0% found this document useful (0 votes)
29 views57 pages

I-270 Bridge Replacement RFP Document

The document outlines the Draft Request for Proposals (RFP) for the I-270 Critical Bridge Replacements Project, detailing the scope of work, project background, and specific goals for the replacement of eight deteriorating bridge structures. The project, overseen by the Colorado Department of Transportation, aims to enhance traffic flow and safety while addressing environmental requirements and is expected to span from January 2023 to December 2025. It includes collaboration with various stakeholders and emphasizes the need for comprehensive planning and coordination throughout the project lifecycle.

Uploaded by

Peter Gondwe
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Topics covered

  • Utilities Coordination,
  • Geotechnical Investigation,
  • Software Requirements,
  • I-270,
  • Public Information,
  • Work Duration,
  • Construction Phasing,
  • Collaboration,
  • Work Activity Assignments,
  • Traffic Control
0% found this document useful (0 votes)
29 views57 pages

I-270 Bridge Replacement RFP Document

The document outlines the Draft Request for Proposals (RFP) for the I-270 Critical Bridge Replacements Project, detailing the scope of work, project background, and specific goals for the replacement of eight deteriorating bridge structures. The project, overseen by the Colorado Department of Transportation, aims to enhance traffic flow and safety while addressing environmental requirements and is expected to span from January 2023 to December 2025. It includes collaboration with various stakeholders and emphasizes the need for comprehensive planning and coordination throughout the project lifecycle.

Uploaded by

Peter Gondwe
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Topics covered

  • Utilities Coordination,
  • Geotechnical Investigation,
  • Software Requirements,
  • I-270,
  • Public Information,
  • Work Duration,
  • Construction Phasing,
  • Collaboration,
  • Work Activity Assignments,
  • Traffic Control

Draft Request for Proposals (RFP)

Design – Professional Services


Scope of Work

I-270 Critical Bridge Replacements Project


Mile Marker (MM) 0 to MM 3
PROJECT NUMBERS: FBR 2706-044/C R100-364
PROJECT LOCATION: I-270 in Commerce City
PROJECT CODE: 24947/24527

September 1, 2022 Updated September 16, 2022

Colorado Department of Transportation


2829 West Howard Place
Denver, CO 80204
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

TABLE OF CONTENTS
TABLE OF CONTENTS 1

INSTRUCTIONS 4

SECTION 1 – PROJECT SPECIFIC INFORMATION 5


1.1. PROJECT BACKGROUND 5
1.2. PROJECT LIMITS 5
1.3. PROJECT GOALS 5
1.4. PROJECT FUNDING 5
1.5. PROJECT INFORMATION AND DEFINITION 6
1.6. PROJECT ROLES 6
1.7. WORK DURATION 8
1.8. COLLABORATION 8
1.9. CONSULTANT RESPONSIBILITY AND DUTIES 8
1.10. PERSONNEL QUALIFICATIONS 9
1.11. COMPUTER SOFTWARE INFORMATION 10
1.12. PROJECT COORDINATION AND MEETINGS 12
1.13. SUPPLEMENTAL WORK 12
1.14. WORK PRODUCT 13
1.15. ADDITIONAL PROJECT INFORMATION 13

SECTION 2 – PROJECT MANAGEMENT AND COORDINATION 14


2.1. CDOT CONTACT 14
2.2. PROJECT MANAGEMENT 14
2.3. PRELIMINARY ENGINEERING / CONSTRUCTION PLANS 16
2.4. SURVEY COORDINATION 18
2.5. GEOTECHNICAL INVESTIGATION 20
2.6. STRUCTURAL ENGINEERING 21
2.7. HIGHWAY DESIGN AND TRAFFIC/SAFETY ENGINEERING 22
2.8. HYDRAULICS ENGINEERING 23
2.9. ENVIRONMENTAL COMPLIANCE AND NEPA REEVALUATION(S) 25
2.10. WETLANDS AND 404 PERMIT 25
2.11. PERMANENT WATER QUALITY 28
2.12 RAILROADS, ITS AND UTILITIES 28
2.13. PROJECT COORDINATION 36
2.14. PROJECT CO-LOCATION 37
2.15. STAKEHOLDER EFFORTS 37

SECTION 3 – EXISTING FEATURES 38

2
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

3.1. STRUCTURES 38
3.2. UTILITIES 38
3.3. IRRIGATION DITCHES 39
3.4. RAILROADS 39
3.5. PERMANENT WATER QUALITY CONTROL MEASURES 39
3.6. WATER FEATURES 39

SECTION 4 – GENERAL INFORMATION 39


4.1. NOTICE TO PROCEED 39
4.2. PROJECT COORDINATION 39
4.3. ROUTINE REPORTING AND BILLING 39
4.4. PROJECT DESIGN DATA AND STANDARDS 40

SECTION 5 – WORK ACTIVITY ASSIGNMENTS 42

SECTION 6 – SUBMITTALS 49

APPENDIX A: REFERENCES 53
A.1. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION
OFFICIALS (AASHTO) PUBLICATIONS (USING LATEST APPROVED VERSIONS): 53
A.2. COLORADO DEPARTMENT OF TRANSPORTATION PUBLICATIONS (USING LATEST
APPROVED VERSIONS): 53
A.3. CDOT PROCEDURAL DIRECTIVES (USING LATEST APPROVED VERSIONS): 53
A.4. FEDERAL PUBLICATIONS (USING LATEST APPROVED VERSIONS): 54

APPENDIX B: DEFINITIONS 55

3
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

INSTRUCTIONS
This Scope of Work is to serve as a template for Colorado Department of Transportation (CDOT) to
develop and negotiate contracts with Consultant teams on projects and tasks. The Consultant shall
coordinate all activities, tasks, meetings, communications, and deliverables with the CDOT/ Project
Manager (PM) (or his or her designee) for this Project. All submittals will be through the CDOT/PM
or a designee, who will make appropriate distribution. Upon notice to proceed (NTP), the Consultant
shall be responsible and will account for all effort contained in the Final Scope of Work.

This Draft Scope of Work has been reviewed by the Department and reflects a plan of approach
based on the known goals. One factor determining the selection of a Consultant is the ability of that
Consultant to analyze the project goals, evaluate the work elements, and formulate a work plan. This
process may produce new approaches or modification to the Project work elements. Because of that,
all Consultants should be aware that the Final Scope of Work for a project will be produced with
input from the selected Consultant. The Final Scope of Work submitted will be generated by CDOT
personnel and be on CDOT letterhead.

4
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

SECTION 1 – PROJECT SPECIFIC INFORMATION


1.1. PROJECT BACKGROUND
The I-270 corridor provides a vital connection from I-70 to I-25. Over 100,000 vehicles per day utilize
this corridor to bypass the friction of downtown Denver to move goods, services, information, and
people between northern and eastern parts of the city.
Within the I-270 corridor there are eight (8) bridge structures within a one mile stretch between York
Street and Vasquez Boulevard that have been the source of many challenges to the mission of this
corridor. These structures have been in service for over 50 years and have been requiring frequent
emergency repairs. Over 300 emergency repairs have been performed to the bridges along this corridor
since 2006. These deck repairs always require significant lane closures affecting travel times in this
corridor. This corridor lacks redundancy, and any detours during these emergency repairs require use of
local roads or significant out-of-direction movements. Bridge inspections have rated 6 of the 8 bridges in
this one-mile segment as ‘poor’, which made them eligible for Bridge & Tunnel Enterprise (BTE)
funding for full replacement.
The Tier 2 NEPA Environmental Assessment (EA) study for I-270 Corridor Improvements began in
2020 and is nearing completion. The study shows that up to 12 total bridges will eventually need
replacement throughout the 6-mile corridor, however, the Critical Bridge Replacements Project will
replace only 8 of those bridges. For more information and status on the I-270 EA visit:
[Link]

1.2. PROJECT LIMITS


The Project is located within Adams County and Commerce City on I-270 and extends from
approximate mile marker (MM) 0.5 to MM 2.5, between York Street and Vasquez Boulevard. The
bridges to be replaced are located from approximate MM 1 to MM 2. See section 1.5 for specific bridges
to be replaced.

1.3. PROJECT GOALS


The CDOT Project Goals reflect the values that this Project holds and expects. An exceptional proposal
will demonstrate how each of the Project Goals will be pursued by the Proposer.

1. Traffic Control and phasing concepts shall seek to limit impacts to the traveling public by
minimizing lane closure variances, formal detours, and additional traffic to other roadways.

2. Replace and decommission all deteriorating structures as efficiently as possible.

3. Anticipate and accommodate environmental requirements for design and construction.

1.4. PROJECT FUNDING


Funding for the Critical Bridge Replacements project is currently available from state sources including
BTE and SB-267. Additional federal discretionary funding may become available through the FHWA
Bridge Improvement Program.

5
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

1.5. PROJECT INFORMATION AND DEFINITION

Project Scope Elements include but are not limited to:


● Replacement of 8 existing I-270 mainline structures:
o E-17-ID WB over South Platte River
o E-17-IE EB over South Platte River
o E-17-IF WB over Burlington Irrigation Ditch (FRICO)
o E-17-IG EB over Burlington Irrigation Ditch (FRICO)
o E-17-IH WB over Brighton Blvd, UPRR & BNSF
o *E-17-II EB over Brighton Blvd, UPRR & BNSF
o E-17-IJ WB over E. 60th, BNSF Railroad
o *E-17-IK EB over E. 60th, BNSF Railroad
* (NOT eligible for Bridge & Tunnel Enterprise (BTE) funds)
● Pavement reconstruction at bridge approaches where required for roadway profile changes
● Retaining walls as needed to reduce toe-of-slope impacts
● ROW/Easements for permanent features and temporary construction access
● Floodplain Management Coordination (MHFD/Adams County)

The Project Scope Elements may be modified based on available funding, packaging, Construction
Manager input, Stakeholder input, and final design refinements. If it is determined to be in the interest of
the Department, or to meet funding constraints, portions of the design scope may be procured separately.

1.6. PROJECT ROLES


Lead and Supporting Agencies:
● CDOT is the lead agency and Owner of the Project.
● Oversight is provided by FHWA.
Stakeholders: Primary Project stakeholders and their role or involvement in the Project are listed
in the following table:

6
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Primary Stakeholders
Agency/Stakeholder Role or Involvement
● Project oversight
Federal Highway Administration (“FHWA”) ● Member of the Project Leadership Team (PLT)
and Technical Team (TT)
● Member of the Project Leadership Team (PLT)
Adams County and Technical Team (TT)
● All bridges fall within City limits
City of Commerce City ● Member of the Project Leadership Team (PLT)
and Technical Team (TT)
● Input on freight consideration, HazMat route
Colorado Motor Carriers Association maintenance and temporary detour decisions
● Member of the Technical Team (TT)

UPRR ● Reviews and agreements required for proposed I-


270 overpass reconstruction
BNSF ● Reviews and agreements required for proposed I-
270 overpass reconstruction
The Farmers Reservoir and Irrigation ● Reviews and agreements for proposed E-17-IF/IG
Company (FRICO) crossing over Burlington Ditch

7
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Additional Coordination Contacts


Other Stakeholders Role or Involvement
● ROW/Easement impacts
Private Property Owners
● Will want to know travel impacts/delays/detours
● Roadway safety/trip reliability input
RTD and Traveling public
● Will want to know travel impacts/delay/detours

● Colorado Front Range Trail temporary detours


Recreational users
● Sand Creek Greenway temporary detours
● Emergency response/access input
● Will want to know travel impacts/delay/detours
● Members of local emergency responders are on the
Project’s Technical Team
Emergency Responders/Incident Command ● Incident Management and Planning for all potential
impacts
● CDOT Executive Leadership
● CDOT Traffic Operations Center (CDOT TOC)

Utilities See section 3.2 for anticipated utility


coordination/relocations

1.7. WORK DURATION


The time period for this work described in this scope is estimated to begin in January, 2023 and
end December 1, 2025. It is estimated that the project can be constructed in approximately two
years from commencement of construction. The Consultant should expect to have design and
construction overlap should the team proceed with concurrent packages.

1.8. COLLABORATION
This project will be delivered via Construction Manager/General Contractor (CM/GC)
procurement. The Consultant will need to work in conjunction with the Construction Manager
(CM) to collaborate on innovation and constructability throughout the duration of the project, as
well as follow the CM/GC process.

1.9. CONSULTANT RESPONSIBILITY AND DUTIES


All work shall be in accordance with CDOT’s latest manuals, directives, and generally accepted practices
in place at the time of this Final RFP. The Consultant shall work closely with CDOT’s Project Manager,
Independent Cost Estimator (ICE) , Construction Manager, and consultant construction management
personnel. The Consultant shall supply Engineer-signed and sealed electronic plans and reports. The
Consultant shall collaborate with the ongoing NEPA effort and include the mitigation measures identified
in the EA into the plans and specifications.

The Consultant will develop an all-encompassing scope of the Project and prepare a written
recommendation of activities that coincide with the Project costs, goals, and planned improvements.

