Loading...
HomeMy WebLinkAboutRFP - 7525 ARTHUR DITCH BRIDGE REPLACEMENT DESIGN SERVICES (2)REQUEST FOR PROPOSAL 7525 ARTHUR DITCH BRIDGE REPLACEMENT DESIGN SERVICES The City of Fort Collins is requesting proposals from qualified firms to provide engineering design, plans and specifications preparation, and construction engineering support services for Arthur Ditch Bridge at three locations. Proposals submission via email is preferred. Proposals shall be submitted n Microsoft Word or PDF format and e-mailed to: purchasing@fcgov.com. If electing to submit hard copy proposals instead, five (5) copies, will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), July 10, 2013 and referenced as Proposal No. 7525. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. The City encourages all disadvantaged business enterprises to submit proposals in response to all requests for proposals and will not be discriminated against on the grounds of race, color, national origin for all proposals for negotiated agreements. A pre-proposal meeting will be held at 10:00 AM on June 28, 2013 in Conference Room 2A located on the 2nd floor of 215 N Mason Street, Fort Collins. Questions concerning the scope of the project should be directed to Project Manager, Tracy Dyer at (970) 416-2011 or tdyer@fcgov.com. Questions regarding bid submittal or process should be directed to John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 or jstephen@fcgov.com. A copy of the Proposal may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, www.fcgov.com/eprocurement The City of Fort Collins is subject to public information laws, which permit access to most records and documents. Proprietary information in your response must be clearly identified and will be protected to the extent legally permissible. Proposals may not be marked ‘Proprietary’ in their entirety. Information considered proprietary is limited to material treated as confidential in the normal conduct of business, trade secrets, discount information, and individual product or service pricing. Summary price information may not be designated as proprietary as such information may be carried Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 1 of 97 forward into other public documents. All provisions of any contract resulting from this request for proposal will be public information. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, Gerry S. Paul Director of Purchasing & Risk Management RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 2 of 97 REQUEST FOR PROPOSALS ARTHUR DITCH BRIDGE REPLACEMENT DESIGN SERVICES The City of Fort Collins is seeking proposals from qualified consultants to provide engineering design, plans and specifications preparation, and construction engineering support services for Arthur Ditch Bridge at three locations. The locations are at the intersection of Oak Street and Whitcomb Street, Olive Street and Loomis Avenue, and Canyon Avenue between Mulberry Street and Magnolia Street. The Canyon Avenue location includes the portion of Arthur Ditch under the Mulberry Pool parking lot. All consultants submitting proposals must be pre-qualified with CDOT for Bridge Design, Roadway Design and Hydraulic Design. All three locations are within the City Old Town Basin Floodplain. Scope of Services: The services will consist of all services necessary to perform design engineering of the replacement bridges and the associated roadway, sidewalk ramps, retaining wall design, and overall plan and specification preparation. City of Fort Collins staff will perform the Floodplain no-rise check with all mandatory input required for the model provided by the consultant. General Project Description: There are three different structures at three different locations in this project. These locations are shown in the map below. The intent is to replace these failing bridges within the limits of the public rights of way and including transitions that may extend into private property. Project Requirements: General Requirements The consultant will be expected to provide a full range of engineering services for the successful completion of construction plans and specifications. The services shown below are not to be considered the final scope of work. The final scope of work will be determined between the selected consultant and the City. All work shall be completed using the latest AASHTO, CDOT, City of Fort Collins, and ADA and draft PROWAG design and construction standards or guidelines, practices, and procedures. The consultant will be provided with survey data of the project site. City of Fort Collins survey staff will be available to provide any additional survey information that the consultant deems necessary for the project. It is required that the project be tied into the High Accuracy Reference Network (HARN). The City will provide the consultant with property ownership and property line information for the project. The consultant shall conduct detailed research to update the existing utility information. The consultant will be required to coordinate and request any utilities potholing through the City. Potholing service will be provided by the City’s on-call contractor. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 3 of 97 The consultant shall document the existing conditions in the report and plan. A FIR level cost estimate is required. Urban Design & Landscaping There will not be any urban design elements for these three bridge locations. Minor landscaping and irrigation design services may be required to address changes and impacts to neighboring right of way and residential landscaping. Public Outreach The consultant will assist the City in public outreach program, typically involving an open house. Bridge alternatives and anticipated schedules are typically presented at the open house. Consultant shall provide all exhibits for the open house. The consultant will assist the City with communication of the construction plans and impacts individually to any affected stakeholders. Preliminary Design (FIR Plan) At this level, the consultant will be required to provide a design plan for key components. The plan shall be in CDOT format with the City of Fort Collins title block. All utility conflicts must be identified. Relocation/removal plans must be coordinated through the appropriate utility company. Storm drainage shall be addressed at this level. The City stormwater design criteria are to be followed. Drainage report may be required. City of Fort Collins staff will perform the Floodplain Analyses and no-rise certification with all design input and iterations required for the model provided by the consultant. City of Fort Collins Staff will submit the crossing permit application to the Ditch Company with drawing and exhibit support from the consultant. The consultant will be required to prepare any other applications for necessary permits required prior to construction. All geotechnical investigation services required for the design of this project shall be provided by the consultant. The consultant shall coordinate any soil boring locations with the City. Testing for sulfates is required. A FIR meeting with the City is required. A cost estimate update will be required. The consultant will be responsible for preparing documents in accordance with local environmental regulations. At any point during the course of construction if one acre or more of earth disturbance is anticipated a Colorado Department of Public Health and Environment (CDPHE) permit is required. A Storm Water Management Plan (SWMP) is one of the requirements for the CDPS permit. The City MS4 permit requirements are to be followed. