32
RFP 8293 Drake Bridge Replacement Design Services Page 1 of 16 REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN SERVICES The City of Fort Collins is requesting proposals from qualified firms to provide engineering design, plan and specifications preparation, and construction engineering support services for Drake Road Bridge over Larimer Canal No. 2. All consultants submitting proposals shall be pre- qualified with CDOT for BR - Bridge Design, and HD – Highway and Street Design. Design services of urban design enhancements to the bridge will be included. As part of the City’s commitment to Sustainable Purchasing, proposals submission via email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file under 20MB and e-mailed to: [email protected]. 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 must be received before 3:00 p.m. (our clock), May 11, 2016 and referenced as Proposal No. 8293. If delivered, they are to be sent to 215 North Mason Street, 2 nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in response to all requests for proposals. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. A pre-proposal conference and job walk with representatives of prospective proposers will be held at 10 AM, on April 26, 2016 in room 2A located at 215 N Mason Street, Fort Collins 80525. Prospective proposers are invited to present their questions relative to this proposal at this meeting. Questions concerning the scope of the bid should be directed to Jin Wang, Civil Engineer II, at (970) 416-2292 or [email protected]. Questions regarding bid submittal or process should be directed to Elliot Dale, Buyer, at (970) 221-6777 or [email protected]. All questions must be submitted in writing via email to Jin Wang, with a copy to Elliot Dale, no later than 5:00 PM our clock on May 3, 2016. Questions received after this deadline will not be answered. A copy of the RFP may be obtained at www.rockymountainbidsystem.com. Financial Services Purchasing Division 215 N. Mason St. 2 nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing

REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 1 of 16

REQUEST FOR PROPOSAL

8293 DRAKE BRIDGE REPLACEMENT DESIGN SERVICES The City of Fort Collins is requesting proposals from qualified firms to provide engineering design, plan and specifications preparation, and construction engineering support services for Drake Road Bridge over Larimer Canal No. 2. All consultants submitting proposals shall be pre-qualified with CDOT for BR - Bridge Design, and HD – Highway and Street Design. Design services of urban design enhancements to the bridge will be included. As part of the City’s commitment to Sustainable Purchasing, proposals submission via email is preferred. Proposals shall be submitted in a single Microsoft Word or PDF file under 20MB and e-mailed to: [email protected]. 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 must be received before 3:00 p.m. (our clock), May 11, 2016 and referenced as Proposal No. 8293. 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. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. The City encourages all Disadvantaged Business Enterprises (DBEs) to submit proposals in response to all requests for proposals. No individual or business will be discriminated against on the grounds of race, color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs can compete fairly and to ensure nondiscrimination in the award and administration of all contracts. A pre-proposal conference and job walk with representatives of prospective proposers will be held at 10 AM, on April 26, 2016 in room 2A located at 215 N Mason Street, Fort Collins 80525. Prospective proposers are invited to present their questions relative to this proposal at this meeting. Questions concerning the scope of the bid should be directed to Jin Wang, Civil Engineer II, at (970) 416-2292 or [email protected]. Questions regarding bid submittal or process should be directed to Elliot Dale, Buyer, at (970) 221-6777 or [email protected]. All questions must be submitted in writing via email to Jin Wang, with a copy toElliot Dale, no later than 5:00 PM our clock on May 3, 2016. Questions received after this deadline will not be answered. A copy of the RFP may be obtained at www.rockymountainbidsystem.com.