8
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

The Consultant is responsible for developing complete Plans, Specifications, and Cost Estimate (PS&E)
packages for Construction Agreed Price (“CAP”) negotiations of the planned improvements.
Additionally, the Consultant is required to develop concepts and associated quantities to allow the
Independent Cost Estimator (ICE) to create cost estimates that will assist CDOT decision making. The
work will include, but is not limited to, the design of the roadway, structures, retaining walls,
environmental, visual/aesthetic, traffic, hydraulics, geohazards/geotechnical, survey, railroad, utility, and
water quality (permanent water quality and temporary stormwater management).

The Project will be delivered via a Construction Manager/General Contractor (CM/GC) procurement. The
Consultant must work in conjunction with the Construction Manager to collaborate on innovation,
constructability, schedule, and risk throughout the duration of the project in addition to adherence to the
CM/GC process. The Consultant is also required to collaborate with the ongoing EA process,
stakeholders, and Issue Task Force (ITF) groups by providing design updates and necessary design files
as needed to support the EA process and work toward a decision document.

The Consultant shall be prepared for the following duties:


● Provide a full time Project Manager and Project Team capable of providing project deliverables
on time
● Program management
● Attend project meetings
● Meet all project milestones
● Create and maintain project CPM schedules for design and construction
● Develop concepts and quantities for cost estimates
● Participate in public outreach meetings (if needed)
● Provide environmental support for NEPA re-evaluations and other clearances as needed.
● Support the development of third party agreements
● Attend site meetings and site visits.
● Assist the project team in establishing controlling and critical constraints of the project.
● Provide FIR, DOR, FOR, and final project design, specifications, and quantities for estimates
● Provide design cost estimates at critical milestones
● Provide a robust Quality Control plan specifically focused on the mitigation of error and omission
risk.
● Provide phasing and detour concepts that will meet project goals
● Track project action items and deliverables

1.10. PERSONNEL QUALIFICATIONS


● The Consultant PM must be approved by the CDOT Contract Administrator.
● Certain tasks must be done by Licensed Professional Engineers (PE) or Professional Land
Surveyors (PLS) who are registered with the Colorado State Board of Registration for
Professional Engineers and Land Surveyors. National Institute for Certification in Engineering
Technology (NICET) or other certifications may be required for project inspectors and testers.
● All tasks assigned to the Consultant must be conducted by a qualified person on the Consultant
team. The qualified person is a professional with the necessary education, certifications
(including registrations and licenses), skills, experience, qualities, or attributes to complete a
particular task.
● This contract requires that the prime firm or any member of its team, be pre-qualified in the
following disciplines for the entire length of the contract:

9
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

o AC – Acoustical Engineering
o AR – Architecture
o BI - Bridge Inspection
o BR – Bridge Design
o CE – Civil Engineering
o EL – Electrical Engineering
o EN – Environmental Engineering
o GE – Geotechnical Engineering
o GL – Geological Engineering
o HD – Highway & Street Design
o HY – Hydraulics
o LA - Landscape Architecture
o MA – Management (Contract Admin)
o ME – Mechanical Engineering
o MT - Materials Testing
o SE – Structural Engineering
o SO – Soils Engineering
o SU – Surveying
o TP – Transportation Engineering
o TR – Traffic Engineering
o VE – Value Engineering
● Key Personnel in the Statement of Interest section of the Proposal, see Section 6 of the Design
RFP, constitutes an agreement by the Proposer to make the Key Personnel available to complete
the services of the contract at the level the Project requires. CDOT requires that all Key Personnel
be engaged to perform their specialty for all services required by this contract, and the Key
Personnel shall be retained for the life of this contract to the extent practicable and to the extent
that such services maximize the quality of work hereunder.
If the Consultant or a subconsultant decides to replace any of its Key Personnel, the Consultant
shall notify the CDOT Project Manager in writing of the desired change. No such changes shall
be made until at least two qualified replacement candidates are recommended by the Consultant
and a replacement is approved in writing by the Project Manager or its designated representative.
The approval shall not be unreasonably withheld. Failure of the Consultant to comply with the
requirements of this provision may be the cause for CDOT’s termination of the contract.
The Project Manager or its designated representative will respond to the Consultant’s written
notice regarding replacement of Key Personnel within fifteen working days after receipt of the list
of proposed changes. If the Project Manager or its designated representative does not respond
within that time, the listed changes shall be deemed to be approved.
If, during the term of the contract, the Project Manager or its designated representative determines
that the performance of approved Key Personnel is not acceptable, a notification shall be sent to
the Consultant. The notification shall include a reasonable timeframe to correct such
performance. Thereafter, the Consultant may be required to reassign or replace such Key
Personnel. If the Project Manager or its designated representative notifies the Consultant that
certain Key Personnel of a subconsultant should be replaced, the Consultant shall use its best
efforts to replace such Key Personnel within a reasonable time, but not to exceed fifteen working
days from the date of the notice.

1.11. COMPUTER SOFTWARE INFORMATION

10
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

The Consultant shall utilize the most recent CDOT adopted software (if applicable). The primary software
used by CDOT is as follows:
● Earthwork - OpenRoads Designer – Bentley Systems
● Drafting/CADD - OpenRoads Designer – Bentley Systems with CDOT’s formatting
configurations and standards.
● Survey/Photogrammetry - CDOT TMOSS, OpenRoads Designer – Bentley Systems, allowable
systems in the CDOT Survey Manual
● Bridge - CDOT Staff Bridge software shall be used in either design or design check, refer to the
CDOT Bridge Design Manual
● Estimating - Transport (an AASHTO sponsored software) as used by CDOT
● LIMS
● ProjectWise (a/k/a ProjectWise Explorer or ProjectWise Cloud)
● Specifications - Microsoft Word
● Scheduling - Microsoft Project or Primavera
● Water Quality Data – ArcView
● 3D graphic imaging - As approved
● B2GNow System for DBE/ESB tracking and prompt payment

The data format for submitting design computer files shall be compatible with the latest version of the
adopted CDOT software as of Notice to Proceed for the contract. The Consultant shall immediately notify
the CDOT/PM if the firm is unable to produce the desired format for any reason and cease work until the
problem is resolved.

11
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

1.12. PROJECT COORDINATION AND MEETINGS


The Consultant will be required to provide primary coordination with the CDOT PM and specialty units
as approved. The list of stakeholders for this project is included in Section 1.6 Project Roles in this
SOW.

The Partnering Workshop will emphasize the importance of partnering within the CM/GC delivery
method by focusing on team building and partnering over a 2-day period. This workshop is mandatory for
all key team members including key subcontractors. This workshop will be facilitated by CDOT and will
cover at a minimum the following items:
● Introduction to: the Project, CM/GC, partnering, Project stakeholder engagement, and
Identification of roles and responsibilities. Subcontractors performing major and high-risk work
items should be in attendance.
● The Team will review Project status, vision, goals, objectives, funding, preliminary pre-
construction schedule, what success would look like, current design, etc.
● Initial discussion of innovations, phasing, and risk mitigations being proposed by the CM, Design
Consultant, and Independent Cost Estimator (ICE).
● Cost Model review and coordination with the ICE during OPCCs.
● Cost Model components.
● Project Schedule meetings in accordance with the schedule developed by the CM.
● Agreement on progress meeting frequencies. Progress meetings may include project management
meetings, design meetings, discipline/specialty meetings, stakeholder meetings, OPCC meetings,
public meetings, and others as required.
● Initiate working groups for various elements of the Project. Strategy, timing, and approach for the
Project Innovation and Value Engineering Workshop.
The Project Innovation and Value Engineering Workshop will be co-facilitated by CDOT, the CM,
Independent Cost Estimator (ICE), and the Design Consultant. Attendance and duration will be
determined at the Kick-Off Meeting. It is also anticipated that Project stakeholders’ input will also be
incorporated into this workshop. The approach, agenda, format, and duration for the workshop will be
developed in collaboration with CDOT, the CM, Independent Cost Estimator (ICE), and the Design
Consultant. The CM shall provide input into how to achieve the desired results for the Project. This
workshop could require several sessions, over an extended period. The purpose of this workshop is to
consider any CM innovations or design refinements for the Project, and incorporate value engineering
principles to the Project.

The Consultant shall be prepared to participate in Project Vision Meetings to analyze how Project
progress is aligning and tracking with Project Goals. Items of focus include priorities, commitments,
approach, scope, schedule, and cost reasonableness. The Project Vision Meetings are anticipated to be
scheduled quarterly at a minimum to achieve the Project Goals and will be conducted by the CM.

1.13. SUPPLEMENTAL WORK


Work on other investigations, coordination and design tasks as related to the project and as directed by the
PM shall be limited to the available budget to complete them under the approved task order. The
consultant shall not perform work out of scope without prior written approval from the PM. Per the
contract, subconsultants and vendors may not go over task order or contract budget.

12
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

1.14. WORK PRODUCT


The following work products include all reports, studies, field investigations, and professionally
engineered design of the following. The State shall retain all work products and backup materials, both in-
progress or completed. The Consultant work products may include:
● Project Management and Coordination
● Preliminary Engineering Effort
● FHWA Value Engineering Requirements
● Utility Coordination / Final SUE Work
● Schedules
● Meeting Minutes
● Survey
● Wetlands / 404
● Permanent water quality and temporary water quality and stormwater permitting
● Geotechnical Investigation
● Structural Engineering
● Highway Design and Traffic/Safety Engineering
● Hydraulics and Hydrology
● Environmental Compliance and EA Reevaluation
● ITS Components
● FHWA Controlling Criteria Variances
● Work Activity Assignments
● Field Inspection Review (FIR) 30% Plans and Estimates
● Design Office Review (DOR) 60% Plans and Estimates
● Final Office Review (FOR) 90% Plans, Specifications, and Quantities for estimates
● AD/CAP Plans, Specifications, Cost Estimate
● Construction Plan Package(s)
● Professional Engineer Stamped Record Sets
● Design Support During Construction
● Submittals
● Invoice Formatting and Information

Requirements are further described in the sections that follow. All work required to complete this Scope of
Work requires the use of English Units.

1.15. ADDITIONAL PROJECT INFORMATION


Additional preexisting preliminary design resources and downloadable documentation are available on
the CDOT webpage alongside the RFP and SOW:
[Link]

13
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

SECTION 2 – PROJECT MANAGEMENT AND COORDINATION


2.1. CDOT CONTACT
The Consultant shall utilize the following project administration contacts for the Project:
A. The Contract Administrator for this project is:
Katie Dawson, PE
Project Director I-270 Corridor Reconstruction Project
4670 Holly Street
Denver, CO 80216
C: 720-794-7874
[Link]@[Link]
B. Active day-to-day administration of the contract will be delegated to the CDOT PM:
Katie Dawson, PE
Project Director I-270 Corridor Reconstruction Project
4670 Holly Street
Denver, CO 80216
C: 720-794-7874
[Link]@[Link]

2.2. PROJECT MANAGEMENT


The Consultant shall supply Project Management services that meet the following requirements:
● The consultant shall provide the Key Personnel as identified in the Design RFP for the overall
interdisciplinary needs of the Project.
● Attend CDOT PM check-in meetings with all Consultant PM and Task Leads present as needed
● Provide monthly progress reports and invoicing, track progress of deliverables against the
developed schedule, and ensure internal project controls are being followed. If the project falls
behind schedule, provide a recovery plan to meet all project milestones .
● Assist with maintaining the CDOT Project webpage with appropriate updates.
● Provide Project Management efforts in following areas at a minimum:
o Risk Management – develop and execute a plan for risk management which will include
the following:
▪ The plan for how to identify, track, analyze, quantify and respond to project risks
▪ Track risks and provide recommendations to either avoid, transfer, mitigate or
accept individual risks to the project scope, schedule, and budget
o Roles and responsibilities
▪ Maintain the contact list for the project and all stakeholders
▪ Document decision making hierarchy for the project
o Scope Management – develop and execute a plan for scope management including
collecting requirements, defining, and validating project scope, and a plan for assessing
scope changes. Include an approach to challenge the assumptions of the Construction
Manager to ensure that all scope is essential and cost effective.
o Contract Management – develop and execute a plan for contract management including
working with the CDOT PM to develop the task orders.
▪ The plan shall include planning, managing, and controlling the costs for the
prime consultant and the subconsultants to stay on task and meet the budget
goals.
▪ Task orders will be written to define the task order scope.

