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