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

Page 2: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 2 of 16

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. All provisions of any contract resulting from this request for proposal will be public information. New Vendors: The City requires new vendors receiving awards from the City to fill out and submit an IRS form W-9 and to register for Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. 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. Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. Sustainability: Consulting firms/teams participating in the proposal are to provide an overview of the organization’s philosophy and approach to Sustainability. In no more than two (2) pages please describe how your organization strives to be sustainable in the use of materials, equipment, vehicles, fuel, recycling, office practices, etc. The City of Fort Collins incorporates the Triple Bottom Line into our decision process by including economic (or financial), environmental, and social factors in our evaluation. The selected Service Provider shall be expected to sign the City’s standard Agreement without revision prior to commencing Services (see sample attached to this Proposal). Sincerely, Gerry S. Paul Purchasing Director

Page 3: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 3 of 16

8293 DRAKE BRIDGE REPLACEMENT DESIGN SERVICES The City of Fort Collins is seeking proposals from qualified consultants to provide engineering design, plan and specifications preparation, and construction engineering support services for Drake Road Bridge over Larimer Canal No. 2. All consultants submitting proposals shall be pre-qualified with CDOT for BR - Bridge Design, and HD – Highway and Street Design. Design services of urban design enhancements to the bridge will be included.

Scope of Services The services will consist of all services necessary to perform design engineering of the replacement bridge, adjacent roadway, overall plan and specification preparation, public open house assistance, report preparation, and permit application assistance. The design phase is funded by local funds. Funding for construction has not being identified. The scope of design services shall ensure that the final deliverables can be used to seek federal funds for the construction phase.

General Project Description The project is located on Drake Road, about 440 feet east of Research Blvd / Meadowlark Ave., on Drake Road. The intent is to replace the failing bridge with one that meets the current design standards.

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, ADA and Draft PROWAG design and construction standards or guidelines, best practices, and procedures.

Structure Selection Report

The consultant will be provided with survey data of the project site. City survey crews 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 including utilities potholing. Profiles of utilities are expected to be shown in the plan set.

The consultant shall document the existing conditions in the report and plan.

A minimum of three structure alternatives shall be analyzed and be included in the report with cost estimates.

Page 4: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 4 of 16

Impacts to the traveling public and pedestrians including the possibility of road closures and duration of construction must be considered in development of the structure selection alternatives.

Structure selection reports shall be per CDOT requirements, incorporating, but not limited to, any other information that is requested in this section.

Urban Design shall be documented in the reports. A minimum of two conceptual designs is required.

A public meeting is anticipated before the structure selection report is finalized. The consultant shall provide the City with exhibits of alternatives analyzed for the meeting and be in attendance as necessary.

Urban Design

The Consultant shall incorporate urban design into the replacement bridge structure. The urban design consultant shall develop at least two (2) urban design alternatives for the replacement bridge. These alternatives will utilize sound Context Sensitive Solution (CSS) principles of evoking the history, environment and culture of the community into the design. The Consultant will meet with City staff to review the alternatives and assist in the selection of a preferred alternative. Once a preferred alternative is selected, it will be refined according to comments from City staff and a presentation of that alternative will be made to the City of Fort Collins. Color rendering and construction cost estimate of both alternatives is required.

Public Outreach

The consultant will assist the City in a public outreach program, typically involving an open house. Bridge alternatives, urban design alternatives, and anticipated schedules are typically presented at the open house. Consultant shall provide all exhibits for the open house.

Other components of the Public Outreach program may include preparing design alternatives for affected stakeholders.

Hydraulics

The consultant is expected to perform basic hydraulics work as necessary to satisfy the ditch company requirements and stormwater drainage.

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 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.

The consultant will be required to prepare all 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.

Page 5: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 5 of 16

The consultant will be responsible for preparing documents in accordance with the local environmental regulations and any other regulations that the consultant deem necessary to fulfill the requirement of the project scope of services.

During construction if one acre or more of earth disturbance is anticipated a CDPS 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.

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 required. A final cost estimate update is also 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)

• RFP Advertisement April 2016

• Pre-proposal Meeting April 2016

• RFP Submittals Due May 2016

• Shortlist by May 2016

• Conduct Interviews and Selection May 2016

• Complete Contract Negotiation June 2016

• Project kick-off meeting June 2016

• Open House October 2016

• Structure Selection Report November 2016

• FIR Plan Set December 2016

• FOR Plan Set May 2017

• Construction Plan Bid Set July 2017

Page 6: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 6 of 16

Instruction to Consultants Submittal Requirements: Qualified consultants interested in performing the work described in this RFP should submit the following.