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 4 of 97 Final Design (FOR Plan / Construction Bid Plan) All required reports are to be completed. The consultant will be required to prepare and complete all applications for necessary design approval or construction permits. A FOR meeting with the City is required. A final cost estimate update will be required. Final approved construction plans and specifications, sealed by a Colorado P.E. are expected. A final cost estimate update is required. An electronic copy of the construction plans, specifications and estimate are to be submitted to the City. Formats are to be in AutoCAD, MS Word, MS Excel and PDF. Construction Design Support: The selected consultant shall provide bidding and construction design assistance, including the completion of as-built plans, shop drawing review, and design change requests. Project Schedule (Anticipated):  Pre-proposal Meeting June 28, 2013  Last day for Questions July 2, 2013  RFP Submittals Due July 10, 2013  Submittal Shortlist Week of July 12, 2013  Conduct Oral Interviews July 23, 2013  Complete Contract Negotiation July / August, 2013  FIR Plan set by November, 2013  FOR Plan Set July, 2014  Construction Plan Bid Set by August, 2014  Construction to start after October 15th 2014 Instruction to Consultants Please limit the proposal to 25 pages. Submittal Requirements: Qualified consultants interested in performing the work described in this RFP should submit the following in this order: 1. Qualifications of firm and staff proposed to perform the work on this project. This should include resumes of staff to be used specifically on this project and any recommendation/commendation letters received for similar past projects. 2. A list of similar projects (with references) completed in the last five years. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 5 of 97 3. Critical issues that the consultant considers being important for the project. 4. A scope of work and fee that your firm feels necessary for a successful delivery of construction bid plan and specifications. Upon award of selection, the scope of work will be revised with City staff to formulate the final scope of work for the project. 5. Provide a proposed project schedule based on the availability of your staff to perform the work. Included in this RFP is the last bridge inspection reported. SELECTION PROCESS Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used and results that are desired from the project? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Motivation Is the firm interested and are they capable of doing the work in the required time frame? 2.0 Firm Capability Does the firm have the support capabilities the assigned personnel require? Has the firm done previous projects of this type and scope? 1.0 Cost and Work Hours Do the proposed cost and work hours compare favorably with the Projects Manager’s estimate? Are the work hours presented reasonable the effort required in each task or phase? 1.0 Innovation Are there innovative ideas that will provide added value to the project? RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 6 of 97 Reference Evaluation (Top Ranked Firm) The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 7 of 97 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) pages, and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) pages, and incorporated herein by this reference. 3. Contract Period. The services to be performed pursuant to this Agreement shall be initiated within five (5) days following execution of this Agreement. Services shall be completed no later than_______, 20__. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in writing by the parties hereto. 4. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 8 of 97 Professional: City: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 With Copy to: City of Fort Collins, Purchasing PO Box 580 Fort Collins, CO 80522 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 5. Design, Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's negligent performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits and errors and omissions insurance in the amount of $ Optional: according to the Insurance Requirements attached hereto as Exhibit “ “, consisting of one (1) page. 6. Compensation. [Use this paragraph or Option 1 below.] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional a fixed fee in the amount of ($ ) plus reimbursable direct costs. All such fees and costs shall not exceed ($ ). Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 9 of 97 payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. [Optional] Insert Subcontractor Clause Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 6. Compensation. [Option 1] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: Reimbursable direct costs: with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed ($ ). Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's reimbursable direct costs. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings and other services rendered by the Professional shall become the sole property of the City. 7. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to the City Representative. 8. Project Drawings. [Optional] Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 10 of 97 containing accurate information on the project as constructed. Drawings shall be of archival, prepared on stable Mylar base material using a non-fading process to provide for long storage and high quality reproduction. "CD" disc of the as-built drawings shall also be submitted to the City in an AutoCAD version no older then the established city standard. 9. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 10. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 11. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 11 of 97 according to the terms of this agreement, such party may be declared in default. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Professional represents and agrees that: a. As of the date of this Agreement: 1. Professional does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Professional will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 12 of 97 pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Professional is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Professional obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Professional shall: 1. Notify such subcontractor and the City within three days that Professional has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Professional shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Professional shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Professional violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Professional shall be liable for actual and consequential damages to the City arising out of Professional’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Professional violates this provision of this Agreement and the City terminates the Agreement for such breach. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 13 of 97 18. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " ", consisting of ( ) pages, attached hereto and incorporated herein by this reference. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 14 of 97 THE CITY OF FORT COLLINS, COLORADO By: _________________________________ Gerry Paul Director of Purchasing & Risk Management DATE: ______________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney [Insert Professional's name] or [Insert Partnership Name] or [Insert individual's name] or Doing business as [insert name of business] By: __________________________________ Title: _______________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date: _______________________________ ATTEST: _________________________________ (Corporate Seal) Corporate Secretary RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 15 of 97 INSURANCE REQUIREMENTS 1. The Professional will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Professional shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Professional, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Professional under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Professional's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Professional shall maintain during the life of this Agreement for all of the Professional's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Professional shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Professional shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 16 of 97 [Optional] EXHIBIT “ ” CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Professional hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Professional has agreed to perform, the Professional hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Professional agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Professional shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Professional shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Professional understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Professional shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Professional ceases to perform services for the City, or the City so requests for any reason, the Professional shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Professional understands and agrees that the City’s remedies at law for a breach of the Professional’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 17 of 97 CITY OF FORT COLLINS 1. $0 $0 1. $10,000 $10,000 1. $0 STRUCTURE NO. OLIV‐W‐LOOM OLIVE STREET OVER ARTHUR DITCH INSPECTED: 1/26/12 ESTIMATED COSTS None None URGENT REPAIRS PROGRAMMED REPAIRS SAFETY IMPROVEMENTS TOTAL OF PROGRAMMED REPAIRS TOTAL OF URGENT REPAIRS Repair or replace sections of slab with exposed rebar, see photo. $ $0 $10,000 37.8 Repair costs do not include mobilization, and are estimated using the most current CDOT cost data available. Noted repairs are to maintain or upgrade structure to working condition, or to restore safety. These repairs may not be all inclusive and are to be used as estimates only. APPROXIMATE SUFFICIENCY RATING: TOTAL OF SAFETY IMPROVEMENTS TOTAL COST OF REPAIRS RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 18 of 97 RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 19 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OLIVE U Mile Post (ON)11: 0.000 mi Bridge Key: OLIVE-LOOMIS Inspection Date: 1/26/2012 0.0 ft Rgn/Sectn 2E/2M: Trans Region 2T LARIMER County Code 3: Place Code 4: FORT COLLINS Rte.(On/Under)5A: Signing Prefix 5B: Level of Service 5C: Range18A: Directional Suffix 5E: Feature Intersected 6: ARTHUR DITCH Facility Carried 7: OLIVE STREET Alias Str No.8A: OLIV-W-LOOM Prll Str No. 8P Location 9: INT OF OLIVE/LOOMIS Max Clr 10: BaseHiway Net12: IrsinvRout 13A IrssubRout No13B: Latitude 16: Longitude 17: Township18B: Section18C: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes on 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Operating Rating 64: Hist Signif 37: Posting status 41: Main Mat/Desgn 43A/B: Service on/un 42A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OLIVE U Mile Post (ON)11: 0.000 mi Element Inspection Report Elm/Env Description UnitsTotal Qty % in 1 CS 1 % in 2 CS 2 % in 3 CS 3 % in 4 CS 4 % in 5 CS 5 39/1 Unp Conc Slab/AC Ovl (SF) 1,188 0 % 0100 % 1,188 0 % 0 0 % 0 0 % 0 215/1 R/Conc Abutment (LF) 144 94 % 136 3 % 4 3 % 4 0 % 0 0 % 0 358/1 Deck Cracking SmFlag (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 359/1 Soffit Smart Flag (EA) 1 0 % 0 0 % 0 0 % 0 0 % 0100 % 1 501/1 Channel Cond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 502/1 ChannProtMatCond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 600/1 Genl Remarks (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 Elem/Env Description Element Notes 39/1 Unp Conc Slab/AC Ovl Light cracking in the asphalt wearing surface. This structure does not receive a Bank Condition Element (504). 215/1 R/Conc Abutment 4 spalls with exposed rebar near top of abutments at various locations, see photo. 4 vertical cracks in each abutment, see photo. Cracks are wall to wall. 358/1 Deck Cracking SmFlag Random cracking throughout, see photo. Cracking full length at each abutment. Most cracks are sealed. 359/1 Soffit Smart Flag Moderate transverse cracking with efflorescence. Spalling with R3 / R4 rusting of exposed rebar, see photos. (23 feet). Up to 50% section loss of rebar at various locations, see photos. 501/1 Channel Cond Cracks with minor heaving in floor slab, see photo. 502/1 ChannProtMatCond Concrete lined floor. 600/1 Genl Remarks Load posted 10T/16T/16T at both approaches. MMS Activity Description Recommended StatusTarget Year Est Cost Maintenance Activity Summary Repair or replace sections of slab with exposed rebar, see photos. 353.04 Br Dk Rpr 1/26/2012 1 2012 10000 Thu 2/16/2012 16:10:35 Structure ID: OLIV-W-LOOM Page 114 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 21 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OLIVE U Mile Post (ON)11: 0.000 mi Bridge Notes Scope: Sunny-Cool 9:15AM 37 Degrees MJN/DLT/JBS 01/26/2012 NORKM Inspection Team: Inspection Notes Inspector: Inspection Date:  NBI:  Element: Underwater: Fracture Critical: Other: Type: Regular NBI Inspector Inspector Thu 2/16/2012 16:10:35 Structure ID: OLIV-W-LOOM Page 115 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 22 of 97 NORTH ACCESS MANHOLE SECTION PLAN ELEVATION LOOKING EAST 60’-0" C/C T.O. ROADWAY LOOKING NORTH 12’-0" CLR. 2"– ASPHALT ON 7 1 2" CONC. SLAB CONC. FLOOR A1 A2 113’-0" 60’-0" APPR. RDWY. 27’-6" 2’-0" 13’-4" O/O 72 ’- 0 " ON S K E W LOOMIS ST. (ASPH.) OLIVE ST. (ASPH.) 12"– 12"– 3’-6" DITCH ARTHUR 1 OF 1 JMK 01-26-12 OLIVE-W-LOOM MICHAEL BAKER JR., INC. 165 S. UNION BLVD., STE. 200 LAKEWOOD, CO 80228 720.514.1100 BY: DATE: SHEET NO.: TITLE: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 23 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Deck Looking East Manhole Access RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 24 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Underside View Looking South Typical Spall with Exposed and Corroded Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 25 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Structure Marking Spall with Exposed Rebar and Efflorescence RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 26 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Spall with Exposed Rebar and Efflorescence Typical Floor Crack RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 27 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Abutment spalling with Exposed Rebar Typical Vertical Crack in Abutment Wall RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 28 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Reflective Cracking in Asphalt Load Posting Sign on Olive Street RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 29 of 97 CITY OF FORT COLLINS 1. $0 $0 1. $5,000 $5,000 1. None $0 STRUCTURE NO. OAK‐WHTM OAK STREET OVER ARTHUR DITCH INSPECTED: 1/26/12 ESTIMATED COSTS None Repair or replace sections of slab with exposed rebar, see photos. URGENT REPAIRS PROGRAMMED REPAIRS SAFETY IMPROVEMENTS TOTAL OF PROGRAMMED REPAIRS TOTAL OF URGENT REPAIRS $ $0 $5,000 55.1 TOTAL COST OF REPAIRS Repair costs do not include mobilization and are estimated using the most current CDOT cost data available. Noted repairs are to maintain or upgrade to working condition or to restore safety. These repairs may not be all inclusive and are to be used as estimates only. APPROXIMATE SUFFICIENCY RATING: TOTAL OF SAFETY IMPROVEMENTS RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 30 of 97 RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 31 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OAKST U Mile Post (ON)11: 0.000 mi Bridge Key: OAKST-WHTCOM Inspection Date: 1/26/2012 0.0 ft Rgn/Sectn 2E/2M: Trans Region 2T LARIMER County Code 3: Place Code 4: FORT COLLINS Rte.