Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
990302.tiff
RESOLUTION RE: APPROVE CONTRACT FOR CONSULTANT ENGINEERING SERVICES AND AUTHORIZE CHAIR TO SIGN - LORIS AND ASSOCIATES, INC. WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with a Contract for consultant engineering services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Public Works Department, and Loris and Associates, Inc., with terms and conditions being as stated in said contract, and WHEREAS, after review, the Board deems it advisable to approve said contract, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Contract for consultant engineering services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Public Works Department, and Loris and Associates, Inc., be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said contract. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 17th day of February, A.D., 1999. BOARD OF COUNTY COMMISSIONERS W COUNTY, COO DO , ATTEST: IOm �� Dad K Hall, Chair • k.• Weld County Clerk to th i-, V i c f �Q� A l A d /i G4.A2/Cu ;L�_ !� /' arbare , , Kirkmeyer, ro-Tem J BY: 4/ o " 4 y Deputy Clerk to the Bo �- U xVI'V __A �/� --_-r eorge axer /P 'R ED TO FORM: //�� Gttc.; M. J. Geile % % orney &_ l'e( t 7/4 d{1/ Glenn Vaad -- C^; 114 1- C EG0038 , 403/4") y:alsH4D WELD COU1'fl WI MEMORAIJ f4 2: 36 Ile CLERK TO: Carol Harding T�AFTIEfF≥ ttgary 8, 1999 COLORADO Clerk to the Board FROM: Drew Scheltinga, P.E., Engineer III SUBJECT: Contract with Loris & Associates on Bridge 47/68B Agenda Item Enclosed is the Contract between Loris and Associates and Weld County for engineering consultant services on Bridge 47/68B. Please submit these documents to Commissioner Hall, Chair, for his signature, record, and return a copy of the recorded contract to my attention. m:\engineer\sig.mem 99o3° a CONTRACT THIS CON TRACT, made and entered into this /iti) day of je{ ti r5/ 19 C7 , by and between WELD COUNTY,COLORADO, by and through the Board of County Commissioners of the County of Weld, Colorado, hereinafter referred to as "County,"and WHEREAS, LORIS AND ASSOCIATES will hereinafter be referred to as the "Consultant," WHEREAS, authority exists in the law and funds have been budgeted, appropriated and otherwise made available and a sufficient unencumbered balance thereof remains available for payment in the Weld County Road and Bridge Fund; and WHEREAS, required approval, clearance,and coordination has been accomplished from and with appropriate agencies; and WHEREAS, the County requires consultant engineering services for a project identified as Bridge WEL047.0-068.0B (BRO CO30-019)to perform engineering hereinafter referred to as "the Work"; and WHEREAS, by its Invitation for Consultant Services, advertised on August 19, 1998, the County sought statements of interest from persons qualified to perform the work from which to select the responsible Consultant; and WHEREAS, the selection of the Consultant by, the County was based upon a comparative evaluation of the professional qualifications necessary for the satisfactory performance of the work, in relation to other available Consultants so qualified and in conformity with the principle of selection of the most highly qualified Consultant for the Work; and WHEREAS, the County deems it to be in the public interest to engage the Consultant to perform the aforementioned services; and WHEREAS, the County and the Consultant desire to enter into this contract; and WHEREAS,it has been determined that no County agency can reasonably provide "in house" services required of the Consultant; and NOW, THEREFORE, it is hereby agreed: m:\agreemnt\loris.agr 1 9903° ARTICLE I DESCRIPTION OF THE WORK SECTION 1. WORK LOCATION The Work is on Weld County Road (WCR) 47 as more specifically identified in Exhibit A (Scope of Work), which is attached hereto and made a part hereof. SECTION 2. SCOPE OF WORK A. The work under this contract shall consist of engineering as more specifically described in Exhibit A. B. The parties may supplement this contract in writing to provide additional Consultant services on this project as requested by the County. C. If the County changes the scope of the work, then an adjustment in contract terms may be negotiated and implemented by written supplemental contract or change order. Any claims by the Consultant for such an adjustment must be made by the Consultant to the County in writing describing the basis; therefore, prior to the Consultant's performing any work or incurring any cost to be covered in the anticipated supplemental contract or change order. Any work performed or cost incurred by the Consultant without first providing such notice and executing a supplemental contract or change order shall be deemed to be covered by the compensation and time for performance provisions of this contract. ARTICLE II COMMITMENTS ON THE PART OF THE CONSULTANT SECTION 1. GENERAL REOUIREMENTS A. The Consultant shall undertake and faithfully fulfill the requirements of this contract. B. Pursuant to the County's written Authorization to Proceed, the Consultant shall perform the work described in Exhibit A in close cooperation with the County and in accordance with the schedule and provisions of this contract in a manner acceptable to the County. C. The Consultant shall be responsible for the work being accurate and complete. D. If performance and/or completion of the work requires the acquisition of computer software by the Consultant, such software shall be acquired in compliance with the procurement requirements of the Colorado Procurement Code and Procurement Rules and 48 CFR 18, and the license for such software shall be transferred to County as a deliverable at the end of the contract. 2 90030: . SECTION 2. COMMENCEMENT AND COMPLETION OF THE WORK A. The Consultant agrees to begin performance of the work on the date indicated in the County's written "Authorization to Proceed",as provided in Article III, Section 3,Paragraph B, herein. The date indicated in the "Authorization to Proceed" shall be the date upon which all contract time-count for completion of the Work shall be based. B. Except as may be changed by supplemental contract, the Consultant shall complete the work within 120 calendar days from the date set for commencement of the work in the written Authorization to Proceed, exclusive of all days lost for review and approvals by the County, or by other official agencies whose approval must be obtained by the County. All days lost for review shall be documented in the Consultant's certified progress reports. SECTION 3. CHANGE ORDER LETTERS A. During the term of this Contract and subject to the terms of this Section,the County may make changes only to the specifications and/or to the scope/statement of work within the general scope of this contract through a bilateral "Change Order Letter," for any of the following reasons: (1) Where agreed changes result in no adjustment to the cost, delivery schedule, or other terms and conditions of the contract,the change letter will contain a mutual release of claims for adjustment of price, cost, time for performance, or other terms and conditions, whether based on costs of changed work or direct or indirect impacts on unchanged work, as a result of the change; or (2) Where the changes to the contract are priced based on the unit prices to be paid for the goods or services in Exhibits A and B; or (3) Where the changes to the contract are priced based on established catalog prices generally extended to the public. B. The written Change Order Letter will be substantially in the form at Exhibit C, and it must bear the signature of the Board of County Commissioners and of the Consultant. The Change Order Letter must also be signed by the Board of Weld County Commissioners, except where the parties agree on the face of the Change Order Letter that no price/cost, schedule or other contract adjustments to the Contract are required as a result of the Letter. C. The Change Order Letter shall refer to the basic contract and include a detailed description of the changes to the contract,the price or cost ceiling adjustment,the effective date, and (where applicable)the time within which the changed work must be done. D. Any other proposed changes or modifications to this Contract that do not comply with the terms of this Section must be executed by a formal Contract Amendment, approved in accordance with state law rather than by Change Order Letter. 3 990 30.N ARTICLE III COMMITMENTS ON THE PART OF THE COUNTY SECTION 1. GENERAL REOUIREMENTS A. The County shall provide those services and single copies of those publications which are described in Exhibit A. B. The County's reproduction facilities will not be available to the Consultant. SECTION 2. SERVICES BY COUNTY A. The County will provide access to County computer resources to the Consultant for the work only as expressly provided in Exhibit A. SECTION 3. COUNTY OBLIGATIONS A. The County's Project Manager is designated to inspect the work and to coordinate all stages of the work. Notwithstanding such inspection and coordination,the Consultant shall remain solely responsible for the accuracy and completeness of the work. B. Subsequent to execution of this contract by all required signatories,the County shall notify the Consultant, in writing,to commence work,by an"Authorization to Proceed" (Article 11, Section 2, Paragraph A). C. Upon written notice from the Consultant of the existence of causes over which the Consultant has no control and which may delay the work, the County may, if it finds said causes sufficient, extend the time specified in Article 11, Section 2, Paragraph B for completion of the work by a supplemental contract. D. County consent to the formal submittals by the Consultant must be given in writing in all instances. If verbal consent is first given by the County in the interest of progressing the work, it shall be confirmed in writing by the County as quickly as possible. ARTICLE IV COMPENSATION FOR THE WORK SECTION 1. ESTIMATED OST AND FIXED FEE A. The estimated cost of the services described in Exhibit B is the sum of direct labor costs, indirect costs, other direct costs, subconsultant costs, and a fixed fee, as detailed in the Consultant's final cost proposal for the services which is attached hereto and made a part hereof as Exhibit B. Subject to the terms of this contract, including but not limited to,Article IV, Section 1.3.B.(3)and Article 11, Section I.D., Consultant billings and County payments 4 996.30 shall be based upon the utilization of a fixed indirect cost rate of 150.7 percent of direct labor costs. B. Subject to the terms of this contract,the Consultant will be compensated for performance of the work as provided herein. Such payment shall be full compensation for work performed or services rendered and for all incidentals necessary to complete the work. Payment to the Consultant for work accomplished by the Consultant or any subconsultant under the terms of this contract shall be made on an hourly basis according to the fee schedule in Exhibit B. (1) The total compensation due the Consultant for the full performance of the work described in Exhibit A shall be the sum of the actual direct labor costs, the indirect costs, other direct costs,and subconsultant costs,as determined by final audit within three years of the final billing for Consultant services. This total shall not exceed the estimated maximum cost without the benefit of a supplemental contract executed before the work or cost to be covered in such a supplement is performed or incurred. (2) The County shall retain approval authority over all reimbursable cost items incurred. The Consultant shall remain within the estimated maximum cost of $89,427.00. During the progress of the work, if the Consultant determines, based upon Consultant's monitoring of costs, that the work cannot be concluded within the estimated costs, the Consultant shall immediately notify the County in writing of such determination and, after consultation with the County, shall cease work before the costs exceed the maximum cost of the contract until the County supplements this contract by a change in finding,a change in work program,or a combination of both. (3) All cost and revenue records of the Consultant shall be available for inspection by authorized State, County,and FHWA personnel during normal business hours at the offices of the Consultant and reasonable copies of such records shall be supplied by the Consultant at no cost to the County upon request. SECTION 2. COST OF CONTRACT The total cost of this contract shall not exceed a maximum of$89,427.00 without benefit of a written supplemental contract executed before the work or cost to be covered in such a supplemental contract is performed or incurred. Any work performed or cost incurred by the Consultant,which exceeds the maximum cost specified above without a prior supplemental contract authorizing such work or cost shall be deemed to be covered by the compensation and time for performance provisions of this contract. ARTICLE V 5 990_30 171 GENERAL PROVISIONS SECTION 1. LEGAL RELATIONS AND RESPONSIBILITIES i. Appendix A entitled "Legal Relations and Responsibilities to the Public," "Special Provisions," Appendix B "Certification Regarding Debarment, Suspension and Other Responsibility Matters-Primary Covered Transactions" and Attachment LO "Certification for Federal-Aid Contracts" are attached hereto and hereby made a part of this contract. For purposes of the special provisions the Consultant shall be "the Consultant". ii. The Consultant shall be responsible for compiling the information for and obtaining the signatures upon the "Certification of Consultant" which is attached hereto and hereby made a part of this contract. iii. The Consultant shall carry Professional Liability Insurance to protect the County from any losses incurred as a result of the Consultant's errors or omissions in the performance of the work. SECTION 2. FUNDING This contract shall be payable from the County Road and Bridge Fund. The maximum cost to the County shall not exceed $89,427.00 as set forth in Article IV, Section 1, subject to the conditions for a supplemental contract or funding letter, as set forth in herein. SECTION 3. FUNDING LETTERS Under this Contract,the Consultant has agreed to provide the services at the rates and on the terms as described herein as needed to satisfactorily perform and complete the Contract work, subject to the availability of funding. A. Funds are currently available and encumbered for the work in the amount specified above. However, the total quantity(ies) of the services to be provided by the Consultant to complete the work, and the resulting total funding amount(s) to be provided by the County in exchange therefore, as described in this Contract or otherwise made known to the Consultant, are only estimated. B. If the County determines,unilaterally,that it has underestimated/overestimated these total quantity(ies), it has the right to take the following action(s): 1. To increase/decrease the amount of available funds under this Contract; and/or 2. To order more/less of the same services on the same rates and terms during the term of this contract, in accordance with the ordering provisions of this contract. Provided that the Consultant shall not accept any orders which create a financial obligation of the County exceeding the specified amount of 6 99030 <9" create a financial obligation of the County exceeding the specified amount of available funds(as may be increased under this section), and the Consultant shall notify the County when County commitments, paid and unpaid, are within 10% of that amount. The County shall not be liable beyond that amount. In the event of either action,the County will notify the Consultant thereof by Funding Letter. The Funding Letter will be in a form substantially equivalent to that in Exhibit D, and it shall not be deemed valid until it shall have been approved by the Board of Weld County Commissioners. SECTION 4. NOTICES All communications relating to the day-to-day activities for the work shall be exchanged between the County's Project Manager and the Consultant's Project Manager. All other notices and communications in writing required or permitted hereunder shall be deemed to have been given when delivered personally to the respective representatives of County and Consultant, set forth below, or when deposited in the United States Mail, properly addressed and with first class postage fully prepaid. Until changed by notice in writing, all such notices and communications shall be addressed as follows: If to County: If to Consultant: Drew Scheltinga, P.E. Peter J. Loris, P.E. Engineer III Principal Weld County Public Works Dept. Loris and Associates, Inc. P.O. Box 758 2735 Iris Avenue, Suite B Greeley, CO 80652-0758 Boulder, CO 80304 SECTION 5. CONFLICTS Should a conflict occur between the provisions of this contract proper and Exhibit A or attachments hereto, the provision of this contract proper shall govern. SECTION 6. INDEPENDENT CONSULTANT THE CONSULTANT SHALL PERFORM ITS DUTIES HEREUNDER AS AN INDEPENDENT CONSULTANT AND NOT AS AN EMPLOYEE. NEITHER THE CONSULTANT NOR ANY AGENT OR EMPLOYEE OF THE CONSULTANT SHALL BE,OR SHALL BE DEEMED TO BE, AN AGENT OR EMPLOYEE OF THE COUNTY, AND THEY SHALL HAVE NO AUTHORIZATION,EXPRESS OR IMPLIED,TO BIND THE COUNTY TO ANY AGREEMENTS, SETTLEMENTS, LIABILITY, OR UNDERSTANDING EXCEPT AS EXPRESSLY SET FORTH HEREIN. THE CONSULTANT SHALL BE RESPONSIBLE TO THE COUNTY FOR THE ULTIMATE RESULTS OF PERFORMANCE REQUIRED HEREUNDER, BUT SHALL NOT BE SUBJECT TO THE DIRECTION AND CONTROL OF THE COUNTY AS TO THE MEANS AND METHODS OF ACCOMPLISHING THE RESULTS. THE 7 99030 a, SPECIFICATIONS IN THIS CON 11(ACT OF PARTICULAR PERFORMANCE STANDARDS THAT THE COUNTY DEEMS ESSENTIAL TO PROPER PERFORMANCE AND CONTRACT VALUE SHALL IN NO EVENT BE DEEMED TO ALTER THIS RELATIONSHIP. THE CONSULTANT SHALL PAY WHEN DUE ALL REQUIRED EMPLOYMENT TAXES AND INCOME TAX WITHHOLDING, INCLUDING ALL FEDERAL AND STATE INCOME TAX ON ANY MONEYS PAID PURSUANT TO THIS CONTRACT. THE CONSULTANT SHALL PROVIDE AND KEEP IN FORCE WORKERS COMPENSATION (AND SHOW PROOF OF SUCH INSURANCES AND UNEMPLOYMENT COMPENSATION INSURANCE IN THE AMOUNTS REQUIRED BY LAW,AND SHALL BE SOLELY RESPONSIBLE FOR THE ACTS OF THE CONSULTANT, ITS EMPLOYEES AND AGENTS. THE CONSULTANT ACKNOWLEDGES THAT THE CONSULTANT AND ITS EMPLOYEES ARE NOT ENTITLED TO THE BENEFITS OF WORKERS COMPENSATION INSURANCE OR UNEMPLOYMENT INSURANCE UNLESS THE CONSULTANT OR A THIRD PARTY PROVIDES SUCH COVERAGE AND THAT THE COUNTY DOES NOT PAY FOR OR OTHERWISE PROVIDE SUCH COVERAGE. SECTION 7. TERM OF CONTRACT The term of this contract shall begin upon the date first written above and extend to the date of final payment for the work or final audit of the work, whichever is pertinent to this contract, unless earlier terminated by the County. SECTION 8. SIGNATURE AUTHORITY The Consultant represents and warrants that it has taken all actions that are necessary or required by internal procedures and bylaws, and applicable law, to properly authorize the undersigned signatory for the Consultant to lawfully execute this contract on behalf of the Consultant and to bind the Consultant to its terms. SECTION 9. CONFLICT OF INTEREST The Consultant represents and warrants that it currently has no interest,and shall not acquire any interest,direct or indirect,that would conflict in any manner or degree with the performance of the Consultants services under this contract. The Consultant further covenants that, in the performance of this contract, it will not employ any person or firm having any such known interests. SECTION 10. TERMINATION PROVISIONS This contract may be terminated as follows: A. Termination for Cause. If,through any cause,the Consultant shall fail to fulfill, in a timely and proper manner,his obligations under this contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this contract, the County shall thereupon have the right to terminate this contract for cause by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In that event,all finished or unfinished documents, data, studies, surveys, drawings, maps, 8 99��3oa models, photographs, and reports or other material prepared by the Consultant under this contract shall, at the option of the County, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. Notwithstanding above,the Consultant shall not be relieved of liability to the County for any damages sustained by the County by virtue of any breach of the contract by the Consultant,and the County may authorize any payment to the Consultant for the purposes of setoff until such time as the exact amount of damages due to the County from the Consultant is determined. If after such termination it is determined, for any reason,that the Consultant was not in default, or that the Consultant's action/inaction was excusable, such termination shall be treated as a termination for convenience,and the rights and obligations of the parties shall be the same as if the contract had been terminated for convenience, as described herein. B. Termination for Convenience. The County may terminate this contract at any time the County determines that the purposes of the distribution of County monies under the contract would no longer be served by completion of the work. The County shall effect such termination by giving written notice of termination to the Consultant and specifying the effective date thereof, at least twenty (20) days before the effective date of such termination. In that event, all finished or unfinished documents and other materials as described in Termination for Cause shall, at the option of the County,become its property. If the contract is terminated by the County as provided herein,the Consultant will be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the Consultant covered by this contract, less payments of compensation as the services actually performed bear to the total services of the Consultant covered by this contract, less payments of compensation previously made,provided, however, that if less than sixty percent (60%) of the services covered by this contract have been performed upon the effective date of such termination, the Consultant shall be reimbursed (in addition to the above payment) for that portion of the actual out-of- pocket expenses (not otherwise reimbursed under this contract)incurred by the Consultant during the contract period which are directly attributable to the uncompleted portion of the services covered by this contract. But if this contract is terminated for cause, or due to the fault of the Consultant,the Termination for Cause provision shall apply. C. Termination Due to Loss of Funding. The parties hereto expressly recognize that the Consultant is to be paid, reimbursed, or otherwise compensated with federal funds provided to the County for the purpose of contracting for the services provided for herein, and therefore, the Consultant understands and agrees that all its rights, 9 W030 demands and claims to compensation arising under this contract are contingent upon receipt of such finds by the County. In the event that such funds or any part thereof are not received by the County,the County may immediately terminate or amend this contract. SECTION 11. MAINTENANCE OF RECORDS The Consultant shall maintain a complete file of all records, documents, communications, and