
60
70
80
90
100
0.0010.010.1110100Cumulative Passing by Mass (%)Particle Size (mm)
US Standard Sieves Hydrometer
COBBLESGRAVELS SANDS FINES
Coarse Fine Coarse Medium Fine Silt and Clay
www.groundeng.com
Englewood, Commerce City, Loveland, Granby, Gypsum, Colorado Springs Figure 5
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Job No.:24-6016
6 in 150 -No. 4 4.75 96 0.035 18 D90 1.250
5 in 125 -No. 8 2.36 -0.023 15 D85 0.990
4 in 100 -No. 10 2.00 - 0.013 13 D80 0.823
3 in 75 -No. 16 1.18 90 0.009 11 D60 0.391
2.5 in 63 -No. 20 0.85 - 0.007 8 D50 0.261
2 in 50 -No. 30 0.60 - 0.003 5 D40 0.172
1.5 in 37.5 -No. 40 0.425 62 0.001 4 D30 0.099
1 in 25.0 -No. 50 0.300 53 - - D15 0.022
3/4 in 19.0 -No. 60 0.250 - - - D10 0.009
1/2 in 12.5 -No. 100 0.150 37 - - D05 0.003
3/8 in 9.5 100 No. 140 0.106 - - - Cu 45.476
No. 4 4.75 96 No. 200 0.075 25.6 --Cc 2.904
Location:2 at 5 feet Classification:SM / A-2-4 (0)Gravel (%):4
Description:Silty SAND Liquid Limit:NV Sand (%):70
Plasticity Index:NP Silt/Clay (%):25.6
Activity:-< .002 mm (%):5
Particle Size
(mm)
Passing by
Mass (%)Coefficient Value
Results apply only to the specific items and locations referenced and at the time of testing. For the hydrometer portion of the test, a composite temperature correction and meniscus correction were applied
to each reading. This report should not be reproduced, except in full, without the written permission of GROUND Engineering Consultants, Inc.
US Standard
Sieve
Particle Size
(mm)
Passing by
Mass (%)
US Standard
Sieve
Particle Size
(mm)
Passing by
Mass (%)
County Road 307 Bridge over Brush Creek
Gradation and Hydrometer (ASTM D422-63[2007])
Coarse Gradation Fine Gradation Hydrometer Grading
3"2½" 2" 1½" 1" ¾" ½"⅜" 4 8 10 16 20 30 40 5060 100 140 200
0
10
20
30
40
50
60
70
80
90
100
0.0010.010.1110100Cumulative Passing by Mass (%)Particle Size (mm)
US Standard Sieves Hydrometer
COBBLESGRAVELS SANDS FINES
Coarse Fine Coarse Medium Fine Silt and Clay
www.groundeng.com
Englewood, Commerce City, Loveland, Granby, Gypsum, Colorado Springs Figure 6
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
0.000.050.100.150.200.250.300.350.0 0.2 0.4 0.6 0.8 1.0 1.2 1.4Elastic Seismic Coefficient, CsmPeriod, Tm (seconds)DESIGN RESPONSE SPECTRUM TO=0.072TS=0.358 AS=0.144SD1=0.103SDS=0.288Damping = 5%based on AASHTO, 2017Figure 7EXHIBIT BDocusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
JOB NO.: 24-6016
FIGURE:8
Axial Capacity Reductions as Functions of Closely Spaced Pier / Pile Elements.
The graph above provides estimated reductions in total axial capacity for closely
spaced piers.
Pier / Pile reductions should be interpolated from the graph above.
ENGINEERING
AXIAL CAPACITY
REDUCTION FACTORS
FOR CLOSELY SPACED PIERS / PILES
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
JOB NO.: 24-6016
FIGURE:9
Lateral Capacity Reduction (p multipliers) as Functions of Closely Spaced Pier / Pile Elements
The "1st" or "lead" pier / pile is the element that leads movement in the direction that the lateral load will
cause the piers to deflect, as shown.
For lateral loads oriented perpendicular to the row of piers / piles, use the 1st pier / pile p-multiplier.
Pier / pile reductions should be interpolated from the graph above.
Figure to be reproduced in color for clarity.