14
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

▪ Notify the CDOT PM about potential out of scope items.


o Cost Management – develop the quantities required for the construction cost estimate at
major project milestones, and a design estimate at major milestones. Since this project
will be delivered via CM/GC, this project will have an independent cost estimator that
will complete the actual construction estimate.
o Schedule Management – develop and execute a schedule management plan including:
▪ The plan to develop, maintain and communicate the project schedule for the time
and resources on the project.
▪ The schedule shall be a detailed schedule using one of the programs allowed in
Section 1.11 in this SOW tracking all major milestones, deliverables for the
design process, and tied to CM/GC deliverables. The schedule shall be used as a
baseline to track progress. If the schedule is at risk of slipping, notify the CDOT
PM and recommend options for schedule recovery.
o Change Management – develop and execute a change management plan that will include
the following:
▪ Define how project deliverables and documentation will be controlled, changed,
and approved.
▪ Note how changes could impact the project scope, schedule, and budget.
▪ Identify who should approve the changes and how they will be communicated
and documented.
o Communication Management – assist in developing develop and execute a
communication management plan for the design development process. It should be noted
that communication management needs for the completion of the I-270 Corridor NEPA
process and decision document will continue to be the responsibility of the current
consultant team. CDOT envisions that consultant support for Communication
Management during the design development and construction phase(s) of the Project will
be contracted through a separate contract. The Consultant shall support CDOT as needed,
and Tthe plan shall include the following:
▪ The processes that are required to ensure timely and appropriate planning,
collection, creation, distribution, management, control and monitoring of project
information.
▪ Ensure that project information is consistently distributed in a timely manner to
the team members that need it in the appropriate format.
▪ Meeting planning
o Participate in establishing the frequency of meetings and the most
effective team members to invite and attend
o For major meetings establish a meeting plan template defining who,
what, where, when, why, how, etc.
o For all stakeholder meetings, including public, PLT, TT, ITF, small
group stakeholder and others the following shall apply:
▪ A Consultant liaison shall be available to participate as needed.
▪ Specific Coordination Meetings will require Consultant
participation for major stakeholder meetings like PLT, TT, ITF
and Public meetings.
▪ Track crucial project decisions in a communications log
▪ Provide communication as appropriate with internal CDOT Specialty units as
directed by the CDOT PM
▪ Contact and coordinate project needs with CDOT personnel and additional
entities noted in Section 1.6 of this SOW.

15
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

▪ Document and report to CDOT PM when items have been submitted for review
and log and track responses.
▪ Project Newsletters: Create and provide graphical email updates to the PLT, TT,
and ITF stakeholders. Graphics shall be gathered from the entire project effort to
report back on each discipline/action that is progressing.
o Quality Management – Develop and execute a quality management plan for all project
deliverables. The plan shall include quality assurance and quality control:
▪ Ensure accuracy and reductions of error and omission reducing the need for
rework
▪ Provide interdisciplinary oversight ensuring that the documents capture not only
the correct detail but are tied to the larger overall picture/concept of the project
▪ Provide contract documents that take into consideration constructability and
maintainability
▪ Provide quality control practices to reduce defects in work products.
▪ If the consultant completing the work is not the prime consultant, the prime
consultant shall complete an additional quality assurance practice to ensure the
goal of the work product has been met.
▪ Provide a quality process in which all deliverables and construction documents
will be considered to have a high level of quality, especially in consideration of
error and omission.
o Action Items and Deliverables tracking:
▪ Track action items and note date assigned, date completed, item description, and
who is responsible. Provide management of consultant team tasks and team
members, including sub consultants and vendors, and work or task leads.
▪ Report progress to CDOT PM. Deliverables are part of the project schedule but
require their own communication tool for tracking progress.
▪ Create a separate deliverable tracking log indicating planned due date versus
actual date submitted. Report progress to CDOT PM.
● Routine Reporting and Billing
o Coordinate all activities with the CDOT PM
o See requirements for monthly billing in Section 4 General Information in this SOW.
o Reports and submittals. In general, all reports and submittals must be approved by the
CDOT PM prior to their content being utilized in follow-up work effort.
o Provide Vendor backup as part of all executed Task Orders

2.3. PRELIMINARY ENGINEERING / CONSTRUCTION PLANS


The Consultant shall follow the latest version of the CDOT Project Development Manual for project
delivery procedures and requirements and follow all CDOT and FHWA required design guidelines and
Procedural Directives. The Consultant shall act as the Engineer in Responsible Charge for all Traffic
Control needs for design field work as required to complete this SOW. Consultant shall supply a vendor
for traffic control services. Submit an MHT to CDOT PM for review. Coordinate field work with CDOT
Maintenance and any active construction projects to avoid conflicts.

The Consultant shall host the following meetings as part of the plan development process:

● Project Scoping: Host a formal project scoping meeting to address the following items:
o Establish and layout the plan to deliver the project to construction
o Prepare a plan for preliminary quantities
o Prepare preliminary plan and profile of improvements

16
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

o Applicable traffic data and traffic review of scope items


o Environmental considerations
o Establish and confirm the design requirements for the following items:
▪ Typical sections
▪ Horizontal and vertical alignment
▪ Detour alignment
▪ Drainage and hydraulics
▪ Approach of project
▪ Aesthetic features
▪ Pedestrian and bicycle facilities
▪ Landscaping
▪ Lighting
▪ Major structures
▪ Minor structures
▪ Walls
▪ Pedestrians/recreation
▪ Signs/miscellaneous
▪ Safety
▪ ITS components
▪ Traffic control
▪ Access control
▪ Source of materials
▪ Roadway and roadside clearances
▪ Stormwater management / erosion control
▪ Permanent Water Quality
▪ Pavement options
▪ Wetland / 404 Permit
o Review construction requirements
o NEPA Commitments
o Maintenance concerns
o ROW
o Survey
o Traffic and safety issues
o Utility
o Contract
o Geotechnical and Geohazards
o Coordination of all disciplines
o ITS components
o Other
o Reference 23 CFR Part 625, Design Standards for Highways
● Field Inspection Review (FIR): Host a formal FIR Meeting:
o The purpose of the meeting will be to ensure the project is on track. Plan level shall be at
least 30% complete showing integration of all identified improvements.
o Provide a detailed preliminary cost estimate.
● Design Office Review (DOR): Host a formal DOR Meeting:
o The DOR package shall incorporate all the ongoing TT/ITF efforts.
o This shall be a 60% design development issue package that provides plan sheets and
details for all of the planned improvements items and also includes:
▪ Title Sheet

17
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

▪ Standard Plans List


▪ Typical Sections
▪ General Notes
▪ Summary of Approximate Quantities
▪ Tabulation Sheets
▪ Plan and Profiles
▪ Wall layouts
▪ Structure layouts
▪ Drainage plans (including Permanent Water Quality)
▪ ITS concepts and coordination
▪ Preliminary construction Phasing
▪ Traffic Control
▪ Stormwater Management Plans
▪ Custom Detail Concepts as required for construction
o Identify required Project Specifications
o Provide a preliminary detailed cost estimate with summary of approximate quantities
● FOR: Host a formal Final Office Review of the plans, specifications, and cost estimate
o Address all comments from the DOR plan set
o Update all plans and specs to a 90% design development issue level.
o Submit all required reports
o All TT/ITF efforts shall be completed

This project is a CM/GC project, the Consultant need only provide quantities for the cost estimates. Cost
estimating will be performed by an independent cost estimator. However, the Consultant should plan on
the preparation of cost estimates as noted above for FIR, DOR, and FOR.

When applicable, the engineering and overall process must consider ALL of the proposed Project Scope
Elements as part of the EA and plan for their future implementation and mitigation measures such that
one improvement does not preclude a future improvement. Traffic engineering expertise must be utilized
for continued evaluation of options and alignments as well as interactions of the additional highway
improvements.

In addition to the deliverables described above, the following are also required:

● Final PSE: Provide final Plans, Specs and Estimate for review prior to final AD/CAP set. 99%
Design Development Plans
● Final AD/CAP set of plans. 100% construction documents

2.4. SURVEY COORDINATION


Topographic survey in TMOSS format was collected using aerial mapping and mobile lidar and is
available for use. Additional detail may be needed or desired around structures or other improvement
locations. The consultant is to provide complete ROW Plan development services for any property
acquisition. Prepare legal descriptions for any private property acquisitions. It is the intent of this SOW to
follow the guidelines of the latest version of the CDOT Survey Manual. The manual defines the
minimum specifications that shall be followed while performing surveys in order to secure an optimum
degree of statewide uniformity in surveying, and to establish and maintain survey standards. It is a

18
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

reference source for statewide surveying policies, procedures and information required to complete this
SOW.

● The State has obtained a topographic survey of the project limits and does not anticipate that
another survey of the entire project limits is required. The Consultant shall review the existing
information and recommend areas that may need additional detail. Any additional survey efforts
must be approved by the CDOT PM.
● Verify existing CDOT Control. Additional control may need to be added to the existing CDOT
Control.
● The surveyor shall coordinate and provide all other needs, such as surveying wetland flags,
geotechnical borings or other field delineated areas by others to complete this SOW.
● If existing SUE plans must be supplemented, the surveyor shall obtain utility locates and field
survey markings. Field survey the top of utilities at locations that are potholed. Coordinate with
a pothole company for timing of survey. It is expected that the Consultant will adhere to SUE
requirements in Section 2.11 of this SOW.
● The consultant shall complete CDOT PM Form 1217 to determine the precise survey limits.
● Attend Pre-Survey Conference.
● Prepare and obtain “Permission to Enter Property” forms for the purpose of surveying within
private ownership parcels.
● Acquire a Special Use Permit from CDOT to survey within the right-of-way and travel lanes.
This process includes the preparation of a traffic control plan, Method of Handling Traffic
(MHT), which conforms to the Manual on Uniform Traffic Control Devices (MUTCD) and
CDOT M&S Standards and Policies and a certificate of insurance naming the Colorado
Department of Transportation as additionally insured. Submit the MHT to the CDOT PM and
for Special Use Permit. If the surveyor already has a standing Special Use Permit with the State,
still submit the MHT to the CDOT PM for review. The Consultant PE shall be the Engineer in
Responsible Charge of the MHT.
● Land Survey/Boundary Survey will include tying aliquot, property, and other land monuments to
the control survey. Prepare a combination Project Control / Land Survey Control Diagram
showing graphical representation of the found aliquot, property and land monuments and their
relationship to the project control. Tabulation of the coordinates and physical description of the
found monuments and other physical evidence will be included.
● Determine Existing Right of Way and HED limits.
● Prepare TMOSS Topographic survey of designated areas
o Wetlands will be marked by Environmental Consultant and coordinated with the survey
crew in the field on site. Flagged wetlands shall be surveyed.
o Designate and locate the Ordinary (visible) High Water Mark of waterways
o If existing SUE plans must be supplemented, provide utility locates for design purposes
and survey located underground and above ground utilities. Provide coordination with
local utility companies. Provide inverts of manholes as is best reasonably possible. (See
also Section 2.11 of this SOW)
o Provide potholing for establishment of utility profiles and survey locations and depths to
utilities.
o Survey all inverts of the storm sewer system and measure culvert size. Survey
inverts/rims of all storm sewer inlets and manholes. Make note of pipe direction and
sizes as they enter and exit the storm sewer system.
o Coordinate with CDOT Hydraulic Engineer for cross sections, bathymetry and flow lines
of the rivers. Locate existing bridge limits, bridge high chords and low girders.
Accomplish existing drainage site surveys for designated median ditches and bridges in

19
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

accordance with the Drainage Design Manual. Confirm sufficiency of existing


topographic survey of the waterway, overbanks, and floodplain areas upstream and
downstream to limits determined by the Region Hydraulic Engineer or his/her designee.
Incorporate statewide LiDAR data from State of Colorado resources whenever available
at [Link]
o Provide a DGN file of the existing Right of Way Model.
o Locate Geotechnical Borings.
● Obtain Title Commitments for any private properties from which ROW or easements may be
required.
● Provide Survey Report
● Prepare right-of-way plans in CDOT format for impacted private properties based on title
commitments. Attend a right-of-way plan review meeting (ROWPR) with the appropriate staff
personnel from CDOT and finalize the right-of-way plans and legal descriptions for CDOT
authorization.
● Stake the proposed parcels and easements for appraisal purposes. A one-time staking effort may
be assumed.
● Once the proposed parcels have been acquired and CDOT has provided the recorded deeds,
monument the new right-of-way lines within the project limits and deposit the final right-of-way
plans in the Adams County Clerk and Recorder's office.
● All Survey deliverables shall be submitted in MicroStation Open Roads (ORD) format.

2.5. GEOTECHNICAL INVESTIGATION


● Incorporate geotechnical mitigation requirements from the EA into project design and
recommendations.
● The elements of the work shall include recommendations for Pavement Design set forth in the
latest CDOT Pavement Design Manual (Coordinate with Regional Materials Program for final
needs), foundations, retaining walls, culverts, and embankments.
● The consultant shall follow the guidelines set forth in the latest CDOT Geotechnical Design
Manual for the preparation of the Geotechnical Investigation Report. Including, but not limited
to:
o Standards for CDOT Geotechnical Work Table 2-1
o Accepted Geotechnical Software for CDOT Projects Table 2-2
o A full literature review
o Field Reconnaissance
o Minimum Requirements for Subsurface Explorations Table 3-2 for:
▪ Pavement Design
▪ Foundations
▪ Retaining Walls
▪ Culverts
▪ Landslide Evaluation
▪ Cut Slopes
▪ Embankments
▪ Topsoil for revegetation
▪ PWQ infiltration areas
o Follow the prescribed methods for subsurface exploration.
● Refer to the latest CDOT Bridge Design Manual for other requirements and requirements for
geology sheets.