other written materials which pertain to the operation of programs or the delivery of services under this contract, and shall maintain such records for a period of three(3)years after the date of termination of this contract or final payment hereunder,whichever is later,or for such further period as may be necessary to resolve any matters which may be pending. All such records, documents, communications and other materials shall be the property of the County,and shall be maintained by the Consultant in a central location and the Consultant shall be custodian on behalf of the County. SECTION 12. INSPECTION OF RECORDS The Consultant shall permit the County, State, and Federal government, or any other duly authorized agent of a governmental agency to audit, inspect, examine,excerpt,and/or transcribe the Consultant's records during the term of this contract and for a period of three (3) years following termination of this contract or final payment hereunder,whichever is later,to assure compliance with the terms hereof, or to evaluate the Consultant's performance hereunder. The Consultant shall also permit these same described entities to monitor all activities conducted by the Consultant pursuant to the terms of this contract. As the monitoring agency may in its sole discretion deem necessary or appropriate, such monitoring may consist of internal evaluation procedures, examination of program data, special analyses, on-site check, or any other reasonable procedure. SECTION 13. SURVIVAL OF CONTRACT TERMS Notwithstanding anything herein to the contrary, the parties understand and agree that all terms and conditions of this contract and the exhibits and attachments hereto which may require continued performance or compliance beyond the termination date of the contract shall survive such termination date and shall be enforceable by the County as provided herein in the event of such failure to perform or comply by the Consultant. SECTION 14. MODIFICATION AND AMENDMENT This contract is subject to such modifications as may be required by changes in federal or state law, or their implementing regulations. Any such required modification shall automatically be incorporated into and be part of this contract on the effective date of such change as if fully set forth herein. Except as provided above, no modification of this contract shall be effective unless agreed to in writing by both parties in an amendment to this contract that is properly executed and approved in accordance with applicable law. SECTION 15. SEVERABILITY To the extent that this contract may be executed and performance of the obligations of the parties may be accomplished within the intent of the contract, the terms of this contract are 10 9903oa severable,and should any term or provision hereof be declared invalid or become inoperative for any reason, such invalidity or failure shall not affect the validity of any other term or provision hereof. The waiver of any breach of a term hereof shall not be construed as a waiver of any other term, or the same term upon subsequent breach. SECTION 16. LIMITATION TO PARTICULAR FUNDS The parties hereto expressly recognize that the Consultant is to be paid, reimbursed, or otherwise compensated with funds provided to the County for the purpose of contracting for the services provided for herein,and therefore,the Consultant expressly understands and agrees that all its rights, demands, and claims to compensation arising under this contract are contingent upon receipt of such funds by the County. In the event that such funds or any part there of are not received by the County,the County may immediately terminate this contract without liability, including for termination costs. SECTION 17. COMPLETE UNDERSTANDING This contract is intended as the complete integration of all understandings between the parties. No prior or contemporaneous addition,deletion,or other amendment hereto shall have any force or effect whatsoever, unless embodied herein by writing. No subsequent novation, renewal, addition, deletion, or other amendment hereto shall have any force or effect unless embodied in a written contract executed and approved pursuant to the County Fiscal Rules. SECTION 18. ASSIGNMENT This contract is in the nature of personal services, and the Consultant may not assign its rights or duties under this contract without the prior written consent of the County. SECTION 19. SUCCESSORS AND ASSIGNS Except as herein otherwise provided,this contract shall inure to the benefit of and be binding upon the parties hereto and their respective successors and assigns. SECTION 20. ENTIRE AGREEMENT/BINDING EFFECT The writing, together with the exhibits hereto,constitutes the entire Agreement between the parties and shall be binding upon said parties,their officers,employees,agents and assigns and shall inure to the benefit of the respective survivors,heirs,personal representatives,successors and assigns of said parties. SECTION 21. NO WAIVER OF IMMUNITY No portion of this Agreement shall be deemed to constitute a waiver of any immunities the parties or their officers or employees may possess, nor shall any portion of this Agreement be deemed to have created a duty of care which did not previously exist with respect to any person not a party to this Agreement. SECTION 22. NO THIRD PARTY BENEFICIARY ENFORCEMENT It is expressly understood and agreed that enforcement of the terms and conditions of this 11 9903oa Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. IN WITNESS WHEREOF, the parties hereto have executed this contract thel7th day of February , 1999 . CONSULTANT: By tilE/4�f/ Title 273 bell / * 1iig. lr Address: Tjaut,P CO 49. 3O4 TE ATTEST: LW ., //i/JE �� _' COUNTY: Weld County Clerk to the •• r' ` a� __ _ By: /' .Ll t .1! 1. a, �� By: :_\11 Deputy Clerk to the Boaz. _ 1 Dale K. Hall, Chair ( 2/17/99) Board of County Commissioners of the County of Weld, State of Colorado m:wpfiles\agreemm\loris.agr 12 99030 Although the sheets for Work Task are shown as draft, they are to be used as ) EXHIBIT A originals. Work Task Descriptions The following includes work descriptions for all tasks normally accomplished during this phase of the work. The tasks that are the responsibility of the consult t ar entified in Part 1 of "Scope of Work" . The Consultant should rado section to identify applicable material. Con ct larification Department of Transportation/Project Manager / is required (see Section 2.01) . bui ct The following activities of communication, onse oaubiii d team reviews, conceptual design, data gat ultant cume an formal public notice should be planned bymenu of n the CDOT coordinated with the CDOT/PM to: satisfy the ecnts fsthent will T Action Plan (see Attachment A) . The time o.. om_ ed li finish the overlap and parallel paths of activity shq, d 4_ rt. development phase in accordance with the shortest 'possYble schedule. The type and number of meetings, documegaptc. , irtiggiOdepend on the category and characteristics of the al Ct,,,,,ork. k project plan shall be developed by the Consultant whi 7saC400e0,.the ,:requirements of the project developement . This plan must be_‘approved`.by the Contract Administrator (see Section 2 . oi) before' starting ..the work . A. proiect Initiatic:': and Continuing Requirements la . If this corarac:: is ,fcr the production of Right -o'_ -Way plans, the consul:an: or sub-consu3'i Iit>tactually designi-.c the :ight- c..s,:Y of-Wayspians snal3.;' ttend `a re-survey" conference with the ' lb. A "Pr e ' co cc et anybetween consultant n e CDOT/PM her Y survey work performed. 2. R- s. envir•.,t4ig -Ti . mitigation requirements and ensure that ryi.-y are inc14 Q :- n the plan for design. 3. :t" independ- .; Jdesign review shall be performed on any design `-ccomplishe•, 6 others that will be used in this project. 4 lop eject Schedule and assign tasks. S. 'V__° design criteria. Submit a copy of Attachment B with `3" appropriate items completed. SCOPE OFWORK- PART 2 Page 43 . . 990302 6 . Initiate survey. Arrange Preliminary Field Survey and/or Aerial Survey. CDOT Form 1217a is an outline of a complete survey request and may be used as a guide for completing the survey plan. The Survey Manual provides an agenda for the Pre- Survey Conference. 7 . Obtain necessary Right-of-Entry and permits. a. Some activities which may require work on and ,::a not controlled by the CDOT. In such cases t ultant shall obtain the necessary written pe " lion er the premises.Included in this wri pe ill be the. names and telephone numbers of 'rsons should $ notification' prior to entry be p- cessa R• itt permissions apply to CDOT pers - el well a t personnel. CDOT Form 730 may ' for this Signed copies of the written p Sion will be mitted to the CDOT/PM prior to entering al ape property for survey work. b. Some activities such as materials testing .on. existing pavement and structures may ;require a permit. Permits will be obtained and copies submitted to the CDOT/PM. 8 . Traffic Control. Consultant field 'activities that interfere with traffic operation within existingroadways will require control of existing traffic. The Consultant will plan and provide any required trafficcontrol for the survey, testing, or design process . Traffic control operations will be in accordance with the MUTCD 'he ponsultant will note that the proposed methodlforhandlingY,, -₹ic must be acknowledged in writ •r .y th M. Also. btertification of the Traffic Co . ,pe a Worisite Traffic Supervisor by the Ame r~<< affi Services Association (ATSSA) shall be requi k 9. Initi� iir T 4 -- s• mit the following samples to the isi•• for ; ...1: J.- An origi sheet that complies with Part 2 Section 2 of this s • - of work. - Photogra ;r -tric and/or survey data and a drawing or photogr < - in accordance with the requirements specified in Part -ction 2 of this scope of work. Note: . .F1?"fl plan sheets or photogrammetric survey work will be c «at ished until satisfactory samples have been received and approved by the CDOT/PM. SCOPE OF WORK-PART 2 Page 44 990302 10 . Progress Meetings a. The CDOT and Consultant Project Managers will meet periodically as required (typically at two-week intervals) . These Progress Meetings will be used to coordinate and track the work effort and resolve problems. The meetings will review the following: (1) Activities required to be completed singe the last meeting. (2) Problems encountered and feet' of previous Problem resolosions. .^ (3) Late activities. fir' (4) Activities required toilbe comp ted n progress meeting. (5) Solutions proposed fox's:,._4 . ved and • ted problems. d� (6) Information or items requixedtfrom other agencies. b. Other required meetings are describedan subsequent sections . 11. Structure Review Meeting. Whiie,the major structural design work is progressing, the Consultant stall meet periodically with the CDOT Structure Reviewer'to texriew'the work. These meetings may be in addition to, or in-teonjunction with, the Project Progress Meetings. Minutes of these meetings shall be prepared by the Consultant and submitted to the CDOT/PM, with a copy to the CDOT Structure Reviewer. Typically, these Structure Review, Meetings shall be no less than once every two months:,nor mor an once .everytwo weeks. The complexity of the =:rT.cture considered by the CDOT Structure o d. the frequency of review meetings. 12 . Proje u" ?=cemen he`tconsultant will coordinate all the work to.-. 3 = . • ac -'shed by all parties to ensure project work ss rtage re on schedule. B. • as - .a/1 - • . 11 1. 'c •mmunication _ • i Consensus Building. Establish and maintain a ; omputerized :'' st of all appropriate receptors for the =ommuni.cati•h.c process. o. s will be compiled from the general "contact list" supplemented by the Project Review Team and the __ i -es at public meetings. The list will be used for notices regarding public meetings, SCOPE OF WORK- PART 2 Page 45 mailing newsletters, or other communications as appropriate. The information on the list shall include as a minimum: Name Firm (if any) Mailing/E-Mail address Phone/Fax number a. Contact List: Public Agencies G , Elected/Appointed Officials L " Neighborhood Groups Y '` �vF. Property Owners/Tenants Business Interests t • Special Interests Railroads Media Contacts l{,4, Fr 2 . Public Notices/Advertisement .404aAdvertise the proposed pr p ecp-Sn accozdante with the CDOT Action Plan. Copies of,,4444;dVprtisement shall also be mailed to the individyals onub'he "contact list" . Following the public notice, conduct small group and general public meetings to- gather information which will be used to formulateand test the alternative designs. a. General Meetings. Th%9 es.-and number of public meetings shall be flexible anddet$ ned by an interactive process asiiapproved -byrthe CDOTPgf Minutes shall be provided by c;t ac F M wx' • ( � t Gro ,g `ja gs (one-on-one) . Meet with property ines-, _Y rs or others directly affected by the "or ork identify likely impacts and discuss pos "tigation or resolutions. Minutes of thesemeet ., -; 'rs °1 be provided to all participants. (2) Genera:` •lic Meetings (informal and workshops) . The fo of these meetings will be dictated by the pro", t and goals for the meetings. Informal meetings �: - used to establish communication with the public, far to the "contact list" , and gather information N `' regarding local concerns. The meetings may also take a d s' work session or workshop approach so that the community members who are those closest to local problems and the local decision-making process will have an"opportunity SCOPEOFWORK-PART2 -PART 2 Page 46 990302 to informally test and evaluate various alternatives and constraints. (3) Project Review Meetings . These meetings are intended to disseminate project progress information to the public and representatives of local entities. Notices will be mailed at least 14 days in advance of these meetings to those on the "contact list" . The - Consultant will provide the presentation aihf e, conduct the meeting, and provide complete mi the meetings to CDOT. 4,71 Fes. b. Communication Aids rt (1) Graphics Support. Provide e g ics }' 13czt presentations and environ currents. hJ?himay include 35mm slides, overhe. jector slides; maps and plan views of conceptual gn, and other displays for visual presentations atnee ga.• (2) Newsletter. A newsletter which v7' . ontain project progress information and4.ainouncem'exfbs`-wi11 be published at the speefied4` .nterval "and will be distributed to those' on thi` contact' list" specified by the CDOT/PM. (3) Wall Displays . Wall .displays shall be developed which communicate the project goals and mitigations. These ese displays will be approved by the CDOT/PM prior to work commencement ;and will; be placed in areas approved/selecteds"by0�*+7`5T• ;< . � udy Md. r, V. Construct a study model to depict the e.eo;ect -4 � -� al characteristics for public display. T� • (5) _< effic J° ain and maintain an office within the rea "z conduct small group meetings and pro ¢•,r •lays/information to the public. 3 e to Locatio eys. Surveys will be conducted in cordance wi*' a CDOT Survey Manual, the latest addendum hereof, and .`-. .licable state statutes. Presu► , Conference: (See CDOT Form 1217a, Form 2 . :si., A Presurvey conference shall be held as per urvey Manual, Chapter 3, Section 3 and Chapter 4, = tion 03 (as revised) . - b. Survey Data Research: Research shall be done as per CDOT SCOPE OF WORK-PART 2 Page 47 Survey Manual, Chapter 1, Section 3, and Chapter 4, Section 3 as amended also the CDOT Right-of-Way Manual, Chapter 2 (as revised) . c . Secure Rights of Entry: Use From 730 as revised, following procedures in the CDOT Survey Manual Chapter d. Project Control Survey: (1) Project control shall be tied to rest Colorado High Accuracy Re renc rk Station stations (BARN) . In the event t are within 5 kilometers of proj s on n a , ' 1:1,000.,000 accuracy) , H ARN er B-2, 1:500,000 accura ad tonal Densification station set. 'B'',, -'e Book procedures shall be fo . , for all Densification stations. swill include proper spacing using proper on, equipment, " $ o observation procedure** cooa�'t,..n through the Colorado State Geodetic Adviso and,Wsubmission to NGS for inclusion,Aa, • e. NationlaD aatabase. i (2) Monumentation ^4+taterta all be supplied by CDOT and care is tb be taken'ao :install said monumentation in locationsthat are readily usable for the project and in as ' safe a location so that they can be utilized throughout construction (No monumentation shall beset on or near the centerline of .the_Proposed roadway) . (3jt LOdilfittProject40gnttol: Survey the required project contpo . (centeiline/baselines and elevation • riagra-�' . '' -s gegrape . Prepare a ical re ,resentation of rol Survey -, ciagra�c � z: '�?9 g Ph lumen `d for control. Tabulate the ;p:i.ti ;etna „ and physical description of all found r . _ „ ,ts and other physical evidence. rr 5 r - Photogra '. (1) ti era Calibration Report (2) -r`,ight Plan (3) ' light 4 , Contact Prints Negatives Enlargements (7) Photo Index (8) Supplemental Survey (wing points) SCOPE OF WORK-PART 2 Page 48 990302 f . Supplemental surveying: As required and specifically requested. g. Accuracy Tests : Tests are to be performed on a regular basis throughout the project by the consultant. h. Review by Professional Surveyor: The accuracy tests are to be reviewed by the P.L.S. in Responsible charge for the project, and submitted to the project engineer awl made part of the project records. Further rev w o 1 aspects of the field and office work shall also responsibility of the P.L.S. in R ns e. survey, Note: The completed survey shall be revi by omp'&ete unit. Two weeks should be provide in th h .:" s the review and sufficient time a id b ovided s all comments provided by this revi t!:t resulting from this pesiqu sha l ll not proceed until al co�ea� ew have been * sfactor� w address. 1 be con'du'cted in 4 . Route Location Surveys. re Surve o ualE and the latest addendum accordance with the CDOT Su thereof . a . Field Surveys (1) Presurvey Conference, (2) Primary Control Net (3) Secondary Conntrol ••Net cO'' (4) Supplemental Control'' S -•, lobal'.' . �v"'oning.:,S r eY s • ume << racy Y e b. Pho ra ric ng Aer ;",ography (2) Data r, on (a) T =phic contours (b) P_ - metric (Topography) (3) Map c.r. pilation Tf (a) .. J dex Maps ( . ` inished Maps 5 = 1 Design. The following conceptual design development managed by the Consultant to occur along with the communication, project team reviews, data gathering, socioeconomic mitigations, environmental mitigations, and SCOPE OF WORK-PART 2 Page 49 - documentation activities in parallel paths as appropriate to complete the process in the minimum time feasible. a. Urban Planning and Esthetics . Provide conceptual designs for multi-modal paths and open space connections for each alternative. Develope Planting and open space concepts that consider access to adjacent areas, the creation of open space, and impacts on existing and future adjacent development. Develop preliminary sketch concep.6' , of es and landscape/street scape improvem ' for the short, listed alternatives. Develop _ and drawings? of bridge structures, plantingOasses, d illustrating access and development po ential iacent areas for the alternatives to ' zed in the„,:_ _.. Environmental Assessment (EA) '(a sdined to be to bfld alternatives) . � �sE Relative visual qualities of the al$tatves, including visual impacts of proposed improvemen1*pn' adjacent areas and views from the roadway, wi11,_ be considered" Determination of minimum' y2Sual ;mpacts *rom adjacent areas and acceptable views fxom the4roaiiway will be made as part of the alternatives analysis. '`Four sketch-photo simulations will be prepared for"each` alternative . Each simulation will contain a:'"before" -and "after" illustration of existing conditions and proposed design. b. System Feasibility Study for,ir terchanges. When required, a-,iSystem Feasibility sbudy, wi'll be prepared in accordance w Procedux Direc& Wec:601 . 0 . Typically, the System F =3bili�tyr r�r - must consider, as a minimum: alternate acct tory, congestion, effects of the i _ s •e o ' sting highway system, effects on ,. adj -fix � ��^terc *_� _�=, economic development impact, and nt improving local roadways. Refer to is Pr• <, .i-4_ ,, Directive for additional details A draft s =hall be submitted to CDOT for review and comment ps0 to final submission. ,:. Alterna " es Analysis 1 ;.„ elop Alternatives. Develop an agreed number of ternatives which will satisfy the operational sy$a: requirements of the project. When required, conceptual layouts will be developed for major structures for each alternate which shows satisfaction of the required span SCOPE OF WORK-PART 2 Page 50 990302 arrangement and the horizontal and vertical clearances . Examples of items to consider while developing alternatives are alternate routes, accident history, congestion, effects of the interchange on the existing highway system, effects on adjacent interchanges, economic development impact, and local commitment to improving local roadways. These alternativet>must respond to projected design year traffic v 'Mmes as developed for this scope. Evaluate Ohl' acts of these alternative concepts an the - to which they ill be accomplish the objectives. . e c .,reviewed" described schematically an rrativ, . by CDOT. (2) Screen Alternatives . A p ' Airy screeniFnS cuss will be used on the univer lternatives -to identify a limited number o !Able and significantly different alternatives whi. ,. 