1. Qualification 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.

3. Critical issues that the consultant considers being important for the project.

4. A scope of work with planned personnel and estimated hours that your firm feels necessary for a successful delivery of construction bid plans 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.

a. In addition to estimated hours, provide an hourly cost breakdown of all proposed staff and subcontractors, including an estimated total cost to deliver the project.

5. Provide a proposed project schedule based on the availability of your staff to perform the work.

Instruction to Consultants

• Pre-proposal meeting: April 26, 2016 • Final day for questions: May 3, 2016 • Proposal due date: May 11, 2016 • Notify Consultants to be interviewed: Week of May 16, 2016 • Interviews: Week of May 25, 2016

Included in this RFP is:

1. 2013 Bridge inspection report.

Page 7: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 7 of 16

Review and Assessment Professional firms will be evaluated on the following criteria. These criteria will be the basis for review and assessment of the written proposals and optional interview session. At the discretion of the City, interviews of the top rated firms may be conducted.

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 address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement?

2.0 Assigned Personnel

Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications 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 Sustainability/TBL Methodology

Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures?

2.0 Cost and

Work Hours

Does the proposal included detailed cost break-down for each cost element as applicable and are the line-item costs competitive? Do the proposed cost and work hours compare favorably with the Project Manager's estimate? Are the work hours presented reasonable for the effort required by each project task or phase?

2.0 Firm Capability

Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on-time and in-budget? Has the firm successfully completed previous projects of this type and scope?

Page 8: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 8 of 16

Definitions

Sustainable Purchasing is a process for selecting products or services that have a lesser or reduced negative effect on human health and the environment when compared with competing products or services that serve the same purpose. This process is also known as “Environmentally Preferable Purchasing” (EPP), or “Green Purchasing”.

The Triple Bottom Line (TBL) is an accounting framework that incorporates three dimensions of performance: economic, or financial; environmental, and social. The generally accepted definition for TBL is that it “captures the essence of sustainability by measuring the impact of an organization’s activities on the world…including both its profitability and shareholders values and its social, human, and environmental capital.”

Reference Evaluation (Top Rated 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?

Page 9: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 9 of 16

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. Irrespective of references in Exhibit A to certain named third parties, Professional shall be solely responsible for performance of all duties hereunder.

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. This Agreement shall commence , 200 , and shall continue in full force and effect until , 200 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Professional and mailed no later than thirty (30) days prior to contract end.

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:

Professional: City: Copy to: Attn:

City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522

City of Fort Collins Attn: Purchasing Dept. 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

Page 10: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 10 of 16

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 agrees that it is responsible for and will ensure that the design Work under any Work Order complies with the 2010 ADA (American with Disabilities Act) Standards for Accessible design, separate from and in addition to building codes compliance. This includes ensuring that change orders or other changes comply with the 2010 ADA Standards. 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 attorney’s 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 insurance in accordance with Exhibit , consisting of one (1) page, attached hereto and incorporated herein.

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 ($ ) in accordance with Exhibit “ ”, consisting of ( ) page , attached hereto and incorporated herein. Monthly partial payments based upon the Professional's billings and itemized statements 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 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 in accordance with Exhibit “ ”, consisting of ( ) page , attached hereto and incorporated herein, 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.

Page 11: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 11 of 16

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 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. Subcontractors. Professional may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Professional.

12. Personal Services. It is understood that the City enters into the 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 the Agreement without the prior written consent of the City.

13. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications,

Page 12: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 12 of 16

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.

14. 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 according to the terms of this agreement, such party may be declared in default.

15. 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.

16. 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.

17. 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 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

Page 13: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 13 of 16

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.

19. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " " - Confidentiality, consisting of one (1) pages, attached hereto and incorporated herein by this reference.

