Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Size: px
Start display at page:

Download "Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director"

Transcription

1 Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director 11/2/2015 Project Addendum No. 8 PID No DEL Gemini Parkway Extension New Construction Letting: November 5, 2015 Notice to all Bidders and Suppliers to please be advised of the attached Proposal Addendum. The Department utilizes Bid Express ( as the official medium for electronic bid submittal. All bidders must prepare bids and submit them online via Bid Express. Addenda amendments must be acknowledged in the miscellaneous section of the Expedite (EBS) file and all amendments loaded in order for your bid to be considered for award of this project. Bid express will not accept bids that do not have amendments incorporated. Failure to incorporate changed quantities or items in your Expedite (EBS) submissions will result in the rejection of your bid. ODOT is an Equal Opportunity Employer and Provider of Services

2 Proposal Addendum For DEL-Gemini Parkway Ext; PID Project Completion Date Change: No Bid Item Changes, Additions or Deletions: No Funding Splits Required: No Please be advised of the following: The Design/Build Scope has been modified as follows: 1) In response to prebid question submitted 8:50AM: 8.1 clarified the name of the Columbus manual The Division of Power & Water (Water) Approved Materials List 2) General clarification: The portion of median beginning at STA tying into the DEL-CR Project at STA on East Worthington Road shall be constructed of concrete, and will not require landscaping. 3) In response to prebid question submitted 10:17AM: 16.2.B.3 - The proposed Grouping B guide sign on Gemini west of Orion near STA may be placed with an overhead cantilever support. 4) In response to prebid question submitted 2:41 PM: Sanitary sewer flow monitor revisions. Add the following Note: Replace/Add Plan sheets: No No Answers to Prebid Questions: Yes Q1: Submitted October 27, 8:27 AM. For the City of Westerville's luminaire, since GELS has announce that the specified M400 luminaire will be discontinued as of Dec 31, 2015, will Cooper's OVF40SW83D3HT luminaire be considered as an approved equal to the discontinued GE luminiare? A1: The scope specified GE luminaire shall remain a requirement for the City of Westerville.

3 Q2: Submitted October 29, 8:50 AM. Is it acceptable to use waterline material including fittings, valves and appurtenances in compliance with (City of Columbus/Division of Power and Water) approved list for material suppliers? A2: Please use the DIVISION OF POWER & WATER (WATER) APPROVED MATERIALS LIST. This document can be found on the City of Columbus website - Q3: Submitted October 29, 10:29 AM. per C-15 City of Westerville street lithing specifications section the conductor approved equal be considered or will the City of Westerville pay the difference if the conductor is Southwire no equals as has been the case on other City funded projects A3: Bid as specified. Q4: Submitted October 30, 10:17 AM. In Attachment C-9, sheets 2 and 3 of 32, there is an area around Sta LT Gemini Parkway circled, indicating possible location of advance guide sign for I-71 (Grouping B). For proposed grouping B, at the suggested location, dual ground mounted beam supports would be very high (average 32 feet high), due to the existing cross section conditions. Could the grouping B sign be shifted forward just beyond the Orion Place intersection (Sta LT) or can we propose overhead cantilever sign. A4: The proposed Grouping B guide sign on Gemini west of Orion near STA may be placed with an overhead cantilever support. Q5: Submitted October 30, 2:41 PM. In the existing plans provided the Sanitary Sewer Improvements for Worthington Road Ext plan sheet 9 shows a flow monitor having been installed north of Polaris Parkway on the east side of Worthington Road. It appears that this flow monitor manhole and equipment panel will fall within or near the curb line of the widened Worthington Road and the conduit running north will be within the excavation. Is the DBT to take into account relocating this flow monitor, above ground panel and conduit? If so where is to be relocated? A5: The sanitary sewer flow monitor system and driveway located north of Polaris Parkway along the east side of Worthington Road shall be relocated as needed to avoid the proposed improvements. The DBT shall follow the items and specifications in Westerville s Sanitary Sewer Improvements for Worthington Road plan which can be found in Section 1.2. A new curb cut and access drive shall be installed within the right-of-way per the dimensions and pavement build-up shown on sheet 9 of the plans. The above grade junction box and posts shall be relocated to the 5.5 tree lawn between the back of curb and the shared-use path. It is anticipated the DBT will need to install new 3 conduit and metering cable between the metering manhole and the existing equipment building. The DBT may reuse the existing cables; however, they shall not be spliced. It is also anticipated one or more of the existing manholes may need to be relocated to avoid the proposed curb and gutter. All manholes shall be adjusted to grade as needed to match the typical section elevations. Plan reviews and approvals shall be coordinated with the Delaware County Sanitary Sewer Engineer prior to construction. Scope revisions are included in this addendum.