44;i006e subject to more detailed evaluation in therTegA4Iperpatives Analysis" . The purpose of this, *is to -eliminate the obviously unfeasible' or ilnpua able;,ialternates . The criteria used in the preliminary screening should include items identified in !Data Gathering Analysis, and Mitigation," Examples of concerns used in the screening process are environmental (air, noise, water quality andopen sace) ,Fz,.istoric and archaeological impactstcost andteeeting feasibility, construction staging t�ons rtation impacts, design year evel ° ' ce an other performance measures, oec " pacts and community acceptability, o a -ten dopted plans, and urban design issues z _t,`j �•rt The do-nothing alternative must be hro the entire evaluation and assessment $ This F ' _ -rd number of design alternatives, probably no more five, will be described in a final design alte J tives memorandum. For this limited set of alt=-=* atives, horizontal and vertical alignment s ,cotes, at a scale of 1"=200 ' , will be examined. best Alternatives Analysis. Following the development of the short-list of alternatives, perform a comprehensive test of each of the short-listed alternatives. This test shall utilize a decision SCOPE OF WORK-PART 2 page 51 process which includes a compilation of all appropriate criteria. This criteria will be developed from the activities specified in B.5, "Data Gathering Analysis, and Mitigation Development. " In addition to the socioeconomic and environmental concerns, the decision criteria shall include design standards. The criteria will be compiled in coordinationnwith other activities. Following that, a cis' . matrix shall be created which combines a li e alternatives under considerat' n wi results of the test with each criterio (4) Complete an initial design the ie i } alternatives. Once the a atiare`s have =.tested, general profile and cross studies wke` developed for critical area , nalyze the designated alternatives. This informal 11 be sufficient to determine general cut and ta w\ -s, 'right-of-way and easement requirements, and:'earti% g nd structural requirements. Design parameters @.nd S andards such as design speeds, maximu 3 . s, typt .a1., sections, intersection designs, „Q :°: estrian :iouting will be determined at theibeiginnLii he,Fstudy. The conceptual design for the roadway alignments, detours, and major structures"will also be completed sufficiently so that;-preliminary cost estimates can be developed and the satisfaction of pertinent design criteria can be de traced. Necessary variances (Design: cceptions) Abe identified with juste won. a ., , fol all be available from following the ign: i sections andaflirag a*algpoefitlendfdetours • liminary hydraulic recommendations iminaty right-of-way requirements mmended construction sequence (5) Perform a financial analysis on the alternatives designated by the CD0T/PM. A total cost estimate will eveloped for each preliminary engineering, struction engineering, construction, and maintenance or the design life will be analyzed. A funding package identifying the funding sources necessary to construct and maintain the project will be developed. d. Final Alternatives Reports. Complete the determination of SCOPE OF WORK-PART 2 Page 52 990302 the selected alternative. If specified, a "Final Alternatives Report" will be submitted documenting the analysis process. This shall include the final staging plan, socioeconomic and environmental concerns, utility conflicts, drainage, Right-of-Way requirements, and total cost for the recommended alternatives. Tote: The consultant is responsible for ensuring that thwcom snement ared alternative complies with applicable standard& regrr design criteria. Where appropriate, s ces will be t and fhwa identified, justified and have coacu ce . where required. A draft of the report shall for E- d Comment prior to the submitta final re r, Approval Process. feasibility study e. Interchange App edural Directive w shall be prepared in accordant„ 1601. 0 to obtain access approves fr :y ion opment. These 5. Gathering ivii Data, aco andcei .cordan` e with the CDOT activities shall be accompli had` Action Plan concurrently wire i th ' Ft 4 .actfvities in this scope as required. a. Traffic Related (1) Traffic Study. Obtain the/available present day and design yearttraffia"' u°fb for the existing and . planned i'mprovementW0When possible, local traffic matte =; , -,1 be d ;a4ned. The data shall include rce " trucks, directional splits, and turning sa- -men „`, _ buil• - 1 alternative designs will be analyzed s tra'r projection data to develop the app - roadway geometry (i.e. , number of lanes, et - es, storage lengths, weaving distances, . _ '�' etc.) : " '= cordance with the latest Current or MOSSt recen?, -rsion of Highway Capacity Manual. 3 f' (2) Acc'-.? -nt Study. Obtain accident reports. Provide the . 4* d- , = for the alternatives analysis activities. ref` ' '• J T , Hciise Study. Prepare a noise assessment analysis in "- accordance with FERIA noise impact regulations described in FHPM 7-7-3 . As a minimum, this activity will consist of the following: SCOPE OF WORK-PART 2 Page 53 . . (a) Predict or measure present noise levels. (b) Analyze noise levels for all alternatives, including the no-build. Noise level models will be made with at least CDOT' s stamina noise computer model or better. Distances at which noise levels exceed acceptable levels will be determined for each alternate and plotted on corridor maps. (C) Identify locations where noise abatement measures are needed, determine which meal is easible and cost effective, and estimate con 'on and maintenance costs (d) Prepare a noise assessm -epo cceptance by CDOT. (4) Air Quality hpaYAV. (a) Air Quality Monitoring }iitor the air quality for carbon monoxide dur`} he, months of December and January and ozone d r g` .71Y'' y and August, to obtain the required data w4 (b) Air Quality Analysis Prepa .air quality report and submit.a. DOT fd*NiCbeptance. (5) Alternate TransporAation� Lets. ,Evaluate the effect of other transportation 'syst'emson the proposed alternates whenArequired. b. Archaeology (1) Gather Dataand Analyze x=; x t, ¢ (a) Condor ] a fie astir ey and test excavations as sp • z : Acc•'` + - laboratory analysis of the diagnostic aeology survey report to recount the artifacts and describe the culture and .ce. (d) and write the archaeology mitigation plan. (e) = te the plan with the State Historic P :srrvation Office and other agencies as required w~{. ,T s a the Region Environmental Manager) . (2) 14. -Cation Implementation 'a) Coordinate .activities with the designated agencies (b) Excavate the site (c) Analyze artifacts (d) Prepare and print an archaeology survey report • SCOPE OF WORK-PART 2 Page 54 . 990302 which describes the culture and importance of the artifacts . c . Paleontology (1) Gather Data and Analyze (a) Determine if paleontologic resources are present WITHIN THE PROJECT SITE. (b) Conduct a field survey. (c) Conduct a literature surv�, . (d) If any resources are fo AC con• mss' - alysis to determine their signif' o-once. tom. 1s ee..the potential for addition - reson1 s• (e) Write a preliminary paL •nto repor r 'li (f) Develop the paleontol•: :;e� c •ation report.:pand coordinate with FHWA (2) Mitigation Implementation ' ay (a) Coordinate activities, .-s re• (b) Excavate the sits e0. (c) Analyze the resc4t (d) Prepare the final pa +eon oip yireport . ,.:A:e d. Initial Geology Investigation. `4ijv�ts�ial inspection of the project area shall be performed to determine possible geologic impacts 'on'the alternative designs under consideration. Impacts such as- major rock cuts, unsatisfactory subgrade materals, etc. , shall be strch em-luated Qua ( N,Y e impact of the project during and construction by considering the project and design concept in relation to existing sources such as: reams & rivers (both surface and underground) Lakes - Aquifers, particularly sole source r�- a :; .., 'AI -velop a mitigation plan which includes erosion control measures. c) Identify necessary permits. (d) Write the water quality report. (2) Quality Monitoring (a) Obtain the water quality baseline data prior to SCOPE OF WORK-PART 2 Page 55 _ _ construction. (b) Collect and analyze samples as required. f. Ecological Assessment (1) Coordinate with other state and federal agencies as required. (2) Research available data. (3) Conduct a field study (work shall be c-rfo ''d between April 15th and November 15th) . (4) Investigate the concerns rais by � _ ated agencies. (5) Write the ecological report . g. Historical ;a _ (1) Historical Bridge Clearanc • (a) Conduct a literature a orris search. (b) Consult with the Stat isi#°gr-,i r ry eseation Office via the Region Envi ental 'M�1., FHWA, and Staff Historian. u:. c' k • (c) Obtain clearanc n';eligibbe=°bridges. ca, iv (2) Historical Study. nd Clearance (a) Conduct a -literature andrecords search. (b) Consult with the'.'State Historic Preservation Office via the Region .Environmental Manager, FHWA, and advisory count .fa„ (c) Write the cul ,e§ources report. DetetMihe eff a Dev-- a•� mitiga ion plan. Deve r,! .randum of agreement. h. Fl• •=z= and t `ge Assessment Det ° . he probable impacts of the proposed alte ° _?!:;:= on the project area with respect to the flood_;" and drainage. (2) Ideate adverse affects on the project area with res• _ to floodplain and drainage for each • alt ative. (3) • op possible mitigating actions for the adverse ccacts on each alternative. ; alyze the impacts and mitigations (if any) for each alternate. Included in the analysis shall be a $ determination of significant impacts due to: - Single community access routes SCOPEOFWORK-PART2 -PART 2 Page 56 990302 - Significant risk for social or economic losses due- to flooding - Alteration of beneficial floodplain values (5) Complete a written "Floodplain and Drainage Assessment Report" which includes a detailed discussion of the pertinent aspects of the analysis, identification of the significant floodplain/drainage impacts, and the possible practical mitigating actions for the alternatives. te r: i. Right-of-Way (1) Early ROW • I e3 (a) Perform a field inspe ion o ach short 1s. alignment. Ascertain f parcels,, typee of improvements, and poss oblem areas (i.e. , mobile homes, functional re` cements, historical sites, etc. ) • Try to e'st - mil Y sizes on residential relocations. t, (b) Using city surveys, rthou or-.ds, and real estate listings, 2 • e informgMlon on neighborhood chatilatics, price ranges for land ilable, minority and improvements; ho . , •ngava_ percentages, ,etc. (c) Compile a ROW cost -estimate for each alignment . (d) Prepare a conceptual relocation study. (e) Identify potential problem areas . (f) Prepare :a property ownership map based on tax records whichridentifi.es ownerships for each alignment . g) Pre,pare_a landiu p which identifies land usage 4zivr = � .., a , , � Bch alignment. The parcel use categories sha e appropriate categories including: Lan• • •lic ownership: specific use and es•• ble agency/jurisdiction .,. ercial: retail, wholesale, industrial, r commercial =idential: single or multi-family acant - Mixed Uses - Other (specific) . Review (a) Review the impact of each proposed alignment on existing and known future land use. (b) Prepare a ROW report which summarizes the findings SCOPE OF WORK-PART 2 Page 57 and includes: - A cost estimate for each alignment - A relocation evaluation for each alignment - Identified problem areas - Ownership map - Land Use Map j . 4 (f) /6 (f) Activity (1) Evaluation (a) Determine if any potent' OW ons include Section 4 (f)/6 (f) prop ,,.r es (e. , recreation, wildlife r ages, xakes, p ms, srt'- = school playgrounds, eta , "-' (b) Initiate 4 (f) /6 (f) cle ce9' oncurren iif " r.appropriate land usage s. (2) Clearance/Concurrence t° (a) Determine and evalu . ,.,project-4Sact on 4 (f) /6 (f) properties . (b) Prepare the app3la pnswfor 4 (f) "clearance and 6 (f) concurre9gRec (c) Coordinate w4g41 a ffectedt..agencies (e.g. , HUD, US Forest Service, Dept. of'Klnterior, Local Governmentnv etc. ) (d) Prepare and[coordinate determination with FHWA (e) Write 4 (f) /6 (f) mitigation report . 44k 4 .4- k. Threatened and/or Endan OOSpecies 6 ' `-e -to mq �j, of presence rite o Division of Wildlife. cr �rdl• h FHWA and USFWS. a_} Y,re ' threatened and/or endangered species .�_�,_�T= •gent. (2) ImpleT tigation. Implement the preconstruction phase-;, or the T/E Mitigation Plan. Wetland 1 ar.=` ands Determination (a) Conduct a field evaluation of each alignment for the presence of wetlands. (b) Determine the boundaries and size of all wetlands SCOPE OF WORK-PART 2 Page 58 - - 99030►2 )roject on that may be effected by the project work. Prepare a wetlands map which identifies the wetland boundaries within the corridor of each alignment. Coordinate the findings with other agencies as CDOT directed by CDOT. lands Findings Report Write wetland assessment (major intermediate der category projects only) elopment Write wetland findings. • us Materials e ""t � """ duct a field search of . e-•jec =rea. om the earch:it ions. `' Lists compiled by EPA pr � � do Department of .he Health which identify ? - hazardous waste generatorig, 0#4. - hazardous wat r{ttment/'storage/disposal :ion with facilities 4 d closed) . DT - hazardous avaste tees. - locations of under-2*- tanks. - known suspected or abandoned hazardous waste sites. ' Records,. -kept by?EPA or :Colorado Department of Health on hazardwater. regulation violations or citat.O ls . 4 ,tor Li=st ,_:<::...t by the appropriate fire department on: - e-:a r .und storage tank locations r7r " idents/accidents. loc rgency planning/hazard materials use .. _ epo ig, A -,-- ' e historic tax records which windicateand 1 -e (coordinate with property h 1 . ' se data research) . lowing - ailable historic aerial photos of the corridor e.g. , DSGS, Public Library, etc: ) . Any pertinent records maintained by CDOT. environment, .uct in-situ tests: . SCOPE OF WORK-PART 2 Page 59 , . (a) Select locations for soil boring/monitoring wells based on information obtained above, geologic review and alignment considerations. (b) Install monitoring wells and obtain soil and water samples for chemical analysis as well as geotechnical and geologic data. (4) Analyze and assess impacts. Analyze -sulenof chemical analyses and records review ,. -., , hazafy rdous potential impacts to the cons ,r cto as andwaste. Assess potential ha . _ _ ^� tiandion construction workers and d op po -Q options. ' • Evalua ex&ting n. Existing roadway and major st �.s,, -' • conditions to assess the merit - 4 ive to the following: (1) Accident history (2) Roadway and structure con •tio (3) Geometry :, (4) Lighting (5) Traffic signal device " 2 o. Construction requirements atir4 .9 nvestigate the following: -- (1) General construction 'impact (of temporary nature) (2) Material pi£e (3) Haul roads C, - etic erati en specified, the following P• s -r. _ ( , = .d vers (2) ;_ are mss. trails tr,Tri parkways OVe _, , - , =ual qualities of this project area utilities - specified, the effect of utilities will be investiga' for the alternatives. Collect the utility location ,,ps for all utilities in the area. Econoi '. : When specified, the effect of the pr oject on local .•, ,,, ial and industrial enterprises, employm base, etc. , will be investigated.. s Farmlands: When specified, the effect of the project on farmlands SCOPE OFWORK-PART 2 Page 60 990302 ■ Present design features ■ Consistency with federal and local plans ■ Time table for right-of-way acquisiCmnatandtion ■ Source and amount of funding ■ Present mitigating measures (3) Prepare a certified verbatim transcript of the public hearing. aration e. Finding of No Significant Impact (FONSI) eP .. (1) Address the EA review comment (2) Revise the EA and write the I f;•; f . Adoption of FONSI : Submit the NSI to. • TolgOthe adoption process. g. Route Location Approval: (To mplished byeDOT) - * he following 7 . Environmental Impact Study (EIS) pr, .0_ � ith the CDOT activities will be accomplished in+#`acco ,nte ? Action Plan. ` M a. Preliminary Draft EIS (DEjS aration (1) Compile the data ,(i.e. , s§ e� mitigations, etc. ) for each alternate route. . (2) Write the environmental document incorporating all appropriate issues . . ' a (3) Coordinate the issues with "all appropriate agencies . b. Review and Ado ,tion :.. ui' ( roistri e DEIS to all appropriate agencies and 2r onne view. ( . \: ..-C- ., <<...op r o comments royal and (3) Ttr Ise the eted DEIS to FHWA for approval Ret• 7F)Tiit . e page to contract administrator. - , 'DEIS Dist - on. Advertisement, and Public Review. (1) Publ'..i the public notice regarding the availability of .e°_.,. ?. the S IS for public review and the notice for the route 1"- ion public hearing. 2 .,uEt. ntain the availability of the DEIS for public review d compile public comments. en 6.e- ation Public Hearing (1) Prepare data for the hearing integrating the graphics SCOPE OF WORK-PART 2 Page 62 produced in previous steps. As a minimum the following topics should be discussed: ■ Need for the project • Maps showing alternate alignments ■ Description of significant social, environmental, and economic impacts ■ Present design features PI' ■ Consistency with federal and loc pl . IIITime table for right-of-way ac and construction. ■ Source and amount of f ,j • Present mitigating mea "es (2) Conduct hearing (if desi ' '_" d) an; recor a eveht • for transcript. (3) Prepare a certified transe4,L �''x this hearing and submit it to CDOT. . rd=. m t p `r e. Final EIS (FEIS) Completion CEY 451.Y.:4 (1) Assess and respond to t . public c€- . ..ents (2) Complete 4 (f) evalu (3) Identify recommend.- alter t4ve alygnments (4) Discuss mitigating measures (5) Obtain concurrence of recommendedalignment (6) Provide summary-of all comments received (7) Prepare FEIS:.for public review f . CDOT Review and Adoptiaon istribn for re velopca'' sponse to comments and ? 1s- for signature and adoption ( " ti _ =? • t== and record of decision to the t a• '1 ,rator g. to Approval (1) Print (2) Distr u e FEIS - all designated agencies including EPA - ter the FEIS in the Federal Register (30-day aiting period required) 3 iew response to comments oordinate with FHWA Notify the contract administrator that location phases requirements have been completed SCOPE OF WORK-PART 2 Page 63 990302 8. Design Report Process: The following activities will be accomplished in accordance with the CDOT Action Plan. a. Initial Public Meeting (may not be required for intermediate projects) . b. Preliminary Design Report Preparation: Write the preliminary design report incorporating the inputs from the investigations conducted above. ediate c. CDOT Staff Review (may not be required f projects) . ate d. Public Hearing (may not be red for ` projects) . }fit (1) Prepare draft design ,reports_ . ., (2) Present alternatives under'iconsy? eration, inc±uding general design details, environmental consequences, costs, real estate procedures„`454 (3) Record hearing and responO?to ques`7Y.on.s .(4) Prepare verbatim transc`r14 t of he�i� or hearing opportunity and forward opy toa (5) Prepare final design'. e� of f �^design report . (6) Obtain managementa`pprov nar , e . Finalize the DesignrReport Completion: Revise as necessary based on review comments received on final design report . f . Review Design Report (1) Distribute for revievr` -` ( 4 .;,i-velopjoonse tents cc!;, -w�. 4 A (in ormational copy) FEWA to Chief Engineer ( ) = `:t pre ,gray design approval process g. , Ap. '' al (1) Obta f>tive Director concurrence in preliminary desi•HY _ •val. (2) Notif sia of Engineer that project may be advanced to the .. . ,al design phase. g .tain Pe . t s: This activity is concurrent with final design completed prior to the advertisement for on. Permit Process (1) Submit application and design information to the SCOPE OFWORK-PART 2 Page 64 Colorado Department of Health. (2) Coordinate between the agency and the Region Environmental Manager any questions concerning the application. (3) Submit permit to Region Environmental Manager. . b. 402 Permit Process NYC (1) Submit application and design informa4on : the Colorado Department of Health. Coor , ith the Region Environmental Manager -z,y qu concerning the application. ; ` , (2) Submit permit to Region En 4 •nment c. 404 Permit Process _. r (1) Determine impacts :g ` '- (2) Prepare and submit 404 perm -2f'ications (3) Coordinate with Corps of En a ip,Region and Staff Design `E` (4) Obtain Regional Transpo ;tion Di <ti#:s. signature on permit :: (5) Transmit permit sti nsf zo Region and Staff Design A_ d. Wildlife Certification' (1) Submit application and design- information to Colorado. Division of Wildlife: Coordinate with the Region Environmental 'Manager any .gnestions concerning the application:' (•? `` € ,. it Wr - ubmie a�i- - ficat A' Region Environmental Manager. e. $.701;7S-:- orm ^s_c _ rmit for construction activities (1) = _<_�: - NPD 4. m it application. Coordinate with the :2s. e, :..vi tal Manager any questions concerning the tion. (2) Submi - +T ication to the Region Environmental Manager. C. P urinary Desi! 1. ti Field .. ' ey: This work shall be done in accordance with the .r I a'=. ual and applicable state statutes. a. ___ ey Conference: (See .CDOT Form 1217a, Form 1217a) . t A Presurvey conference shall be held as per CDOT Survey Manual, Chapter 3, Section 3 and Chapter 4, section 03 (as SCOPE OFWORK-PART 2 Page 65 590302 revised) .. b. Survey Data Research: Research shall be done as per CDOT Survey Manual, Chapter l Section Chapter 4, Section s amended also the CDOT Right-of-Way Manual, Chapter 2 (as revised) . c. Secure Rights of Entry: Use From 730 as revised, following procedures in the CDOT Survey Manual Chapter t-- a, Project Control Survey: (1) Project control shall ied t. , rest Colorado High Accuracy eferene Ne or)c,,SStta n (HARN) . In the event re no H ,.-, ntria within 5 kilometers o ject (Order 1:1, 000, 000 accuracy) , . Densification (Order B-2, 1:500,000 accuracy Tonal HARN Densification stations O; set. NGS Blue Book procedures shall be followed -0;titiall nHARN de Densification static. , Thia proper spacing using pro Yr numenta4.on ' equipment, observation prose a oordin`atton through the Colorado Stat Bode "0A4.v�.sor=and submission to NGS for inclusion iri Nat±6nal Database. (2) Monumentatian: Materialsowill be supplied by CDOT and care:cis) to be' takenLto install said monumentation in:locat31Ons that are readily usable for the -.project and liras safe a location so that the-S be :AIhroughout construction (No , , _tion be set on or near the ..has. ., t ;ire of the proposed roadway) . ( .cal . Control : Survey the required project Y trol 'erline/baselines and elevation w ence)' -s required. Prepare a Control Survey i��_ showing graphical representation of all ,•r.. sus an for control. i of late ae llfound c ,; t� ,, ates and physical description . : .u'ents and other physical evidence. d , r _ d Survey '•undary Survey: Tie aliquot, property and other d mon s to the control survey. Prepare a Control Survey El--:pa, ,=^R'.wing graphical representation of all found aliquot, and land monuments. Tabulate the coordinates and a�1 description of all found monuments and other physical evidence. SCOPE OF WORK-PART 2 Page 66 e. TMOSS (topographic) survey: Collect the data required to produce a planimetric map and submit in TMOSS format. Features located will include, but not be limited to, signs, mailboxes, fences, driveways and curb cuts, curbs, sidewalks, and edges of pavements. Horizontal accuracy shall be to the nearest one- tenth (0 . 1) foot . f. Terrain (relief or elevation) survey: Collect elevation data and submit in TMOSS format. Natural ground elevatins shall be to the nearest one-tenth (0.1) foot and man- atures (e.g. , edges of pavement) shall be to he n one-hundredth (0.01) foot. d g. Utility Survey: Located utility pees, ma�hole stes4� pedestals, guy wires, and other v' = le tElity e4 uurgkr Survey underground utilities as m utility ce s. Determine invert elevations of man- ; . :#hand vaults. `Survey the locations of utilities exposed by " 'h pg" done in • accordance with Section 7.03 .05. !;. S. h. Hydraulic Survey: Locate culvert Sand stoVltFaf�ewer pipes and determine invert elevations. `ocate. inletl3 d determine invert elevation of pipes „alai* drainage situation surveys for designated cu ierts a�" +b`z±1gesci i. Material sources: Survey designated i erial sources as specified. j . Supplemental surveying: As':required and specifically requested. cn k. Suzy; ••rt e a S eport as required in Section 2B ope s,.. 