20
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

● Provide information on site conditions, subsurface conditions, groundwater, and geochemical


properties with recommendations for spread footings foundations, drilled shafts, driven piles, and
different wall types such as mechanically stabilized earth, typical cantilevered, soil nail/shotcrete,
and other types as required by the Structural Engineer. Recommendations shall mitigate for any
and all existing landfills in the area including those that extend under I-270.
● The Geotechnical Report shall include bore logs, summary of laboratory testing, retaining wall
foundation recommendations, shallow foundation recommendations, deep foundation
recommendations, global stability analysis, heave/settlement, construction recommendations,
lateral resistance values. Coordinate with the Designer for any potential other needs prior to
starting work. The report will include Engineering Geology sheets indicating location of
borings.
● Borings are anticipated to be advanced into competent bedrock through cobbles, boulders and
landfill materials. Soil and bedrock samples will be collected by in-situ testing and sampling
methods outlined in Section 3.6 of the CDOT Geotechnical Design Manual. Selected soil
samples will be tested to determine classifications, moisture, density, resistance values, pH,
sulfides, and strength parameters. All work shall be conducted per current health and safety
requirements including OSHA and CDPHE guidelines regarding worker safety, monitoring,
containerizing, labeling, and disposing of soil and water from field investigations.
● Review geotechnical hazard maps provided as part of the EA and provide appropriate
recommendations as needed in collaboration with the CDOT Geohazards Program.
● The report shall identify geotechnical hazards, such as landfills and mine workings, in the vicinity
of the project, and shall determine if these features will be impacted by construction. In the event
disturbance is anticipated due to construction, mitigation to reduce the risks of disturbance to the
sensitive area shall be recommended.
● Identification of geotechnical issues and concerns associated with locations.
● Provide a draft report for CDOT specialty unit and PM review prior to issuing the final stamped
version. Final engineer stamped versions are required.
● Provide for the minimum FHWA and CDOT required number of borings/test holes per wall,
bridge, poles, or other features as required. Alternate field collection methods such as geophysics
and cone penetration testing can be used in place of borings at CDOT’s approval.
● A pavement type analysis memo for reconstructed pavement tie-ins

2.6. STRUCTURAL ENGINEERING


● The Consultant shall provide Structural Engineering services for the design and construction of
walls, bridges, and other structural items as required including structure selection reports, wall
selection reports and plan sheets. Provide cost effective innovation in collaboration with the
construction manager and coordinate with the CDOT PM and CM for alternative
selection. Collaboration with the aesthetic and landscaping requirements is to be expected.
● The Consultant shall follow the latest CDOT Bridge Design Manual Policies and Procedures. At
the time of this SOW there is a February 2022 version.
● The Consultant shall follow the latest Bridge and Tunnel Enterprise (BTE) Guidelines for service
life for applicable structures.
● The Consultant shall provide a bridge-specific preventative maintenance plan or “Owner’s
Manual”, which identifies the recommended type, timing, and cost of future preventative
maintenance treatments in accordance with BTE Guidelines.
● The Consultant shall assist the CDOT PM with the development of exhibits to be used for the
determination of BTE program funding eligibility limits.

21
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

● Project scoping shall also include a determination that a new structure is required, or
rehabilitation of an existing structure is feasible. This determination shall be confirmed through
preliminary design.
● Provide structure inspection services of existing walls.
● The consultant shall provide inspection services on existing bridge structures.
● Due to the size of this project, recurring monthly meetings with a Staff Bridge representative
prior to each milestone will be required for all FIR, DOR and FOR meetings.
● The preliminary design for major and minor structures, walls, and other miscellaneous structures
within CDOT ROW shall be conducted as required to ensure that CDOT obtains a structure
layout and type selection that achieves the project’s objectives and minimizes revisions during the
final design and construction phases.
● The Structure Selection Report is due by DOR.
● Coordinate required recommendations with the geotechnical engineer.
● The general scope of work includes, but is not limited to:
o Bridge Replacement
o Bridge Rehabilitation
o Wall Design
o Wall Rehabilitation
o New bridges
o Overhead sign Structures
o Poles
o Fence
o Gates
o Any additional major/minor structures
● The design effort on this project may require alteration of existing walls to accommodate the
desired roadway alignment and improvements.
● Participate in the survey SOW needs.

2.7. HIGHWAY DESIGN AND TRAFFIC/SAFETY ENGINEERING


● Provide geometric highway design and traffic engineering expertise for the Project Scope
Elements.
● The Consultant shall follow the latest version of the CDOT Roadway Design Guide, AASHTO A
Policy on Geometric Design of Highway and Streets 2018, and the MUTCD.
● Provide for Traffic and Safety Engineering recommendations.
● A preliminary alignment has been designed for the proposed improvements as part of the EA. The
Consultant shall confirm or modify the EA alignment to provide the most cost effective and safest
layout that still meets the Project Goals. The safety revision and optimization effort shall be
documented in a final memo.
● Provide traffic engineering expertise for crash reduction evaluation.
● Provide detailed site grading expertise for the identifications of walls and conforming the
roadway to the adjacent landscape. Coordinate efforts with the geotechnical, structural, and other
areas of expertise as required to complete the Project.
● Provide a Traffic Engineering plan for management of traffic during construction for phasing
purposes. Evaluate the current Region 1 Lane Closure Strategy and make recommendations for
implementation on the Project.
● Coordinate with Structural Engineer for Structure Selection Report requirements.
● Provide recommendations for and layout of ITS, lighting, and overhead signing components.

22
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

2.8. HYDRAULICS ENGINEERING


● The Consultant shall adhere to guidelines in CDOT’s Drainage Design Manual and applicable
Procedural Directives for drainage and Bridge design work.
● Prepare Hydrology and Hydraulic Design Reports and hydrology/hydraulic analysis. Follow the
CDOT Drainage Design Manual and refer to chapter 10, Bridges.
o Introduction, Hydrology, Existing Structures and Design Discussion should be close to
final at FIR Design Discussion should include CDOT and local criteria the project
intends to meet.
o All design assumptions and related design decisions shall be documented.
o The Appendix shall contain:
▪ Hydrology/hydraulic worksheets
▪ Drainage construction plan sheets.
▪ Water Quality report and PWQ worksheets
o Perform internal QA/QC on all hydrologic, hydraulic and floodplain information prior to
submittal to CDOT

● Data Collection and Hydrology:


o Determine the watershed hydrology and establish waterway flows, waterway geometrics
o Utilize historical data: research flood history and previous designs in the project
proximity; obtain data from other sources (e.g., MHFD, CWCB, CDOT Maintenance,
and local residents).
o Complete a project site visit to evaluate channel/overbank roughness coefficients,
channel stability, vegetation, Ordinary High Water, allowable high water, etc. Document
the site visit with photos
o Perform a risk analysis
● Hydraulics Design Activities:
o Complete Preliminary Design of major drainage structures:
▪ Complete hydraulic analysis and water surface profiles.
▪ Determine required hydraulic size/skew of major structures/channels.
▪ Locate and place the bridge crossings. Coordinate with CDOT Region 1 for
input on the alternative evaluation to come to a consensus on the recommended
plan.
▪ Determine minimum low chord elevation per CDOT criteria.
▪ Determine 100-yr and 500-year water surface elevations.
▪ Determine scour for design storm, the 500-year event, incipient overtopping
condition, and maximum scour-inducing storm (if applicable).
▪ Assess channel erosion protection for structures.
▪ Present designs of any necessary deck drainage or other drainage off the
structure.
o Review data and information developed under the preliminary hydraulic investigation
and update per FIR decisions
o Complete Final Design for major drainage structures.
▪ Finalize hydraulic analysis, elevations, flow lines, water surface profiles and
hydraulic information.
▪ Finalize configuration, size and skew of major structures and channels.
▪ Coordinate final water surface profiles and final low girder elevation for selected
structures.

23
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

▪ Finalize channel scour profiles for design year and 500-year scour for selected
structures.
▪ Finalize channel erosion protection limits and mitigation measures for selected
structures and provide appropriate details.
▪ Finalize deck/structure drainage in coordination with CDOT Staff Bridge or their
designee.
▪ Complete final design for all drainage details required for major drainage
structures.
o Recommend culvert pipe sizes, type, shape and material for proposed construction
detours.
o Erosion and sedimentation problems identified with solutions in place, including but not
limited to erosion and scour countermeasure designs, analyses and reports.
o Conduct 2-D modeling in SRH-2D
o Design revetment(s) if required
o Provide additional information as required by Region 1 Hydraulics Engineer (CDOT)
o Provide preliminary design information, as noted above, for the FIR meeting
● Provide required plans per the CDOT Drainage Design Manual as well appropriate project
specifications
o Drainage Notes
o Drainage Tabulation Sheets
o Drainage Plan Sheets
o Drainage Profile Sheets
o Drainage Detail Sheets
o Bridge Hydraulic Information Sheets
o Floodplain Information Sheet (as described below)
o Provide digital linework from all drainage and floodplain analysis in GIS Shapefiles,
AutoCAD/Civil3D drawings, or MicroStation/InRoads drawings. All CAD or
MicroStation drawings must be compressed into a single drawing. All surfaces (DTMs,
TINs, Rasters, etc.) must be separated and labeled clearly for archiving and rediscovery
● Coordination between Hydraulics, Geotechnical and Bridge Engineer will be required for
FIR/DOR/FOR submittal timing
● Floodplain Assessment
o Identify location of regulatory floodplains and floodways published by FEMA and local
agencies, and planned changes to those boundaries for Bridge Replacements
o Prepare of a local floodplain development permit for all work in floodplains and
floodways, as required by state and federal law.
o Determine level of FEMA/CWCB coordination for a LOMR or LOMC if required
● Prepare a Floodplain Information Sheet for the final approved plan set.
o Show and clearly label the current effective 100-yr floodplain and floodway boundaries,
and the 500-year floodplain.
o Show and clearly label all cross sections and Base Flood Elevation (BFE) lines published
on the current effective FIRM (note; all elevations must be reported in the same vertical
datum identified on the current effective FIRM).
o Show and clearly label any fluvial hazards, buffer zones or erosion management zones.
o Show the limits of disturbance for all permanent and temporary activities, and label as
such.
o Add notes to indicate the waterway name, jurisdiction and community number, panel
number, date of current effective information, a sentence describing which local code

24
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

requires permits, a sentence for permitting and no rise compliance, and a note
recognizing that flooding may occur outside the SFHA.

2.9. ENVIRONMENTAL COMPLIANCE AND NEPA REEVALUATION(S)


● The Designer shall monitor and ensure that the Project adheres to all of the mitigations noted in
the pending EA and decision document.
● Provide Environmental expertise as required to review project materials and ensure compliance
with the EA and decision document.
● If the design effort will require a Reevaluation of the I-270 Corridor EA, the environmental
portion of the work may be completed by the previously selected consultant team tasked with
completing the I-270 Corridor decision document. The newly selected Consultant’s role in this
process shall be to provide design support to the existing EA team to advance toward a NEPA
decision document or Reevaluation. If additional changes warrant a Reevaluation(s) after the
decision document, the Consultant may become responsible for performing the NEPA scope in
addition to the design scope.
● Provide guidance, expertise and coordination with FHWA for confirmation of the proposed
action.
● The EA evaluated the following items for impacts and mitigation. The Consultant shall have the
ability to reassess the following areas if impacted by changes after a decision document is issued
that follows the appropriate NEPA guidelines and direction. Following are the required areas of
expertise:
o Air Quality
o Biological Resources - wildlife, Threatened and Endangered species, migratory birds,
Senate Bill 40 resources, aquatic species and resources, vegetation, noxious weeds
o Floodplains
o Geologic Resources
o Hazardous Materials
o Cultural Resources - Section 106, Archaeology, Paleontology
o Social Resources - Land Use, Right of Way, Social and Economic Resources, EJ/DIC
o Noise: This resource also requires a pre-construction benefitted receptor survey to
determine whether or not the recommended noise wall will be built, which the Consultant
will be required to develop and administer.
o Section 4(f) Historic and Non-Historic
o Section 6(f)
o Recreational Resources
o Transportation Resources (safety, traffic, multimodal, etc.)
o Utilities
o Water Quality
o Wetlands and Waters of the U.S.
o Visual
o Vegetation

2.10. WETLANDS AND 404 PERMIT


● Provide expertise in identifying jurisdictional waters of the US (WOTUS) including wetlands per
current laws, regulations, and guidance pertaining to Section 404 of the Clean Water Act, and per
current US Army Corps of Engineers regional wetland delineation standards and special
requirements of the Omaha District and provide the appropriate level of 404 permitting. Guide