(On/Under)5A: Signing Prefix 5B: Level of Service 5C: Range18A: Directional Suffix 5E: Feature Intersected 6: ARTHUR DITCH Facility Carried 7: OAK STREET Alias Str No.8A: OAK-WHTM Prll Str No. 8P Location 9: INT OF OAK/WHITCOMB ST Max Clr 10: BaseHiway Net12: IrsinvRout 13A IrssubRout No13B: Latitude 16: Longitude 17: Township18B: Section18C: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes on 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Operating Rating 64: Hist Signif 37: Posting status 41: Main Mat/Desgn 43A/B: Service on/un 42A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OAKST U Mile Post (ON)11: 0.000 mi Element Inspection Report Elm/Env Description UnitsTotal Qty % in 1 CS 1 % in 2 CS 2 % in 3 CS 3 % in 4 CS 4 % in 5 CS 5 39/1 Unp Conc Slab/AC Ovl (SF) 2,212 0 % 0100 % 2,212 0 % 0 0 % 0 0 % 0 215/1 R/Conc Abutment (LF) 316 97 % 306 3 % 10 0 % 0 0 % 0 0 % 0 241/1 Concrete Culvert (LF) 101100 % 101 0 % 0 0 % 0 0 % 0 0 % 0 359/1 Soffit Smart Flag (EA) 1 0 % 0 0 % 0 0 % 0 0 % 0100 % 1 501/1 Channel Cond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 600/1 Genl Remarks (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 Elem/Env Description Element Notes 39/1 Unp Conc Slab/AC Ovl Patched pothole in asphalt and several locations of asphalt cracking, see photo. 215/1 R/Conc Abutment 4 vertical cracks at each abutment. 2 cracks full height, see photo. 241/1 Concrete Culvert 4 sided precast box sections were installed in 2001. Some joints are partially sealed. Joint material falling out in various locations, see photo. 359/1 Soffit Smart Flag Spalling with R3 / R4 rusting of rebar west of new CBC and east of new CBC, see photos. 501/1 Channel Cond Cracks in concrete floor west of new CBC. 600/1 Genl Remarks Load posted 10T/16T/16T at both approaches. MMS Activity Description Recommended StatusTarget Year Est Cost Maintenance Activity Summary Repair or replace sections of slab with exposed rebar, see photos. 353.04 Br Dk Rpr 1/26/2012 1 2012 5000 Thu 2/16/2012 16:10:35 Structure ID: OAK-WHTM Page 40 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 33 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OAKST U Mile Post (ON)11: 0.000 mi Bridge Notes Scope: Clear-Cool 10AM MJN/DLT/JBS 43 Degrees 01/26/2012 NORKM Inspection Team: Inspection Notes Inspector: Inspection Date:  NBI:  Element: Underwater: Fracture Critical: Other: Type: Regular NBI Inspector Inspector Thu 2/16/2012 16:10:35 Structure ID: OAK-WHTM Page 41 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 34 of 97 NORTH CONC. FLOOR LOOKING EAST SECTION ELEVATION LOOKING NORTHEAST PLAN ARTHUR DITCH MANHOLE ACCESS 4’-0" 60’-0" APPR. RDWY. 12"– 60’-0" C/C 2"– ASPHALT ON 7"– CONC. SLAB(OLD SECTION) 1’-0" CONC. SLAB(NEW SECTION) 12"– 12’-0" CLR. 259’-2" O/O 80’-0" 60’-0" WHITCOMB ST. (ASPH.) ACCESS MANHOLE OAK ST. (ASPH.) 14 ’- 0 " O / O OLD NEW SECTION OLD AT OLD SECTION 3’-6" A1 A2 AT NEW SECTION LOOKING EAST ELEVATION A1 A2 12" 12’-0" CLR. 12" 3’-6" 101’-0" 4’-0" 95 ’- 0 " 63 ’- 2 " 01-26-12 OAK-WHTM JBS 1 MICHAEL BAKER JR., INC. CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Deck Looking West Manhole Access at Northeast End RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 36 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Load Posting Sign Underside View RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 37 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Spalling at Construction Joint Typical Precast Joint Condition RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 38 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Joint Material Falling Through Typical Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 39 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Typical Vertical Crack in Abutment Typical Insufficient Cover on Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 40 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Reflective Cracking in Asphalt Manhole Access at Southwest End RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 41 of 97 CITY OF FORT COLLINS 1. $20,000 $20,000 1. $0 $0 1. $0 $0 $20,000 55.1 Repair costs do not include mobilization, and are estimated using the most current CDOT cost data available. Noted repairs are to maintain or upgrade structure to working condition, or to restore safety. These repairs may not be all inclusive and are to be used as estimates only. STRUCTURE NO. CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH INSPECTED: 1/25/12 ESTIMATED COSTS APPROXIMATE SUFFICIENCY RATING: None Replace slab sections͕ ďŽƚŚ 20' and 30' from NW ŵĂŶŚŽůĞ, see photos. URGENT REPAIRS PROGRAMMED REPAIRS SAFETY IMPROVEMENTS TOTAL OF SAFETY IMPROVEMENTS TOTAL OF PROGRAMMED REPAIRS TOTAL OF URGENT REPAIRS TOTAL COST OF REPAIRS None RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 42 of 97 RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 43 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 0 Mile Post (ON)11: 0.000 mi Bridge Key: CANY-MULB-F Inspection Date: 1/25/2012 0.0 ft Rgn/Sectn 2E/2M: Trans Region 2T LARIMER County Code 3: Place Code 4: FORT COLLINS Rte.(On/Under)5A: Signing Prefix 5B: Level of Service 5C: Range18A: Directional Suffix 5E: Feature Intersected 6: Arthur Ditch Facility Carried 7: Parking Lot Alias Str No.8A: _ Prll Str No. 8P Location 9: Just of North of Mulberry Max Clr 10: BaseHiway Net12: IrsinvRout 13A IrssubRout No13B: Latitude 16: Longitude 17: Township18B: Section18C: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes on 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Operating Rating 64: Hist Signif 37: Posting status 41: Main Mat/Desgn 43A/B: Service on/un 42A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 0 Mile Post (ON)11: 0.000 mi Element Inspection Report Elm/Env Description UnitsTotal Qty % in 1 CS 1 % in 2 CS 2 % in 3 CS 3 % in 4 CS 4 % in 5 CS 5 39/1 Unp Conc Slab/AC Ovl (SF) 2,443 0 % 0 0 % 0100 % 2,443 0 % 0 0 % 0 215/1 R/Conc Abutment (LF) 349 97 % 338 3 % 10 0 % 1 0 % 0 0 % 0 359/1 Soffit Smart Flag (EA) 1 0 % 0 0 % 0 0 % 0 0 % 0100 % 1 501/1 Channel Cond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 502/1 ChannProtMatCond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 600/1 Genl Remarks (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 Elem/Env Description Element Notes 39/1 Unp Conc Slab/AC Ovl Reflective cracking over soffit problem areas, 20 and 30 feet from NW mahole. 215/1 R/Conc Abutment Light S1 scaling throughout, see photo. 1 spall with exposed reinforcing, see photo. 10 vertical cracks. 359/1 Soffit Smart Flag Just over 36 feet of spalling with exposed reinforcement. Heavy to severe degradation, spalling and failing concrete 20' and 30' from NW manhole, see photos. Slab has physically deflected in both area, and degradation can be seen in asphalt cracking from above. Large 5" deep spall with exposed rebar 5' from NW manhole, see photo. Most likely from construction. 501/1 Channel Cond Concrete lined. +/- 1/4" wide crack on concrete floor. 502/1 ChannProtMatCond Concrete lined floor. 600/1 Genl Remarks Southern access located on South side of parking lot / sidewalk, see sketch. MMS Activity Description Recommended StatusTarget Year Est Cost Maintenance Activity Summary Replace slab sections both 20' and 30' from NW manhole, see photos. 353.04 Br Dk Rpr 1/25/2012 _ 2012 20000 Thu 2/16/2012 16:10:35 Structure ID: CANY-MULB-F Page 84 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 45 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 0 Mile Post (ON)11: 0.000 mi Bridge Notes Scope: MJN/DLT/JBS 50 Degrees Partly Cloudy-Warm 01/25/2012 norkm Inspection Team: Inspection Notes Inspector: Inspection Date:  NBI:  Element: Underwater: Fracture Critical: Other: Type: Regular NBI Inspector Inspector Thu 2/16/2012 16:10:35 Structure ID: CANY-MULB-F Page 85 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 46 of 97 NORTH 12 ’- 0 " 10 ’- 0 " 112’-0" 209 ’- 0 " M H / M H S T R U C T U R E 174 ’- 6 " 15’-6" SIDEWALK ROCK 5’-0" SW 5’-0" 9’-0" UNDER PARKING LOT 174’-6" STRUCTURE SECTION LOOKING NORTHEAST PLAN PARKING LOT LOOKING NORTHWEST ELEVATION 12’-0" CL. CONC. FLOOR A1 A2 CANYON AVE. (ASPH.) MULBERRY ST. (ASPH.) PARKING LOT ARTHUR DITCH 12"– 12"– 3’-6" 14 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Deck Looking Northwest Southwest Access Vault RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 48 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Underside View Looking Northwest Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 