1. Accur At` =:tp: to be performed on a regular basis through.4? - •roj the consultant. m. Revs:-.) �t:•nal Surveyor: The accuracy tests are to be r- :.i ewed by - _:k "S. in Responsible charge for the project, _: submitted = .e project engineer and made part of the •ject reco ' _ . Further review of all aspects of the field d office w•-=` shall also be the responsibility of the P.L.S. n Responsi<,,; charge. Note: ?1 eleted survey shall be reviewed by the region survey e:�Eas weeks should be provided in the schedule to complete the review and sufficient time should be provided to address SCOPEOFWORK-PART2 -PART 2 Page 67 990302 all comments provided by this review. Design shall not proceed until all comments resulting from this review have been satisfactorily addressed. • 2. Traffic Engineering K_ a. Obtain the necessary data and accomplish e n„ fdisary nal traffic counts (including percentage of ry split, and turning movements) and ;rodu fic projections for the design year -cco ith generally accepted procedures. . by «_a` to ic�E -�e .' b. Review accident data as provi qa4, desirable safety improvements -a :; c. Analyze the proposed project de=4\t 'kith the traffic projection data and recommenddtv{W u ia {fate geometry � ' ; torage lengths, (i .e. , number of lanes, auxiliary ' torage recent etc. ) in accordance with the urrent ` version of Highway Capaci „ al. n,, - > Ns d. The proposed design sha 3 be pd CDOT for compatibility with exsting,-si g-,pcedures prior to the preliminary roadway.idesign.4phases iayolving laneage, typical sections, earthwork, etc ' e . Use current traffic data in developing detour alternatives . f . Develop the total ES t?r a design period and submit to =ti CDOT/ , the p�4design. ,,.- g, e_ data"=«4.,`.- ommendatfons to the CDOT/PM for a e. 3. Mater rinc '„ a. ,_.relimin, Investigation. teat hole locations (horizontal and vertical) and •_::_ •rdinate with the CDOT/PM. (2) Col . t soil samples and test for: (_ ' lassification '• Moisture - Density Relationship ) Resistance Value Analyze the test data to determine the soil structural capability. • (4) Prepare and submit a soils investigation report with SCOPE OF WORK-PART 2 Page 68 . . recommendations to the CDOT/PM for review. b. Pavement Rehabilitation. This section applies if the project includes existing pavement that is included in the . design for continued utilization. (1) Obtain Design Traffic Data. (a) For existing pavement : ■ Determine the equiva t De affic (18k ESAL) that the exis pav carry. ■ Estimate the 18k E s y the existing pavement. • (b) Obtain the projected 1 F, for reh :_ 'ed pavement design period • (2) Perform a Distress Survey (a) Determine the types oft distrea4` resent in the pavement. (b) Determine the ext(Iiii oft4ach distress type. (c) Develop a distress map :9x,tthe existing pavement . (d) Determine the`>causes of, ie•.existing distress utilizing tests and analyses required. (e) Determine/the drainage conditions of the existing surface and subsurface. -- a (3) InvestigateSthe ex$Dtingtpavement structure (a) Matte al test rests 4:•, ,; de Soil classifications, /Density Relationship, Resistance Value ;.. - B 'ckness, Gradation, Plasticity Index, and d Limit, Resistance Value, Strength • f ent v - =Y�_ement: Thickness, Strength Coefficient sl . deflection testing to obtain the following: -flection profile `- Maximum deflection Deflection basin - Differential deflections at transverse joints for PCC pavements - In place determination of the appropriate Modulus for each layer and subgrade (c) Determine the remaining load carrying capacity from SCOPE OF WORK- PART 2 Page 69 . 99032 the above data. (4) Design the feasible alternatives for the required rehabilitation (and widening if appropriate) utilizing the above investigations and test results. (5) The design of the feasible alternatives shall be checked against the following criteria: (a) The basic cause of distress shall'`_::- rected. (b) Affect on the rate of fut e de « tion. (c) Affect on surface chara r` sti 5' L (6) Where appropriate, any new sr ement ..shall be included in the analysis . AT alternatives*df new c. New Pavement Structure: The iaa,t�e , utilizin frocedures pavement structure shall be de-.:_,�,..,� deli s or widening accepted by the CDOT/PM. New p-'§ shall be compatible with adjacW litated existing pavement . 1` aa d- Pavement Justification r. (1) Basic factors : (a) Desired life expectancy obtain Design Life from CDOT) . (b) Required maintenance activities and the responsible agency' s ability and commitment to accomplish them. (c) Basis for perfosmance' ife assigned to the alternatives .. d :� 1 .alyze . ycle cost of the selected alternatives is with unit and maintenance cost termine present worth and annual in ordance with the procedure in the CDOT 'a? Guide. (b) C 177O alternatives over the same life span. (c) mend the pavement n strruucture and provide the - sis the n. r a;, a t Design Report. Include all the above tests, igations, analyses, and calculations performed as a r 'rult of this section. Submit to the CDOT/PM for acceptance. SCOPE OF WORK-PART 2 Page 70 - f. Existing Bridge Condition Investigation. Determine condition of existing bridge deck and substructure materail as required. g. Foundation Investigation Report. (1) Obtain the Foundation Investigation Request showing requested test hole locations. (2) Formulate drilling pattern and perfo g thep-cessary subsurface investigation and collect _„a�: as required. (3) Perform the appropriate 1 'glary r rt, • analyze ‘ the data. Determine stren and a „4c"' .S .-aring *° capacity of foundation mat ial. .15 '; • (4) Perform lateral analyses ( ligaation, mom ,fq,a: d shear) of the caissons and es which are ubjected to lateral loadings. This yglea computer analysis which will consider the grAN001ect, and selection of the soil parameters. <Let ";441.24x (5) If appropriate, a pil ,.a 4 ng ana'lysas using a wave equation will be acg6 iki$hed /`wr (6) Submit the Foundation Investigation Report to the CDOT/PM for approval . (7) Prepare engineeringgeology.-plan sheet and foundation report with recommendation.S-for type, size, and tip (bottom) elevationQor the,:wequired foundation. Specify if pre drilling, p casing, deterring, etc . , are :needed :foz oundattonr nstruction. 4 . Hydr xdra }. 9 1 eering a. H Est ainage basin data: delineate, determine size, ay geometric, vegetal cover, land use. (2) Colle istorical data; research flood history and prey' ' s designs in the proximity; and obtain data from oth sources (e.g. , Urban Drainage & Flood Control R n, Colorado Water Conservation, CDOT Maintenance, local residents) . qw . Select a storm frequency based on the CDOT Design Guide. criteria. If it is not possible to use the CDOT Design Guide storm frequency criteria for a bridge or culvert SCOPE OFWORK-PART 2 Page 71 - - 990302 design, the CDOT/PM should be notified. A risk analysis may be required but will not be accomplished without prior written approval from CDOT. (4) Do a hydrological analysis using existing studies or approved methods (see CDOT Design Guide . For example: Compile precipitation and stream gauge data, select runoff parameters, analyze gauge data, and predict peak flows. Calculate run-off and design ow rtes . Create runoff hydrograph as if storm "g is necessary. b. Hydraulics (1) Accomplish the prelimina sig mino T,Iiia4e structures: (a) Determine location and alignment . Identify channel cente •z. ;ghway station or coordinates, as appropkiat .� (b) Determine the allowable head y x (c) Assess the degree sSadr merit y ebris problems to be encounters ' (d) Te,yp size and`shapehp eystr►ictures. (e) Prepare preliminary:.str%tare. . ross-sections to determine the elevations`Sz1flwtines, slopes and lengths of :.the structures: Indicate the flow quantity--on the .sections..' (f) Complete the design computations and documentations in accordance with the'CDOT Drainage Design Guide . (g) Determine high wa Y1evel . a - ,fir £ reggxe ,;a.denti y and assist CDOT in coordinating - " Y:--.4'i', re ential funding participation of local X.L ipali ,agencies. (See CDOT Procedural -4 i''r .C Ve 5 A w . _ :__face profile and complete hydraulic analysis is r-. --:Jrec for major structures. Determine the follo-ie`?, s ■ H Required hydraulic size and skew of the bridge ■ '' Including the minimum low girder elevation using CDOT Design Guide criteria The design year frequency ■ The design year and 500 year high watetevations III dscour y egneeur The channel erosionprotectiondforflstructu ■ res. SCOPE OF WORK-PART 2 Page 72 , _ (4) Recommend culvert pipe sizes for proposed detours. (5) Storm Water Pollution Prevention Plan. Prepare Water Pollution Prevention Plan in accordance with: • CDOT's Erosion Control and Stormwater Quality GCDOT'se ^ T'S Standard Specification Wa ` ■ Quality ■ Control, Section 107.25 Standard • Colorado's Revised St dard M-107-1 - • Other appropriate is ' In the Storm Water Pollut' Pre tion 3i`'de the following: (a) Erosion and sediment co st Management Practices (BMPs) to re wt .. ants in storm '" water discharges during coils " n operations. Consider: • Vegetative p. . u ■ Structural pract s� ' ._,zoir ■ Other practices . , • Construction Waste Disposal (including excess excavation) '' ■ Compliance with applicable state or local ■ sanitary sewer or ,septic systems regulations. ■ Maintenance,:pract*Ces for sediment and erosion ,control feat3 yuring construction. 4 ^Y.+ ,4- '`b) Storm r- manages a nt BMPs to reduce pollutants in '4-: . ` sto` . 0.ate discharges after construction `r. era i7 . . r:.ve been completed. 70 ,,side > etative practices. a, itklinIctural practices. irtitPt- Preliminal `ydraulics Report. Include the following: (1) Hyd$'logy analysis (2) M',/®r structure hydraulic designs S _ 3 . !2-'or structure hydraulic designs =" ructure cross-sections Storm Water Pollution Prevention Plan (6) Appendix: . SCOPE OF WORK-PART 2 Page 73 990302 ■ Drainage basin • Hydrology/hydraulic worksheets 5 . Utility Coordination a. Location Maps: Obtain utility location maps from the Utility Companies which identify utility facility locations in the project area. Requests and receipt of maps will be coordinated with the Region Utility Engin=.r v* 'copies of request and transmittal letters. b. Reviews and Investigations: Con fie � e a and inder d utility investigations with th ion __ ,.... tl as required o ens c. ' Utility Companies, ti( horizontal and vertical utili to en �. is ,._ investi• des will be done utilizing non-de locationsal will be techniques. The horizontal an cal shown in the FIR plans and cros 1, the (1) When "potholing" is designated , xthvation. eConsultant shall be resgnsible onsultant shall be (2) If designated in Parr' atY locations. responsible for surveying t- r x ," c . Relocation recommendations - Subm t •necessary information for the= relocation or: adjustments of affected utilities to the'_::Region ptility Engineer. The egion Utility Engineerwill process the required agreements . p,;;. d. Ditch Co. coordnation ` Con'taot ditch companies through gion ;qty Engine. to coordinate design eme tbexisting ditch relocations and/or ,2 ,-_c-tio lop the plans for the necessary .- and submit to the Region Utility 1 E st Engi,y s , r Di mpany Review. 6. Roa4v y Des Roadside Development _, r'.. Roadway 9.4-__T (1) Coor•L' ate efforts with other design activities as 7; : re. v ed. * 2 -ck and plot survey data. :-k Draw a geometric layout. Determine (ent. A or fy) specific horizontal d and vmrapprovedlbyCDOT shall be used to coordinate system app SCOPE OF WORK-PART 2 Page 74 , identify the horizontal locations of key points. The coordinate systems used for roadway design and ROW shall be compatible. Check horizontal and vertical clearances against design criteria. (4) Provide alignments and required ROW (Preliminary Design Plans) to the manager responsible for producing the ROW ownership map. F#. (5) Plot/develop all required information . n t ; plans in accordance with CDOT Procedural Dire 4.1. (6) Compute preliminary earthwo anti omputer electronic data outputs s be in compatible with the CDOT MOSS softwar less `e waives this requirement. -9 b. Roadside Development t� (1) Accomplish the following foFLa taping, sprinkler systems, sound barriers, bikepatbStkitruck escape ramps, and rest areas: '. (a) Provide layouts sin the SIR plans for landscaping sound barriersy�bike;•p at'hs, escape ramps, and rest areas. (b) Based on design guidelines, provide critical locations in the FIR plans for sprinkler system sleeves underneath the.gproposed roadways. (c) Coordinate effbrtsAwith the hydraulics design ac ,x in t�ep eearation of erosion control Ire t' w IA': • . to be -included in the Storm Water , '�4 Poll evention Plan. . ,• ovi tes of quantities of native seeding r� mul or the FIR plans. a...ILL, r . c, ans C/PM for inclusion in the FIR plans. c ighting Yflit7 A preliminary lighting plan will be developed -/=rranted. The lighting plan shall conform to the requi :=m- is and warrants in the CDOT Design Guide, Volume I _[, Beyond Geometric Design. 7=i fe ght-of- The following work shall be done by or under the . _ � ._upervision of a Professional Land Surveyor (PLS) . i " ing work may be included as part of a Surveying The following work may also be included as part of sig. t-of-Way Plans preparation contract. SCOPE OF WORK-PART 2 Page 75 990302 a. Research (1) Identify affected ownership from preliminary design plans . (2) Obtain assessor' s maps, locating project limits. (3) Locate documents which transfer title. Manual, W (4) Prepare chain of title as directed by the T >ctors" or as Chapter 2, Section 4-B, "Instructions to per Project Manager. (5) Look for encumbrances, releases, sical� of physical inspection ica> (6) Make of pr rty. to evidence of apparent easements, w d; es, i .' ,, egress. (7) Check with County Road Departmenw')Or, ounty Engineer for location of existing roads . A -' n•Y* !� � ����• � and vacations (8) Check for and obtain latest subdivisi '� x S of streets . ; - b. Ownership Map For additional detail on required drafting software, COGO, and project coordinate system.:see SECTION 2 - . SUBMITTALS. Ownership map shall- be submitted along with a "Project Narrative" see SUBMITTALS B• { +p (1) -w pre y "• -ry des •gnipand survey report. � _ ,. m roje'��""•�E. • ate system and basis of bearing from (2) .urve t, , ! o calculations. Co __ - (3) C• e semen ROW centerline and store coordinates of fount ? iT , nts within the first tier of properties left - right of ine. ; - ) Review • - _ ip documents (Memoranda of Ownership and/or ,itle commi (` ts, deeds and supporting plats) . Calcu coordinates of lost or obliterated aliquot guidelines established by the Bureau of Land (To be used in resetting corners according to Revised Statutes) (6) Establish subdivisions of sections using Bureau of Land SCOPE OF WORK-PART 2 Page 76 Management Guidelines. Show all section lines and 1/4 section lines on the ownership map and ROW plans. (7) Determine existing Right-of-Way limits from deeds of record, CDOT plans and found ROW markers. Previous Right-of- Way plans, if available, will be provided by CDOT as an aid. (8) Determine ownerships and their property boundary„:ovations . Locate the intersection of these property ••un• lines with the existing CDOT Right-of-Way. Determi' ion and ownership of existing easements of re rd. (9) Secure additional property ties t adds opography , where the highway improvement may -; ct i ' s` '. . adjaceut to ph ��.. inc ,� •e: to the Right-of-Way. This additio _ .. t .r_(a) proximate buildings, shed ' .' (b) underground cables and con . a � ,. • (c) wells (d) irrigation ditches and sys,s,=m(e) septic tanks, cesspools, an ,Melds . d le` (10) Reconcile overlaps and iil'zowners psas required by CDOT, documenting method us re ire additional field work) . Include reasons f ec y the "Proect ps j n Narrative" . ws4 (11) Plot OWNERSHIP MAP .an 22 inch x 34 inch Mylar sheets in accordance with specifications DOH`Form 126-R will be provided by CDOT for."this purpose. Normal scale, 1" = 400 ' in rural areas, 1" = 2010 ' in n as. If entire ownership will not fit on•=the "' " sheet scale, an additional abbreyaated OWNERS MAP used at a scale of 1" = 1 mi "r. �the e sca e, to show the configuration of lar• r; _ hip - *c equivalents may be required. (12) •n ound with description of monument and proje ~= ea Control Survey Diagram) . ( --vShow imp s and topography within the ownerships and E sting acce - the street/county road system. 14)Number o : -rships alternately as they occur along the `centerline retti south to north or west to east in the same • I. rection = = the stationing. Show current names of owners and • : v€4culate the total area of all ownerships affected, Inc uding coordinates of all property corners. Deduct areas for existing road Rights-of-Way. Bearings and distances do SCOPE OF WORK-PART 2 Page 77 • . 990302 not need to be shown on 1" to mile abbreviated OWNERSHIP MAPS. (16) Different land uses within a property should be cross hatched or shaded. (17) In the lower right corner of the OWNERSHIP MAP, show seal, number, and name of Professional Land Surveyor supervising the work. scor y � ectronic . (18)Transmit finished reproducible Ak OWNERSHIP ; Jalong with drawing files, and Memoranda of Owner rip t all calculations, field notes, and t,rti. 4, _ The OWNERSHIP MAP will include a copy •" he co. _? °°•, k , monumentation sheet. (Note that o1 " the •7e 'd_ol data needs to be completed at this t ) 8 . Major Structural Design: Major st s are bridge "and culverts with a total length greate , lz: twenty feet and retaining walls with a total lengt han one hundred exposed hei ht'at any on of over five feet and a maximum g of roadway for feet. This length is measured a7,ong centofr all' for retaining bridges and culverts, and alo)a e. toP brides, cantilevers, ii walls. Overhead signs struc et:(S2�.9n and butterflies extending,.over tar£ (+ 3 s.r `also major structures, but are exempt from, the structure preliminary design activity defined :here . Major structures shall be designed in accordance with the AASHTO Standard Specifications for: Highway Bridges and the CD0T Bridge Design Guides The ,CDOT Structure Reviewer will participate in j9okxlinating + activity. y •. ' a. , 4, me ural llection ( D the ctaire site data. The following data, as _� ;_,;' je,: •le, be collected (see Procedural _ 19 ) ; Typical roadway section, roadway pl. y. _ .7.! <: ofi e sheets showing all alignment data, to..;--- T ] : tilities, preliminary design plan, right- of-wa ; = rictions, preliminary hydraulics and geology info (++=t' on, environmental constraints, lighting requ'_- -ments, guardrail types, recommendations for st ure type, and architectural recommendations. y,, T . 2 (-)lain data on existing structures. When applicable, ollect items such as existing plans, inspection reports, structure ratings, foundation information, and shop drawings. A field investigation of existing structures will be made with notification of the SCOPE OF WORK-PART 2 Page 78 , _ Resident Engineer. • b. Structure Selection and Layout (1) Review the structure site data to determine the requirements that will control the structure size, layout, type, and rehabilitation alternatives . On a continuing basis, provide support data and recommendations as necessary to finalize theAstructure site data. (2) Determine the structure layou4t,:alte s. For bridges, determine the stru qp le th, and span configurations that sasfy al al and vertical clearance criteriAt For ls, ine„--:the necessary top and bottom o ..', all ofiles �w "°; (3) Determine the structure type a _ rnatives. #or bridges, consider precast andr0�aajs.$rin-place concrete and steel superstructures andQ3e'd mane the spans and depths for each. For walls, deteOne the feasible wall types in accordance -with the:. Mridge Design Guide Section 5. 4 , (4) Determine the foundation alternatives. Consider piles, drilled caissons; spread footings; and mechanically stabilized earth"foundations' .based on geology information from existing structures and early estimates from.2 he project geologist . To obtain supporting information, initiate the foundation investigation (8 .d4) as early as possible during the preliminary,desigxr phase .1.!c ' . R' .. s)-'-nlE4 .term °e rehabilitation alternatives. Continued -. - 4T, of a arts of existing structures shall be f C 70A_;, dere icable. The condition of existing +}- res . e investigated and reported. ..e:_ th ifications and rehabilitation nec ' , o use all or parts of existing structures ce and • . . ssl*ciated costs. (6) Devel , .e staged construction phasing plan, as nece=. =ry for traffic control and detours, in conction with the parties performing the roadway v. d- and traffic control plan. The impact of staged struction on the structure alternatives shall be -onsidered and reported on. (7) Compute preliminary quantities and preliminary cost estimates as necessary to evaluate and compare the SCOPE OF WORK-PART 2 Page 79 - - 990302 structure layout, type, and rehabilitation alternatives . (8) Evaluate the structure alternatives. Establish the criteria for evaluating and comparing the structure alternatives that, in addition to cost, encompass all aspects of the project' s objectives. Based on this criteria, select the optimum structure layout;. type, and rehabilitation alternative, as ap ica , recommendation to the CD0T. ecommende.d (9) Prepare preliminary general ut ,,.:. structure. Prepare struct layou rdance ,k*'� : de a31 with the CD0T Bridge Detai 9 shall drawings and a detailed p ms cost accompany the general lay e special ectural treatment. Performs shall include the retail check of the Perform an independent desi yF ; general layout. e are 'tructure selection c. Structure Selection Report : Apr P the structures report to document, and obta±.n approva ,for, preliminary design. By }rieansTWthe structure general layout, with supporting rawS$5 Ar4bles, and discussion, provide for the following: •c ;, ,;A (1) Summarize the.'structure site data used to select and layout the structures. Include the following: ■ Exsisting: structul data; including sufficiency rating and..whether. o`.t the structure is on the sy.,'selept „ . Prole plan , ;oadwa cal and horizontal alignments and cross - structure. ruct sing •es below, and adjacent to the structure. ■ „., , .._ s: Channel size and skew, design year free nimum low girder elevation, design year and 5 :r high water elevations, estimated design year 00 year scour profiles, and channel erosion prot ion. • P ., iminary geology information for structure f. c^:ation chitectural requirements , e .fR Report on the structure selection and layout process. Include the following: SCOPE OF WORK-PART 2 Page 80 . ■ Discuss the structure layout, type, and rehabilitation alternatives considered. ■ Define the criteria used to evaluate the structure alternatives and how the recommended structure was selected. ■ Provide a detailed preliminary cost estimate and general layout of the recommended structure. (3) Obtain acceptance by CDOT on the recommended structure and its layout. Allow approximately a ,seeks for review of the structure selec on r The associated general layout, the s required by the CDOT review, will be clude 6. �tr< IR plant The work schedule shall be "Tanned tco , tI T structure selection repo ith a assoa, he c geral • layout, must be accepted - 3 g by CDO ''=t or'y to the commencement of furthe , On activitie d. Foundation Investigation Reques, :1tiate the foundation investigation as early in the .preli ry-design phase as is practical. On plan sheets 4howin' e4p_roject control line, its stations and c .�,dihates, as -.ell- as any utilities, identify the -st .hfAes needed and submit them to the project geolog'_ Thesavailab]e general layout information for the sew structure . 31 be included in the investigation reque$ . Fir 9 . Construction Phasing .Plan. ,A construction phasing plan shall be developed for allsprojects which -integrates the construction of all the project _'work e]em _ ts� nto a practical and feasible sequence . This .Ian shal =ommodate the existing traffic movpwewts dur a. ( < a -true "' detours) . A preliminary traffic con.. .an ?r;_! be eveloped which will be compatible with Ii :..T, _sin- -fl L-�F, 10. Prepara the a. :& .rdi. : 9u.lete, and compile the plan inputs from other ac- ;-` ` : materials, hydraulics, traffic, right-of- way, and structures. If a maj .0 structure is included in the project, a general layout ,.'