25
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

CDOT through the permitting process and establish the timeline to keep the project on schedule
for the desired construction start date.
● Update Wetland Determination, Field Delineation, and FACWet Functional Assessment if
necessary due to changes after the decision document.
o Ensure digital maps of wetland polygons, other waters of the US and ordinary high water
mark (OHWM) areas are included in appropriate FIR, DOR, FOR and AD/CAP plan
sheets. Coordinate with Project Surveyor to have wetland flags surveyed as
necessary. All wetland mapping and reporting should be in accordance with the Corps
Omaha District’s Minimum Standards.
● Obtain Approved Jurisdictional Determination of wetlands and waters of the US from the US
Army Corps of Engineers (USACE) Omaha District, if necessary, after coordination with CDOT
R1 Wetland Biologist with the 404 permit application or pre-construction notification (PCN).
● Assist the State in obtaining a permit from the Army Corps for construction impacts and
mitigation of wetlands. The actual impacts identified in the EA may change based on refined
design and the Consultant shall be prepared for either a Nationwide permit or an Individual
permit process:
o Provide services required to obtain an Individual Permit through the Army Corps, or
o Request for Nationwide Permit Authorization
▪ Prepare a complete Pre-Construction Notification (PCN) for Section 404
Permitting. The PCN will include the wetlands delineation, , Section 7 and
Section 106 reports, and all relevant plan and profile sheets showing wetland
mapping and impacts, including information related to fills below OHWM in all
waters of the US. Include appropriate volumes of riprap, and appropriate grading
and structure plans. Depending on the type and amount of impacts, the project
may require a stream functional assessment (e.g. the Colorado Stream
Quantification Tool) to determine mitigation requirements for permanent
impacts below the OHWM and/or a compensatory wetland mitigation plan with
monitoring requirements. .Coordinate the appropriate information with the
CDOT R1 Wetland Biologist prior to submitting to the Corps.
▪ Review plans for compliance with 404 permit.
● Provide: Plan sheets with revegetation recommendations; seed mixes, plant lists and revegetation
notes; Draft Permit to CDOT, Final Permit submitted to Corps including final conceptual wetland
mitigation and monitoring plans; stream functional assessment (if required); and comments on
drawings and specifications.
● If there is any indication that the project could result in a "loss of waters" exceeding 3/100 acre,
the USACE may require a stream functional assessment to determine compensatory mitigation
requirements. Loss of waters of the United States: Waters of the United States that are
permanently adversely affected by filling, flooding, excavation, or drainage because of the
regulated activity. Permanent adverse effects include permanent discharges of dredged or fill
material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or
change the use of a waterbody. The acreage of loss of waters of the United States is a threshold
measurement of the impact to jurisdictional waters for determining whether a project may qualify
for Page 3 of 6 an NWP; it is not a net threshold that is calculated after considering compensatory
mitigation that may be used to offset losses of aquatic functions and services. The loss of stream
bed includes the acres or linear feet of stream bed that are filled or excavated as a result of the
regulated activity. Waters of the United States temporarily filled, flooded, excavated, or drained,
but restored to pre-construction contours and elevations after construction, are not included in the
measurement of loss of waters of the United States. Impacts resulting from activities that do not
require Department of the Army authorization, such as activities eligible for exemptions under

26
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of
the United States.

27
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

2.11. PERMANENT WATER QUALITY


● Complete preliminary design for Permanent Water Quality Control Measures (PWQ CMs) and
outlet structures with details as needed. Adequate detail should be included with respect to right-
of-way, easements, maintenance, etc. to move to final design.
o Prepare water quality report as an appendix to the Hydraulic Design Report to include
PWQ Evaluation and Tracking Forms, cost estimate for PWQ CMs, etc.
o Conduct a PWQ meeting just prior to FIR to discuss alternatives with CDOT PWQ
Specialist/Water Pollution Control Manager, Hydraulics Engineer, and Project manager.
o Perform internal QA/QC of the water quality report prior to submittal to CDOT.

2.12 RAILROADS, ITS AND UTILITIES

Coordinate the following activities through the CDOT Project Manager as directed by the CDOT
Railroad Coordinator and in accordance with Union Pacific Railroad – BNSF Railway,
Guidelines for Railroad Grade Separation Projects.
A. Develop and package railroads submittals:
a. 30% Plan including estimate of Flagging hours
b. 60% Plan including 30% Comments from Railroad, design plans and
calculations, Geotechnical Report, Project Specifications and/or Special
Provisions, Drainage Report and Plan and Construction Phasing
c. Final Plans including 60% Comments from Railroad, design plans and
calculations, Geotechnical Report, Project Specifications and/or Special
Provisions, Drainage Report and Plan and Construction Phasing
B. Define construction responsibilities between the railroad and highway including
Temporary Access Exhibit for both Railroads to review and one round of comments.
C. Fencing Plan for both Railroads to review and one round of comments.
D. Develop cost estimates based upon cost allocation previously determined
E. Prepare Public Utilities Commission application exhibits as required for PUC Application
F. Draft Public Utilities Commission applications for CDOT.
G. Prepare Construction Maintenance Agreements (C&M) exhibits as required for CDOT.
H. Draft C&M Agreements for CDOT.
I. Prepare Utility License Agreements if needed.

● ITS components shall be designed such that they are fully integrated into the CDOT ITS
Network.
● The Designer shall coordinate with the CTIO and CDOT ITS to determine the equipment and
infrastructure needed for the Project Scope Elements.
● The Designer shall provide design plans for all required utility installations for all ITS
components of the project.
● Provide all required expertise for areas requiring lighting and electronic components.
● Provide one-line diagrams as required for power sources.
● As part of the scoping process, prepare an assessment of all the utility needs and all Intelligent
Transportations Systems (ITS) and Network Services.
● Follow CDOT SUE guidelines for existing conditions survey.

28
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Subsurface Utility Engineering (SUE)

SUE drawings and data for the project area were completed in 2021 and are available for
use. Additional SUE investigations as described below may be conducted by the
Consultant only if deemed necessary by the CDOT PM on an as-needed basis.

Utility Investigation Activities - the scope of work for utility investigation may include:

a. The Consultant shall conduct and document an investigation of the project area to
determine existing utility conditions within the project limits. As part of the investigation
the Consultant will meet with all utility providers and collect utility key maps for all
utilities in the project area, identify all known utilities: including lighting, irrigation, ITS,
storm sewer, ownership, type, size and special conditions should utility relocation be
required, and research and obtain copies of utility easements (public and private) and
utility franchise agreements to determine conditions under which the utility was
established in its present location (e.g. by revocable permit or by a privately owned
easement. The utility investigation requirements are to meet Quality Levels A and/or B as
required under CI/ASCE 38 or explain why QLA/B could not be achieved. The
Consultant shall employ Professional Engineers who are able to stamp plans.

b. Project Goals

1) Quality Level B involves the use of Quality Level D and C methods of utility
investigation plus the use of surface geophysical techniques to determine the
existence and horizontal position of underground utilities. This activity is called
"designating." The information obtained in this manner is surveyed to project control.
Two-dimensional mapping information is obtained. This information is usually
sufficient to accomplish preliminary engineering goals.

2) Quality Level A involves the use of Quality Level D, C and B methods of


investigation plus the use of minimally intrusive excavation methods at critical points
to determine the precise horizontal and vertical position of underground utilities, as
well as the type, size, condition, material, and other characteristics. This activity uses
test holes (sometimes called Locating). It is the highest level presently available.
When surveyed and mapped, precise plan and profile information is available for
making final design decisions. Records research shall include but limited to the
following sources:
● 811 Notification
● Contacts List
● Public Agencies
● Utility Owner
● Colorado 811
● County Clerk’s Office
● Landowner
● Internet Search
● Visual Site Inspection
● Irrigation Companies

29
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

3) 3D Modeling involves the use of CADD to depict the precise horizontal and vertical
profile of each utility in areas of high conflict. This tool is only utilized where
precision locating and design of utilities is essential for project success. Some areas of
the project may require 3D modeling and will be determined after 60% design, but the
ability to model utilities within CDOT’s MicroStation workspace may be required in
a supplemental SOW.

c. Utility Investigation Methodology

1) Project Scoping
a) Quality Level B Utility Investigation
b) Use existing survey project control data, GIS data, plans and electronic data from
utility providers, and field survey to prepare utility design plans that meet ASCE
Quality Level (QL) B identified within the project limits identified within
CDOT’s SUE checklist (provided by CDOT). The QLB areas will determined
between the SUE Consultant and CDOT’s UEPM. Survey accuracy of all
observations shall be in accordance with CDOT’s Survey Manual.

2) FIR (Field Inspection Review)


a) This work is performed at 30% design, prior to FOR Plan development
b) Quality Level A Utility Investigation

3) FOR (Final Office Review)


a) This work is performed at 60% design, during FOR Plan development
b) 3D Modeling

4) PS&E (Plans, Specifications & Estimate)


a) Ready for Utility Clearance and Advertisement

d. Deliverables

1) Project Scoping:
a) PointMan CDOT’s live Subsurface Utility Mapping mobile application will be
available for all designated utilities during the SUE survey or submit a shape file
of all existing utilities found during the SUE survey if PointMan is not used.
b) The end product (the CADD file and project plans) that contain the horizontal
location of utilities, ownership, type, and size of the line including any special
conditions of the line.
c) The CADD file and project plans should depict the lines in approved CDOT
utility line type standards and colors, include all utility easements, and power
source locations with easements, per CDOT’s available CADD workspace.
d) Define limits of work SUE work and include SUE report per ASCE 38 Standards.
SUE report shall be included, and will include the following if requested by
CDOT:
I) All overhead utilities and pole inventory and including guy anchors-Power source
diagrams
II) Telephone source diagrams
III) Fiber optic diagrams
IV) Storm sewer diagrams

30
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

V) Water diagrams
VI) Sewer diagrams
VII) Vault diagrams
VIII) Easements shown on plans
e) Produce a utility contact list: Including utility provider, contact name, email
address, work & cell phone numbers. Used for both utility notes and
specifications.
f) The utility plan sheets will include the utility line work with proper designation
colors.
g) Complete scoping design for utility plans.
h) Include service line locations for water, sewer, electrical, communications and
natural gas.
i) Show transmission main lines and secondary feed lines with labels.
j) Distinguish lines between CDOT owned facilities, local agency facilities and
utility provider facilities.
k) Produce utility plan sheets for review with utility providers including an oversize
plan sheet for coordination and meetings.
l) Include known easements for the utility providers; inside, adjacent to and outside
CDOT ROW on the utility plans.
m) Provide a table for each utility provider that includes size and type of the
providers' facilities.
n) Include manhole rim labels and inverts in and out labels that match CDOT project
datum elevation.

2) FIR (Field Inspection Review)


a) Provide for and manage the test hole services, including permitting.
b) Provide a test hole map for survey locates.
c) Provide a test hole test hole chart and incorporate test hole location into
the FIR Utility Plans. In the event there is insufficient design available to
perform the test hole activities prior to FIR, the consultant shall
coordinate the final test hole work into the FOR plan level submittal
d) Sewer/Storm manholes will be verified; rim elevations, inverts in and
inverts out, include pipe size and pipe material. Include labels for other
sewer appurtenances, lift stations, drop manholes, vents and force mains.
e) Water lines to be verified; elevations for valve boxes including size, pipe
size and pipe material. Include labels for other water appurtenances, air
vacs, PRV vaults, vents and curb stops.
f) Dry utility labels for vaults, pull boxes, manholes, drop down
transformers and other providers attached to all overhead utility line
poles.
3) FOR (Final Office Review)
a) If requested provide Utility 3-D modeling in high conflict areas where
precision placement of utilities is deemed essential.
b) Support CDOT with the development of cross sections leveraging SUE
deliverables with both vertical and horizontal data.
c) Support the development of drainage profiles leveraging SUE
deliverables with both vertical and horizontal data.
d) Support wall and bridge profiles leveraging SUE deliverables with both
vertical and horizontal data.

31
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

e) Support CDOT with Landscape plans leveraging SUE deliverables with


both vertical and horizontal data.
f) Support CDOT with signal and lighting plans leveraging SUE
deliverables with both vertical and horizontal data.

Utility Coordination, Design Phase

1) Project Scoping
a) Act as liaison between CDOT and the utility companies during design as
it pertains to information, scheduling, coordination and documents.
b) The Consultant will be responsible for obtaining all permits for work
within CDOT ROW related to SUE investigations separate from the SUE
consultant.
c) Coordination of scoping meetings with all utility providers and meeting
minutes.
● Using CDOT Utility Checklist for each utility provider.
● Coordinating work with SUE consultant
● Obtain GIS information from utility providers
d) Request and receipt of utility maps and easements from utility companies
will be coordinated with CDOT project manager and with CDOT Utility
Engineering Program Manager (UEPM).
e) The consultant will conduct a review of utility information share findings
with SUE consultant and CDOT UEPM.
f) Request franchise agreements from the local agencies. Determine
responsible party for cost implications.
g) Request any secondary utility provider feeds, laterals, services and other
attachments to the main utility provider’s facility.
h) Consultant to work with SUE consultant, surveyor and CDOT UEPM
that information is adjusted and matches CDOT project datum.
i) Provide photos of existing utility facilities and conditions in the project
limits.
j) Review and comment on SUE related plans with CDOT project manager
and CDOT UEPM.
k) Develop mapping and associated pertinent information of existing
utilities, street lighting, and irrigation ditch facilities within the project
limits of each construction project. underground-at grade-overhead
utilities
l) Ascertain and define all utility, street lighting, and irrigation ditch
conflicts within the highway construction project limits by an in-depth
review of complex highway plans. Contact individual utility, and
irrigation companies to convey and jointly resolve these conflicts. The
typical construction project requires contact with 4-6 individual
companies.
m) Schedule and conduct subsequent meetings with utilities to resolve
complex issues.