ENGINEERING
LATERAL CAPACITY
REDUCTION FACTORS
FOR CLOSELY SPACED PIERS / PILES
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Natural NaturalTest Moisture Dry Volume SurchargeHole Content Density Change PressureNo.(feet) (%) (pcf) (%) (%) (%) (%) (psf) (psi) (ksf)1 3 19.5 SD 1 26 72.9 34 10 -- - - (ML)sA-4 (6)FILL: Silt with Sand1 8 12.9 SD 38 44 18.4 NV NP -- - - (SM)g A-1-b (0)Silty SAND with Gravel1 13 20.0 SD 2 26 71.6 36 9 -- - - (ML)sA-4 (6)SILTSTONE Bedrock2 5 18.6 104.5 4 70 25.6 NV NP -- - - SMA-2-4 (0)Silty SAND2 15 10.5 129.4 4 73 22.7 25 7 -0.2 250 - - SC-SM A-2-4 (0) Weathered SANDSTONE2 25 9.1 129.9 0 55 44.8 26 7 -- 74.9 10.79 SC-SM A-4 (0)SANDSTONE BedrockSD = Sample disturbed, NV = No value, NP = Non-plasticJob No. 24-6016PlasticityIndexCounty Road 307 Bridge over Brush CreekTABLE 1: SUMMARY OF LABORATORY TEST RESULTSSample LocationGradationAtterberg Limits Swell/Consolidation UnconfinedUSCSEquivalentClassificationAASHTOEquivalentClassification (Group Index)Sample DescriptionDepthGravel Sand FinesLiquidLimitCompressiveStrengthEXHIBIT BDocusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
WaterTest SolubleHole SulfatesNo.(feet) (%)(mv)(ohm-cm)1 3 0.03 8.5 - 78 Positive 1,704 (ML)sA-4 (6) FILL: Silt with SandJob No. 24-6016County Road 307 Bridge over Brush CreekRedoxPotentialAASHTOEquivalentClassification (Group Index)USCSEquivalentClassificationResistivitySulfideReactivityDepthSample LocationpHSample DescriptionTABLE 2: SUMMARY OF SOIL CORROSION TEST RESULTSEXHIBIT BDocusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
Appendix A
Detailed Logs of the Test Holes
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
(ML)s
(SM)g
(ML)s
5-3-3
10-10-
11
12-9-
16
50/1
50/4
50/2
10
NP
9
34
NV
36
19.5
12.9
20
SD
SD
SD
73
18
72
ROAD BASE:Approximately 2 inches of aggregate
base course.
FILL:Fine to coarse, silty sands and sandy silts with
gravels and boulders. They were slightly plastic, moist,
and brown to dark-brown in color.
SANDS, GRAVELS, and BOULDERS:Fine to coarse,
relatively clean to silty sands, gravels, and boulders. They
were non-plastic, moist to wet, loose to medium dense,
and brown to red-brown in color.
Heavy auger grinding from 6 to 10 feet, indicating
boulders.
Groundwater encountered at 8 feet at the time of drilling.
WEATHERED SANDSTONE and SILTSTONE:Fine,
silty sandstones to sandy siltstones. They were slightly
plastic, moist to very moist, weathered to medium hard,
and gray in color.
SANDSTONE and SILTSTONE BEDROCK:Fine, silty
sandstones to sandy siltstones. They were slightly plastic,
slightly moist to moist, very hard, and gray in color.
Bottom of test hole at approx. 33.17 feet.Graphic LogElevation(ft)6900
6895
6890
6885
6880
6875
6870 Depth(ft)0
5
10
15
20
25
30 Sample TypeUSCSEquivalentClassificationUnconfinedCompressiveStrength(ksf)Blow CountAtterberg
Limits
PlasticityIndexLiquid LimitNatural MoistureContent (%)Natural DryDensity (pcf)Percent PassingNo. 200 SieveSwell/Consolidation(%) at SurchargePressure (psf)Material Descriptions and Drilling Notes
PAGE 1 OF 1
TEST HOLE 1
CLIENT:Eagle County
PROJECT:County Road 307 Bridge over Brush Creek JOB NO:24-6016
SITE LOCATION:Eagle, CO
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
SM
SC-SM
SC-SM10.79
6/12
11/12
21/12
38/12
50/4
50/0
NP
7
7
NV
25
26
18.6
10.5
9.1
104.5
129.4
129.9
26
23
45
-0.2 (250)
ROAD BASE:Approximately 3 inches of aggregate
base course.
FILL:Fine to coarse, silty sands and sandy silts with
gravels and boulders. They were slightly plastic, moist,
and brown to dark-brown in color.
1 to 2 feet diameter boulders noted immediately below surface.
SANDS, GRAVELS, and BOULDERS:Fine to coarse,
relatively clean to silty sands, gravels, and boulders. They
were non-plastic, moist to wet, loose to medium dense,
and brown to red-brown in color.
Groundwater encountered at 6 feet at the time of drilling.
Heavy auger grinding from 6 to 9 feet, indicating
boulders. Refusal after 9 feet, offset 8 feet south.
WEATHERED SANDSTONE and SILTSTONE:Fine,
silty sandstones to sandy siltstones. They were slightly
plastic, moist to very moist, weathered to medium hard,
and gray in color.
SANDSTONE and SILTSTONE BEDROCK:Fine, silty
sandstones to sandy siltstones. They were slightly plastic,
slightly moist to moist, very hard, and gray in color..