. ' ich has been accepted by CDOT) will be included in th- f` R plans. ,<' e the preliminary cost estimate for the work ''''i cribed in the FIR plans based on estimated quantities. d. The FIR plans shall comply with the requirements of the SCOPE OF WORK.-PART 2 Page 81 - 990302 CDOT Procedural Directive 514 .1 and 1905 .1 and will include: title sheet, typical sections, general notes, plan/profile sheets, and preliminary layouts of interchanges/intersections. The plan/profile sheets will include the following: all existing topography, survey alignments, projected alignments, profile grades, ground line, existing ROW, rough structure notes (preliminary drainage design notes) , and existing utility locations . The following items which are listed as -, i d items" in the Procedural Directives will be anda r the FIR plans: w . 3 ' ■ preliminary earthwork otted os``x a A:pns at critical points with way mplate - •t.existing utility lines at kno imated dept-hSh ■ catch points ■ proposed Right-of-Way '' 'i MI ) pit data (if required . ■ soil profile and stabi9:izat`ionid'ata ■ structure general layouts (if applicable) Typical plan sheet scales willbe, as follows : /kz' Plan and Profile 1 Ino;li .= 450 Feet (urban) 1 Inth'0=' 100 Feet (Rural) Intersection 1 Inch = 20 Feet e . The ROW Ownership`Map shall be `included in the FIR plan set . I,{f . .laps l be subm�.iled to the CDOT/PM for a »a �-", ' rt » 3 , ina .,,,� iew prior to the FIR. g. Th< <3 !:i=. will`• i. oduced by CDOT Reproduction. h. Ts-,:, `, n '.k- ion `m7° sing and the preliminary traffic ,.ntro = `th proposed detours will be included in the FIR plan` .-:: 1048 form:, 1 4';,;; field Insper: on Review: y •t zoi the FIR. .'i FIR meeting minutes shall be prepared by the C/PM, approved by the CDOT/PM, and distributed as directed. SCOPE OFWORK-PART 2 Page 82 . . c. The FIR original plan sheets shall be revised/corrected in accordance with the FIR meeting comments within ten (10) working days. d. Design decisions concerning questions raised by the FIR will be resolved in cooperation with the CDOT/PM. The C/PM shall document the decision and transmit the documentation to the CDOT/PM for approval. c. A list of all deviations from standard de 'gn ateria along with the written justification for a shall be submitted to the CDOT/PM. 12. Post-FIR Revisions. When specifie Part ,4 resultant shall complete the revisions requi by t FI t 3ks` phase of work is considered to be le ` ). Final Design 1. Project Review =` N a. Update Project schedule � . cy.. b. Coordinate activities xY '� +47:704} c. Initiate design decisions; 1 .tances, justification process, and traffic pig—nal rtnintes. .r 4- 2 . Design Coordination. The design for;eaeh aspect of the project shall be reviewed during periodic meetings and approved by the CDOT/PM prior to inclusion in the final plans. Specifically the designs for each of thefollowingMust be coordinated: ■ Roadway. Geome H •_ w�lacs Rd Ct taLighting. -a x _ Lan • ` gna tan„ e -` moaning & Striping ruc • Phasing it and delineators ■ rriers 3 . Li ility Coord. a° ion. Following the finalization of the -dway hori _,_ tal alignment and profile grade and the Horizontal ation of drainage structures, sewers, and other -.,dergro tructures, coordinate with the Utility Engineer to • ility clearances. 4 . is Design.. a. Data Review. Review data and information developed under SCOPE OF WORK-PART 2 Page 83 990302 the Preliminary Hydraulic Investigation and update in accordance with decisions made at the FIR. b. Storm Water Pollution Prevention Plan. Update the Storm Water Pollution Prevention Plan in accordance with decisions made at the FIR and on additional investigation since the FIR. The fins des,iagi shall c. Major Structure Channel Design. , include: (1) The configuration, size and of el. Via: (2) Water surface elevations. . as f (3) Elevations, flowlines and auli of described in the CDOT Des' Gui .;,„ for the strut e- (4) Channel erosion, protectio • for the t e�o'f (5) Recommend a low girder ele structure proposed by CDOT. or the proposed (6) Predict scour depth in the o structure, and recommend m tig easures. d. Final Hydraulics Report w , ist o C ' following: h craulics report (3 (1) Revised pages to toe'pYe .' 2 Cyan be easily copies of each reff sed pag replaced in preliminary.F repo l_ ' (2) Bridge hydraulic infotthation0701 an original plan sheet (1 copy) whichcompl es witbf"the requirements included in Part 2, Section . : This ' s part of the bridge plan. The formati-of the • . ill be in accordance with the .CDOT e = }q',Guide 5. Inte-t - - s a Ini , . 5,'W au• ation process. Coordinate with the .,,e (>, > :„..itia' the ROW authorization process. r" •ica _ corrected FIR plans (with final hydraulic `design i tH '-ill be used as the design basis for the ROW authorize- •lane. Final Ut ___• 'ty Plans: (1) T ,- inal utility plans shall be prepared following the a`olution of the FIR comments, the completion of the .q` nal hydraulic design, and the completion of the design of the other items in the list in paragraph (2) below. SCOPE OF WORK-PART 2 Page 84 . (2) The final utility plans shall include: • Title sheet ■ Typical section ■ Plan and profile sheets IN Drainage plans ■ Traffic Signal Plans, Street Lighting plans, Signing, and other items which require a power source ■ Cross sections • Any other details whi would. - sate possible utility conflicts. r . (3) The new or revised utility catio awi dded.kt8 the plan topography. Conf icts 1 be r d appropriate pay items and cations a e f required, to adjust utilit 4„ c. Final Railroad Plans: CoordinaheNthefollowingactivities through the Region Utility Engineer �t a (1) Develop the railroad encroachment an `with cross sections) in accordax}Gakwith.railroad requirements . (2) Define construction'responsibilities between the railroad and highway. (3) Develop cost estimates based -upon cost allocation previously determined.. (4) Submit plans,to the CDOT/PM for authorizations and acceptance. (5) Prepare4Rublic Ut 1 il.teiC,Commission application ,1 -zxhib� sasrequied 6 . Rig a. In acco • - , th T Right-of-Way Manual, Right-of-Way plan . _ , °t- ,: $1 in de: Ill / Sheet No sEsr;`.`t SHEET Sheet No aULATION OF PROPERTIES. If more than one eet is required, the following sheets will be ". numbered 2A, 2B etc. Sheet N• 3 CONTROL SURVEY DIAGRAM. Tabulate the coordinates and physical description of all found monuments and other physical evidence. *.tif It will also be depicted in a diagram form per the CDOT Survey and Right-of-Way Manuals. As above, additional sheets after the first will be numbered 3A, 3B, etc. . SCOPE OFWORK-PART 2 Page 85 990302 • Sheet No. 4 MONUMENTATION SHEET. Tabulate coordinates and type of all monuments to be set. Same numbering as above. • Sheet No. 5 TABULATION OF ROAD APPROACHES. Same numbering as above. • Sheet No. 6 PLAN SHEET. If more than one sheet is required, the sheets will be number sequentially 6,7, 8 etc. • As Vie: the OWNERSHIP MAPS. These sheet beets" . following number afte the shallbe b. Title insurance and Closing Services A • fTi the ' contracted to provide title insura in t am bt value of the parcel being acquire Tit atnthe di ion of be necessary for certain easement determined 'hat it is the Region Right-of-Way Supervisor surance. cost effective to purchase the h •, s , ura nce. Howeverall conveyance in all cases a title commitment, w of t along with a 5 documents, shall be furnished to die D t to g w ah5 year history of all changes in ershipNbb p y Title Company shall also proud 'somatic es of any change in ownership during thet Tli,tion p,3"cess up to the date of. closing. 4-,.; The Title Company shall arrange for alb Oecessary closing, and all related activities, : including, but not limited to, escrow services, update title -commitments as to the amount to be insured, satisfaction of liens, calculate final settlement figures and prepare all clos_in gcuments, except CDOT deeds, per instructions from CDOT':`41' '''.i'itle Company shall disburse sett, ant fundseYapplicabl§ nd assist in recording title do ` ;e,. ...L,-. and' sduea 1099-S to the property' owner and the Inte ,v,, enue c e- (IRS) in accordance with Federal Law. C. Authori = -'1an - (1) ., ' egra _ > of slopes and other design details such as ane lin <, t'4 erts, road approaches, etc. into ownership map (base .,7.i or ROW plans) . . 2) Determin , ew Right-of-Way uirements,access control, and t plot , and eas= nts from design plans on o =hip/base maps. Normal scale, 1"=50' in urban _ -r- sr; 1"=100 ' in rural areas. Metric units may be ed as per PM. Metric scales will be as shown in the c . "Metric Conversion Manual" . Revise numbering of ownerships to correspond to ROW acquisitions. SCOPE OF WORK-PART 2 Page 86 _ _ (3) Calculate areas of parcels, easements, and remainders in accordance with CDOT Right-of-Way Manual. (4) Prepare ROW plan sheets on CDOT form 126-R, or equivalent AutoCad format, as outlined in CDOT Right-of-Way Manual . (5) Prepare legal descriptions of parcels, easements and access control as directed by the CDOT ROW Manual, Chas ' r 2, Section 4, D-ROW Parcel Descriptions. (6) Prepare tabulation of properties eet of ;cL 4 form 136, or with CDOT's Project Ite ng b ?. 1, (PICS) program for AutoCad. e (7) Prepare Right-of-Way Title She - as d;'ected 2 ;eo/ `ght- of-Way Manual. „ , (8) Incorporate the Control Survey an"d onumentation Sheets into the plans. (See Survey Ma 9 a I to} sample. ) ..;r arc (9) On the Monumentation Sheet, ,list the ht..of-Way, Easement, Control, etc. , �p t f o be '$b and the aliquot corners to be reset per, F t of-WeeManual. /- - • . , (10) Prepare Right-of-WaytTabulation o Mpad Approaches, if applicable. Show owner, •-flilepos`t/statipn,.' right or left of centerline, width of approach, skew angle, and any remarks as directed by the CDOT Right-of-way Manual . (11) Hold ROW Plan Review, asyr.hrected by the CDOT Right-of-Way Manual, with Design, ROWyd- Construction to determine if ufficientop' roceed with appraisal of • �P Mans �.�,'_ ty tn• ired'for the project. (12)T n tcorig .the plan sheets, title sheet, ,_., tabulat :yes:'w ;^rope sheet, and revised ownership (memo e=‘-i-kiEl: , s ''.c•ers and title commitments as directed by the„a.; man-, J__. , . alculations and supporting data (i.e. , p;,•s el diari-:°, final electronic data for all work prod -. ' d. ._= .praisal St- 'ng: Stake the Proposed ROW line, Easements and isting RO.f:' ine, if required by the Region ROW Super line as a - �-t lathe wooden stakes at all angle points and :s- s9 - _o have at least three stakes visible from any point : Li Mark COGO point numbers on all stakes and color code 4 ,;., .cac•o Survey Manual. The Appraisal Stakes only need to be se at an accuracy of +/- 1.0 foot, unless the point fall near improvements, then +/- 0.25 foot is necessary. SCOPE OF WORK-PART 2 Page s7 - 990302 e. Right-of-Way Plan Revisions: (1) The Consultant shall make revisions rttohight-of-Wayon plans .as needed through out the pppb st sal Region Right-of- and process for those changes approvedY Way Supervisor. the Co ltant to (2) All plan revisions shall be submitted by _,rg the Region Right-of-Way Supervisor within w 15agPdays after receiving notice from CDOT to procz., Revision. K ? _ ges or (3) Right-of-Way plan revisions cau- �r y d �, �. .) short be corrections after the Right-of-Way : 't. Rev made at the expense of the Consult ?y . 7 . Materials Engineering 4 `. a. Materials Data <, ' :, (1) Formulate all job-mix formulae it i„ s' (2) Formulate and submit th Fla it "t'ches for any construction requiremea pit - designated sources is. <. b. Review the Pavement Design Repo ttSandthe Field Inspection Review plans to verify the, validity..af the pavement and stabilization design. c. Prepare the Stabilization Plan- and submit it to the CDOT/PM for acceptance.: -; 8 . Tra 6_ .-' ,Begin . . .. a, t Sit vement Marking Plans: ��,�. - (1) T„t tr,ry g traffic controls. ?tan et with existing roadway, edge-of- tra (ETW) shoulder, signs, structures, and tope.' (3) Locati,l.2place on the plans the required traffic contr=- s (pavement .markings, signs, etc.) . (4) Prep_ - the "Tabulation of Signing Quantities" . (5) Pree a the "Tabulation of Pavement Markings" and ent marking quantities. 6 .'pare Traffic Specifications/Special Provisions. I emit plans and specifications to the CDOT/PM for acceptance.(8) Submit the approved plans to the Design Engineer for inclusion in the project plans. SCOPE OF WORK-PART 2 Page 88 b. Signalized Intersections: (1) Document the signal warrant study. (2) Prepare plan sheet with intersection condition diagrams and required traffic signal design and forward to appropriate agency. Prepare 1 inch to 20 foot scale intersection plan sheet for each intersection:'which will have a traffic signal designed for it.* c. Traffic Control Plan: (1) Prepare the traffic contro an. (2) Estimate quantities. ` (3) Submit the approved plans qu- a' ties d' 1& Design Engineer for inclusion in ect 9 . Roadside Planning: 'oi*e>-. a. Landscaping (1) Determine MOSSt econom*c _lternatilipifinalize concept, Air 4,Athr and complete the ply g, . (2) Verify that an acce 1.able "0, txec9Very distance exists between traveled?way and -a 0tre$a`to be planted. (3) Coordinate special permits that`may be required. (4) Coordinate ROW requirements (5) Write Special- Provisions and `submit to the CDOT/PM with the completed 'roadside plans. (6) Submit the approved ' lanI',pecial provisions to the Design Engineer f HOSion in the Project Plans. .{7) ;.Verify:• Ava3'1abili " plant materials and submit ' tter:to he,,CDOT . certifying that designated plants avai "„r b. Sprit , ste epaths, sound barriers, truck escape nd others, as appropriate. , e;1 (1) Prep is plans. (2) submi , he CDOT/PM for acceptance. (3) Submi t'e accepted plan/special provisions to the Desi.Li Engineer for inclusion in the project plans. Light pi. Plans ` repare the plan. `` '' Present it to the CDOT/PM for acceptance. (3) For high mast lighting - after the lighting locations are approved, the C/PM will request a foundation SCOPEOFWORK-PART2 -PART 2 Page 89 . 990302 investigation for each location. (4) After approval of the locations of the lights, the lighting design will be completed with the following information shown on the plans sheets : • Circuit type and voltage of power source. • Location of power source (coordinated with the utility engineer) . ,A { • Luminaire type and lumens. , • Light standard type and mountin I Bracket arm type and len • Foundation Details. • Size and location of a rical . of • Locations of power so e (s) / ti center(s) (if appropr' ) • #« ■ Location of direct bu e. ~ II Size of wiring and/or burial cables?" (5) Submit to the Design Engine `tclusion in the project plans . 4e d 10 . Roadway Design: Complete the T,94!a,Y desXn4pased on the input from all applicable entities^ahaAa encies. !the plans shall comply with the aforementjOhed dpre:044 anplards and shall be prepared in accordance with the :apPlUabie±manuals listed in Attachment A. " 11 . Final Major Structural Design: During the conduct of this activity the Consultant shall part4.cipate in structural review meetings as specified in A l wintthe CDOT Structural _ Reviewer. The ,dee n shale 4n' accordance with the AASHTO Standaad Spec ;F''_ . -,:ons f'Ytiliway Bridges, and the CDOT a. S r r Fin e <aY. c +•T ai','-pted general layouts and comments. accepted foundation recommendations. e(3) Revi a . accepted hydraulic report. (4) Revis general layouts and proceed with the final desi• ' a= necessary to incorporate all review comments. (5) Perf�Y the structural analysis. Provide the sups:% -tructure and substructure design. Document with t.•.-.. design notes, detail notes, and computer output. form preliminary design check from design and detail otes. b. Preparation of Structural Plans and Specifications SCOPE OF WORK-PART 2 Page 90 (1) Request the standard details and specifications from CDOT Structure Reviewer (i.e. , expansion devices, bearings and railings) . (2) Prepare all detail drawings in accordance with the CDOT Bridge Detailing Manual, CDOT Design Guide, and CDOT Drafting Manual. (3) Complete the computer runs/calculations. (4) Prepare the plan sheets. (5) Prepare special provisions applicable o t ?project . (6) Compute quantities and complete the ' summary. c. Independent Design, Detail, and ' •.w tit (1) Perform independent detail4V-ck an heck from plans. (2) Revise all plan sheets and esi notes t .1'any deficiencies found in the • nd detai (3) Check quantities. d. Bridge Rating and Field Packages (1) Prepare the rating packages in accorGe with the CDOT Bridge Rating Manual. epare thekardtture Field Packages in accordant w°th xhe CDOTridge Detailing ty. i.. tY Manual. Ct: .� � e. Structure Final Review Plans and .Specifications (1) Make final plan and ;.special :provision corrections . (2) Complete cross-refekencing of plans . (3) Assemble,, the compl' Qrlans and special provisions and submit Icr the FOR ,.� 12 . Co � Oali,r�.,on P �� �LW-Plan: final construction phasing plan will' r= lo• " `,Ic integrates the construction of all proje a practical and feasible sequence. This p1—c! acc e the existing traffic movements durin•r rc r- _ pYt• ?on, a a final traffic control plan developed whi',=` shal - 1, • =ti•le with the phasing plan. 13 . Y- - Preparat 7.r the Final Office Review Coordina " the Packaging of the Plans (1) C., t ect plans from all design elements and collate the package. ,e construction phasing plan shall be included. Calculate plan quantities and prepare the tabulations and Summary of Quantities. (4) Plan sheet scales will be as follows: SCOPEOFWORK-PART2 -PART 2 Page 91 990302 Plan & Profile As Determined by the CDOT/PM Intersection 1 Inch = 20 Feet Interchange Contour Grading 1 Inch = 50 Feet b. New or revised utility locations shall be added to the plan topography. Conflicts shall be resolved and appropriate pay items/specifications added, to adjust til'Ses. c. The Final Office Review (FOR) pla sha ude the following sheets (as appropriat ■ Title Sheet ■ Standard Plans List ;3fl,x,,_ ■ Typical Sections �t`y" ■ General Notes \ • ■ Summary of Approximate Quant %e' ' • Appropriate Individual QuanllOulations ■ Special Details ,rz • Structure DetailsklitS.J In Bridge Hydraulic Infoxmat?s?p. Sheet :- ■ Roadway Plan and Prof&. A ■ Bikepath 4. . 8. 71.. • Interchange and Intersection Layouts ■ Interchange Contour Grading '`an'aT0tainage Plans ■ Utility locations ■ Irrigation Reconstruction ■ Landscaping vention Plan ■ Storm Water!PollutIon. P , ■ Lighting Plans ign "2at ,pn Pla 1!-_ .y,.::!...;fl 1 °riping `c =tru ..,.. 1".L.- sing ■ ;:=a ■ k <re C t Lections 1':ca f:, ros ctions with Quantities Roast' _=,r,ii rs.rch Plan and Profiles with sidecddvasnsections Note: l' s list may =;"" .clude all the necessary sheets and may u.clude some ects not applicable to this particular =rojact. Th=1 content of the plans will be as approved by CDOT. In a. 0 - ion to the plan sheets, the Special Provisions _, P,:;! .- provided. This will consist of those unique ect Special Provisions which have to be written pecifically for items, details and procedures not adequately covered by CDOT' s Standard Specifications and SCOPE OF WORK-PART 2 Page 92 . Standard Special Provisions. Also a list of the Standard Special Provisions which are applicable to the project shall be prepared. The Project Special Provisions shall be provided in the CDOT format and submitted with the project plans. e. Prepare the FOR estimate. Item numbers, descriptions, units and quantities shall be listed and submitted to the CDOT/PM. f. Submit the FOR plans and specific ions S nals) to the CDOT/PM for a preliminary revie or R. g. The plans will be reproduced by , T Re•„ Yy� ♦ 4i 14 . Final Office Review • � a y a. Attend the FOR. •µ b. The FOR meeting minutes shall be prepaed by the C/PM, approved by the CDOT/PM, and distributed<as directed. 15. Construction Plan Package } °'s' a. The FOR original plan sheetsspnd4the specifications shall be revised in accordance with the 'FORxmeeting comments and submitted to the CDOT/PM within two: {2) weeks after the FOR. b. The final review of the plans by the CDOT may require final revision of the plans /which ,hall be done by the Consultant _ Is' c. .Sr * u , d pl ' ruction contract package shall consist of sed s and will completely describe the work ItIto eproject including project dated spe isi 'd detailed quantities. d. v e Co it" ; sha 1 submit a hard copy of the following: (1) Roadw ;• • ! .file ■ aking ■ : : -arthwork Quantities '." Mass Diagram Terrain Listing • - " IN Roadbed Listing When required the Consultant shall also submit design data SCOPEOFWORK-PART2 -PART 2 Page 93 . 990302 in an electronic MOSS compatible format outlined in Part 2 • Section 2, SUBMITTALS. nt set of(2) Major structures : An shall be submitted to the epCDOT e the following StructuralReviewerfor each major structure. (a) A letter to CDOT certifying that the Structural Plans and Specifications have bee pre -„ ed in accordance with the present desi lards of the Colorado Department of Tr spo (b) The complete and final of o esign Its for each bridge, overh sign ru nd y ' retaining wall (inclu ou t from rs programs) . These not C include reconciling any differ ' ' etween the ' ginal design,the independent es heck and any design changes resulting from u kq, ut reviews. Hs ca (c) The complete and finaL.set ofsde , . check notes for each bridge, 9701,. rd. signer's cture, and retaining walls C:$,:j-1, ,,..7,' •frte,. ..T;.,:r (d) Two sets of field pack " es '-The final quantity calculations as describe`d6inthe CDOT Bridge Detailing,-;Manual, =a copy. of the geology report, and as-constructed plans for':-existing structures on the project, _;where -applica';°ble. . . (e) Th •,b rdge rata age: Rating Summary sheet gyp., f ers ark ', rating information and hand '74.-6', c n shee s, rating computer output, and ele opy of rating input file. Refer to the idg Manual for a description of these %' ms. e. _c. stru ! r- _ •ineer' s action package. The Consultant - shall s 1h :€ - "-opies, in 3-ring binders of the following: ,_ �' (a) ' roject calculations or worksheets. °:.'' (b) final reports and their approvals: Traffic, ei, k. ` draulics, lighting, pavement design and economic lysis, geology foundation report, etc. All i reports will have the latest revisions included. ;� c) Copies of variances, design decisions, and variance 7 7.:; ` approvals. (d) The FIR, all DOR' s, and FOR meeting minutes. (e) Utility clearance package, utility agreements and SCOPE OF WORK-PART 2 Page 94 . - information regarding the utility location and clearance conditions . (f) Environmental clearances, 404 , 401, wetlands, endangered species, etc. (g) Bridge Construction packet, which includes bridge grades, geometry, and quantity calculat' .las or worksheets. (h) Any other information unique to oject and deemed important to the effecti of construction. At f. Record Plan Sets. Two (2) recd pla is al, ' design of roadways and struct s will be pro k, shall bear the seal and signat � a the respon Y Consultant Engineer on each shegtne (1) set s all be retained by the Consultant for 00,11*' �.) years. The other set shall be submitted to CDOT ier4CRS!!3Y2-25-117, as amended. The original plan drawings ' hall� s not bear a seal . The Consultant ' s completeysubth ttals sha` gti,comply with Part 2 Section 2 . "-441 �.. E. Corridor Management Support , 1. Design Control a . Provide the required staff , communication equipment, and computer systems with;apprppriate software for tracking and monitoring/the planning efforts . b. ,4e�i. . tt pex a *;Corridor Progress meetings at an interval _.