Page 14: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 14 of 16

THE CITY OF FORT COLLINS, COLORADO By:

Gerry Paul Purchasing Director

DATE:

ATTEST: City Clerk APPROVED AS TO FORM: Senior Assistant City Attorney

PROFESSIONAL'S NAME By: Printed: Title:

CORPORATE PRESIDENT OR VICE PRESIDENT Date:

Page 15: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 15 of 16

EXHIBIT 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 reduce coverage or limits and will not be cancelled, except after thirty (30) 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 $1,000,000 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.

C. Errors & Omissions. The Professional shall maintain errors and omissions insurance in the amount of $1,000,000.

Page 16: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

RFP 8293 Drake Bridge Replacement Design Services Page 16 of 16

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.

Page 17: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN
Page 18: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

STRUCTURE TYPE AND MATERIALS

43A. Main Span Material:

43B. Main Span Design:

44A. Approach Material:

44B. Approach Design:

45. No of Main Spans:

46. No of App. Spans:

107. Deck Type:

108A. Wearing Surface:

108B. Membrane:

108C. Deck Protection:

120A. Structure Type:

120B. Construction Type:

5 Prestressed Concrete

04 Tee Beam

0 Other

9 Other

6 Bituminous

0 None

0 None

CDTPG

00 Other (NBI)

1

0

21

CLASSIFICATIONCLASSIFICATION 20. Toll Facility:

21. Custodian:

22. Owner:

37. Historical Sign.:

100. Defense Hwy:

101. Parallel Str:

102. Dir of Traffic:

103. Temporary Str:

104. Highway Sys:

112. NBIS Length:

26. Function Class:

3 On free road

0 Not on NHS

Yes

Not a Temporary Structure

0 Not a STRAHNET hwy

City/Municipal Hwy Agenc

City/Municipal Hwy Agenc

14 Urban Other Princ

5 Not eligible for NRHP

No ll Bridge Exists

2 2-way traffic

IDENTIFICATION

7. Facility Carried On:

9. Location:

1. State:

2. District:

3. County:

4. City:

5A. Route On/Under:

5B. Route Signing Prefix:

5C. Level of Service:

5D. Route Number:

5E. Directional Suffix:

6. Feature Intersected:

11. Mile Post:

17. Longitude:

18A. Survey Range:

18B. Survey Township:

18C. Survey Section:

% of Responsibilty:

'

%

' "

"

99. Neighboring State Code:

98. Border Bridge Code:

(N/A)

16. Latitude:

5 4.1

33 9.940

105

d

d

(N/A)

69 W

7 N

26

Reg 4 MSec 1

FORT COLLINS

Route On Str

5 City Street

1 Mainline

00000

0 N/A (NBI)

Larimer Co. Canal No. 2

Drake Road

0.1 Mi E of Meadowlark Av

0 miles

0

08 Colo

LARIMER

INSPECTION 91. Frequency:

Elem Insp Freq:

Next Inspection: 90. Inspection Date:

93A. FC Inspection Date:

93B. UW Inspection Date:

Next Sp. Inspection:

Next UW Inspection:

Next FC Inspection: 92A. FC Frequency:

92C. Sp. Frequency:

92B UW Frequency:

24

24

3/25/2013

-

- -

- - 93C. Sp. Inspection Date:

Elem Insp Date:

-

Next Elem Inspection:

Signature:Inspector:

3/25/2013

N

N

N

WAGNERK

3/25/2015

3/25/2015

GEOMETRIC DATA

34. Skew:

35. Structure Flared:

50A. Curb/Sdwlk Width (lt):

50B. Curb/Sdwlk Width (rt):

51. Curb to Curb Width:

52. Out to Out Width:

53. Min Vert Clr Over:

54A. Ref Min Ver Clr Und:

54B. Min Vert Clr Und:

55A. Ref Min Lat Clr Und:

55B. Min Lat Clr Under (rt):

56. Min Lat Clr Under (lt):

Deck Area:

32. Appr. Roadway Width:

33. Bridge Median: 0 No median

48. Length of Max. Span:

49. Structure Length:

Not a Highway or RR

Not a Highway or RR

10. Max. Ver Clr :

47. Horizontal Clr

Structure Not Flared

99.99 ft.