49 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Transverse Crack with Efflorescence Transverse Crack with Efflorescence and Rust Staining RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 50 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Delamination with Heavy Efflorescence Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 51 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Spalling with Exposed Rebar Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 52 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Spalling with Exposed Rebar on West Abutment Transverse Crack with Efflorescence and Rust Staining RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 53 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 1/4" Wide Longitudinal Crack in Floor Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 54 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Spalling with Exposed Rebar Heavily Degraded Soffit 30' from Northwest Manhole RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 55 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Remains of Soffit on Floor Slab Physical Deflection in Soffit, Delamination and Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 56 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Physical Deflection in Soffit, Delamination and Spalling with Exposed Rebar 5" Deep Spall with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 57 of 97 CITY OF FORT COLLINS 1. $0 $0 1. $5,000 $5,000 1. None $0 STRUCTURE NO. OAK‐WHTM OAK STREET OVER ARTHUR DITCH INSPECTED: 1/26/12 ESTIMATED COSTS None Repair or replace sections of slab with exposed rebar, see photos. URGENT REPAIRS PROGRAMMED REPAIRS SAFETY IMPROVEMENTS TOTAL OF PROGRAMMED REPAIRS TOTAL OF URGENT REPAIRS $ $0 $5,000 55.1 TOTAL COST OF REPAIRS Repair costs do not include mobilization and are estimated using the most current CDOT cost data available. Noted repairs are to maintain or upgrade to working condition or to restore safety. These repairs may not be all inclusive and are to be used as estimates only. APPROXIMATE SUFFICIENCY RATING: TOTAL OF SAFETY IMPROVEMENTS RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 58 of 97 RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 59 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OAKST U Mile Post (ON)11: 0.000 mi Bridge Key: OAKST-WHTCOM Inspection Date: 1/26/2012 0.0 ft Rgn/Sectn 2E/2M: Trans Region 2T LARIMER County Code 3: Place Code 4: FORT COLLINS Rte.(On/Under)5A: Signing Prefix 5B: Level of Service 5C: Range18A: Directional Suffix 5E: Feature Intersected 6: ARTHUR DITCH Facility Carried 7: OAK STREET Alias Str No.8A: OAK-WHTM Prll Str No. 8P Location 9: INT OF OAK/WHITCOMB ST Max Clr 10: BaseHiway Net12: IrsinvRout 13A IrssubRout No13B: Latitude 16: Longitude 17: Township18B: Section18C: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes on 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Operating Rating 64: Hist Signif 37: Posting status 41: Main Mat/Desgn 43A/B: Service on/un 42A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OAKST U Mile Post (ON)11: 0.000 mi Element Inspection Report Elm/Env Description UnitsTotal Qty % in 1 CS 1 % in 2 CS 2 % in 3 CS 3 % in 4 CS 4 % in 5 CS 5 39/1 Unp Conc Slab/AC Ovl (SF) 2,212 0 % 0100 % 2,212 0 % 0 0 % 0 0 % 0 215/1 R/Conc Abutment (LF) 316 97 % 306 3 % 10 0 % 0 0 % 0 0 % 0 241/1 Concrete Culvert (LF) 101100 % 101 0 % 0 0 % 0 0 % 0 0 % 0 359/1 Soffit Smart Flag (EA) 1 0 % 0 0 % 0 0 % 0 0 % 0100 % 1 501/1 Channel Cond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 600/1 Genl Remarks (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 Elem/Env Description Element Notes 39/1 Unp Conc Slab/AC Ovl Patched pothole in asphalt and several locations of asphalt cracking, see photo. 215/1 R/Conc Abutment 4 vertical cracks at each abutment. 2 cracks full height, see photo. 241/1 Concrete Culvert 4 sided precast box sections were installed in 2001. Some joints are partially sealed. Joint material falling out in various locations, see photo. 359/1 Soffit Smart Flag Spalling with R3 / R4 rusting of rebar west of new CBC and east of new CBC, see photos. 501/1 Channel Cond Cracks in concrete floor west of new CBC. 600/1 Genl Remarks Load posted 10T/16T/16T at both approaches. MMS Activity Description Recommended StatusTarget Year Est Cost Maintenance Activity Summary Repair or replace sections of slab with exposed rebar, see photos. 353.04 Br Dk Rpr 1/26/2012 1 2012 5000 Thu 2/16/2012 16:10:35 Structure ID: OAK-WHTM Page 40 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 61 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OAKST U Mile Post (ON)11: 0.000 mi Bridge Notes Scope: Clear-Cool 10AM MJN/DLT/JBS 43 Degrees 01/26/2012 NORKM Inspection Team: Inspection Notes Inspector: Inspection Date:  NBI:  Element: Underwater: Fracture Critical: Other: Type: Regular NBI Inspector Inspector Thu 2/16/2012 16:10:35 Structure ID: OAK-WHTM Page 41 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 62 of 97 NORTH CONC. FLOOR LOOKING EAST SECTION ELEVATION LOOKING NORTHEAST PLAN ARTHUR DITCH MANHOLE ACCESS 4’-0" 60’-0" APPR. RDWY. 12"– 60’-0" C/C 2"– ASPHALT ON 7"– CONC. SLAB(OLD SECTION) 1’-0" CONC. SLAB(NEW SECTION) 12"– 12’-0" CLR. 259’-2" O/O 80’-0" 60’-0" WHITCOMB ST. (ASPH.) ACCESS MANHOLE OAK ST. (ASPH.) 14 ’- 0 " O / O OLD NEW SECTION OLD AT OLD SECTION 3’-6" A1 A2 AT NEW SECTION LOOKING EAST ELEVATION A1 A2 12" 12’-0" CLR. 12" 3’-6" 101’-0" 4’-0" 95 ’- 0 " 63 ’- 2 " 01-26-12 OAK-WHTM JBS 1 MICHAEL BAKER JR., INC. CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Deck Looking West Manhole Access at Northeast End RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 64 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Load Posting Sign Underside View RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 65 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Spalling at Construction Joint Typical Precast Joint Condition RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 66 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Joint Material Falling Through Typical Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 67 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Typical Vertical Crack in Abutment Typical Insufficient Cover on Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 68 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OAK-WHTM OAK STREET OVER ARTHUR DITCH 1/26/2012 Reflective Cracking in Asphalt Manhole Access at Southwest End RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 69 of 97 CITY OF FORT COLLINS 1. $20,000 $20,000 1. $0 $0 1. $0 $0 $20,000 55.1 Repair costs do not include mobilization, and are estimated using the most current CDOT cost data available. Noted repairs are to maintain or upgrade structure to working condition, or to restore safety. These repairs may not be all inclusive and are to be used as estimates only. STRUCTURE NO. CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH INSPECTED: 1/25/12 ESTIMATED COSTS APPROXIMATE SUFFICIENCY RATING: None Replace slab sections͕ ďŽƚŚ 20' and 30' from NW ŵĂŶŚŽůĞ, see photos. URGENT REPAIRS PROGRAMMED REPAIRS SAFETY IMPROVEMENTS TOTAL OF SAFETY IMPROVEMENTS TOTAL OF PROGRAMMED REPAIRS TOTAL OF URGENT REPAIRS TOTAL COST OF REPAIRS None RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 70 of 97 RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 71 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 0 Mile Post (ON)11: 0.000 mi Bridge Key: CANY-MULB-F Inspection Date: 1/25/2012 0.0 ft Rgn/Sectn 2E/2M: Trans Region 2T LARIMER County Code 3: Place Code 4: FORT COLLINS Rte.