__ ce.le t OT/PM. The meetings shall review the ': fo iiik. . comp eted since the last meeting ^:2) Pro "?°countered (3) Late E t (' ies Tr (4) Activ '1= required by the next progress meeting (5) SolutL .n= for unresolved and anticipated problems Hh (6) Infocirtion or items required from other agencies Devel• E. a Quality Assurance program that ensures correct ;. . rxd- ree plans are produced by the project designers. � ; -e Consultant will coordinate the technical aspects of the planning efforts such as: SCOPE OF WORK-PART 2 Page 95 990302 (1) Ensuring that the separate projects all utilize the same references and data base for horizontal and vertical control. (2) Bearings, coordinates, grades, and elevations are identical for common control lines on separate projects. (3) Earthwork balance is accomplished whet- a./repriate. 2 . Information Services a. Provide a management informatio tem iff?,c or and report progress. This system incl •e ; r .uter terminal and/or software for t CDOT/ Consultant will furnish and ain This s tt$j ill : (1) Provide access to current data and =cam=ir s. (e.g. , progress versus sch and cost estimates versus budgeted funds) (2) Include the project schedule's ubmittals and key events. • (3) Identify progress withMrrspect t e3schedules . (4) Identify critical path�raaties. s (5) Provide upon demand a uled submittals/key events for designated ti44. periods.. . _--'. . b. Produce and periodically updateatstrip map which outlines the entire corridor. The information shown on this map will include the following: ■ Preliminary eng ;jiproject limits ■ Construction p `mits Co ; con pr estimated costs a " Cons `C tLas project Advertise-for-Bid (Ad) dates e, her ` 3 e ! .-a ion that is considered appropriate 3. Budget e. y F, r i4 Maintain ent file of project cost estimates. The date and of each estimate will be identified. :c . Maintain - current file of existing and proposed funding for p ' ects. Types of funding sources will be identified. - E)==v, a proposed Ad schedule based on the estimated costs the existing and anticipating future funding. The proposed Ad schedule will be compared to the design schedule. Adjustments to the design and Ad schedules may SCOPEOFWORK-PART2 -PART 2 - Page 96 be made with CDOT concurrence. d. A continuing evaluation of cash flow requirements for administrative, preliminary engineering, right-of-way, utility, and construction costs will be accomplished. The funding requirements will be compared with the get, also on a continuing basis. CDOT will be ' of d immediately of changes in funding requir (This will be complete wh edeJt- •X ,�r Sir ,r :,.. r t 9 . fi s NV? ywl leq. _ r-fY. t: 4L. y, „a- SCOPE OF WORK-PART 2 Page 97 990302 • SECTION 2 0UBMITTAI.S A. Reports ,r" 1. All required reports and studies shall be sub 'tte r review the to the CDOT/PM. Final submittals shall inco with. corrections and/or revisions resultin from 2. Final Alternatives Report: Ensure the esign rt ''e characteristics presented in the F 1 Alt at 4te ill practical, feasible and economica . Des' of t be completed sufficiently so that 'tandardsr' teria may be evaluated and a cost estima ared prior i'he approval of the document. Note: the consultant is responsible for<.easu r g tthat the lies„with agile/ standards and recommended alternative comp .a,+�"IT. ,� ,���M�- criteria. Where appropriate , ec,Iuixed variances will be identified. `'. 3 . Environmental Assessment"tand/or Enwoiri,bttis -- tiroiimental Impact Statement: The compilation of the:..documents (EA '(or EIS) will be in accord with CDOT' s Action Plan' (CAP) , U. S. Department of Transportation (DOT)'-`"Ordery.5.610 . 1E., the Federal Highway Administration' s (REWA) Fede d Highway Policy Guide (FHPIOfTechnical.�Advisoryl' -0 .'8A and the Council on Env , e.ntal ' s ( egulations, as amended. irgpii ; wry. , 4, he esign characteristics presented in the Ensur ., ,.,,._.�,„ EA/FON 7f,.. c I/F practical, feasible and economical. Desi =z?: tr0i s:Kojec 1 be completed sufficiently so that des -u _ 1 . nd iteria may be evaluated and a cost es_ "rt -te pre .I. T . Lior to the approval of the documents. . r 4. ey Plats: Professional Land Surveyor Consultant who ets a monum- R; shall prepare and file a plat in accordance ; ith Sectio ,. : , 38-51-107 Colorado Revised Statutes, as ended. ems;' opy of the plat and filing shall also be submitted 'H& the w.Alt PM. 5. ,:,!=f#4 ,z Submit the review plan set with a written response to item discussed for each plan review, and hyraulic report covering all drainage items requiring project plan work. SCOPE OF WORK-PART 2 Page 98 EXHIBIT A EXHIBIT A, WORK TASK DESCRIPTIONS THAT ARE INDICATED AS DRAFT ARE TO BE USED AS ORIGINALS TO THIS CONTRACT Work Task Descriptions Description Page SECTION 1- PRECONSTRUCTION WORK TASK DESCRIPTION A. Project Initiation and Conti g Requirements 2 B. Project Development i C. Preliminary Design D. Final Design _ , 81 E. Corridor Management Suppoi ... 93 s ..* A F. Value Engineering 94 *s4- SECTION 2 - SUBMITTALS A. Reports +_' 95 B. Data 96 r Plans 97 wD ,, _ectron ;„Submittals 97 • • • 990302 6. Right-of-Way Plans: Submit a progress report detailing the percentage of completion. Attach the "Project Narrative" (see below) along with the progress report. A progress report and narrative, as well as any other attachments; shall be submitted no less than at 2 week intervals. 3. Data ' The following field survey data must be tt roduced during the work. Three copies of t rve as described in the CDOT Survey Manua (Seal r , edby _K' PLS. ) The following will be inclu d in re s attachments: ≤ , 1. Handwritten field notes: This sha a original notes that have been sealed and signed by the y easing Professional Land Surveyor registered with the AGO orago .,State Board for Professional Engineers and Land Si'i'rveyor r. ge- � able sealed and ' signed copies of the original f' notesn'y - submitted in :r m lieu of the original field no„ - y if approved by the CDOT/PM. ' `A . �„ A';, ' 2 . Electronic field data: Prior to'' collect ng data by electronic means the Consultant shall submit a sample and receive approval to continue the work. ::.A sealed and signed hard copy shall be submitted with all electronic data.," Electronic data shall comply with the requirements outlived below. - Onee three rang,finders ing GPS BLuebook and one bound -r w for ion t . - . _ r s Prior to generating mapping data the , ammet ' Cot:-A-ce : _ , sha ',' t a sample of data and receive app l4S4.4: con the work. A sealed and signed hard -(T. I,±. is en appropriate) shall be submitted with 1 ele 1_ . data. 3. ,a'ght-of-Way <<'e : "- A Coordinate Geometry Output file shall be ., tted. T : el is the basis of the ROW plan development and =hall be "bu : " in a logical sequential order paralleling the glans devel;<l ent. The g notes and comments is required in this COGO file. For - • point assigned to a found property pin shalaugmen zc.;; SE a comment such as : STO 200 10280.50 12440.80 / 1 M" ALUM. CAP L.S. 25938 SCOPEOFWORK-PART2 -PART 2 Page 99 990302 or to a calculated point such as: STO 201 10500.50 12550.80 / CALC. NE COR. SCOTT /PROPERTY 4 . Right-of-Way Plans - A "Project Narrative" of the plans development shall be submitted. Items to be included in this narrative are: a. Method and points used as basis for est g existing alignment and Right-of-Way l liimit ' r_ `d to ownersh' b. Procedures, property pi /Point=, and property boundary location:try ,, c. Procedures, property pins/poinE used re identify any gaps or overlaps .,cov -d. d. Date, details and reasoning fo 'equests fo dtional survey data or ties. .. Plans " i'P Plan and map sheets shall comply with t 477 ollowi'g •equirements: Y4 r s A Arri;e • (1) All Review pl , 1, e provided in half-size (11"x17") for, ui eesbtherwise specified by the CDOT PM;:" ' a (2) The sheet size andinumber,coi complete Plans Sets for theI3sial submittal shall be specified by the CDOT P M:voor the Region-BROW Supervisor. (3) For Right-of-Way plans, CDOT Form 126 , Title Sheet and T - atiou- Sheets shall be provided as re=setup Rig' s n' 'ay AutoCAD drawings. All plan sue' "'shalllin ze this drawing format. (See "1E ' is Data Submittals") . D. Elect to S All be mitted to the CDOT Project Manager. Ac ance 'tted material is the sole responsibility of CDOT Pro ager. 'ght-of-Way shall be submitted as a *.dwg electronic awing pre ed using AutoCAD Ver. 11, 12 or 13 in a odelSpace - perSpace format. Copies of a usable prototype mplete h the required CDOT borders will be supplied. The /PaperSpace format may be forgone with the Project approval. AutoCad (Version 11, 12 or 13) will still required drafting package. If the ModelSpace/Paperspace format is used, a "Master" SCOPE OF WORK-PART 2 Page 100 • drawing of the entire ROW plan from beginning to end shall be included as part of the electronic and hard copy submittals. The Right-of-Way Plan Sheets shall be created in "World Coordinates" (to be the same as project coordinates.e4sed in the survey) . Electronic Plot Files (HPGL2 format) 11 "x34") and (HPGL format) half-size (11"x17") s als vided. A1.3 material must be submitted to the CyoT Pro j ., er. tea' Acceptance of submitted material ithe s re Alit of the CDOT Project Manager. Ira All Electronic drawing files and p ' es shall be submitted on Bernoulli disks (90, 150, or 23 _ Y. 1GB Iomega Jaz disks, uncompressed as directed b It is suggested that the CDOT P,q ject M Eger 3e contacted prior to creation of magnetisOlt o verify Ache current submission requirements orA0WaM440tany questions concerning the ability to satisfy thurrentftubmLsson requirements. CDOT Computer/Software-information. The primary hardware used by CDOT is Intel basedYPC' s with Window T or 95, and DEC-VAX systems, and the types of software :are: Earthwork- .Roadcalc 4per4as •d) & moss (DEC-VAX based) Drafting- aAutoCAD ( catt;•' e , Version 11, 12 or 13) ;S ,eey S r (developed by CDOT to convert total ®s o AutoCAD) Ge`'t `:`.t Bri•i Sta -edge software shall be used in either resi or design check timat =e + (Bid Analysis and Management Systems) , an •-sponsored software yCS is Copyrtzh ed 1991, by Colorado Department of r' i ,fir, ransportati . At the determination of the CDOT project ager, PI„ along with installation and initial training, r11 be p •ar• ided to the consultant at no cost. The department . ':ie •_ .• .°,•e ongoing support of this application as determined e by the department. The department provides no -lPa:*=7y or guarantee for PICS or the support of PICS applications . SCOPE OF WORK-PART 2 Page 101 990302 Computer Data Compatibility a. Survey information: All terrain and topographic surveys shall be completed utilizing PICS (Version 1 .4 or later) and the CDOT TMOSS survey methodology. The survey data shall be submitted in an edited raw format, freeof any and all coding errors. b. Design/drafting information: Tw do available to the consultant: Am? F � d yn:%an 1) The original and design moat s sh be - 'd. wt acceptable electronic fo m ' mow: Submit the preliminary surve, ,„_ rain and topographic) in the original edited raw a. rmat . Submit cross-section strings from eginning to ending termini at 25-foot anti 1s ci $ ection intervals als may be modified as n0' to pr er1yof the project area4 , oss section string consists of a string generated pertiendiculaz=?to an alignment . In addition, cross-section 'strings will be required et all cross-culvert locations,Madge abutments, pavement width angle points and other locations as determined by the project manager:` 2) The design informations all be submitted in MOSS GENIO.DAT ,.format ana 4AutoCAD .dxf format . The consultant shall uses'NS0ES Version 9 . 2 or later, and/or i C t .utoCA. O pion 11 or later. All design decisions + r "�` ,hin M© 'such as labeling conventions, shall be rt ts docu ted;_and included in the electronic files . ;:,,:t.,,,AN.: section string shall include all points nec ` J Xs,y o satisfactorily define the ground features of t t. i': As a minimum, this includes all break • point:. "tyc template information sufficient to define the r .:d ay. The .` ectronic file shall be organized so that all cr: s-section strings proceed up-station from beginning • end. The points in the cross-section shall alll be rganized from left to right. Each point sdefined by northing, easting, and elevations in that order. SCOPE OF WORK-PART 2 Page 102 . _ Magnetic/optical media submittals: CDOT can accept media of the following types and format : 5 U"CD ROM Disks, uncompressed Iomega Jaz Disk, 1GB uncompressed Bernoulli disk, 90, 150 or 230 Megabyte uncompressed(Do Not Use PKZIP) 1; Floppy diskette (3-1/2 Inch) conforming z 2N"'or IBM compatible specification and DOS or = e • Format: PKWARE* Compressed CII't Density: 720KB or 1.44 MB V*a"x c ? . Computer .Data Compatibility � ' r, t . a. Survey information: All _terra topographic surveys CAz� shall be completed utilizing PIVersion 1.2 or later) and the CDOT TMOSS survey methddoi (The survey data shall be submitted in an edited raw''format., free of any and all coding errors. sa, c b. Design/drafting information ? o options are available to the consultant : 1) The original and design models' shall be provided in an acceptable electronic 'format: Submit the preliminary survey (terrain and topographic) in the original edite&raw PICS format . Submit .cross-section strings from beginning to ending "termin 5:-.foot intervals . Cross-section intervals m ` 3:,as necessary to properly show features pro '.asgea. A cross-section string consists ing enerated perpendicular to an alignment . on, cross-section strings will be required at " V all ,q f=TT_--Y_nlvert locations, bridge abutments, pavement widthLtiti't points and other locations as determined by the P "- - manager. 2) The .Ssign information shall be submitted in MOSS GENF.DAT format and/or AutoCAD.dxf format. The ltant shall use MOSS Version 10 .3 or later, and/or oCAD Version 13 .0 or later. All design decisions - `'' ithin MOSS, such as labeling conventions, shall be fully documented and included in the electronic files. The cross-section string shall include all points necessary to satisfactorily define the ground features SCOPE OF WORK-PART 2 Page 103 990302 of the area. As a minimum, this includes all break points and template information sufficient to define the roadway. The electronic file shall be organized so that all cross-section strings proceed up-station from7beginning to end. The points in the cross-section -7'1.1 be organized from left to right. Each OD7 all be defined by northing, easting, d etti ns in that order. 3 . Magnetic / optical media submittal CDOTan '7tmedia.of the following types and format : 4tr s ` 5 Y,"CD ROM Disks, uncompressed Iomega Jaz Disk, 1GB uncompress Bernoulli disk, 90, 150 or 230 a Je' uncompressed(Do Not Use PKZIP) Floppy diskette (3-1/2 Inch)099,pform ng .to IBM or IBM compatible specification 4 0S 3 3 or .later. Format : PKWARE* Compree g 6 or,.ASCiI . Density: 720KB or-4] 44 MB' ,,_ ' 4 . Required documentation: CDOT ,requi esithat each unit of the magnetic media submitted be identified with adhesive labels affixed to the media containing the:following MINIMUM information as applicable, --.depending on the media, format , etc . used to create the magnetic' e `T.being submitted: sopiwComput ,--ke, mo nd operating system .- cordru ' ethod, format, and density king and record lengths »cs •roje r and CDOT project Manager name ":= _me ( type (s) {ex. MOSS GENIO, AutoCAD DXF} rc r : ted Vi=i_ =on and telephone number 4 etter MUST = u� rpanY the magnetic media which contains the <-me information as required on the media AND: Either -4 tain a description of the operating system comm- __ = used to create the magnetic media or an attached a .,.*y:r generated listing of the actual process which :aa ed the magnetic media (preferred) . SCOPE OF WORK-PART 2 Page 104 -., PART 3 Scope of Work SERVICES AFTER DESIGN fi'F" R k • .e� THE COMPLETE SCOPE OF WO R CO +;i ice' " r' SERVICES IN ES: *? ' PART 1 - PROJECT SPECIFIC c s attach m o the Contract for , tant Servic PART 2 - PRECONSTRUCTION4TASUC' DESCRIPTIONS em- * PART 3 - SERVICES AFTER DESIGN (as applicable) AND THE ATTACHMENTS Part 2, Part 3;' and tae attachments are available as separate documents and apply to the contract only if referenced. 'K< ° E regarding this scope be directed to: �_::;, M.R. Marandi C7 ' Consultant Management Unit, (303) 757-9876 990392 SERVICES AFTER DESIGN Table of Contents Page . Description IV. SERVICES AFTER DESIGN. A. Review of Shop Drawings 07 B. Construction Services i07; C. Post Design Plan Modi i lQ$ D. Post Construction Servi e.. 108 f .Y V. CONSTRUCTION ENGINEERING vaits , IV. SERVICES AFTER DESIGN: The Consultant shall appoint a responsible member of the firm to be the contact person for all construction services. That person should be available until the end of construction to Coordinate the following services . A. Review of Shop Drawings : Review contractor shop anc3,auxiliary drawings as directed by the CDOT/PM ,..> 44;.- 1. Maintain a log of all submittals ch ' s the following information: • Submittal description ■ Date received € ;�;i Date transmitted back to th ' - _v'- ! 2 . The review of submittals shall bye iby a licensed professional engineer'who is acce *, rto the CDOT/PM. 3 . Review the construction conktractor' s slop tdrawings for conformance with the contractAdocument$and compliance with the provisions of the c rrent; ,Stn. dardSpecifications for Road and Bridge Constpuationr in connection with the contract work. • B . Construction Services: When requested by the appropriate Program Manager, the Consultant/shall provide the services described below. rr e. 1 . Coordinate:the the start of construction and continuouslythroughou* construction phase. 2 . . eazk .ioe, field�o, ation prior to, and on the day of , the fof ss ��"'zr�: • a =.ir lst ing ,d/or caisson drilling All :r , q%' t,•oncrete pours /' c. Plac- ?= i? girders ' d. Splic }Y4i;g- girders b e. Post -n=ioning duct and anchorage placement •' ;. f. Post .Kensioning operations 7L ethnical assistance to CDOT project personnel on s= eeded basis. This service shall include, but not be to, the following: a. Respond to questions in the field that arise relative to the plans, details or special provisions. SCOPE OF WORK-Part 3 Page 107 990302 b. Provide engineering and drafting services for design revisions required due to changes in construction or field conditions. 4 . The following reports/submittals shall be maintained and submitted: "' a. Diary - a complete diary will be acc • :ed daily for each field observation activ' n ju changes .z: b. Changes/revisions - documen and/or revisions to plans speci re c. Progress reports - monthly ogres ,, lle submitted for the Consult ' s a vities -,, a fications heeded. d. Calculations, drawings, ' lled out daily on a e. Daily time sheet - this wjec ,der. This sheet will form approved by the Projec remain with the Project Eng �en re `"d?by the Program C. Post Design Plan Modifications y,, Manager through the CD0T/PM, ae onsultan `yshall provide design services for plan modifIdltt8lis required by unforeseen t . field conditions . D. Post Construction Services 1 . Final Earthwork Determination: Compute the final as-built earthwork quantities . This will include the required surveying, gineering , ' chngC an, and computer support . 2 . . "As-Built4 s. Mo he original plans so that the 7-; 'e: with actual construction results . Y 3 . Rev 31.v,r'¢- o thel Right-of-Way Plans. Review the - y ,Ra Wa aline to identify any excess property due cons c,r< +_I". changes. Prepare Final Plan Revision, 'includin ;�rtn Descriptions of excess property. Monument - e Right-of-Way according to State Statutes and the CDOT ' rvey Manual. (a) R all monuments referenced prior to construction , -j.=t have been damaged or destroyed. Reset any control monuments disturbed or destroyed by construction that are necessary to set Right-of-Way monuments. SCOPE OF WORK-Part 3 Page 108 . . , . Set l w as shown(c) plansl (orereferencef monuments, if s necessary) . final 5. Set property corners on all remainder parcels. Required monumentation will be as directed by the CDOT PM. eg 6. A Record Plan Set, updated for revisions and ow "all signed set subsequent to constructio and sealed by the Professional L ,Su esponsible for the work. The Record lan S st 'ted in the appropriate county office in aqA ance_ . 8-50141 and CRS 38-51-107 . A copy of tshe deposited et must be delivered to the CDOT PM. 5. V. cONSTRIICTION FNGINEERTNG t 3 .completed when needed) ` SCOPE OF WORK-Part 3 Page 109 990302 EXHIBIT A SCOPE OF WORK Work Activity Assignments Work Task Descriptions 990302 EXHIBIT A . Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY CONSULTANT • A. Proiect MitiatiOn A Continuing Requirements ' 1. Initial Project Meeting Weld Co. Lads 2. Review Environmental Mitigation Requirements Lode S. Independent Design Review Lori 4. Project Schedule Lode 5. Develop Design Criteda Lads 8. Initiate Survey Lori 7. Right of Entry and Remits Weld Co. Lori 8. Traffic Control of Kumar-Ramie 9. Initial SubmKtels Lad 10. Progress Meetings Lads 11. Structure Review Meetings Lori 12. Project Management(lnd.Public Coord.) Lai SUBTOTAL-A B. Project Development 1. Communication&Consensus Building a. Contact List Weld Co. Lori b. Public Notices/Advertisements Weld Co. Lori C. General Meetings 111 Small Group Weld Co. Lode [2] General Putt Weld Co. Lori (31 Project Review Weld Co. Lode d. Communication Aids P1 Graphic Support Loris [21 Newsletter Loris [3] Wail Displays Lori (41 Study Model Lade [5] Local Office Loris 2. Project Review Team Weld Co. Lode.Flagstaff 3. Route Location Surveys Flagstaffa. Presurvey Conference b. 'Survey Data Research Flagstaff c. Secure Rights of Entry Weld Co. d. Project Cornet Survey 111 Locate or calabash BARN Stations NA NA 121 Mormmrrentation FlagsItaff Flagstaff 13] Project Coned e. Phosogramneby [1] Camera Calibration Report NA NA 121 Fight Plan NA NA (31 Flight NA NA jet Contact Phds NA NA natives NA NA PI Enlargements NA NA. Photo Index NA NA Supplemental Survey(wing points) NA . NA L Suppinmardal Surveying Ftegstert g. Accuracy Tests Review(by Registered Professional Land Surveyor) Flagstaff h. Reviewed(by Registered Professional Lard Surveyor) Flagstaff 4. Conceptual Design a. Urban Planning and Esthetics NA NA b. AiWnativesMrelysi Lode c. Final Ailann twee Reports Lode d. tetsrdrarge AOprovat Pmuss NA NA 5. Gather Data,Analysis,and Mitigation Development a. Traffic Related (11 Traffic Study NA NA (21 Acddent Study NA NA [3] Noise Study NA NA [4] Ake NA NA [a] Air Quality Monitoring 1/11/99 Page 1 990302 EXHIBIT A . Work Activity Assignments -- TASK DESCRIPTION RESPONSIBILITY �b ply CONSULTANT NA NA ,151 Mem**T tlon%Yawn NA. NA. b. ArdiesotogY 111 a Amlyds COOT 121 Mlg.eon lnwsnea.don Sugnet a Paleontology COOT [i] Gather Date&Analysis Signet ton ie Gdon Wan d. knew Geology investigation e. Water°SKY COOT 1]I Quality Ant& Gusty Montag COOT I. Ecological Assessment COOT g. Historical 1 1MstoAcM Mao Cieareaoe COOT . 