4 ODOT DESIGN BUILD SCOPE OF SERVICES PID: State Project Number: County: DEL Route: Gemini Parkway Extension Table of Contents: Section Page 1 PROJECT IDENTIFICATION PRE-BID MEETING ADDENDA PROCESS PRE-QUALIFICATION CONTRACTOR S CONSULTANT SCOPE OF WORK FIELD OFFICE GENERAL PROVISIONS FOR THE WORK HAZARDOUS MATERIALS ENVIRONMENTAL RIGHT OF WAY (ROW) UTILITIES MAINTENANCE OF TRAFFIC (MOT) LOCATION & DESIGN STRUCTURES TRAFFIC CONTROL, LIGHTING, TRAFFIC SIGNAL, AND INTERCONNECT PROJECT SCHEDULE REQUIREMENTS PLAN SUBMITTALS AND REVIEW REQUIREMENTS BUILDABLE UNITS (BU) INDEX OF ATTACHMENTS

5 1 PROJECT IDENTIFICATION PID: State Project Number: County: DEL Route: Gemini Parkway Extension Local Route Name: Gemini Parkway Highway Functional Classification & Federal Aid System: See Section 1.1 below. Structure Identification: Bridge Number: N/A. Over: N/A. Structure File Number: N/A. 1.0 Project Location Map: Note: The map above represents the roadway naming convention used throughout the Scope of Services. It should be noted that the west-to-east Gemini Parkway changes names four (4) times throughout the project corridor. The locations of the name changes are shown in this map using different colors to represent specific sections of this roadway. Names provided in this location map shall take precedence if roadway name discrepancies are found in the Attachments of the Scope of Services. As noted in Section 16.2C, Gemini Parkway will be signed IKEA WAY upon opening day. 2

6 1.1 Design Designation: Roadway Section West of Orion Gemini Parkway Orion to Road B Road B to Worthington Road Worthington Road E Worthington Road to East Powell Road East of East Powell Road Current ADT (2015) 18,910 15,020 11,930 27,940 18,270 Design Year ADT (2035) 35,780 29,040 23,070 48,470 34,600 Design Hourly Volume 3,580 3,130 2,910 4,770 3,200 Directional Distribution Trucks Design Speed 40 mph 40 mph 40 mph 45 mph 45 mph Legal Speed 35 mph 35 mph 35 mph 45 mph 45 mph Design Functional Classification Roadway Section Urban Arterial Urban Arterial Orion Place South of Gemini Parkway Urban Arterial Worthington Road South of Gemini Parkway Urban Collector Current ADT (2015) 4,010 20,650 12,570 Design Year ADT (2035) 10,520 29,860 17,430 Design Hourly Volume 1,160 2,500 1,770 Directional Distribution Trucks Design Speed 35 mph 35 mph 45 mph Legal Speed 35 mph 35 mph 45 mph Design Functional Classification Urban Arterial Urban Collector Urban Collector East Powell Road North of Worthington Road Urban Collector 1.2 Existing plans: Existing plans are available for review at the following ftp site: ftp://ftp.dot.state.oh.us/pub/contracts/attach/del-95706/ Please contact Brian Davidson, P.E., ; Brian.Davidson@dot.state.oh.us These are NOT as-built plans. The Design-Build Team (DBT) is advised to verify the preceding referenced plans to determine if they accurately depict existing field conditions. 3