(On/Under)5A: Signing Prefix 5B: Level of Service 5C: Range18A: Directional Suffix 5E: Feature Intersected 6: Arthur Ditch Facility Carried 7: Parking Lot Alias Str No.8A: _ Prll Str No. 8P Location 9: Just of North of Mulberry Max Clr 10: BaseHiway Net12: IrsinvRout 13A IrssubRout No13B: Latitude 16: Longitude 17: Township18B: Section18C: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes on 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Operating Rating 64: Hist Signif 37: Posting status 41: Main Mat/Desgn 43A/B: Service on/un 42A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 0 Mile Post (ON)11: 0.000 mi Element Inspection Report Elm/Env Description UnitsTotal Qty % in 1 CS 1 % in 2 CS 2 % in 3 CS 3 % in 4 CS 4 % in 5 CS 5 39/1 Unp Conc Slab/AC Ovl (SF) 2,443 0 % 0 0 % 0100 % 2,443 0 % 0 0 % 0 215/1 R/Conc Abutment (LF) 349 97 % 338 3 % 10 0 % 1 0 % 0 0 % 0 359/1 Soffit Smart Flag (EA) 1 0 % 0 0 % 0 0 % 0 0 % 0100 % 1 501/1 Channel Cond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 502/1 ChannProtMatCond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 600/1 Genl Remarks (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 Elem/Env Description Element Notes 39/1 Unp Conc Slab/AC Ovl Reflective cracking over soffit problem areas, 20 and 30 feet from NW mahole. 215/1 R/Conc Abutment Light S1 scaling throughout, see photo. 1 spall with exposed reinforcing, see photo. 10 vertical cracks. 359/1 Soffit Smart Flag Just over 36 feet of spalling with exposed reinforcement. Heavy to severe degradation, spalling and failing concrete 20' and 30' from NW manhole, see photos. Slab has physically deflected in both area, and degradation can be seen in asphalt cracking from above. Large 5" deep spall with exposed rebar 5' from NW manhole, see photo. Most likely from construction. 501/1 Channel Cond Concrete lined. +/- 1/4" wide crack on concrete floor. 502/1 ChannProtMatCond Concrete lined floor. 600/1 Genl Remarks Southern access located on South side of parking lot / sidewalk, see sketch. MMS Activity Description Recommended StatusTarget Year Est Cost Maintenance Activity Summary Replace slab sections both 20' and 30' from NW manhole, see photos. 353.04 Br Dk Rpr 1/25/2012 _ 2012 20000 Thu 2/16/2012 16:10:35 Structure ID: CANY-MULB-F Page 84 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 73 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: 0 Mile Post (ON)11: 0.000 mi Bridge Notes Scope: MJN/DLT/JBS 50 Degrees Partly Cloudy-Warm 01/25/2012 norkm Inspection Team: Inspection Notes Inspector: Inspection Date:  NBI:  Element: Underwater: Fracture Critical: Other: Type: Regular NBI Inspector Inspector Thu 2/16/2012 16:10:35 Structure ID: CANY-MULB-F Page 85 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 74 of 97 NORTH 12 ’- 0 " 10 ’- 0 " 112’-0" 209 ’- 0 " M H / M H S T R U C T U R E 174 ’- 6 " 15’-6" SIDEWALK ROCK 5’-0" SW 5’-0" 9’-0" UNDER PARKING LOT 174’-6" STRUCTURE SECTION LOOKING NORTHEAST PLAN PARKING LOT LOOKING NORTHWEST ELEVATION 12’-0" CL. CONC. FLOOR A1 A2 CANYON AVE. (ASPH.) MULBERRY ST. (ASPH.) PARKING LOT ARTHUR DITCH 12"– 12"– 3’-6" 14 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Deck Looking Northwest Southwest Access Vault RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 76 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Underside View Looking Northwest Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 77 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Transverse Crack with Efflorescence Transverse Crack with Efflorescence and Rust Staining RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 78 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Delamination with Heavy Efflorescence Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 79 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Spalling with Exposed Rebar Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 80 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Spalling with Exposed Rebar on West Abutment Transverse Crack with Efflorescence and Rust Staining RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 81 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 1/4" Wide Longitudinal Crack in Floor Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 82 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Spalling with Exposed Rebar Heavily Degraded Soffit 30' from Northwest Manhole RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 83 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Remains of Soffit on Floor Slab Physical Deflection in Soffit, Delamination and Spalling with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 84 of 97 CITY OF FORT COLLINS MINOR STRUCTURES CANY-MULB-F PARKING LOT TO THE FORT COLLINS RECREATIONAL CENTER OVER ARTHUR DITCH 1/25/2012 Physical Deflection in Soffit, Delamination and Spalling with Exposed Rebar 5" Deep Spall with Exposed Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 85 of 97 CITY OF FORT COLLINS 1. $0 $0 1. $10,000 $10,000 1. $0 STRUCTURE NO. OLIV‐W‐LOOM OLIVE STREET OVER ARTHUR DITCH INSPECTED: 1/26/12 ESTIMATED COSTS None None URGENT REPAIRS PROGRAMMED REPAIRS SAFETY IMPROVEMENTS TOTAL OF PROGRAMMED REPAIRS TOTAL OF URGENT REPAIRS Repair or replace sections of slab with exposed rebar, see photo. $ $0 $10,000 37.8 Repair costs do not include mobilization, and are estimated using the most current CDOT cost data available. Noted repairs are to maintain or upgrade structure to working condition, or to restore safety. These repairs may not be all inclusive and are to be used as estimates only. APPROXIMATE SUFFICIENCY RATING: TOTAL OF SAFETY IMPROVEMENTS TOTAL COST OF REPAIRS RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 86 of 97 RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 87 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OLIVE U Mile Post (ON)11: 0.000 mi Bridge Key: OLIVE-LOOMIS Inspection Date: 1/26/2012 0.0 ft Rgn/Sectn 2E/2M: Trans Region 2T LARIMER County Code 3: Place Code 4: FORT COLLINS Rte.(On/Under)5A: Signing Prefix 5B: Level of Service 5C: Range18A: Directional Suffix 5E: Feature Intersected 6: ARTHUR DITCH Facility Carried 7: OLIVE STREET Alias Str No.8A: OLIV-W-LOOM Prll Str No. 8P Location 9: INT OF OLIVE/LOOMIS Max Clr 10: BaseHiway Net12: IrsinvRout 13A IrssubRout No13B: Latitude 16: Longitude 17: Township18B: Section18C: Detour Length 19: Toll Facility 20: Custodian 21: Owner 22: Functional Class 26: Year Built 27: Lanes on 28A: Lanes Under 28B: ADT 29: Year of ADT 30: Design Load 31: Apr Rdwy Width 32: Median 33: Skew 34: Structure Flared 35: Sfty Rail 36a/b/c/d: Operating Rating 64: Hist Signif 37: Posting status 41: Main Mat/Desgn 43A/B: Service on/un 42A/B: Appr Mat/Desgn 44A/B: Main Spans Unit 45: Approach Spans 46: Horiz Clr 47: Max Span 48: Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OLIVE U Mile Post (ON)11: 0.000 mi Element Inspection Report Elm/Env Description UnitsTotal Qty % in 1 CS 1 % in 2 CS 2 % in 3 CS 3 % in 4 CS 4 % in 5 CS 5 39/1 Unp Conc Slab/AC Ovl (SF) 1,188 0 % 0100 % 1,188 0 % 0 0 % 0 0 % 0 215/1 R/Conc Abutment (LF) 144 94 % 136 3 % 4 3 % 4 0 % 0 0 % 0 358/1 Deck Cracking SmFlag (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 359/1 Soffit Smart Flag (EA) 1 0 % 0 0 % 0 0 % 0 0 % 0100 % 1 501/1 Channel Cond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 502/1 ChannProtMatCond (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 600/1 Genl Remarks (EA) 1100 % 1 0 % 0 0 % 0 0 % 0 0 % 0 Elem/Env Description Element Notes 39/1 Unp Conc Slab/AC Ovl Light cracking in the asphalt wearing surface. This structure does not receive a Bank Condition Element (504). 215/1 R/Conc Abutment 4 spalls with exposed rebar near top of abutments at various locations, see photo. 4 vertical cracks in each abutment, see photo. Cracks are wall to wall. 358/1 Deck Cracking SmFlag Random cracking throughout, see photo. Cracking full length at each abutment. Most cracks are sealed. 359/1 Soffit Smart Flag Moderate transverse cracking with efflorescence. Spalling with R3 / R4 rusting of exposed rebar, see photos. (23 feet). Up to 50% section loss of rebar at various locations, see photos. 501/1 Channel Cond Cracks with minor heaving in floor slab, see photo. 502/1 ChannProtMatCond Concrete lined floor. 600/1 Genl Remarks Load posted 10T/16T/16T at both approaches. MMS Activity Description Recommended StatusTarget Year Est Cost Maintenance Activity Summary Repair or replace sections of slab with exposed rebar, see photos. 