2) FIR (Field Inspection Review)


a) Coordination of FIR meetings with all utility providers and meeting
minutes. (Both Office and Field)

32
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

b) Review, recommend revisions, and approve relocation and/or installation


plans developed by utility companies to insure compatibility with CDOT
construction plans. This process requires input from and coordination
with CDOT construction and design personnel, and appropriate State and
Local agencies.
c) Use CDOT’s Work Plan (template to be provided) document for non-
reimbursable relocation, modification and/or adjustment of existing
utilities, irrigation ditches and street lighting companies. These
documents describe work that must be performed in a prescribed time
and method and require signatory concurrence from the affected
company and appropriate CDOT personnel.
d) Use CDOT’s Utility Conflict Matrix plan sheet (template to be provided)
to develop and review utility matrix conflicts with CDOT UEPM and
work on a preliminary plan of action.
e) Produce and review a proposed test hole location map with CDOT
UEPM.
f) The consultant will coordinate with SUE consultant, CDOT UEPM, test
hole provider and survey company on test hole schedule along with field
site coordination.
g) The Consultant will be responsible for obtaining all permits for work
within CDOT ROW related to SUE investigations separate from the SUE
consultant.
h) Provide a matrix of potential utility conflicts utilizing CDOT’s standard
utility conflict matrix plan sheet.
i) Produce utility plan sheets for review with utility providers including an
oversize plan sheet for coordination and meetings.
j) Complete FIR design for utility plans.
k) The utility plan sheets will include the utility line work with proper
designation colors, per CDOT’s MicroStation workspace.
l) The consultant will coordinate with CDOT project manager and CDOT
UEPM and utility companies on the FIR design plans for review and
comment.
m) Review and interpret all FIR plans to insure that utility facilities have
been accurately and completely depicted, including field verification of
all utility locations.
n) Schedule and conduct subsequent meetings with utilities to resolve
complex issues.
o) Responsible for creation of draft utility specification documents, utility
notes and preparation of subsequent written certification to proceed with
construction. The utility specification defines the process to be followed
for performance of utility, street lighting, railroad, and irrigation ditch
relocations or installations. This includes who will perform the work,
when it will be performed, time allotted for the work, and method of
construction.

3) FOR (Final Office Review)


a) Coordination of FOR meetings with all utility providers and meeting
minutes. (Both Office and Field)

33
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

b) Assist the development of utility plan sheets to include the utility line
work with proper designation colors.
c) Include utility notes and specifications.
d) Assist in the completion of FOR level utility plans.
e) The consultant will finalize the identification of existing utilities (both
wet and dry) that will be impacted by design and finalize the existing
utility plans with call-outs indicating which existing utilities are
impacted by the project.
f) Produce and/or obtain from the owner utility cost estimates to be used
for utility reimbursement agreements.
g) Coordination with the utility providers and CDOT UEPM on potential
relocation areas.
h) Review, recommend revisions, and approve relocation and/or installation
plans developed by utility and railroad companies to insure compatibility
with CDOT construction projects. This process requires input from and
coordination with CDOT construction and design personnel, and
appropriate State and Local agencies.
i) Create documents for non-reimbursable relocation, modification and/or
adjustment of existing utilities, irrigation ditches and street lighting
companies. These documents describe work that must be performed in a
prescribed time and method and require signatory concurrence from the
affected company and appropriate CDOT personnel.
j) Produce and coordinate draft utility notification letters for review.
k) Prepare and coordinate preliminary utility cost relocation estimates for
budget for review.
l) The consultant will coordinate with SUE consultant, CDOT project
manager, CDOT UEPM and utility companies on the FOR design plans
for review and comment.
m) Review and interpret all FOR design plans to insure that utility facilities
have been accurately and completely depicted, including field
verification of all utility locations.
n) Schedule and conduct subsequent meetings with utilities to resolve
complex issues.
o) Determine eligibility for reimbursable expenses associated with utility
and railroad company installations, modifications, and/or relocations
according to CDOT, State and Federal rules and regulations. This
process includes obtaining and verifying legal documentation to
determine property ownership and right of occupancy.
p) Initiate and prepare contracts with utility companies for reimbursable
modifications. Review estimates for content, check mathematical
accuracy, and submit for CDOT signatures and authorization, in
compliance with all CDOT, State and Federal rules and regulations.
Following issuance of the notice to proceed, act as primary contact for
coordination of design, bidding, construction and billings.
q) Responsible for creation of final utility specification documents and
preparation of subsequent written certification to proceed with
construction. The utility specification defines the process to be followed
for performance of utility, street lighting, railroad, and irrigation ditch
relocations or installations. This includes who will perform the work,

34
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

when it will be performed, time allotted for the work, and method of
construction.

4) PS&E (Advertisement)
a) Coordination of PS&E meetings with all utility providers and meeting
minutes. (Both Office and Field)
b) Final coordination with the utility providers on the potential relocation
areas.
c) Produce and coordinate final utility notification letters for review.
d) Prepare and coordinate final utility cost relocation estimates for budget
and utility contracts.
e) The consultant will coordinate with SUE consultant, CDOT project
manager, CDOT UEPM and utility companies on the PS&E design plans
for review and comment.
f) Review and interpret all PS&E design plans to ensure that utility
facilities have been accurately and completely depicted, including field
verification of all utility locations.
g) Schedule and conduct subsequent meetings with utilities to resolve
complex issues. Review billings and preparation of payment
documentation pertaining to work performed under utility and railroad
reimbursable contracts to insure compliance with CDOT, State and
Federal rules and regulations. This process includes obtaining written
concurrence from CDOT personnel, and/or performing personal site
inspection, to verify that work was performed in accordance with said
contracts.

35
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

2.13. PROJECT COORDINATION


In addition to the stakeholders listed in Section 1.6., the CM shall partner and coordinate with the
groups below. The CDOT Project Management Team (defined below) shall be included in all
coordination.
● Executive Oversight Committee
● CDOT Project Management Team
o CDOT Program Engineer – Stephen Henry, PE
o CDOT Regional Environmental Manager – Basil Ryer
o CDOT Design Project Manager – Katie Dawson, PE
o CDOT Construction Project Manager – Katie Dawson, PE
● CDOT Specialty Groups
o Region 1 Materials
o Region 1 Traffic
o Region 1 Hydrology and Hydraulics
o Region 1 Survey
o Region 1 Environmental
o Region 1 Right-of-Way
o Region 1 Utilities
o CDOT Staff Bridge
o CDOT Soils & Geotechnical Services
o CDOT Public Information Office
o CDOT Operations Center
● Design Consultant and Subconsultants
● Project Construction Manager (Owner's representative in construction) and any
subcontractors
● ICE
● CDOT Engineering Estimates and Market Analysis (EEMA) Group
● CDOT Maintenance Forces
● Headquarters and Regional Civil Rights Manager
● CTIO
● Bridge & Tunnel Enterprise

36
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

2.14. PROJECT CO-LOCATION


Plans to co-locate with the Design Team and CM for the preconstruction phase of this Project and
throughout construction will be determined after selection. The location and timeframe for co-
location is to be determined but is anticipated to be in the Denver Metro or within the Project
vicinity. Co-location is at the discretion of CDOT.

2.15. STAKEHOLDER EFFORTS


The Consultant shall collaborate with CDOT and the Contractor to prepare for distribution of public
information and stakeholder outreach.

This section covers the Project Leadership Team (PLT) meetings, Technical Team (TT) meetings and
Issue Task Force (ITF) meetings. The following are the estimated required meetings:
● Project Leadership Team (PLT) Meetings – 5 estimated
● Technical Team (TT) Meetings – 5 estimated
● Issue Task Force (ITF) Meetings
● Emergency Response Meetings - 4 estimated
● Sand Creek/South Platte Greenway Meetings - 4 estimated

37
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

SECTION 3 – EXISTING FEATURES


3.1. STRUCTURES
Note: This Section lists known features in the area. It should not be considered as complete, and should
include, as appropriate, information from Section 2 Project Management and Coordination. The
Consultant should be alert to the existence of other possible conflicts.
● E-17-ID
● E-17-IE
● E-17-IF
● E-17-IG
● E-17-IH
● E-17-II
● E-17-IJ
● E-17-IK
● Sign E-17-RO
● Sign E-17-XO
● Sign E-17-ADT
● Sign E-17-XM
● Sign E-17-VQ
● Sign E-17-ADV
● Sign E-17-LC
Potential Conflicts:
● E-17-WP
● COMC-4A-01-RR
● COMC-4A-02-RR
● COMC-5A-03-RR
3.2. UTILITIES
Anticipated Utility Relocation/Coordination:
Relocation
Utility Identification Facility type
Required?
Electric (Xcel Energy) Overhead and buried lines TBD

Telecommunications
CDOT continuous fiber optic conduit runs along I-270 and
(CDOT, Zayo, Sprint, Yes
services CDOT’s variable message signs
CenturyLink, Level 3)

Gas (Xcel, Suncor,


Low and High Pressure lines within the project area TBD
Magellan)
Sanitary Sewers
(MWRD, Adams CO Location and potential conflicts to be further investigated TBD
Water and Sanitation)
Water (Adams CO
Location and potential conflicts to be further investigated TBD
Water and Sanitation)
CDOT has a storm sewer collection system within the
Storm Sewer (CDOT) Yes
corridor

38
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

3.3. IRRIGATION DITCHES


● Burlington Irrigation Ditch owned by Farmers Reservoir and Irrigation Company (FRICO)
3.4. RAILROADS
● UPRR
● BNSF
3.5. PERMANENT WATER QUALITY CONTROL MEASURES
● To be determined
3.6. WATER FEATURES
● Sand Creek
● South Platte River

SECTION 4 – GENERAL INFORMATION


4.1. NOTICE TO PROCEED
Work shall not commence until the written Notice-to-Proceed is issued by CDOT. Work may be required,
night or day, and/or weekends, and/or holidays, and/or split shifts. CDOT must concur in time lost reports
prior to the time lost delays being subtracted from time charges. Subject to CDOT prior approval, the time
charged may exclude time lost for:
● Reviews and Approvals
● Response and Direction
4.2. PROJECT COORDINATION
See Section 2 – Project Management and Coordination
4.3. ROUTINE REPORTING AND BILLING
The Consultant shall provide the following on a routine basis:
● Coordination:
o Coordination of all contract activities by the C/PM
● Periodic Reports and Billings:
o The periodic reports and billings required by CDOT Procedural Directive 400.2
(Monitoring Consultant Contracts), including monthly drawdown schedules.
o Consultant Invoicing Guidelines. Please provide the following seven sections and
information in each invoice in the following order:
1. Form 1313
2. Invoice
▪ Provide invoice in a similar format to the original PCW
▪ Noting each employee, time worked, multiplier, Fee
▪ Sum total hours worked and labor, subtotal fixed fees, subtotal
sub-consultants, subtotal vendor under prime (sub consultants
should note their own vendors on their invoices), provide invoice
total, total billed to date and total amount left on TO for Prime,
Sub and Vendor for ease of tracking
▪ Provide columns next to employees ensuring Consultant has reviewed for:
▪ Employee on original TO
▪ Employee on MPA and date
▪ Employee added to TO by letter and date
39
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

▪ Employee added to MPA Date and documentation


▪ Provide a header for the invoice noting:
▪ SAP OL#, SAP PO#, Invoice Date, Invoice #, Project # and
subaccount #, current billing period, TO# and any other pertinent
information
3. Progress Report shall be submitted per the contract documents. The progress
report shall also summarize all the work performed by the Prime, Sub Consultants
and Vendors. Provide header as noted in 2c. Each item below requires a section
in the Progress Report.
▪ Report on Progress of each work activity or milestone identified in the
contract, to show the amount of work accomplished during the current
month and the amount of work accomplished overall.
▪ A report on the time scheduled for each work activity or milestone
identified in the contract to show planned time completion and actual times
used to do the work.
▪ A description of the cause for delays beyond the planned completion of
time of work activities or millstones contained in the project.
▪ A report on the cost incurred to date on each work activity or milestone
contained in the contract and a comparison to the cost estimates for such
activity or milestone. Monthly billings will include a monthly budget
forecast sheet showing invoicing from start estimated through completion
tracking the project budget. In other words, verify the burn rate of prime,
subs, and vendors to ensure they are on track and on task.
▪ A description of possible remedies to get activities or milestones that are
behind schedule, back on schedule, and to get activities or milestones that
are exceeding cost estimates, back within planned costs.
▪ Documentation of meetings that were held during the subject time period.
▪ A report on the participation of DBE sub-consultants.
4. Letter(s) adding employee(s) to task order with all required information (should
have been approved by CDOT PM prior to any work done by employee per HQ
Contract/Agreement Unit-see Add Employee Process document)
5. Labor backup – timesheets
▪ The Prime, Sub-consultants and Vendors shall submit detailed hourly back
up of effort noting time/date of activities and number of hours or
costs. Lodging backup shall be submitted through ODC backup.
6. ODC backup – Only Submit documentation pertaining to the project and the
invoice
▪ Provide a summary of ODC Cover sheet
▪ Purpose of trip, Date of Trip, Who went
▪ mileage logs, per diem and/or meals documents (listing of days and rates
or receipts for actuals), lodging receipts, receipt or documentation of other
ODC items including vendor receipts/invoices.
7. Sub-consultant billings and Vendors - should have the same documentation as
prime, except Form 1313, which is optional.
● General Reports and Submittals:
o In general, all reports and submittals must be approved by CDOT prior to their content
being utilized in follow-up work effort.
4.4. PROJECT DESIGN DATA AND STANDARDS

40
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

● General: Appendix A provides a comprehensive list of state and federal reference material.
However, Appendix A does not contain all local agency reference material that may be pertinent
to some projects. The Consultant is responsible for obtaining and ensuring compliance with the
most recent CDOT-adopted version of the listed references including standards and specifications,
manuals, and software, or as directed by the CDOT/PM. Conflicts in criteria shall be resolved by
the CDOT/PM.
● Construction Materials/Methods: The materials and methods specified for construction will be
selected to minimize the initial construction and long-term maintenance cost to the State of
Colorado. Non-typical construction materials and methods must be approved in writing by CDOT.