12211 testorldal study&Penance COOT Cheryl signs h. Floodpieln and Drainage Assessment Ergkroerkg I. Flight-of-Way Flagstaff Flagstaff (1) Eery ROW Flagstaff MI ROW Review I. 4(M(4)Activity COOT valuation 2 ( 1 EClearance/Concurrence COOT Threatened and/or Endangered Species Determination of Presence COOT 121 Implement Mitigation Sonnet t. 121 Wetlands Weld Co. (2] Wetlands Determination nRep Weld Co. (2] Wetlands Findings Report m. Hazardous Materials COOT 111 Field Search COOT (21 Research COOT Conduct in-sit u tests]4] Analyze and Assess Impacts COOT Lals n. Existing Roadway 1e LLor ois o. Construction Requirements NA. NA UtilitiesIt. Esthetic Considerations Flag NActaR q. 8s Weld Co. r. ] COOT s. IFemtads COOT t. Energy Usage 6. Environmental Assessment(EA) COOT a. Draft EA COOT b. EA Meeting COOT C. Certified transcript d. F(naI EA COOT I Address agency review comments II Address public comments CDO�T (3] Address teem review comments COOT 14] Draft lid EA COOT CSI Draft Final EA review e. Fkding d No Significant Impact(FONSO COOT 111 Address EA review,comments COOT MI Revise the EAaWMFONsI f. FONSI SCOW COOT a location upqucval COOT 7.g location Impact Study(EIS) a. Draft EIS(DEIS) COOT 111 Co pile data COOT 121 Wine the document.kroorporate Issues COOT (31 CocrdMate the issues with the agenda b. Review&adopibn COOT (1] Distribute DEIS to agencies&personnel for review COOT (2] Develop response to comments 990302 1/11/99 Page 2 EXHIBIT A • • Work Activity Assignments _ — TASK DESCRIPTION RESPONSIBIUTY CONSULTANT Fanrxd completed OEISb RWVA�&baba OOT Allan YIN page to correct COOT a DOS ddMlbuYal,*doormen*able review (11 Prbkh the MISfor public e ew&hwing COOT COOT p.1 Maintain DEIS for pubic review a carol•comments • d.(t Public towing COOT Ptepete data Pl Conduct COOT (31 • COOT crliNd UrNbrbt S. Final EIS"OS) to public is COOT 21 0 21 '& a respond COOT Moab ... w Manna COOT • 4) 'Mitigation measures • 12 Concurrence COOT Prepare FEIS Summer ofcomments received COOT l t m Review&adoption . COOT . (11 Pitt&Distribute FEIS for review COOT Develop mambo to comments(3 Transm*to FHWA for signature&Wien!Wien! COOT (41 Title page&Record of Decision(ROD)to corral administrator COOT 9• Route location aPPrevat COOT (11 Publish FOS (21 Distribute DEIS(al AgenCies COOT (b) Enter the Federal Register(90-day waiting period) COOT Review response to comments COOT (31COOT 141 Coordinate with dHWA (5] Notify contract administrator,location phases completed COOT 8. Design Report Lorisa, maw Public Meeting Loris b. Preliminary design rebid Weld Co. c. Review d. Public hearing Loris 111 Draft design report Loris 121 Alternatives rd under consideration Loris 131 Record meeting&respond to questions Loris Co. Loris (41 Verbatim transalpf,formed copy to FHWA Lode (51 Fiat design repast)61 management&Won' weld Co. e. Complete MM design report Lads i Deleon Report Review Weld Co. 31 eielop response lo 121 Distribution catmints Weld Co. (31 infamational oak 10 FHWA Weld Co. [41 Concurrence Mom FHWA to Chief Enabler FHWA 99 Begin mpreenInarypddesigln eppovel Pr Weld Co. g Obtain ErteazM Oirecbrcaiamrice Weld Co. 111 Notay Cite Engineer list p tied my advanced to Preln*Wy Wow co. 121 Design 9. Pent • a' 401 Permit Su mk epplcelon&design Sombre to Colorado Department of Weld Co. I11 Heart(OOH) Omani between CON d Region Envkorr eal Manager NNW co. RI (($r.SSfl about ,&.S...) Weld Co. (91 Submk permit b Region Envkarwnm Manger b. 402 Prml k bWeld Co dormatioo CDR . (11 r Coordinate edon&design Mean ) FnvNorwmnsrsat Manager Weld Co. [21 (questions about e 131 Submit pen*to Region 6wkorvnrdY Manager Weld Co. c. 404 Pemnit 1111199 Page 3 990302 EXHIBIT A . Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY. CONSULTANT �1 Wlennkls w.s Veld Co. , �l prepare&sikmi 4W Pero*application(s) Weld Co. 31 Coordkr s wllh Caps of Engineers(COE).Region,&Staff design Veld Co. 4) 'Obtain Region'Transportation Oiedol s signature on pent* ' Weld Co. [5] Transmit permit stipulations to Region&staff design Weld Co. d Wildlife Certilicadon [dl Submit application&amen Information to Colorado Division of WMd Co. Mae(COW) . Coadkate between COW 6 Region Envia.nrial Menage( Weld Co. (21 { asabout r.•b o) Weld Co. ($1 asrtlticagorl b Region Envtrasnrisi Main e. WOES Storm Water Permit Weld Co. 111 Alegre application 121 Coordinate with Region Environmental Manager(questions about Weld Co. aPPlic°tion) Weld Co. [31 Submit separation b Region ErwkarneMd Manager SUBTOTAL-B. C. Preliminary Design 1. Design Field Survey Flagstaffa. Resurvey Conference Flagstaff b. Survey Data Research Wed Co. C. Secure Rights of Entry d. Project Control Survey I :Flagstaff Locate or Esab6h HARN Stations :Flagstaff [Z[ tion [31 'Flagstaff'FlagstaffLocal Project Contel e. Land SuSurvey/BoundaryIFagsaffary Survey FFlagstaff 1. TMOSS Survey .Flagstaff 9. Tewalo Survey !Flagstaff h. Utility Survey :Fagstaff I. Hydraulic Survey Weld Co. 1. Material Survey IFaagstaff k. Supplemental Surve*kr9 !Flagstaff1. Survey Report !Flagsaf In. Acarery Tests IFagstaff n. Review(by Registered Professional Land Surveyor) 2. Traffic Engineering NA NA a Obtain data NA NA b. Detennkre desirable safety improvements NA INA C. Recommend appropriate geometry(lane numbers.ante lanes.que NA INA d. COOTwwisw NA NA eDetorraltrnatives . NA NA f. Develop&submit the seesaws singes ride Lead(ESAL)for design A NA g. Submit data 6nwnanendationsb COOT for acceptance NA NA 3. Materials Engineering a. Preanisy Sok Mare don Kumar (11 Cakectsoil samples Dslamane lest hole s . l�l[a) Ciassacalon Kumar 1bl Motetrre-Density reatioruMP • Kumar [c1 Resistance value Kumar PI Determine sok atrucare capability Kumar [41 Soh investigation report&reconane datirta Kumar b. Pavement Rehabilitation (11 OIWn design Indite data [al E4Sj Dpi Traffic[18k ESAL) Wald Co. (1) EDstimate the 18k ESAU equivalent DesignWeld Co. (2) EWmsla 18k ESAL's experienced rot Protected 18k ESAL for rehebYated pavement design period Weld Co. 121 Distress Survey Weld Co. [al Determine distress es Present Weld Co. @ Wens**tente distress type extent Weld Co. (a1 Develop existing distress map 1/11!99 Page 4 990302 EXHIBIT A • Work Activity Assignments • TASK DESCRIPTION RESPONSIBILITY CONSULTANT Ni Determine distress cewes Welders. 1e1 Determine eabtkng surface&subsutaoe drainage conditions Welded. 131 kmratipaM editing g pavement Mixture lel Material tests (1) Srbrade:soil dassfication,maisturelde sIty.&resistance value Weld Co. (2) Bass:thicirness.gradation.Pl.LI,resistance value,strength Wald coefficient(3) Pavement htdmess,ebegti,coefficient Weld Co. 1b1 Deletion MISS Weld Co. (1) Dskection profile Weld Co. (2) Modem deflection Weld Co. (3) Deflection basin (4) Differential dNbdWro at transverse Mot for PCC pavements Weld Co. (5) In place delenrbadon or the Modulus for each layer&subgrade . Weld Co. drb Ic) Remg load ca ring capacityC Co. weld Co. (41 Design the feasible akernetives for the rehablgadon (51 •. osign taxi Weld Co. [a] Corrects the bads Sum lbd 1 Rate deterioration (c] Affect on surface Weld Co. tuta dndedada Weld Co. [el Pavement widening shat be included in the analysis c. New Pavement Structure Kumar , d. Pavement Justification (I) Basic factors Weld Co. I lal Desired We expectancy Weld Co. I Ile) Required maintenance&ability to pertain 101 Performance We basis Weld Co. I (2] Lis cycle coat (al Present worth&annual cost from unit&maintenance costs Weld Co. I @] Compare alternatives over the same We span Weld Co. . (C] Recommend pavement structure&basis for recommendation Weld Co. IKunar e. Pavement Design Report f. Existing Bridge Condition Investigation Weld Co. I g. Foundation Investigation Report I 1t1 Obtain the Foundation Investigation Request showing requested test :Kumar mob locations [2] Drilling Pattern,subsurface investigation.tolled sanmles (Kumar 131 Laboratory testing:strength&allowable bearing capacity Kumar (4I Lateral analyses of caisson(*)&for pM(s)(groups) Kumar [5] Wave equation pile dint®analysis Kumar 161 Submk Foundation Investigation Report for approval Kumar (7] Geology plan sheet&foundation report IKumar 4. Hydrology/Hydadics Engineering i a. IlydrologY (,1 Drainage baton Cheryl Signs Nil Delineate Engineering Cheryl Signs Si SizeEngi neeri g Unen1 Sipco (i Waterway tiaa y Engineering Cheryl Sign [d1 vegetal cover Engineering Cheryl Signs Nil aphasiac [21 Historical data CherylNl Mod ICY Engine Signs ering Cherie SIDa pal Previous design Ergkrekg Meryl Sipes [y Urban Drat nags&Flood Control Etghroekg [dl Colorado Water Conservation Engineering Page 5 990302 EXHIBIT A . Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY CONSULTANT • Signs [y CnOTamtatanwwa Cheryl Signs (f] Local residents Engineering Cheryl signs (31 Storm frequency Engineedng Cheryl signs 141 HYdrelegic Analysis Engineering b. HYdiWfa 111 Pna i*urY design of minor drainage structures asryl SIPS 1a1 Location a massing alignment Engineedng . Cheryl Signs @1 Movable headwater amyl S igns (cl • Sedlnetaallon&debris EngMrring Cheryl Signs (dl Type,size.6 shape of structure CL' g heryl Signs lel Ptet urinary structure cross sections Engksetkg Cheryl Scx Ifl Design computations&documentation Engineering Cheryl Signs [gl high water level F • Cheryl S1Agns (Zl Potential funding Engineering 131 Major structures:water surface profile&complete hydraulic analysis Cher Signs [al Hydraulic size&skew of bridge Engineering Ctury'Signs @1 (Minimum low girder elevation Engineering lawn4 Sips Icl 'Design year frequency Engineenng Iasi Signs ]d] 'Design year high water elevations 'Engineering � aretyi Signs [e] Total scour profile for 50-year design Egkterkng Chef Signs [fl Channel erosion protection Engineering Cheryl Signs 141 Culvert pipe sizes for detours Engineering 151 Storm Water Pollution Prevention Plan Cheryl Signs (al During construction rEtgineering Y asl Signs Ibl Ana(constuction End"aefl'g c Preliminary►ydrau ics Report Cheryl Sign 111 H*dogy analysis � RI Minor structure hydraulic designs Engineedng Meryl Signs [sl Major structure hydraulic deign Cheryl Engineering (41 Structure cgs eectiots EngCheineering sing 151 Storm Water Pabilbn Prevention Plan Engineering I61 APPendbr Cheryl Sips (al Drainage basin maps• Cher/Signs rot HydrologyAwdraulicwotkaheets Engineering 5. Utility Coordination Flagstaffa. Location Maps n Page 6 9903/1 a2 1/11199 EXHIBIT A Work Activity Assignments TASK DESCRIPTION RESPONsI&LD Y CONSULTANT b. Reviews and loch ' 11 ' Fl 121 "PoliciRelocation recommendations May ationlautloes Loris C. RelOcaBen daft '° yc000S adonn Weld Co. d. Duct Company aooslnadon 8. Roadway Design and Roadside Development a. Roadway Design Lae E Coordinate bSe adpie design effort Lobs lot survey did, O mweie loved fhorbentel&vestal alignments)Provide dmattaas&ROW witianads for ROW ownership mile Lads [51 pknMsvelop required Somata on the papa Loris L� 161 Compute psimbeSYwu aout b. Roadside Development lads [1] Guardrail and&Pulsate NA NA [2] Larldacapkg NA NA 131 SprWder SystemsNA NA 141 Sound earners NA NA [61 iffitimaths T Escape Ramps NA NA 1711 NA NA MI Rest AreasLoris [8] Safety analysis NA NA C. Lighting Plan 7. Right of way a. Research Flagstaff [1] Affected ownership Flagstaff (21 Locate project on assessors map Flagstaff [3] Locate documents which transfer title ff [4] Chain of Title Flagstaff 151 Encumbrances,releases,etc. Flagstaff [6] Property inspection Flagstaff [71 Location of existing roads Flagstaff 181 Latest subdivision plants 8 street vacations b. Ownership Map Flagstaff [1] review preliminary design 8 survey report DI Review project coordinate system&basis of bearing from(,umbel Flagstaff Survey Compute atipnnad of ROW centerline&store coordinates of found Flagstaff l31 monuments within the Brat tier of properties Flagstaff[4] Review ownership documents Flagstaff coordinates or obliterated aliquot corners[51 Establish subdivisionsof sections,icons show section a 1/4 section lanesigl Flagstaffon ownership map 8 ROW plans Determine aiming ROW Baas from deeds of record,ROW plans.& Flagstaff PIfarad makers nd easements Flagstaff 1 I Seratershipscure additional tal moody bP property bounds),locations adjacent to affected PIEal Buildings.sheds.et FlagstaffN Subsurface cables&conduits Aagstiff FlagaWf Was[Idl litigation aches&systems. Modal( (181 Reconcile overlaps&gape in ownerships Flagstaff (111 Plot Ownership Map on 22 X 34 Mylar elteets;noel sub 1•.480', Flagstaff urban acne Ts2c0' Label monuments is bind with desolation of monument&project Flagstaff[121cootdbew improvements&topography within the ownerships&existing access Flagstaff [131to wselkounly toed system Number ownerships alternately as they occur along the centeri e (141 from south as neat or west to east in the same direction as flagstaff stationing. Show current names of wormers&lessees I+51 Calculate the area of ownerships affected,coordinates of property Flagstaff comers Flagstaff [+61 Different land uses within a properly,cross hatched 1111199 Page 7 990302 EXHIBIT A Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY CONSULTANT I'T1 Seal number,&name d PLS supervising the work In lower right w land comer d ownership Map Transmit Ownership Map.Memoranda of Owners*.calculations. (18] field notes.supporting data,control&nionumenatlon sheet Flagstaff (monunedation sheet not required at this point) 8. Major Structural Design a. Stwcbrrd Data Collodion(kid.Metric Conv.) (11 Obtain diadem Os data l (el Typical section ads 1b] Plea a profile sheets tads Loris (cl Right cif Way roshktions Flagstaff (d] Prslmlan'IMdratia&geology M Kumar m 1e1 EmArmanental ac requir ements Loris PI Guardrail and deWeator types Lads (9] - Recommended structure type NA ]hl al mc1mm a� NA NA. NA m Loris Rl Data on twisting structure b. Structure Selection Loris Review structure site data L (21 Determine structure layout alternatives Loris res (31 Determine ne structure type alternatives Loris 141 Determine foundation alternatives PI Delennine rehabilitation NA tion alternatives (61 Develop the staged consburon phasing plan NA. A NA. (71 Compute preliminary quantities l&preliminary cost estimate oris (81 Evaluate structure alternatives Loris (91 Prepare preliminary general layout for the recommended structure Lads c. Structure Selection Report 111 Summarize the site data used to select&layout the structure(s) I Loris (21 !Report the structure selection&layout process tons I31 !Obtain acceptance for the recommended structure(s)(2-weeks Voris !review) i d. !Foundation Investigation Request !Loris 9. 'Construction Phasing Plan NA. INA 10. IPreparation for the FIR a. !Coordinate,complete.&compile the Pans Loris b. (Major structure general layout Loris e. !Preliminary cost estimate based upon estimated quantities Loris d. IPans will indude:title,typical section,general notes,plan&profile. 1.1XiS e. ROW ownership m I ap Loris ff f. Preliminary Traffic Control Plan&detours Lorisg. Submit FIR plans - Loris h. Refrodudion Loris I. 1048 form 11. Field Inspection Review(FIR) Weld Co. Loris a. Attend FIRRLoris b. MOWN meets Loris -a Revise Fasten sheets(vat 10 work!g days) � d. Ready'design dedslons made during FIR lads e. Design deviations with written justification ced for i ris 12. Post FIR Revisions Loris SUBTOTAL-C. D. Final Design - 1. Protect Review !Arm a. Update project schedule Loris b. Coadkate actiNies C. initiate design decisions,variances,justification Process,&signal L 2.• oris Design Coordination weld logs 3. Utility Coordination 4. Hydraulic Design 1111/99 .3 7l!♦7 Page 8 903 902 EXHIBIT A - Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY CONSULTANT Signs Cheryl Slew b Po . Storm Water NAIon PrevetAoo Plan a Major Structure Channel Design Ch wrlA Sip 111 Configuration,size.&skew of channel C aryl SM (21 Wain surface elevatiaw igns (31 Binning,tiowlinss&hydraulic Woman Ertsinaffas a 0100 SY s H1 Charnel erosion protectionttis ection inEngineeting (51 Reoamwnd low girder elevation for the structure Cherie Signs Engineering PI Scour depth in the dwmrlfortlastructure Cherylns Si n d. Final Hydraulics Report Chet Sipes 111 Revise 1Newnkwr epat. Chet Signs(21 Bridge hydraulic i fornwton on an original plan sleet 5. Interim Plans Initiate ROW Authorization Process after FIR comments&final Weld Co. Lorisdes a. e. Final Plans Prepare following the FIR comments,final hydraulics design.&other LOS 111 design items !Include:title sheet,typical sections.plan&profile,drainage,signal, Loris (21 fighting.signing,pass section,&otter sheets indicating utility aufticts ILoris 131 Add new or revised utility locations c. Final Railroad Plans NA, INA 111 Railroad enaoadrrent plan responsibilities NA NA (21 Railroad and highway constructionNA INA 131 Cost estimate NA. INA (41 Submit plans for authorization&approval on exhibits NA INA [51 Prepare Pubic Dunes Comnussion appcca b- 6.a ROW Plans Conant I 1 Iti Title sheet Flagstaff (21 a2 Tabulation d properties Flagstaff 31 a3 Control survey diagram (Flagstaff (41 #4 kaorurnsntation sheet r I I •.t a5 Tabulation of mad ;• •.• _. a5-aX Plan sheets agCN-I Weld Co. b. Insurance and .Services a , . .. ,. Plan integrate slops stakes,lane times,amverls,road approaches.etc. Flagstaff 111 into eequyurwAs,access corhtrcl.&easements. Flagstaff Revise IA Following .lo reflect •. - &remainder aras .. . ROW • sheets •. . &access carnal •- • -. - • . .. T sheetConlin ... Title sheik sheet on theMonumentalize shed list ROW,eaaemxA,control.ale. Flagstaff [g1 lobe set&Be • . comers to be reset Tabulation • road approaches,owner,mtiepostlstetion,right or left Flagstaff (1e1 of oentedine,width of approach,skew angle,&remarks if any Flagstaff [t 1] ROW Olel review s,revcalculations,& Submit plans.revised ownership&title camnanhents, Flagstaff 1121 supporting data for authorization&approval Flagstaffd. Appraisal Staking Page 9 990302 1111199 EXHIBIT A . Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY CONSULTANT e. ROW Plan Revisb n( Q IJ jua t r) Pl appr+laal .negotiation nsWions Flagstaff (2] Suhnt each v.tt 5 waking days after Plan Revision MP ROW Wan revisions tossed by design dulness a correctionsflagstaff 7. Materials Engineering a. Materials Data It Formulate jobair Iowan Kumar 121 Develop Ndaalaian gawk.aarklwtlon mgiiemaas.&pit Kumar alrstdies b. Stabaxation validity Wald Co. C. Stabilization Plan Weld Co. 8. Traffic Engineering a. Parnrnsd 8QIePavenwa Mndng Plans 111 Meraory.WlkgtraMc controls Lads Plan sheet with Sag roadway.edge of Pavel way.shedder.PI Lorls signs. & Smelt ss. bpcRaWq 131 Signing 8 sailing Plans lads 141 Tabulation ofSiptg Ouanedes Lock 151 Tabulation Pavement Markings Lads 151 Traffic Spedfiatlap/SpecW Provisions Loris (71 Submi plans&specifications for approval Loris [8] battle approved plans in project plans Loris b. _Sgnaraed Intersections (11 Document signal wawa study NA NA Plan sheet with intersection condition diagrams&required traffic(21 NA NA signal design c Traffic Control Plan [1] Traffic control plan Loris 121 Estimate quantities Lode (3] Include approved plans in project plans Loris 9. +Roadside Planning I a. ILadaeapirg i 111 Most economic alternative,finalize concept,complete plan NA INA m ppAcc�laeptdabie safe recovery distance between bavdway&tree NA 7N.A. (31 ISpete permits NA NA (4] Coordinate ROW requirements NA NA 151 ISpecial Provisions NA NA (6] 'Include approved plans&special provisions in project plans NA NA (71 Catty designated plants are available NA NA b. Sprinkler systems (1] Plans NA NA (2] Slant pans for approval NA NA (3] Include approved plans In project plans NA NA c Lighting Plans Ill Papas Plan NA NA (21 Subnt plan for approval NA NA Faadadon for high mad ightlng NA NA Complete design 1 Cia*typo&voltage d pow son NA NA 1 Loalbnof power source NA NA Icl Lunn**type&ksnens NA NA (dl Light standard type&moaning height NA NA 101 &eclat ann type&length NA NA II Foundation detais NA NA Ica Size&boatim ofalaWbd conduit NA NA (h] Locations of power souat ghtinpanholama(s) NA NA III Location et direct burial cable NA NA III Size of wiring idor dad build cable NA NA 151 include approved Wens in pond pans NA NA 10. Roadway Design Lads 11. Final Major Structure Design a. Structure final design (1] Review general layouts a comments 'Loris (2] Review foundation recommendations Loris r� l1 1111/99 Page 10 9 03'12 EXHIBIT A Work Activity Assignments TASK DESCRIPTION RESPONSIBILITY CONSULTANT (3 RevIew hydraulic report Lads I4 Revise general layouts according to review comments Loris [51 superstructure&substructure structural analysis Lads [6] Preliminary design duedi from design&dew notes Loris b. Structural plans&specifications Loris (11 Standard dews Loris [21 Dew dings Loris [31 calculations Loris sheets IS] Special provirorn Loris 161 Quantities&aua t y summary Lads C. Independent design,der,&quantity died([11 Independent data design,da &quan che tity ck NA NA [21 Revise plan sheets&design notes NA NA [3] Clack quantities NA NA d. Bridge rating&held pacage Loris C. Structure final review Lots [1] Make final plan&spew provision corrections[21 ICanplete aoss+etsrendrrg d plans Loris Loris [3] IInclude plans&spew provisions in project plans 12. (Construction Phasing Plan NA NA 13. :Plan Preparation for the Final Office Review a. • 'Coordinate the packaging of plans [t] ;Collect plans from design elements&collate the package Loris [21 !Include construction phasing Loris [31 *Cakwlate quantities,prepare tabulations.&Summary of Quantities Loris 141 IScales:P&P intersectionMO, '2 10x,interchange contour grading Loris 1'-50 b. Add new or revised utility locations,resolve conflicts,add pay Lads !kema/speclau Provision C. FOR plans will include Loris [1] Title sheet Loris [2] •Standard plans list [31 Typical sections Loris [4] General notes Loris [51 Summary or approximate quantities (Loris 16] Quantity tabulations (Loris 171 ;Spew dews Loris 1 'Structure details Loris 191 'Bridge hytlreutic information sheet s Lori [10] Roadway plan&profile sheets 1111 Bauman' NA LadNA NA NA [121 'Interchange&intersection layouts [131 IMMadrarge cantos grading&damage plain NA NA � [141 Milky locations Lads [151 'irrigation reconstruction NA NA 1161 'Landscaping La Lae 1171 atom water pollution prevention plat [161 Lighting Owe NA NA NA NA [191 NA SiPir➢&.Mpkq plans Loris [211 Construction phasing NA NA [221 Detour Loris [231 Structure aces sections Loris [24] !Roadway cross sections with quantities Loris [251 Raw approach plan&profiles with side COSS sections Loris d. Spear Provisions,standard special provision list Loris e. FOR cost ea ..a Loris f. Submit plans nods g Reproduction - Loris 14. Final Office Review a. Attend meeting Weld Co. Loris b. Write meeting minutes Loris 15. Construction Plan Package a. !Revise FOR plans within 2-weeks Loris 1/11/99 Page 11 990302 . EXHIBIT A Work Activity Assignments • TASK DESCRIPTION RESPONSIBILITY CONSULTANT b. Plan review,resulting requited revisions Loris c. Bid plan package Loos d. Submittal [11 Roadway hard copy Loris (a] ale Flagstaff @1 Staking Loris (e1 EaMwrork quantities Loris [dl Mass diagram Loris [Ill Terrain listing Loris III Roadbed listing (21 Major structures Loris Iii Cerdfostlon letter Loris @1 Design notes Loris (ci Design check notes Loris 161 2-sets field packages Loris (e Bridge rating Package e. Construction engineers action package Lois �ba� Loris 11211 Final reports&approvals Loris DI Variances,design decisions,and variance approvals (4] FIR,DOR's,&FOR meeting minutes Loris (51 Utility clearance package.utility agreements,utility location,& Weld Co. clearance conditions Weld Co. [5] Environmental clearances Iis (7] Bridge Construction packet ILois [61 Any other important information LLois L 2 Sealed record plan sets I Loris g. I Will comply with Part 2 Section 2 • SUBTOTAL-D. I I l i i . E. (Services After Design Loris 1. I Review of Shop Drawings Loris 2. 