353.04 Br Dk Rpr 1/26/2012 1 2012 10000 Thu 2/16/2012 16:10:35 Structure ID: OLIV-W-LOOM Page 114 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 89 of 97 Colorado Department of Transportation Structure Inspection and Inventory Report (English Units) Highway Number (ON) 5D: OLIVE U Mile Post (ON)11: 0.000 mi Bridge Notes Scope: Sunny-Cool 9:15AM 37 Degrees MJN/DLT/JBS 01/26/2012 NORKM Inspection Team: Inspection Notes Inspector: Inspection Date:  NBI:  Element: Underwater: Fracture Critical: Other: Type: Regular NBI Inspector Inspector Thu 2/16/2012 16:10:35 Structure ID: OLIV-W-LOOM Page 115 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 90 of 97 NORTH ACCESS MANHOLE SECTION PLAN ELEVATION LOOKING EAST 60’-0" C/C T.O. ROADWAY LOOKING NORTH 12’-0" CLR. 2"– ASPHALT ON 7 1 2" CONC. SLAB CONC. FLOOR A1 A2 113’-0" 60’-0" APPR. RDWY. 27’-6" 2’-0" 13’-4" O/O 72 ’- 0 " ON S K E W LOOMIS ST. (ASPH.) OLIVE ST. (ASPH.) 12"– 12"– 3’-6" DITCH ARTHUR 1 OF 1 JMK 01-26-12 OLIVE-W-LOOM MICHAEL BAKER JR., INC. 165 S. UNION BLVD., STE. 200 LAKEWOOD, CO 80228 720.514.1100 BY: DATE: SHEET NO.: TITLE: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 91 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Deck Looking East Manhole Access RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 92 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Underside View Looking South Typical Spall with Exposed and Corroded Rebar RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 93 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Structure Marking Spall with Exposed Rebar and Efflorescence RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 94 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Spall with Exposed Rebar and Efflorescence Typical Floor Crack RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 95 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Abutment spalling with Exposed Rebar Typical Vertical Crack in Abutment Wall RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 96 of 97 CITY OF FORT COLLINS MINOR STRUCTURES OLIV-W-LOOM OLIVE STREET OVER ARTHUR DITCH 1/26/2012 Reflective Cracking in Asphalt Load Posting Sign on Olive Street RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 97 of 97 Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51 Width Out to Out 52: Deck Area: Min Clr Ovr Brdg 53: Min Undrclr Ref 54A: Min Undrclr 54B: Min Lat Clrnce Ref R 55A Min Lat Undrclr R 55B: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Inv Rtng Method 65: Inventory Rating 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 7 Approach Alignment 72: Type of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B Rail ht36h: FC Inspection Date 93A: UW Inspection Date 93B SI Date 93C: Roadway Cost 95: Bridge Cost 94: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99 Defense Highway 100: Parallel Structure 101: Direction of Traffic 102 Temporary Structure 103 Highway System 104: Fed Lands Hiway 105: Year Reconstructed 106 Deck Type 107: Wearing Surface 108A Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: NBIS Length 112: Pier Protection 111: Scour Critical 113: Scour Watch 113M: Year of Future ADT 115 Future ADT 114: CDOT Str Type 120A: CDOT Constr Type 120B Maintenance Patrol 123 Expansion Dev/Type124 Brdg Rail Type/Mod 125A/B Posting Trucks 129A/B/C Str Rating Date 130: Special Equip 133: Vert Clr N/E 134A/B/C: 1 01 0 Inspection Indic 122A: Inspection Trip 122AA Scheduling Status 122B Sufficiency Rating: 37.8 NA Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency 92C: Vert Clr S/W 135A/B/C Vertical Clr Date: Weight Limit Color: 139 Str Billing Type: Userkey 1 - System: Userkey 7-Update Indic 19.8 ft 0.0 ft 12.3 60.0 ft 60.0 ft 1,184. sq. ft 99.99 N 0.0 ft N 4 4 6 7 N 1 LF Load Facto 1 8.2 002 "in" 2 9 N 0 8 8 31 1 60.0 ft Baker 5 P 1 0 60.0 ft 17.0 ft 1 1 0 NORKM 24 months -1 -1 -1 0000000000 0 0 1 5 1 27425 069 03 41 00 40d 35' 05" 105d 05' 16" N N N 1.0 mi 3 4 4 19 1960 2 0 606 2011 0 60.0 ft 0 45.00 ° 0 00 "in" N N N N 99.90 0.00 99.90 0.00 0 Offsys X X 0 IIA 3/22/1988 0 2 CS O NA 2031 1,152 N 8 N 0 % 0 0 6 0000 0 0 _ 2 N 0 1 0 2009 $ 126,000 $ 8,400 $ 84,000 Inspector Name: NORKM 10 16 16 0.0 ft Min Lat Undrclr L 56: 0.0 ft 99.9 ft Thu 2/16/2012 16:10:35 Structure ID: OLIV-W-LOOM Page 113 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 88 of 97 ’- 0 " O / O 14’-0" O/O 01-25-12 CANY-MULB-F JBS 1 SHERWOOD ST. (ASPH.) WHITCOMB ST. (ASPH.) ACCESS VAULT (REQUIRES ALLEN WRENCH TO OPEN) ACCESS MANHOLE C L MANHOLE ACCESS C L ACCESS VAULT CONCRETE SLAB MICHAEL BAKER JR., INC. 165 S. UNION BLVD., STE. 200 LAKEWOOD, CO 80228 720.514.1100 BY: DATE: SHEET NO.: TITLE: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 75 of 97 Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51 Width Out to Out 52: Deck Area: Min Clr Ovr Brdg 53: Min Undrclr Ref 54A: Min Undrclr 54B: Min Lat Clrnce Ref R 55A Min Lat Undrclr R 55B: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Inv Rtng Method 65: Inventory Rating 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 7 Approach Alignment 72: Type of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B Rail ht36h: FC Inspection Date 93A: UW Inspection Date 93B SI Date 93C: Roadway Cost 95: Bridge Cost 94: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99 Defense Highway 100: Parallel Structure 101: Direction of Traffic 102 Temporary Structure 103 Highway System 104: Fed Lands Hiway 105: Year Reconstructed 106 Deck Type 107: Wearing Surface 108A Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: NBIS Length 112: Pier Protection 111: Scour Critical 113: Scour Watch 113M: Year of Future ADT 115 Future ADT 114: CDOT Str Type 120A: CDOT Constr Type 120B Maintenance Patrol 123 Expansion Dev/Type124 Brdg Rail Type/Mod 125A/B Posting Trucks 129A/B/C Str Rating Date 130: Special Equip 133: Vert Clr N/E 134A/B/C: 5 01 00 Inspection Indic 122A: Inspection Trip 122AA Scheduling Status 122B Sufficiency Rating: 55.1 NA Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency 92C: Vert Clr S/W 135A/B/C Vertical Clr Date: Weight Limit Color: 139 Str Billing Type: Userkey 1 - System: Userkey 7-Update Indic 14.0 ft 0.0 ft 36.0 175.5 ft 175.5 ft 2,443. sq. ft 99.99 N 0.0 ft N 4 4 6 7 N 5 No rating 5 27.0 002 "in" 4 9 N 5 8 8 _ Baker 5 A 1 0 14.0 ft 12.0 ft 1 1 0 norkm 24 months -1 -1 -1 0 0 0 1 5 1 27425 069 _ 41 0 40d 34' 54" 105d 05' 05" 99.9 mi 3 4 4 09 1950 2 0 200 2012 0 14.0 ft 0 0.00 ° 0 00 "in" N N N N 0 Off Sys IIA _ _ 1/25/2012 _ _ _ 02 CS O NA 2032 360 N 8 N 1 0 % 0 0 6 0 0 0 _ 2 N 0 1 _ -1 $ -1 $ -1 $ -1 _ Inspector Name: norkm 0 0 0 0.0 ft Min Lat Undrclr L 56: 0.0 ft 99.9 ft Thu 2/16/2012 16:10:35 Structure ID: CANY-MULB-F Page 83 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 72 of 97 165 S. UNION BLVD., STE. 200 LAKEWOOD, CO 80228 720.514.1100 BY: DATE: SHEET NO.: TITLE: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 63 of 97 Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51 Width Out to Out 52: Deck Area: Min Clr Ovr Brdg 53: Min Undrclr Ref 54A: Min Undrclr 54B: Min Lat Clrnce Ref R 55A Min Lat Undrclr R 55B: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Inv Rtng Method 65: Inventory Rating 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 7 Approach Alignment 72: Type of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B Rail ht36h: FC Inspection Date 93A: UW Inspection Date 93B SI Date 93C: Roadway Cost 95: Bridge Cost 94: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99 Defense Highway 100: Parallel Structure 101: Direction of Traffic 102 Temporary Structure 103 Highway System 104: Fed Lands Hiway 105: Year Reconstructed 106 Deck Type 107: Wearing Surface 108A Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: NBIS Length 112: Pier Protection 111: Scour Critical 113: Scour Watch 113M: Year of Future ADT 115 Future ADT 114: CDOT Str Type 120A: CDOT Constr Type 120B Maintenance Patrol 123 Expansion Dev/Type124 Brdg Rail Type/Mod 125A/B Posting Trucks 