70 ft.

99 degree(s)

70.6 ft.

25.2 ft.

30 ft.

8 ft.

9.9 ft.

78.6 ft.

90.8 ft.

99.9 ft.

0 ft.

0 ft.

0 ft.

2724 sq. ft.

Page 1 of 7Short Elliott Hendrickson Inc

Page 19: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

CONDITION 58. Deck: 5 Fair

59. Superstructure: 4 Poor

60. Substructure: 6 Satisfactory

61. Channel/ Channel Prot.: 7 Minor Damage

62. Culvert: N N/A (NBI)

LOAD RATING AND POSTING0 Unknown

A Open, no restriction

0 Field Evaluation

36 tons.

0 Field evaluation

27 tons.

31. Design Load:

41. Posting Status:

63. Operating Rating Mthd:

64. Operating Rating:

65. Inventory Rating Mthd:

66. Inventory Rating:

70. Posting:

129. Truck Load: tons.

130. Rating Date:

5 At/Above Legal Loads

0 0 0

3/15/2011 SD/FO Indicator:

Sufficiency Rating: 59.5

Structurally Deficient

Item 91 was changed from 12 to 24 months in 2012.

Inspection Notes:

Date 3/25/2013 -Temp: 19 degrees Time: 7:55 AM Weather: Clear, calm

Bridge Notes:

NAVIGATION DATA

39. Vertical Clearance:

40. Horizontal Clearance:

116. Lift Bridge Ver. Clr: 0 ft.

111. Pier Protection:

38. Navigation Control:

0 ft.

Not Applicable (P)

0 ft.

Permit Not Required

AGE AND SERVICE

115. Year of Future ADT:

19. Detour Length:

27. Year Built:

28B. Lanes Under:

29. Avg. Daily Traffic:

30. Year of ADT:

42A. Service Type On:

42B. Service Type Under:

109. Truck ADT:

114. Future ADT:

1 miles.

5 Highway-pedestrian

5 Waterway

1935

25471

2007

106. Year Reconstructed:

5%

28A. Lanes On: 5

1993

48394

2027

0

APPRAISAL

36A. Bridge Rail:

36B. Transition: 0 Substandard

1 Meets Standards

36C. Approach Rail:

36D. Appr. Rail on End :

0 Substandard

36H. Rail Height :

66T. Asphalt Thickness :

67. Structure Evaluation :

68. Deck Geometry :

69. Und. Clr. Ver. & Hor.:

71. Waterway Adequacy:

72. Approach Alignment:

113. Scour Critical:

0 Substandard

4 Minimum Tolerable

8 Desirable Criteria

N Not applicable (NBI)

8 Equal Desirable

8 Equal Desirable Crit

5 Stable w/in footing

46.0 in.

8.0 in.

PROPOSED IMPROVEMENTS 75. Type of Work:

94. Bridge Cost:

95. Roadway Cost:

96. Total Cost:

97. Year of Cost Estimate:

76. Length of Improvement:

925600

92560

1388400

2013

31 Repl-Load Capacity

52 ft.

Page 2 of 7Short Elliott Hendrickson Inc

Page 20: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

MAINTENANCE ACTIVITY

Activity No. :

Description :

306.01

Railin Rep & Repl

Priority : S-P2

Install adeq rail if not schd for replmt

Detail of Work: If bridge is not scheduled for replacement, install adequate bridge and approach rails to meet current AASHTO/CDOTstandards.

= 7500.00Bridge Rail: 60 Feet X 125 / Feet X 1

= 22500.00Approach Rail: 300 Feet X 75 / Feet X 1

= 30000.00(Quantity X Rate X Adjustment Factor) Total Activity Cost

Activity No. :

Description :

354.02

Superstructure

Priority : P-P1

Repair girder / Truss (non-collision)

Detail of Work: Clean and patch spalls on bottom of Girder V leg near west abutment (A1) and other random locations.

