I-270 Bridge Replacement RFP Document
Topics covered
I-270 Bridge Replacement RFP Document
Topics covered
TABLE OF CONTENTS
TABLE OF CONTENTS 1
INSTRUCTIONS 4
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 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
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.
5
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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.
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)
7
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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.
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.
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.
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
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.
12
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
Requirements are further described in the sections that follow. All work required to complete this Scope of
Work requires the use of English Units.
13
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
14
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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
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
17
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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
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
20
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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.
22
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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.
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
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
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.
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.
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.
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.
31
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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.
32
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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
36
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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
Telecommunications
CDOT continuous fiber optic conduit runs along I-270 and
(CDOT, Zayo, Sprint, Yes
services CDOT’s variable message signs
CenturyLink, Level 3)
38
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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
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
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
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
51
Draft Design Scope of Work – 9/1/2022
Project No. FBR 2706-044/C R100-364
I-270 Critical Bridge Replacements Project
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):
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
● 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
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.
57
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.