129A/B/C Str Rating Date 130: Special Equip 133: Vert Clr N/E 134A/B/C: 5 01 0 Inspection Indic 122A: Inspection Trip 122AA Scheduling Status 122B Sufficiency Rating: 55.1 NA Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency 92C: Vert Clr S/W 135A/B/C Vertical Clr Date: Weight Limit Color: 139 Str Billing Type: Userkey 1 - System: Userkey 7-Update Indic 14.0 ft 0.0 ft 12.3 60.0 ft 259.2 ft 3,627.4 sq. ft 99.99 N 0.0 ft N 6 6 7 8 8 1 LF Load Facto 1 8.2 002 "in" 2 9 N 0 8 8 31 1 14.0 ft Baker 5 P 1 0 60.0 ft 12.0 ft 1 1 0 NORKM 60 months -1 -1 -1 0000000000 0 0 1 5 1 27425 069 03 41 00 40d 35' 08" 105d 05' 12" N N N 1.0 mi 3 4 4 19 1960 2 0 1,515 2012 0 60.0 ft 0 0.00 ° 0 00 "in" N N N N 99.90 0.00 99.90 0.00 0 Offsys X X 0 IIA 3/22/1988 0 2 CS O NA 2032 2,727 N 8 N 0 % 0 0 6 2001 0 0 _ 2 N 0 1 0 2009 $ 544,320 $ 36,288 $ 362,880 Inspector Name: NORKM 10 16 16 0.0 ft Min Lat Undrclr L 56: 0.0 ft 99.9 ft Thu 2/16/2012 16:10:35 Structure ID: OAK-WHTM Page 39 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 60 of 97 ’- 0 " O / O 14’-0" O/O 01-25-12 CANY-MULB-F JBS 1 SHERWOOD ST. (ASPH.) WHITCOMB ST. (ASPH.) ACCESS VAULT (REQUIRES ALLEN WRENCH TO OPEN) ACCESS MANHOLE C L MANHOLE ACCESS C L ACCESS VAULT CONCRETE SLAB MICHAEL BAKER JR., INC. 165 S. UNION BLVD., STE. 200 LAKEWOOD, CO 80228 720.514.1100 BY: DATE: SHEET NO.: TITLE: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 47 of 97 Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51 Width Out to Out 52: Deck Area: Min Clr Ovr Brdg 53: Min Undrclr Ref 54A: Min Undrclr 54B: Min Lat Clrnce Ref R 55A Min Lat Undrclr R 55B: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Inv Rtng Method 65: Inventory Rating 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 7 Approach Alignment 72: Type of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B Rail ht36h: FC Inspection Date 93A: UW Inspection Date 93B SI Date 93C: Roadway Cost 95: Bridge Cost 94: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99 Defense Highway 100: Parallel Structure 101: Direction of Traffic 102 Temporary Structure 103 Highway System 104: Fed Lands Hiway 105: Year Reconstructed 106 Deck Type 107: Wearing Surface 108A Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: NBIS Length 112: Pier Protection 111: Scour Critical 113: Scour Watch 113M: Year of Future ADT 115 Future ADT 114: CDOT Str Type 120A: CDOT Constr Type 120B Maintenance Patrol 123 Expansion Dev/Type124 Brdg Rail Type/Mod 125A/B Posting Trucks 129A/B/C Str Rating Date 130: Special Equip 133: Vert Clr N/E 134A/B/C: 5 01 00 Inspection Indic 122A: Inspection Trip 122AA Scheduling Status 122B Sufficiency Rating: 55.1 NA Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency 92C: Vert Clr S/W 135A/B/C Vertical Clr Date: Weight Limit Color: 139 Str Billing Type: Userkey 1 - System: Userkey 7-Update Indic 14.0 ft 0.0 ft 36.0 175.5 ft 175.5 ft 2,443. sq. ft 99.99 N 0.0 ft N 4 4 6 7 N 5 No rating 5 27.0 002 "in" 4 9 N 5 8 8 _ Baker 5 A 1 0 14.0 ft 12.0 ft 1 1 0 norkm 24 months -1 -1 -1 0 0 0 1 5 1 27425 069 _ 41 0 40d 34' 54" 105d 05' 05" 99.9 mi 3 4 4 09 1950 2 0 200 2012 0 14.0 ft 0 0.00 ° 0 00 "in" N N N N 0 Off Sys IIA _ _ 1/25/2012 _ _ _ 02 CS O NA 2032 360 N 8 N 1 0 % 0 0 6 0 0 0 _ 2 N 0 1 _ -1 $ -1 $ -1 $ -1 _ Inspector Name: norkm 0 0 0 0.0 ft Min Lat Undrclr L 56: 0.0 ft 99.9 ft Thu 2/16/2012 16:10:35 Structure ID: CANY-MULB-F Page 83 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 44 of 97 165 S. UNION BLVD., STE. 200 LAKEWOOD, CO 80228 720.514.1100 BY: DATE: SHEET NO.: TITLE: RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 35 of 97 Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51 Width Out to Out 52: Deck Area: Min Clr Ovr Brdg 53: Min Undrclr Ref 54A: Min Undrclr 54B: Min Lat Clrnce Ref R 55A Min Lat Undrclr R 55B: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Inv Rtng Method 65: Inventory Rating 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 7 Approach Alignment 72: Type of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B Rail ht36h: FC Inspection Date 93A: UW Inspection Date 93B SI Date 93C: Roadway Cost 95: Bridge Cost 94: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99 Defense Highway 100: Parallel Structure 101: Direction of Traffic 102 Temporary Structure 103 Highway System 104: Fed Lands Hiway 105: Year Reconstructed 106 Deck Type 107: Wearing Surface 108A Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: NBIS Length 112: Pier Protection 111: Scour Critical 113: Scour Watch 113M: Year of Future ADT 115 Future ADT 114: CDOT Str Type 120A: CDOT Constr Type 120B Maintenance Patrol 123 Expansion Dev/Type124 Brdg Rail Type/Mod 125A/B Posting Trucks 129A/B/C Str Rating Date 130: Special Equip 133: Vert Clr N/E 134A/B/C: 5 01 0 Inspection Indic 122A: Inspection Trip 122AA Scheduling Status 122B Sufficiency Rating: 55.1 NA Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency 92C: Vert Clr S/W 135A/B/C Vertical Clr Date: Weight Limit Color: 139 Str Billing Type: Userkey 1 - System: Userkey 7-Update Indic 14.0 ft 0.0 ft 12.3 60.0 ft 259.2 ft 3,627.4 sq. ft 99.99 N 0.0 ft N 6 6 7 8 8 1 LF Load Facto 1 8.2 002 "in" 2 9 N 0 8 8 31 1 14.0 ft Baker 5 P 1 0 60.0 ft 12.0 ft 1 1 0 NORKM 60 months -1 -1 -1 0000000000 0 0 1 5 1 27425 069 03 41 00 40d 35' 08" 105d 05' 12" N N N 1.0 mi 3 4 4 19 1960 2 0 1,515 2012 0 60.0 ft 0 0.00 ° 0 00 "in" N N N N 99.90 0.00 99.90 0.00 0 Offsys X X 0 IIA 3/22/1988 0 2 CS O NA 2032 2,727 N 8 N 0 % 0 0 6 2001 0 0 _ 2 N 0 1 0 2009 $ 544,320 $ 36,288 $ 362,880 Inspector Name: NORKM 10 16 16 0.0 ft Min Lat Undrclr L 56: 0.0 ft 99.9 ft Thu 2/16/2012 16:10:35 Structure ID: OAK-WHTM Page 39 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 32 of 97 Str Length 49: Curb Wdth L/R 50A/B: Width Curb to Curb 51 Width Out to Out 52: Deck Area: Min Clr Ovr Brdg 53: Min Undrclr Ref 54A: Min Undrclr 54B: Min Lat Clrnce Ref R 55A Min Lat Undrclr R 55B: Deck 58: Super 59: Sub 60: Channel/Protection 61: Culvert 62: Oprtng Rtg Method 63: Inv Rtng Method 65: Inventory Rating 66: Asph/Fill Thick 66T: Str. Evaluation 67: Deck Geometry 68: Undrclr Vert/Hor 69: Posting 70: Waterway Adequacy 7 Approach Alignment 72: Type of Work 75A: Work Done By 75B: Length of Improvment 76: Insp Team Indicator 90B Rail ht36h: FC Inspection Date 93A: UW Inspection Date 93B SI Date 93C: Roadway Cost 95: Bridge Cost 94: Total Cost 96: Year of Cost Estimate 97: Brdr Brdg Code/% 98A/B: Border Bridge Number 99 Defense Highway 100: Parallel Structure 101: Direction of Traffic 102 Temporary Structure 103 Highway System 104: Fed Lands Hiway 105: Year Reconstructed 106 Deck Type 107: Wearing Surface 108A Membrane 108B: Deck Protection 108C: Truck ADT 109: Trk Net 110: NBIS Length 112: Pier Protection 111: Scour Critical 113: Scour Watch 113M: Year of Future ADT 115 Future ADT 114: CDOT Str Type 120A: CDOT Constr Type 120B Maintenance Patrol 123 Expansion Dev/Type124 Brdg Rail Type/Mod 125A/B Posting Trucks 129A/B/C Str Rating Date 130: Special Equip 133: Vert Clr N/E 134A/B/C: 1 01 0 Inspection Indic 122A: Inspection Trip 122AA Scheduling Status 122B Sufficiency Rating: 37.8 NA Inspector Name 90C: Frequency 91: FC Frequency 92A: UW Frequency 92B: SI Frequency 92C: Vert Clr S/W 135A/B/C Vertical Clr Date: Weight Limit Color: 139 Str Billing Type: Userkey 1 - System: Userkey 7-Update Indic 19.8 ft 0.0 ft 12.3 60.0 ft 60.0 ft 1,184. sq. ft 99.99 N 0.0 ft N 4 4 6 7 N 1 LF Load Facto 1 8.2 002 "in" 2 9 N 0 8 8 31 1 60.0 ft Baker 5 P 1 0 60.0 ft 17.0 ft 1 1 0 NORKM 24 months -1 -1 -1 0000000000 0 0 1 5 1 27425 069 03 41 00 40d 35' 05" 105d 05' 16" N N N 1.0 mi 3 4 4 19 1960 2 0 606 2011 0 60.0 ft 0 45.00 ° 0 00 "in" N N N N 99.90 0.00 99.90 0.00 0 Offsys X X 0 IIA 3/22/1988 0 2 CS O NA 2031 1,152 N 8 N 0 % 0 0 6 0000 0 0 _ 2 N 0 1 0 2009 $ 126,000 $ 8,400 $ 84,000 Inspector Name: NORKM 10 16 16 0.0 ft Min Lat Undrclr L 56: 0.0 ft 99.9 ft Thu 2/16/2012 16:10:35 Structure ID: OLIV-W-LOOM Page 113 of 144 insp007b_inspection_sia_english RFP 7525 Arthur Ditch Bridge Replacement Design Services Page 20 of 97