7 2 PRE-BID MEETING This meeting is to discuss and clarify questions that bidders may have. Location ODOT Central Office, Conference Room GB, 1980 W. Broad Street, Columbus, Ohio Date: October 1, Time: 1:30 P.M. (local time). Following the pre-bid meeting, contractors will be allowed to access the NP Limited property upon the approval of the owner. 3 ADDENDA PROCESS All questions prior to the letting date shall be directed to the web submittal form: 4 PRE-QUALIFICATION It is required that the bidder be an ODOT pre-qualified Contractor who has engaged the services of an ODOT pre-qualified Consultant(s) to perform all the design and construction work required in these Conceptual Documents. If the Consultant and/or the Sub-Consultant(s) submitted do not meet all the required qualifications, the Office of Contracts may reject the bid. It shall be unlawful for any person to engage in the business of sewer tapping and sewer building, or to open or tap any sewer in any street, alley or any public or private place or rehabilitation of any sewer or appurtenances (including manholes, inlets and service laterals) in the City of Columbus without first securing license to engage in such business, as indicated in Columbus City Code Section Utilization of subcontractor must meet the licensing requirements of City of Columbus Building Code, in particular Section and CONTRACTOR S CONSULTANT Electronic bids are required. Prior to, or concurrent with the submittal of the bids, the Consultant and all Sub-Consultant(s) must be named on the following web-page: If the Contractor fails to name the Consultants or if the named Consultants are not pre-qualified to perform the design work, the bid may be rejected. The Contractor must list relevant prequalification categories for prime and sub-consultants to show that the prequalification requirements listed below are satisfied. All Consultant names and addresses must be the same as that on file with the Department. The following work 4

8 types must be performed by members of the Consultant Team (combination of Consultant and Sub-Consultant(s)): Non-complex Roadway Design Subsurface Utility Engineering Traffic Signal System Design Complex Lighting Design Geotechnical Engineering Services Geotechnical Testing Laboratory Geotechnical Field Exploration Services ESA Screening, Phase I ESA and Phase II ESA Restrictions on Participation in Design-Build Contracts: Any Consultant which provided services to the Department that have been directly utilized in this design-build proposal or Scope of Services document will NOT be eligible to participate in this design-build contract for this project, either as a prime consultant or as a sub-consultant. This includes, but is not limited to, the following firms: IBI Group, CTL Engineering, Civil & Environmental Consultants, and Carpenter Marty. 6 SCOPE OF WORK Gemini Parkway Project Limits: From approximately 550 feet west of Orion Place to Worthington Road Project Length: 3,700 Ft. +/- Worthington Road/Worthington Road E Project Limits: From Polaris Parkway to Gemini Parkway and from Worthington Road/ Gemini Parkway intersection to approximately 130 feet east of East Powell Road Project Length: 1,900 Ft. +/- East Powell Road Project Limits: From Worthington Road to a point approximately 900 feet west of Worthington Road Project Length: 900 Ft. +/- The final project length and limits shall be determined by the Design-Build Team. The Consultant shall provide for the engineering services, design, and preparation of detail construction plans for the construction of the proposed project. The Contractor shall provide for the furnishing of materials, construction and completion in every detail of all the work described in the Conceptual Documents in order to fulfill the intent of the contract. 5