= 1750.00Epoxy Concrete Patch: 5 Each X 350 / Each X 1

= 1750.00(Quantity X Rate X Adjustment Factor) Total Activity Cost

Activity No. :

Description :

353.08

Bridge Deck Repair

Priority : M-P1

Pavement crack sealing

Detail of Work: Seal asphalt joint along curb and gutter interface.

= 225.00Labor & Equipment: 3 Hours X 75 / Hours X 1

= 500.00Pourable Asphalt Sealer: 20 Gal X 25 / Gal X 1

= 725.00(Quantity X Rate X Adjustment Factor) Total Activity Cost

Activity No. :

Description :

356.02

Curbs and Rail

Priority : M-P1

Repair / Replace Curb / Sidewalk / Wheelguard

Detail of Work: Patch spall and seal full length crack in south sidealk.

= 180.00Conc Crack Routing/Sealing: 30 Feet X 6 / Feet X 1

Page 3 of 7Short Elliott Hendrickson Inc

Page 21: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

MAINTENANCE ACTIVITY

Activity No. :

Description :

356.02

Curbs and Rail

Priority : M-P1

Repair / Replace Curb / Sidewalk / Wheelguard

Detail of Work: Patch spall and seal full length crack in south sidealk.

= 350.00Epoxy Concrete Patch: 1 Each X 350 / Each X 1

= 530.00(Quantity X Rate X Adjustment Factor) Total Activity Cost

PRIORITY DEFINITIONS: 1 S – P1 = Safety – Priority 1 5 P – P2 = Programmed – Priority 2 2 U = Urgent 6 M – P1 = General Maintenance – Priority 1 3 S – P2 = Safety – Priority 2 7 M – P2 = General Maintenance – Priority 2 4 P – P1 = Programmed – Priority 1 NOTE: The suggested maintenance activities were noted by the inspection crew on the date of inspection and consist of those deemed most critical to preserve the integrity of the bridge. Items are listed in the order of importance, with the first Maintenance Activity considered most important. Estimated costs are based upon approximate quantities and should not be relied upon for establishing funding. It is recommended that a qualified representative of the owning entity review this report at the bridge site, and using costs based upon personal knowledge, local conditions, availability of labor and materials and entity preferences, establish a revised estimate to accomplish the suggested work.

= $33,005.00Total Bridge Cost

ELEMENT DATA COLLECTION

Unit Quantity by StateElementNumber

Total QtyElement Name Env.

1 2 3 4 5

Decks/Slabs

Asphalt surface overlaid between 2011 and 2012 inspections - Deep spalls up to 3 inches deep on underside of top flange of GirderV. Timber form holding patch near south curb line, lines up over Girder V.

13 (5) Unp Conc Deck/AC Ovl 1 1813 (SF) 00181300

10 inches of asphalt (overlaid between 2011 and 2012 inspections) on 18 inch concrete slab, (original) and 27 inch slab at southwidenings under sidewalk - Spalls on the bottom edge of deck on the south side; 8 ft long x 6 inch W x 3 inch deep spall.

39 (5) Unp Conc Slab/AC Ovl 1 910 (SF) 0009100

6 inch x 8 inch curbs and 9.5 inch x 9 feet 11 inch sidewalk on south and 8 feet 0 inch sidewalk on north, (no curb) - Longitudinalcrack full length of south sidewalk with small popouts and spall. Small spalls along face of south sidewalk.

338 (4) Conc Curbs/SW 1 60 (LF) 0012930

Page 4 of 7Short Elliott Hendrickson Inc

Page 22: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

ELEMENT DATA COLLECTION

Unit Quantity by StateElementNumber

Total QtyElement Name Env.

1 2 3 4 5

Joints

(11) construction joints at edge of both widenings of original concrete slab and at double tee north and single tee south - Leakagefull length at all joints. Heavier leakage near exterior two joints. Small spalls at various tie plate locations.