41
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

SECTION 5 – WORK ACTIVITY ASSIGNMENTS


This list establishes the consultant's individual task responsibility. The consultant shall maintain the ability to perform all
work tasks which are indicated below by an 'X' mark in the consultant column in accordance with the applicable CDOT
standards. Selected work tasks shall be assigned only after coordination and consultation with CDOT. The Project Team
is responsible for coordinating the required work schedule for those tasks accomplished by CDOT and other
agencies. Many of the included Consultant Responsibilities revolve around maintaining and providing the
appropriate NEPA expertise if required. Some are marked with an * asterisk.

CDOT/Othe Consultan
PRECONSTRUCTION Notes
r t
A. Project Initiation and Continuing
Requirements:
Initial Project Meeting X
Review Environmental Mitigation Requirements X
Independent Design Review X
Project Schedule X
Develop Design Criteria X
Initiate Survey (Map Preparation) X
Right-of-Entry and Permits X
Traffic Control X
Initial Submittals X
Progress Meetings X
Structure Review Meetings X
Project Management X
B. Project Development:
Communication and Consensus Building
Contact List X
Public Notices/Advertisements X
General Meetings
Small Group X
General Public X
Project Review X
Communication Aids
Graphics Support X
Newsletter X
Wall Displays X
Study Model X
Project Review Team X
Survey
Presurvey Conference X
Survey Data Research X
Secure Rights of Entry X
Project Control Survey
Locate or establish HARN Stations X
Monumentation X
42
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Project Control X
Photogrammetry na
Camera Calibration Report na
Flight Plan na
Flight na
Contact Prints na
Negatives na
Enlargements na
Photo Index na
Supplemental Survey (wing points) na
Supplemental Surveying X
Accuracy Tests X
Review (by Registered Professional Land
Surveyor) X
Conceptual Design
Aesthetics X
System Feasibility X
Alternatives Analysis X
Final Alternatives Reports X
Interchange Approval Process na
Data Gathering Analysis, and Mitigation
Development
Traffic Related
Traffic Study X
Accident Study na
Noise Study O
Air Quality
Air Quality Monitoring X
Air Quality Analysis O
Archaeology
Gather Data & Analysis X
Mitigation Implementation X
Paleontology
Gather Data & Analysis X
Mitigation Implementation X
Initial Geology Investigation X
Water Quality
Quality Analysis X
Quality Monitoring X
Ecological Assessment X
Historical
Historical Bridge Clearance O
Historical Study & Clearance O
Floodplain and Drainage Assessment X
43
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Right-of-Way
Early ROW X
ROW Review X
4(f)/6(f) Activity
Evaluation X
Clearance/Concurrence X
Threatened and/or Endangered Species
Determination of Presence X
Implement Mitigation X
Wetlands
Wetlands Determination X
Wetlands Findings Report X
Hazardous Materials
Field Search X
Research X
Conduct in-situ tests X
Analyze and Assess Impacts X
Existing Roadway/Major Structure X
Construction Requirements X
Aesthetic Considerations X
Utilities X
Economics X
Farmland
Energy Usage X
Environmental Assessment (EA) Process O
Environmental Impact Study (EIS) Process na
Design Report Process X
Obtain Permits X
C. Preliminary Design:
Design Field Surveys
Presurvey Conference X
Survey Data Research X
Secure Rights of Entry X
Project Control Survey
Locate or Establish HARN Stations X
Monumentation X
Local Project Control O
InRoads TMOSS Survey Openroads Designer X
Terrain Survey O
Utility Survey O
Hydraulic Survey X
Material Survey X
Supplemental Surveying X

44
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Survey Report X
Accuracy Tests X
Review (by Registered PLS) X
Wetland Boundary X
Traffic Engineering X
Materials Engineering
Preliminary Soil Investigation O
Pavement Justification Report X
Life Cycle Cost Analysis X
Existing Bridge Investigation X
Foundation Investigation X
Geotechnical X
Hydrology/Hydraulics Engineering X
Hydrology X
Hydraulics X
Preliminary Hydraulics Report X
Utility Coordination X
Location Maps X
Reviews and investigations X
"Potholing"-Excavation X
"Potholing"-Surveying Utility Locations X
Relocation recommendations X
Ditch Company coordination X
Roadway Design and Roadside Development
Roadway Design X
Roadside Development X
Guardrail and delineator X
Curb Ramps and Sidewalk X
Landscaping X
Sound Barriers X
Bike paths X
Truck Escape Ramps na
Rest Areas na
Safety analysis X
Lighting Plan X
Right-of-Way X
Research X
Ownership Map X
Appraisal X
Acquisition X
Major Structural Design
Structural Data Collection X
Structure concept study X
Value Engineering X
45
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Structure Selection Report X


Foundation Investigation Request X
Construction Phasing Plan X
Preparation for the FIR X
Field Inspection Review X
Post FIR Revisions X
D. Final Design:
Project Review X
Design Coordination X
Utility Coordination X
Hydraulic Design
Data Review X
Storm Water Pollution Prevention Plan X
Major Structure Channel Design X
Final Hydraulics Report X
Interim Plans
Initiate ROW Authorization Process X
Final Utility Plans X
Final Railroad Plans
Right-of-Way
ROW Plans Content X
Title Insurance and Closing Services X
Authorization Plan X
Appraisal Staking X
ROW Plan Revisions (During Negotiations) X
ROW Acquisition X
Materials Engineering
Materials Data X
Stabilization validity X
Stabilization Plan X
Traffic Engineering
Permanent Signing/Pavement Marking Plans X
Signalized Intersections na
Traffic Control Plan X
Roadside Planning
Landscaping X
Other X
Sprinkler systems/Liquid Anti-Icing X
Bike paths X
Sound barriers na
Truck escape ramps na
Rest Areas na
Guardrail and delineator X
Safety analysis X
46
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

Lighting Plans X
Roadway Design X
Final Major Structural Design X
Structure Final Design X
Preparation of Structure Plans and Specifications X
Independent Design, Detail, and Quantity Check X
Bridge Rating and Field Packages X
Structure Final Review Plans and Specifications X
Construction Phasing Plan X
Plan Preparation for FOR X
Final Office Review X
Construction Plan Package X
Respond to Job Showing Questions X
Revise Plans during Advertisement – if necessary X
E. Corridor Management Support:
Design Control X
Information Services X
Budget Planning Support X
F. Value Engineering X

CDOT/Othe Consultan
SERVICES AFTER DESIGN Notes
r t
. Review of Shop Drawings X
B. Construction Services
1. Coordinate Schedule X
0. Provide field observation
. Pile driving/caisson drilling X
b. Major concrete pours X
c. Placement of girders X
d. Splicing of girders X
e. Post-tensioning duct and
anchorage placement X
f. Post-tensioning operations X
0. Technical assistance
Provide services after submittal of
. Design Support during Construction construction package, not full CM
X services
0. Submittals
. Diary X
b. Documentation/justification X
c. Progress reports X
d. Calculations, drawings, and
specifications X
e. Daily time sheets X
C. Post Design Plan Modifications X
47
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

D. Post Construction Services:


1. Final earthwork determination
0. As-built plans
0. Revisions to Right-of-Way Plans
(Excess Land) X
0. Monument ROW X
0. Set Property Corners (Remainders) X
0. Deposit ROW Plans X
E. Construction Engineering

48
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

SECTION 6 – SUBMITTALS
CDOT/Othe Consultan
SUBMITTALS Notes
r t
. Project Initiation and
Continuing Requirements:
1. Periodic Reports & Billings X
0. Meeting Minutes X
0. Project Schedule X
0. Completed Specific Design X
0. Survey Plan X
0. Permissions to Enter (Form
730) X
0. Traffic Control Plan X
0. Initial Submittal of InRoads
TMOSS and/or MOSS Compatible
Data – Openroads Designer X
0. Initial Submittal of an Original
Plan Sheet
B. Project Development:
1. Public Communication Contact
List X
0. Route Location Survey:
. Electronic Survey Files X
b. Survey InRoads TMOSS Data
Openroads Designer X
c. Monument Records X
d. Control & Monumentation
Plan Sheets X
e. Aerial Photography Index
Map Sheets
f. Aerial Photography Contact
Prints
g. Aerial Photography Negatives
h. Photogrammetry
1. Electronic Data
0. Base Map Sheets
0. Base Map Index Sheet(s)
i. Rectified Photos with Mylar
Originals
0. System Feasibility Study
0. Final Alternatives Report
0. Noise Assessment Report X*
0. Air Quality Report X*
0. Archaeology Survey Report &
Mitigation Plan X*
49
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

0. Paleontology Preliminary
Report & Mitigation Plan X*
0. Water Quality Report (SCMP) X*
0. Ecology Report X*
0. Historical Bridge Clearance or
Mitigation Plan X*
0. Historical Cultural Resources
Report X*
0. Floodplain and Drainage
Assessment Report & Mitigation Plan X*
0. ROW Report X*
0. 4(f)/6(f) Mitigation Plan X*
0. Threatened and/or Endangered
Species Assessment X*
0. Wetlands Findings Report X*
0. Hazardous Materials Findings X*
0. Environmental Assessment
(EA)
. Preliminary EA
b. Certified Verbatim Transcript
* This project needs to cover the mitigation
requirements from the EA AND the
c. Finding of No Significant
Consultant needs to provide the expertise
Impact (FONSI)
for and develop a Reevaluation if necessary
(after a decision document is issued)
0. Environmental Impact
Statement
. Draft EIS
b. Certified Transcript of
Meeting
c. Final EIS
0. Design Report Process
. Preliminary Design Report X
b. Final Design Report X
0. Permits
. 401 Permit X
b. 402 Permit X
c. 404 Permit X
d. Wildlife Certification X
e. NPDES Storm Water Permit X
0. Preliminary Design X
. Electronic Survey
b. Traffic Data &
Recommendations X
c. Soils Investigation Report X
d. Pavement Design Report X
50
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

e. Existing Bridge Condition


Report X
f. Foundation Investigation
Report X
g. Engineering Geology Plan
Sheet(s) X
h. Preliminary Hydraulics
Report X
i. Utility Relocation
Recommendations X
j. Ditch Structure Plans X
k. Stabilization Plan X
l. FIR Plan Set X
0. Final Design
. Corrected FIR Plan Set X
b. Preliminary Cost Estimate X
c. List of Deviations from
Standard Design Criteria X
d. Final Hydraulics Report X
e. Signing/Pavement Marking
Plans X
f. Signal Warrants
g. Signalized Intersection Plans
and specifications
h. Traffic Control Plan X
i. Structural Selection Report X
j. Foundation Investigation
Request X
k. Structure Final Review Plans
and Special Provisions X
l. Construction Phasing Plan X
m. FOR Plan Sheets and Special
Provisions X
n. FOR Cost Estimate X
o. FOR Revised Plans and
Special Provisions X
p. Final Review Revisions X
q. Final Utility Plan Set X
0. Roadside Planning
. SWMP Plans & Specs. X
b. Certification of plant
Availability X
c. Sprinkler System Plans &
Specs. X
d. Bike path Plans & Specs. X

51
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

* Provide expertise for and develop a


e. Sound Barrier Plans & Specs. Reevaluation after a decision document if
necessary
X
f. Truck Escape Ramp Plans &
Specs.
g. Rest Area Plans & Specs.
h. Lighting Plans X
C. Right-of-Way
1. Title Commitments X
0. Preliminary Ownership Map
(include in the FIR plan set) X
0. Area Calculations X
0. Authorization Plans X
0. Legal Descriptions X
0. ROW Authorization Plans X
D. Construction Plan Package
1. Roadway Design Data Submittal
(Form 463) X
0. Major Structure Design Final
Submittal X
0. Record Plan Sets X

52
Appendix A
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

APPENDIX A: REFERENCES
A.1. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION
OFFICIALS (AASHTO) PUBLICATIONS (using latest approved versions):