9 Project Description: This project includes the construction of a new roadway from Orion Place to Worthington Road, including the realignment of Worthington Road, East Powell Road, Olde East Powell Road, and Olde Worthington Road. The work will also consist of new sidewalks, shared-use paths, traffic signals, street lighting, storm sewer, sanitary sewer, waterlines, landscaping, and necessary traffic control devices. Additional Notes: The Contractor shall be advised there is a probability of adjacent construction projects during the construction of this project. The DBT shall coordinate the construction of this project with the following list of adjacent site projects, including but not limited to: IKEA site development project along the north side of Gemini Parkway between Orion Place and Road A; Delaware County roadway reconstruction project DEL-CR along East Powell Road; Delaware County roadway reconstruction project DEL-CR along Worthington Road. Available plans and supplemental information for the projects listed above have been provided in Section FIELD OFFICE Field office Type C, as required by Construction and Material Specification Item 619, shall be available and completely functional no later than one (1) week prior to the start of construction work. 8 GENERAL PROVISIONS FOR THE WORK 8.1 Governing Regulations: All services, including but not limited to survey, design and construction work, performed by the DBT and all subcontractors (including sub-consultants), shall be in compliance with all applicable ODOT, City of Columbus, City of Westerville, and Delaware County Manuals and Guidelines. The local maintaining agency shall take precedence if conflicting guidelines are encountered. The fact that the bid items for this Design-Build project are general rather than specific shall not relieve the DBT of the requirement that all work performed and all materials furnished shall be in reasonable conformity with the specifications listed below. The Contractor s Consultant shall reference in the plans the appropriate Construction and Material Specifications Item Number for all work to be performed and all materials to be furnished. The attention of the Bidder is directed to the provisions of Section 100 of the ODOT 6

10 Construction and Material Specifications as modified in the design-build proposal. It will be the responsibility of the DBT to acquire and utilize the necessary manuals that apply to the design and construction work required to complete this project. The current edition, including updates released on or before the advertisement date, of the following Manuals and Guidelines shall be met or exceeded in the performance of the design and construction work required to complete this project: ODOT Required Manuals and Guidelines Bridge Design Manual Location and Design Manuals Volume One - Roadway Design Volume Two - Drainage Design (Secondary to City of Columbus Stormwater Drainage Manual, except for stormwater quantity control requirements outside of the City of Columbus corporation limits, for which the L&D Manual, Volume 2 will control the design requirements.) Volume Three - Plan Preparation (for all intersections along Gemini Parkway, Gemini Place, Orion Place and Worthington Road E, the plans shall include intersection and curb ramp details as described in the City of Columbus General Design Requirements.) Specifications for Geotechnical Explorations Survey Manual Construction and Material Specifications (Sections 100 to and including Section 500 unless specified otherwise within this Scope of Services) Proposal Notes for Construction and Material Specifications Supplemental Specifications for Construction and Material Specifications including SS878 (for sanitary sewer, storm sewer, water, lighting, and traffic signal items within the City of Columbus limits or beyond where the facility will be maintained by the City of Columbus, ODOT CMS to be secondary to City of Columbus Construction and Material Specifications) Item Master Manual for Abandoned Underground Mines - Inventory and Risk Assessment Pavement Design and Rehabilitation Manual State Highway Access Management Manual Standard Construction Drawings (within the City of Columbus limits or beyond where the facility will be maintained by the City of Columbus, ODOT Standard Construction Drawings to be secondary to City of Columbus Standard Construction Drawings) Plan Insert Sheets Traffic Engineering Manual Ohio Manual of Uniform Traffic Control Devices Real Estate Administration Policies and Procedures Manual: Appraisal Acquisition Property Management Relocation ROW Plans Utilities 7