308 (3) Constr Non Exp Jt 1 330 (LF) 001202100

Superstructure

(10) double teesections and (1) single tee section, sizes vary (see sketches) - Widenings designed with re-entrant at bearings withends of prestressing tendons exposed at Girder B at west abutment (A1). Diagonal hairline shear cracks at several re-entrantlocations. Concrete diaphragms at abutments. Girders are blackened from smoke. Girder V has spall with exposed and rusted (R2)reinforcement and exposed tendons with (3) broken wires at 6 feet from A1. Several small cracks or surface spalls at ends of GirdersA-D and Girder Q at A1 and at Girder C at east abutment (A2). 9 inch x 4 inch x 1 inch deep spall with exposed reinforcement inGirder N approximately 6 feet 6 inches from A1. Horizontal cracks along strand of Girder V=6 feet. (5) small spalls on bottom ofGirder A.

109 (4) P/S Conc Open Girder 1 630 (LF) 0696609

(1) 4 inch diameter and (1) 4.5 inch diameter galvanized steel tube pedestrian rails on 5 inch x 7 inch galvanized steel H posts onconcrete parapet with embedded moss rock - Moderate efflorescence at cold joint. Hairline cracks in concrete at bolt locations.

333 (3) Other Bridge Railing 1 60 (LF) 000060

Structural concrete coating - Peeling on outside edge of north side for full length. Cracks with delamination on south side.

340 (3) Superstr Cnc Coating 1 1 (EA) 00010

Substructure

Wall - (1) spall at west abutment (A1) and (2) at east abutment (A2). Light surface abrasion throughout.

215 (4) R/Conc Abutment 1 289 (LF) 0006283

Page 5 of 7Short Elliott Hendrickson Inc

Page 23: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

ELEMENT DATA COLLECTION

Unit Quantity by StateElementNumber

Total QtyElement Name Env.

1 2 3 4 5

Substructure

Top surface of footing was exposed at west abutment (A1) north end for about 10 ft during 2011 inspection - Not visible during2012 and 2013 inspections.

221 (4) Conc Pile Cap/Ftg 1 1 (EA) 00001

Concrete wall monolithic with widenings - 8 inch x 6 inch x 2 inch deep spall at end of northeast wingwall.

326 (3) Bridge Wingwalls 1 4 (EA) 00004

Smart Flags

Bay U has moderate to heavy efflorescence with deterioration/cracks. A few minor spalls near a few tie plates.

359 (5) Soffit Smart Flag 1 1 (EA) 00010

Other Elements

Manmade channel (canal) with regulated flows. Banks at northwest and southeast are slumping slightly.

501 (2) Channel Cond 1 1 (EA) 00001

Very steeply sloped (1.5 to 1) with dense grass and scattered trees above normal high water level - Slumping at northwest andsoutheast banks.

504 (2) BankCond 1 1 (EA) 00001

Page 6 of 7Short Elliott Hendrickson Inc

Page 24: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

FCDRK-0.1-MDWLK

Bridge Inspection Report (English Units)

Alias Str No. 8A:Bridge Name: Inspection Date : 3/25/2013

ELEMENT DATA COLLECTION

Unit Quantity by StateElementNumber

Total QtyElement Name Env.

1 2 3 4 5

Other Elements

Normal water level is 12 inch below girders, high water mark as much as 7 inches above bottom of girders.

510 (2) Waterway Adequ. 1 1 (EA) 00001

No approach rails exist.

530 (2) Approach Guardrail A 1 1 (EA) 00001

3 inch steel utility pipe between Girders H/I.

600 (5) Genl Remarks 1 1 (EA) 00001

Page 7 of 7Short Elliott Hendrickson Inc

Page 25: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

SECTIONLOOKING EAST

ELEVATIONLOOKING NORTH

PLAN

CANAL NO. 2

LARIMER COUNTY

FLOW

70’-

0"

AP

PR.

RD

WY.