'Construction Services Weld Co. Lo s a. (Coordinate schedule b. I Provide field observation Loris (1] !Pile driving/caisson drilling Loris [21 (Major concrete pours Loris Placement of girders • (41 'Splicing of girders Loris (5] PPost-tensioning duct&anchorage placement Loris (61 Post-tensioning operations Looris ris c. 'Technical assistance Loris d. (Submittals Loris 3. Post Design Plan modifications 4. Post Construction Services Flagstaff a. Final earthwork determination Loris b. As-built plans Flagstaffc. Revisions b Rgfd*a(-Way Plans Flagstaff d. Monmtard ROW Flagstaff e. Set property corners staff f. Deposit ROW plans Flagstaff . 5. Construction Engineering Loris • 1/11/99 Page 12 9902.02.., EXHIBIT B ESTIMATED COST OF SERVICES Estimated Cost of Summary Work Hours and Cost Tabulation Billing Rates 990302 EXHIBIT B Estimated Cost Summary Services Project Project Preliminary Final after Construction Initiation Development Design Design Design Services Loris and Associates $2,670 $6,951 $12,908 $25,419 $2,145 $22,560 $72,653 Flagstaff Surveying, Inc. $0 $5,710 $850 $800 $950 $0 $8,310 Kumar&Associates, Inc. $0 $2,878 $0 $0 $0 $2,878 (Geotechnial) $0 Cheryl Signs Engineering (Hydraulics) $0 $0 $3,150 $0 SO SO $3,150 Sugnet and Associates (Environmental) $0 $2,436 $0 $0 $0 $0 $2,436 Subtotal $2,670 $15,097 $19,786 $26,219 $3,095 $22,560 $89,427 990392 T , r i El" 1 ik ssiaflsii acs I lL9''�` ini fi i ssllhl ill =s 1 a ! sass! as s ass s aji a amass a sail s a -1 r MI s $ ss s*� sat s� ass. s °s36.,$ ass w ss ass ss �� €a Ezii 1 II fllill1 a= z iii i !L_�� jis g illaii i=lfl $l :wa4 ; i ;:::p:i to Z eeiaiii aaaaaaaiii;ii2A 32- , ( t j , r r , , f , ip as aaeeeeeReei w ee9si coe wed o ewww re:: : eeeee0e-Re : In 1 I r I Ig• eoeeoeeee : g ooec : eee ; Tr.f eeeeee:::;;:Sezl eee { p eeeo ea eee` u 6es a eeue 2 c : a eee : :::2 11 : 1 ::"°**-' cce .- 1.1 ' I 1 i 3See:efeee9 a ::fl 4 ee a 9eze a niei see e -:eeieese= * eee O 8 so. -àó00 76 . .. - _c A 22 : e;: : :: : 3 :«c a _foes e.a :rl a ::: an :II e eo eeeocco : c.e.fee,e,ee ; co 3 :in « ee ee. ea e oceeocSjese ^* aeeo t a w l . .1�Vj I ti e:::::coeoeee . : :gzs a o:ite e egr.: : wea o ee e e e « gr.: : ., eaee:?.?:e U ::: l 1 n I I I I , I ra g .u uddmmm !II!!. I!III-!i!!!II !HHc:nnnn ! III] xs s as a a s � d 1 j H E. . _ _ i 1 x 9> I I I ' , -I I 1111111111 llllil1lrt. 1;Iiftilld0. III'fihhbbww hulk 1 'Illj k - n C o 0 c-'")..1 g gwa 1 m' - ti` �y c ui' % 990302 ; z lil IVO A ss A $ 8,A ! 8 RR4 SS8882 L L AAR A g �S?SS33 � A 8$s S222222Sa a a:an d dudddd223 : :;;:2 g. :::::::ii C G Y O p Q d dco O SSSSSSSSS o r oa m :2_2222; a x asap! H y 7292222x; aRit; H O — V ^_S9SSSSSS e0 W � c 11111111 _. O a g 3 I1 . . ma Will o 4 990302 EXHIBIT B BILLING RATES Loris and Associates, Inc. 2735 Iris Avenue, Suite B, Boulder, CO 80304 BILLING RATES $ / HR Principal Engineer $105.00 Senior Road Engineer $ 90.00 Senior Bridge Engineer $ 80.00 Project Engineer V $ 75.00 Junior Engineer $ 65.00 Technician/Drafter $ 45.00 Administrative Assistant $ 45.00 SUBCONSULTANTS Subconsultants will be billed at cost plus 10% REIMBURSEMENT EXPENSES COST Mileage $0.35/mile Blueprinting $0.20/sf Copying Service $0.10/copy Facsimile (send and receive) $0.50/page AutoCAD plots for submittals $20/sht Cell Phone Actual Cost Other reimbursable expense will be billed at cost plus 10% m:\wpfiles\agreemntVoris l.fee 9903fl2 Rev. 5193 APPENDIX A LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1. LAWS TO BE OBSERVED. The consultant shall be cognizant of all Federal and State laws and local ordinances and regulations which in any manner affect those engaged or employed in the work or which in any way affect the conduct of the work,and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same, and shall at all times observe and comply with all such existing laws,ordinances,regulations and decrees,and shall protect and indemnify the County against any claim or liability arising solely from or based solely on the violations of any such law, ordinance, regulation, order or decree, whether by itself, its subconsultants, agents or employees. SECTION 2. PERMITS AND LICENSES. The consultant shall procure all permits and licenses, pay all charges, fees and taxes and give all notices necessary and incidental to the due and lawful prosecution of the work. SECTION 3. PATENTED DEVICES,MATERIALS AND PROCESSES. The consultant shall hold and save harmless the County, from any and all claims for infringement, by reason of the use of any patented design, device, material, process, any trademark or copyright and shall indemnify the County for any costs, expenses and damages which it may be obligated to pay, by reason of infringement, at any time during the prosecution or after completion of the work. SECTION 4. INSURANCE A. The consultant shall carry the following minimum amount of insurance. (1) Worker's Compensation and Employer Liability in statutory limits. (2) Comprehensive or Commercial General Liability Policy and Automobile Liability for amounts not less than: Bodily Injury ) $600,000 each occurrence ) or$600,000 combined single limit Property Damage ) $600,000 each occurrence ) (3) Architects' and/or Engineers' Professional Liability Policy for amounts not less than $250,000 in the aggregate. 1 990302 (4) Unemployment insurance in Statutory limits. B. Said insurance shall be maintained in full force and effect during the term of this contract and for two(2)calendar years thereafter,and shall protect the consultant,its employees,agents and representatives from claims for damages for personal injury and wrongful death and for damages to property arising from the negligent or wrongful acts or omissions of the consultant, its employees,subeonsultants,agents or representatives,in the performance of the work covered herein. C. Furthermore, the consultant shall carry valuable papers insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes or other similar data related to the work covered by this contract, in the event of their loss or destruction until such time as the final submission by the consultant has been made and accepted by the County. D. Certificate showing the consultant is carrying the above described insurance shall be attached to and made a part of the contract. Said certificates shall name the County as an additional insured on General and Automobile liability policies. SECTION 5. AUTHORIZATIONS AND APPROVALS. The consultant is hereby advised that the reimbursement to the County of federal-aid funds by the U.S. Department of Transportation, Federal Highway Administration(hereinafter referred to as "FHWA"), for work on this contract requires step-by-step scheduling and authorizations to proceed. The County will exert every effort to make its determinations promptly and to obtain necessary approvals from the FHWA. For critical matters,the County will not issue authorizations to proceed until the matters have been accepted by the FHWA. The consultant agrees not to proceed with any phase of the work until written authorization therefore has been issued by the County. In the event the consultant knowingly or otherwise proceeds with any work prior to the authorization therefore, and this action results in the County being denied reimbursement from federal-aid funds for fees covered in this contract,the consultant shall be liable and shall reimburse the County in full for loss of such funds. SECTION 6. TERMINATION AND ASSIGNMENT OF CONTRACT. The right is reserved by the County to terminate this contract at any time upon written notice, in the event the project is to be abandoned or indefinitely postponed, or in case the services of the consultant in the judgement of the County,are unsatisfactory; or because of the consultant's failure to prosecute the work with diligence or within the time limits specified. In any such case, the County will pay the consultant for work accomplished to date of termination as follows: (a) Lump Sum contracts: The percentage of the total lump sum fee that represents the ratio of work performed to the total amount of work; (b) Cost Plus Fixed Fee contracts; incurred cost of actual work performed plus a percentage of the fixed fee that represents the ratio of work performed to the total amount of work in the contract; (c)Specific Rate of Compensation contracts: Incurred cost of actual work performed; (d) Price Per Unit of Work contracts: The cost of each completed unit of work and/or a percentage of each partially completed unit of work. All work accomplished by the 2 990302 consultant prior to the date of such termination shall be recorded and tangible work documents shall be transferred to and become the sole property of the County prior to payment for services rendered. B. The consultant shall not engage the services of any persons then in the employ of the County for work covered by the terms of this contract without the written consent of the County. C. The consultant warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for it, to solicit or secure this contract, and that it has not paid nor agreed to pay any company or person, other than bonafide employees working solely for the consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the County will have the right to annul this contract without liability, or, in its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. D. It is the intent hereunder to secure the personal services of the consultant, in manner aforesaid,and this contract shall not be assigned,sublet or transferred without the consent, in writing of the County. E. The Consultant as an independent contractor, its agents or employees, shall receive no benefits directly or indirectly that accrue to County employees, in the performance of this contract. SECTION 7. CIVIL RIGHTS. In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal Aid Highway Act of 1973, the consultant, for itself, its assignees and successors in interest, agree as follows: A. Compliance with Regulations. The Consultant shall comply with the regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations,Part 21,hereinafter referred to as the"Regulations"),which are herein incorporated by reference and made a part of this contract. 13. Nondiscrimination. The Consultant,with regard to the work performed by it after and prior to completion of the contract work, shall not discriminate on the grounds of race, color, sex, mental or physical handicap or national origin in the selection and retention of subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practice when the contract covers a program set forth in Appendix C of the Regulations. C. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the consultant for work to be performed under a subcontract, including procurement of materials or equipment, each potential subconsultant or supplier shall be notified by the consultant of the consultants obligations under this 3 990302 contract and the Regulations relative to nondiscrimination on the grounds of race,color,sex,mental or physical handicap or national origin. D. Information and Reports. The Consultant shall provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and shall permit access to its books,records,accounts,other sources of information,and its facilities as may be determined by the County or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of the consultant is in the exclusive possession of another who fails or refuses to furnish this information,the consultant shall so certify to the County, or the FHWA as appropriate, and shall set forth what efforts have been made to obtain the information. E Sanctions for Noncompliance. In the event of the Consultant's noncompliance with the nondiscrimination provisions of this contract, the County will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (I) Withholding of payments to the Consultant under the contract until the Consultant complies, and/or; (2) Cancellation, termination or suspension of the contract, in whole or in part. F. Incorporation of Provisions. The Consultant shall include the provisions of Paragraphs A through E in every subcontract, including procurement of materials and leases of equipment unless exempt by the Regulations,orders,or instructions issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the County or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event the Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the County to enter into such litigation to protect the interest of the County and, in addition, the Consultant may request FHWA to enter into such litigation to protect the interest of the United States. SECTION 8. GENERAL A. Classified Nature of Services. (1) The Consultant understands that all services hereunder are confidential in character, and that as such, details and investigative results are not to be divulged in whole or in part at any time in the form of press releases, public statements, publication in technical papers by the Consultant, its agents, employees or representatives. (2) Similarly, no detailed information about the project shall be tendered to property owners, speculative and promotional interests or to the general public without written authority from the County. 4 990302 B. Ownership of Documents. (1) All tracings, plans, specifications, estimates, reports, data and miscellaneous items purported to contribute to the completeness of the project shall be delivered to and become the property of the County. (2) Basic survey notes, sketches, charts, computations, and other data prepared hereunder shall be made available to the County, upon request, and become the property of the County. (3) All data received hereunder shall be made a part of the County's permanent records and files and preserved therein. C. Inspections, Reviews and Audits. (1) During all phases of the work and services to be provided hereunder the Consultant agrees to establish a working office at a place agreeable to the County and FHWA and permit duly authorized agents and employees of the County, the FHWA and of other agencies of the Federal Government to enter the consultant's offices for the purpose of inspections, reviews and audits during normal working hours. Reviews may also be accomplished at meetings that are arranged at mutually agreeable times and places. (2) Consultant and its subconsultants shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract, for inspection by the County, FHWA or any authorized representatives of the Federal Government and copies thereof shall be furnished if requested. SECTION 9. DISPUTES A. Except as otherwise provided in this contract,any dispute concerning a question of fact arising under this contract which is not disposed of by agreement will be decided by the Weld County Director of Public Works. The decision of the Director will be final and conclusive unless, within 30 days after the date of receipt of a copy of such written decision,the consultant mails or otherwise furnishes to the County a written appeal addressed to the Board of Weld County Commissioners. In connection with any appeal proceeding under this clause,the consultant shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a dispute hereunder,the consultant shall proceed diligently with the performance of the contract in accordance with the Director's decision. The decision of the Board of Weld County Commissioners for the determination of such appeals will be final and conclusive. 5 990302 B. This disputes clause does not preclude consideration of questions of law in connection with decisions provided for in Paragraph A above. Nothing in this contract, however, shall be construed as making final the decision of any administrative official, representative, or board on a question of law. SECTION 10. SUBCONSULTANTS The consultant may retain subconsultants on an "as required" basis, provided that the subconsultants selected and the rates to be paid are given prior written approval by the County. All subcontracts, exceeding $10,000 in cost, shall contain the provisions included in this Appendix A. The cost to the County for subconsultants shall be in amounts equal to the actual allowable costs paid to the subconsultants and shall not exceed the amounts as stated in the consultants accepted proposal. SECTION 11. ADJUSTMENT TO CONTRACT PRICE In conformance with applicable state and Federal laws, the original contract price and any additions thereto shall be adjusted, within one year following the end of the contract,to exclude any significant sums that the County's Project Manager determines that the contract price had been increased due to inaccurate, incomplete or noncurrent wage rates and other factual unit costs. SECTION 12. RELEASE OF INFORMATION All reports, drawings, plans, data, studies, memoranda, computation sheets and other documents assembled by, prepared by, or furnished by the consultant in connection with this contract,shall be the property of the County and shall be available to the County,without restriction. Copies of said documents may be retained by the consultant, but shall not be made available to another individual or organization without the prior written approval of the County. SECTION 13. IDENTIFICATION OF DOCUMENTS All final reports completed as a part of this contract, other than those exclusively for internal use by the County, shall carry a notation on the front cover,title page, or title block identifying the County. According to a format specified by the County,credits will be given to the U.S. Department of Transportation, Federal, Highway Administration and/or others. SECTION 14. PAYMENT A. All invoices shall be submitted by the consultant to the County for payment pursuant to the terms of this contract. The consultant shall submit his billings such that the cost for each activity or task contained in the contract shall be separately shown. In approval thereof,the County will pay the appropriate amount of each invoice to the consultant within 30 days of receipt of invoice. Progress payments may be claimed on a monthly basis as follows: (1) Lump Sum Contracts: The percentage of the total lump sum fee that represents the ratio of work performed during the month to the total amount of work. 6 990302 (2) Cost Plus Fixed Fee Contracts: Incurred cost of the actual work performed during the month plus a percentage of the fixed fee that represents the ratio of work performed during the month to the total amount of work in the contract. (3) Specific Rate of Compensation Contracts: Incurred cost of actual work performed. (4) Price Per Unit of Work Contracts:The agreed upon price for each unit completed during the month plus a percentage of the agreed price for a unit that represents the ratio of actual work performed on a unit to the total unit work. C. Final payment including retained amounts will be made within 30 calendar days after all data and reports for the entire work have been turned over to and approved by the County and the FHWA, and upon receipt by the County of the consultant's certification that services have been fully completed in accordance with this contract. The form of the certification shall be a letter to the County, signed by a person authorized to do so, stating that the work has been completed in accordance with the contract. SECTION 15. CONSULTANT PROGRESS REPORTS The consultant shall submit monthly progress reports to the County. Failure to submit a progress report may result in non-payment to the consultant for the month. The progress report will be reviewed by the County and, after deemed satisfactory by the County, will be used as a justification for billing. The progress report shall contain, but not be limited to the following: A. A report on the 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. B. A report on the time schedule for each work activity or milestone identified in the contract to show planned time completion and actual times used to do the work. C. A description of the causes for delays beyond the planned completion time of work activities or milestones contained in the contract. D. 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. E. 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. 7 990302 F. Documentation of meetings that were held during the subject time period. G. A report on the participation of Disadvantaged Business Enterprise (DBE) subconsultants. 8 990302 1248V January 1, 1989 APPENDIX B CERTIFICATION REGARDING DEBARMENT, SUSPENSION,AND OTHER RESPONSIBILITY MATTERS- PRIMARY COVERED TRANSACTIONS Instructions for Certification: 1. By signing this contract,the contractor is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the contractor to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the County determined to enter into this transaction. If it is later determined that the contractor knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the County may terminate this transaction for cause of default. 4. The contractor shall provide immediate written notice to the County if at any time the contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction,""participant,""person,""primary covered transaction,""principal,""proposal," and"voluntarily excluded,"as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive order 12549. You may contact the County for assistance in obtaining a copy of those regulations. 6. The contractor agrees by signing this contract that, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the County. 7. The contractor further agrees by signing this contract that it will include the clause titled "Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," attached hereto as Appendix C,without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 9 990302 8. The contractor may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. The contractor may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List (Tel. # (202) 786-0688). 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under Paragraph 6 of these instructions, if the contractor knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the County may terminate this transaction for cause of default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions. (1) The contractor certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency.; (b) Are not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal, State or local)transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in Paragraph(1)(b) of this certification; and 10 990302 (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default. (2) Where the contractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. m:wpfiles\agreemnt\Ioris-ap.agr 11 990302 ATTACHMENT L 0 Certification for Federal-Aid Contracts The contractor certifies, by signing this contract,to the best of its knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, a officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress,or an employee of a member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 12 9903)2
Hello