● A Policy on Design Standards-Interstate System


● A Policy on Geometric Design of Highways and Streets
● Guide for Design of Pavement Structures
● Standard Specifications for Highway Bridges
● Guide for the Design of High Occupancy Vehicle and Public Transfer Facilities
● Guide for the Development of Bicycle Facilities
● Standard Specifications for Transportation Materials and Methods of Sampling and Testing – Part
1, Specifications and Part II, Tests
● Highway Design and Operational Practices Related to Highway Safety
● Roadside Design Guide
● Load Resistance Factor Design (LRFD) Specifications
A.2. COLORADO DEPARTMENT OF TRANSPORTATION PUBLICATIONS (using latest
approved versions):
● Design Guide (all volumes)
● Bridge Design Guide
● Bridge Detailing Manual
● Bridge Rating Manual
● Project Development Manual
● Erosion Control and Stormwater Quality Guide
● Field Log of Structures
● Cost Data Book
● Drainage Design Manual
● NEPA Manual
● Environmental Stewardship Guide
● Quality Manual
● Survey Manual
● Field Materials Manual
● Standard Plans, M & S Standards
● Standard Specifications for Road and Bridge Construction and Supplemental Specifications
● Item Description and Abbreviations (with code number) compiled by Engineering Estimates and
Market Analysis Unit (“Item Book”)
● Right-of-Way Manual
● The State Highway Access Code
● Utility Manual
● TMOSS Generic Format
● Field TMOSS Topography Coding
● Topography Modeling Survey System User Manual
● Interactive Graphics System Symbol Table

53
Appendix A
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

A.3. CDOT PROCEDURAL DIRECTIVES (using latest approved versions):

● No. 27.1 Social Marketing – Use of Web 2.0 and Similar Applications
● No. 31.1 Website Development
● No. 400.2 Monitoring Consultant Contracts
● No. 501.2 Cooperative Storm Drainage System
● No. 514.1 Field Inspection Review (FIR)
● No. 516.1 Final Office Review (FOR)
● No. 1217a Survey Request
● No. 1304.1 Right-of-Way Plan Revisions
● No. 1305.1 Land Surveys
● No. 1601 Interchange Approval Process
● No. 1700.1 Certification Acceptance (CA) Procedures for Location and Design Approval
● No. 1700.3 Plans, Specifications and Estimates (PS&E) and Authorization to Advertise for
Bids under Certifications Acceptance (CA)
● No. 1700.5 Local Entity/State Contracts and Local Entity/Consultant Contracts and Local
Entity/R.R. Contracts under C.A
● No. 1700.6 Railroad/Highway Contracts (Under Certification Acceptance)
● No. 1905.1 Preparation of Plans and Specifications for Structures prepared by Staff Bridge
Branch

A.4. FEDERAL PUBLICATIONS (using latest approved versions):


● Manual on Uniform Traffic Control Devices
● Highway Capacity Manual
● Urban Transportation Operations Training – Design of Urban Streets, Student Workbook
● Reference Guide Outline – Specifications for Aerial Surveys and Mapping by Photogrammetric
Methods for Highways
● Executive Order 12898
● Executive Order 11988 & 13690 FHWA Federal-Aid Policy Guide
● FHWA NHI Hydraulic Circular (HEC) and Hydraulic Design Series (HDS) Reports
● Technical Advisory T6640.8A
● U.S. Department of Transportation Order 5610.1E
● Geometric Geodetic Accuracy Standards and Specifications for Using GPS Relative Positioning
Techniques
● ADAAG Americans with Disabilities Act Accessibility Guidelines
● 23 CFR 771, the FHWA Technical Advisory T6640.8A
● 44 CFR 59-72, standards of the National Flood Insurance Program (NFIP)

54
Appendix B
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

APPENDIX B: DEFINITIONS
Note: For other definitions and terms, refer to Section 101 of the CDOT Standard Specifications for Road and
Bridge Construction and the CDOT Design Guide.

AASHTO American Association of State Highway & Transportation Officials


ADT Average two-way 24-hour Traffic in Number of Vehicles
AREA American Railway Engineering Association
ATSSA American Traffic Safety Services Association
ADAAG Americans with Disabilities Accessibility Act Guidelines
BAMS Bid Analysis and Management Systems
BFE Base Flood Elevation
BLM Bureau of Land Management
BNSF Burlington Northern /Santa Fe Railroad
BTE Colorado Bridge and Tunnel Enterprise
CA Contract Administrator – The CDOT Manager responsible for
the satisfactory completion of the contract by the Consultant.
CAP Construction Agreed Price
CBC Concrete Box Culvert
CDOT Colorado Department of Transportation
CDOT/PM Colorado Department of Transportation Project Manager – The
CDOT Engineer responsible for the day-to-day direction and CDOT
Consultant coordination of the design effort (as defined in Section 2 of
this document)
CDOT/STR Colorado Department of Transportation Structure Reviewer –
The CDOT Engineer responsible for reviewing and coordinating major
structural design
CDPHE Colorado Department of Public Health and Environment
CEQ Council on Environmental Quality
COG Council of Governments
COGO Coordinate Geometry Output
CONSULTANT Consultant for the Project
CONTRACT ADMINISTRATOR Typically a Region Engineer or Branch Head. The CDOT employee directly
responsible for the satisfactory completion of the contract by the Consultant.
The contract administration is usually delegated to a CDOT Project Manager (as
defined in Section 2 of this document).
C/PM Consultant Project Manager – The Consultant Engineer responsible
for combining the various inputs in the process of completing the
project plans and managing the Consultant design effort.
CTIO Colorado Transportation Investment Office
CWCB Colorado Water Conservation Board
DEIS Draft Environmental Impact Statement
DHV Future Design Hourly Volume (two-way unless specified otherwise)
DOR Design Office Review
DRCOG Denver Regional Council of Governments
D&RGW Denver & Rio Grande Western Railroad
EA Environmental Assessment
EIS Environmental Impact Statement
55
Appendix B
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

ESAL Equivalent Single Axle Load


ESE Economic, Social and Environmental
FEIS Final Environmental Impact Statement
FEMA Federal Emergency Management Agency
FHPG Federal Aid Highway Policy Guide
FHWA Federal Highway Administration
FIPI Finding In Public Interest
FIR Field Inspection Review
FONSI Finding of No Significant Impact
FOR Final Office Review
GPS Global Positioning System
MAJOR STRUCTURES Bridges and culverts with a total clear span length greater than twenty feet.
This length is measured along the centerline of roadway for bridges and
culverts, from abutment face to abutment face, retaining structures are
measured along the horizontal distance along the top of the wall. Structures
with exposed heights at any section over four feet and total lengths greater than
a hundred feet as well as overhead structures including (bridge signs,
cantilevers and butterflies extending over traffic) are also considered major
structures.
MHFD Mile High Flood District
MPO Metropolitan Planning Organization (i.e. Denver Regional Council
of Governments, Pikes Peak Area Council of Governments, Grand Junction
MPO, Pueblo MPO, and North Front Range Council of Governments).
MS4 Municipal Separate Storm Sewer System
NEPA National Environmental Policy Act
NFIP National Flood Insurance Program
NGS National Geodetic Survey
NICET National Institute for Certification in Technology
NOAA National Oceanic and Atmospheric Administration
PAPER SIZES See Computer-Aided Drafting Manual (CDOT); Table 6-13 and Table 8-1
PE Professional Engineer registered in Colorado
PM Program Manager
PLS Professional Land Surveyor registered in Colorado
PRT Project Review Team
PS&E Plans, Specifications and Estimate
PROJECT The work defined by this scope
PWQ CM Permanent Water Quality Control Measure
ROR Region Office Review
ROW Right-of-Way: A general term denoting land, property, or interest therein,
usually in a strip acquired for or devoted to a highway
ROWPR Right-of-Way Plan Review
RTD Regional Transportation Director
T/E Threatened and/or Endangered Species
SFHA Special Flood Hazard Area
SH State Highway Numbers
TMOSS Terrain Modeling Survey System
TOPOGRAPHY In the context of CDOT plans, topography normally refers to existing cultural
or manmade details.
56
Appendix B
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project

UPRR Union Pacific Railroad


USCOE United States Army Corp of Engineer

57

Common questions

Powered by AI

The integration of interdisciplinary teams enhances the Consultant's ability to execute construction projects by ensuring that all facets of the project are considered in a cohesive manner, from design to execution . This includes collaborating with various experts such as civil, electrical, environmental, and geotechnical engineers who contribute specialized knowledge to address complex project demands . Such integration also facilitates effective quality management, because it ensures that all documents align with the overall project objectives and cater to specific engineering and environmental considerations . Furthermore, interdisciplinary oversight helps in reducing errors and omissions by promoting comprehensive reviews and validations at all stages, contributing to more innovative, sustainable, and efficient project outcomes.

In a CM/GC procurement project, the Consultant's essential roles and responsibilities include collaborating closely with the Construction Manager on cost estimation, constructability, schedule, and risk management throughout the project's duration . This involves developing concepts and quantities for cost estimates, providing design updates, and maintaining project CPM schedules for both design and construction phases . The Consultant is also responsible for ensuring environmental compliance, supporting NEPA re-evaluations, and providing robust quality control to minimize error and omission risk . Additionally, they must assist in stakeholder communication, tracking action items, and meeting all project milestones .

The consultant approaches the creation of cost estimates at different project milestones by preparing detailed estimates during FIR, DOR, and FOR stages and providing final cost estimates for review prior to final set submission . These cost estimates include developing concepts, quantities, and addressing all comments to reach a 90% design development issue level before final adjustments . These estimates play a crucial role in project decision-making by offering a validated financial representation of project requirements, guiding budget allocations, identifying cost-saving opportunities, and facilitating informed decision-making on future improvements without precluding scalability or flexibility .

The Consultant employs several strategies to manage complex utility coordination, such as acting as a liaison between CDOT and utility companies for scheduling, coordination, and documentation concerns . They use a Utility Conflict Matrix to develop and review potential conflicts, collaborate on preliminary action plans, and determine cost implications for relocations . Additionally, the Consultant schedules and conducts meetings with utility providers to resolve complex issues, gathers GIS information, and coordinates with SUE consultants to ensure alignment with CDOT project datum . These strategies involve both initial assessments and ongoing engagements to address challenges as they arise throughout the project.

A comprehensive communications log is crucial in managing project decisions because it systematically tracks all crucial decisions, agreements, and changes, ensuring that there is a clear and accessible record of communications throughout the project . This log helps in maintaining transparency, providing accountability, and making it easier to revisit past decisions and rationale, which is essential for addressing any disputes or misunderstandings . It also contributes to effective project management by ensuring all stakeholders are informed and aligned, facilitating coordinated actions, and supporting timely decision-making processes that adhere to initial project scopes and timelines.

During the FOR (Final Office Review) stage, the Consultant must undertake several key steps to finalize utility plans, including coordinating FOR meetings with utility providers, reviewing, and approving relocation and installation plans, and ensuring these plans are compatible with CDOT construction plans . This involves integrating input from CDOT construction and design personnel, as well as relevant state and local agencies . The Consultant also develops draft utility specification documents, identifies utilities affected by design, prepares relocation cost estimates, and coordinates final approval of design plans with utility providers . Ensuring compatibility involves verifying that all utility facilities are accurately depicted and that there is no conflict with other design elements.

Survey coordination plays a critical role in project delivery by ensuring that all design and construction processes are based on accurate and comprehensive geographic information . The existing topographic survey, collected using aerial mapping and mobile lidar, provides foundational data for the project, reducing the need for repeated survey efforts . The consultant reviews this information to recommend areas requiring additional detail and verify existing CDOT Control, ensuring alignment with project datums . By leveraging the existing surveys effectively, the project can maintain consistency in design accuracy and reduce unnecessary costs and delays associated with new survey work.

Managing environmental compliance involves providing environmental support for NEPA re-evaluations and ensuring that all regulatory and clearance requirements are met throughout the project . The consultant is responsible for maintaining adherence to environmental guidelines and collaborating with stakeholders to update designs that support the EA (Environmental Assessment) process . They ensure that all environmental impacts are considered and addressed in design amendments, emphasizing sustainability and minimizing adverse effects . This proactive engagement with environmental regulations ensures compliance and aids in securing necessary approvals for continuous project advancement.

The consultant ensures quality management and control through the development and execution of a comprehensive quality management plan, which includes quality assurance and quality control measures to ensure accuracy and reduce errors or omissions . This is essential because it minimizes the need for rework, ensures constructability and maintainability, and aligns all documents with the broader project goals . Moreover, if the consultant is not the prime consultant, an additional quality assurance practice by the prime consultant is required to ensure that the work product meets its goals .

The key elements of the Utility Conflict Matrix include the identification and categorization of potential utility conflicts, coordination with SUE consultants, and planning for action in resolving these conflicts . This matrix aids in resolving utility-related issues by systematically documenting locations, types, and status of all identified utility conflicts, which is reviewed frequently to track resolution progress and adapt strategies accordingly . The matrix facilitates proactive communication and resolution strategies among utility companies, CDOT personnel, and other stakeholders, enabling identification of cost implications and required adjustments with clear assigned responsibilities, thus minimizing project delays and ensuring alignment with construction plans.

You might also like