9’-

2"

30’-

8"

19’-

3"

30’-

4"

WID

ENIN

G

2N

D

N.

1ST N. WIDENING

C DRAKE RD.

BRDG.

ORIG.

WIDENING

1ST S.

WIDENING

2ND S.

WIDENING

3RD

30’-0" B.F/B.F.

3" UTILITY LINE

CONCRETE

1’-0" THK. C.I.P.

WINGWALLS:

25’-2" CLR. SPAN ALONG C RDWY.

"2115’-10

CONC. WALLS

ABUTMENTS:

90’-10" O/O (144’-4" O/O SKEW)

S.W.

9’-11"

5’-

0"1’-

9"

3’-

0"

GRAVEL

3’-0"

DOUBLE TEE SECTIONS

(5) PRESTRESSED CONC.

DOUBLE TEE SECTIONS

(5) PRESTRESSED CONC.

1’-2"1’-2"

S.W.

8’-0"

18" CONC. SLAB

10" ASPHALT (AVG.)

A B C D E F G H I J L M NO P Q R S T U V W

K

3" STL. PIPE

B.F.

ABUT.

1

B.F.

AB

UT.

2

4’-

8"

4’-

2"

3’-

8"

4’-

7"

4’-

7"

27"

"2

14

FCDRK-0.1-MDWLK

MAR. 25, 2013

Short Elliott Hendrickson, Inc.

Fax (303) 753-1510

(720) 540-6800 (800) 490-4966

Denver, CO 80222-7938

2000 S. Colorado Blvd., #6000

NORTH

A2A1

78’-7"

FLUSH

L

L

5’ 7’-2"

CL

Page 26: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

CITY OF FORT COLLINS INSPECTION

Structure Number:

Inspection Date:

FCDRK-0.1-MDWLK

3/25/2013

KWPerformed By:

A1 A1+5' Bridge CL A1+18' A22005 4.3 4.7 5.0 4.6 4.22007 4.6 4.9 5.3 4.8 4.42009 4.5 4.8 5.3 4.3 4.02011 4.5 4.6 4.9 4.7 3.82012 4.5 4.6 4.9 4.7 3.82013 4.2 4.6 4.7 4.6 3.7

A1 A1+5'

Bridge CL A1+18'

A2

0.0

1.0

2.0

3.0

4.0

5.0

6.0DIS

TAN

CE

FRO

M B

OTT

OM

O

F G

IRD

ER (F

T)

STREAMBED HISTORY

Year

Page 27: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

Structure No. FCDRK-0.1-MDWLK Date: 3/25/13

Short Elliott Hendrickson Inc.

View of Bridge Side Elevation Looking Upstream

View Down Centerline Bridge Roadway Looking Downstation

Page 28: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

Structure No. FCDRK-0.1-MDWLK Date: 3/25/13

Short Elliott Hendrickson Inc.

View Looking Upstream, Left Bank

View Looking Upstream, Right Bank

Page 29: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

Structure No. FCDRK-0.1-MDWLK Date: 3/25/13

Short Elliott Hendrickson Inc.

View Looking Downstream, Left Bank

View Looking Downstream, Right Bank

Page 30: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

Structure No. FCDRK-0.1-MDWLK Date: 3/25/13

Short Elliott Hendrickson Inc.

View Showing Crack in Sidewalk (South)

View Of Spall and Exposed Rebar at Girder (V)

Page 31: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

Structure No. FCDRK-0.1-MDWLK Date: 3/25/13

Short Elliott Hendrickson Inc.

Vie Showing Efflorescence between Girder (U) and (V)

View Showing Spall and Exposed Rebar of Girder (V)

(Typ. at Girder (B) )

Page 32: REQUEST FOR PROPOSAL 8293 DRAKE BRIDGE REPLACEMENT DESIGN

Structure No. FCDRK-0.1-MDWLK Date: 3/25/13

Short Elliott Hendrickson Inc.

View Showing Spall at Bottom of Slab

General View of Underside of Bridge Looking Upstation