Heavy resistance starting at 29 feet, indicating strong cementation. Refusal at 30 feet.
Bottom of test hole at approx. 30 feet.Graphic LogElevation(ft)6900
6895
6890
6885
6880
6875
6870 Depth(ft)0
5
10
15
20
25
30 Sample TypeUSCSEquivalentClassificationUnconfinedCompressiveStrength(ksf)Blow CountAtterberg
Limits
PlasticityIndexLiquid LimitNatural MoistureContent (%)Natural DryDensity (pcf)Percent PassingNo. 200 SieveSwell/Consolidation(%) at SurchargePressure (psf)Material Descriptions and Drilling Notes
PAGE 1 OF 1
TEST HOLE 2
CLIENT:Eagle County
PROJECT:County Road 307 Bridge over Brush Creek JOB NO:24-6016
SITE LOCATION:Eagle, CO
EXHIBIT B
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
14
EXHIBIT C
INSURANCE CERTIFICATE
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6
ABDEFGHMHolder Identifier : 7777777707070700077763616065553330760715576205545607762317570516310071470467277113200752637646256777107622500066507757073610104711334600722732066610255707704075512274552077727252025773110777777707000707007 6666666606060600062606466204446200622000604226022006002006262040002062000240622602200600000606226020006002226242042220060200062620402000622020406204020006222004262062202066646062240664440666666606000606006Certificate No :570110608230CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
01/27/2025
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).
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.
PRODUCER
Aon Risk Services Central, Inc.
Chicago IL Office
200 East Randolph
Chicago IL 60601 USA
PHONE
(A/C. No. Ext):
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE NAIC #
(866) 283-7122
INSURED 40142American Zurich Ins CoINSURER A:
16535Zurich American Ins CoINSURER B:
25674Travelers Property Cas Co of AmericaINSURER C:
INSURER D:
INSURER E:
INSURER F:
FAX
(A/C. No.):(800) 363-0105
CONTACT
NAME:
TrueNorth Steel, Inc.
4401 Main Ave
Fargo ND 58078 USA
COVERAGES CERTIFICATE NUMBER:570110608230 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested
POLICY EXP
(MM/DD/YYYY)
POLICY EFF
(MM/DD/YYYY)
SUBR
WVD
INSR
LTR
ADDL
INSD POLICY NUMBER TYPE OF INSURANCE LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR
POLICY LOC
EACH OCCURRENCE
DAMAGE TO RENTED
PREMISES (Ea occurrence)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
X
X
X
GEN'L AGGREGATE LIMIT APPLIES PER:
$2,000,000
$500,000
$10,000
$2,000,000
$4,000,000
$4,000,000
B 04/01/2024 04/01/2025
Y Y GLO348637523
PRO-
JECT
OTHER:
AUTOMOBILE LIABILITY
ANY AUTO
OWNED
AUTOS ONLY
SCHEDULED
AUTOS
HIRED AUTOS
ONLY
NON-OWNED
AUTOS ONLY
BODILY INJURY ( Per person)
PROPERTY DAMAGE
(Per accident)
X
BODILY INJURY (Per accident)
$2,000,000B04/01/2024 04/01/2025Y Y COMBINED SINGLE LIMIT
(Ea accident)
BAP 3486376-23
EXCESS LIAB
X OCCUR
CLAIMS-MADE AGGREGATE
EACH OCCURRENCE
DED
$1,000,000
$1,000,000
04/01/2024UMBRELLA LIABC 04/01/2025CUP2T07025624NF
RETENTION
X
E.L. DISEASE-EA EMPLOYEE
E.L. DISEASE-POLICY LIMIT
E.L. EACH ACCIDENT $1,000,000
X OTH-
ER
PER STATUTEA04/01/2024 04/01/2025
$1,000,000
Y / N
(Mandatory in NH)
ANY PROPRIETOR / PARTNER / EXECUTIVE
OFFICER/MEMBER EXCLUDED?N / A
Y
N
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
If yes, describe under
DESCRIPTION OF OPERATIONS below
$1,000,000
WC348637423
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: 307 Road Bridge Supply. Eagle County, its associated or affiliated entities, its successors and assigns, elected
officials, employees, agents and volunteers are included as Additional Insured in accordance with the policy provisions of the
General Liability and Automobile Liability policies. General Liability and Automobile Liability policies evidenced herein are
Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's
provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the
General Liability, Automobile Liability and Workers' Compensation policies. Stop Gap (Employer's Liability) for Monopolistic
States: OH, ND, WA, WY.
CANCELLATIONCERTIFICATE HOLDER
AUTHORIZED REPRESENTATIVEEagle County, Colorado
PO Box 850
Eagle CO 81631 USA
ACORD 25 (2016/03)
©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS.
Docusign Envelope ID: 516CB525-A132-480C-894C-746E8AF31EC6