11 Wireless Communication Tower Manual Environmental Services Handbooks and Guidelines Waterway Permits Manual Design Mapping Specifications CADD Engineering Standards Manual Geotechnical Bulletins Project Development Process Manual (Appendix B) AASHTO Bikeway Design Guidelines City of Columbus Required Manuals and Guidelines The following Manuals and Guidelines can be found at Traffic Signal Design Manual Standard Drawings (Division of Sewerage and Drainage (DOSD), Water, Street Lighting, and Department of Public Service) Wheelchair Ramp Requirements General Design Requirements (secondary to ODOT L&D, Vol. 3) Stormwater Drainage Manual, 2012 edition (SWDM) Design Guidelines for Capital Improvement Projects - Water Sanitary Sewer Design Manual Stormwater Erosion Control Manual Construction and Material Specifications, 2012 edition (Sections 600 to and including Section 1000 unless specified otherwise within this Scope of Services) Supplemental Specifications (SS) including all SS that modify, add to, or remove part of or all of the City of Columbus Construction and Material Specifications Sections 600 to and including Section In addition to the aforementioned SS, the DBT is responsible for identifying all other SS pertaining to the proposed improvements contained within the Scope of Services herein. DOP Street Lighting Specifications (MIS) as required CC Plan Requirements Sanitary Sewer The Division of Power & Water (Water) Approved Materials ListCity of Columbus Approved Producers / Products - shall be used for the following items if constructed on this project: Flowable Controlled Density Fill, Rigid Pipe, Precast Box Culverts & Bridges, Detectable Warnings (All Types), Detector Loop Sealant. CIP Sample Plans Pipe Summary The following Manuals and Guidelines can be found in Attachment C-14: Traffic Signal General Notes Document Division of Water Design-Build General Notes, dated 2/11/15 Division of Sewerage and Drainage Record Plan Scope DOP Guidelines for Street Lighting Circuit Layout Temporary Traffic Control Notes, dated 8/5/14 Intersection Layout Sheet Notes, dated 10/11/05 Raised Pavement Markers Plan Insert Sheets, dated 2004 OEPA Plan Review Submittal Requirements, dated 1/6/15 8

12 Camera and Communication Unit Notes Five (5) additional MIS standard drawings City of Westerville Required Guidelines The following Guidelines can be found in Attachment C-15: Street Lighting Specifications Street Lighting CAD Files and PDF s Signal Notes and Proprietary Specifications 8.2 Basis of Payment: All Items covered by Construction and Material Specifications, Supplemental Specifications, Proposal and Special Provision notes with unit prices or Lump Sums as a basis of payment will be paid for under the most appropriate Lump Sum bid item, unless a unit line price item has been established in the Scope of Services. The DBT shall be required to furnish the Department with a Schedule of Values showing the complete breakdown (approximate cost and approximate work) of the Lump Sum bid items. The breakdown shall be in sufficient detail to depict reasonable elements of physical work items and in sufficient detail to provide ODOT with a means to check partial payment requests. It shall show estimated quantities of work in sufficient detail to determine testing and material reporting requirements per C&MS. It shall be submitted and agreed with the Engineer prior to physical Work. It may be (and is preferred to be) in an electronic format (i.e. Excel Spreadsheet). The DBT shall create the standard Project Bill of Material (PBOM) for the corresponding Schedule of Values items. The PBOM shall be based on data from the ODOT SiteManager portal (Materials and Testing) corresponding to the proper item code. The ODOT SiteManager portal can be found at the following link: The PBOM may be in (and is preferred to be) an electronic format (i.e. Excel Spreadsheet) and agreed with the Engineer prior to physical Work. The standard PBOM shall include the following data for intended material to be incorporated into the proposed work corresponding to the Schedule of Values breakdown: Line Item, Primary & Component materials, Material Code, Material Name, Item Code, Item Description, Material Unit, & Conversion Factor (material unit per item unit). Supply the standard PBOM to the department for review and comment. The Departments comments do not relieve the DBT from supplying proper and approved materials to be incorporated into the project. The Engineer shall generate payment estimates upon receipt of a written request from the Contractor, after review and progress verification by the Engineer. The written request shall correspond to the work performed for the payment estimate period. This request shall be in a format which utilizes the agreed Schedule of Values. The DBT shall submit an updated PBOM as a component of each progress payment. The 9

13 updated PBOM that shall include the following data for material incorporated into the work: Line Item, corresponding Schedule of Values item, Primary & Component materials, Material Code, Material Name, Item Code, Item Description, Material Unit, Conversion Factor (material unit per item unit), Placed Item Quantity, Approved Material Quantity, Total Quantity, Discrepancies Between Placed Quantity and Approved Material Quantity, and the standard Basis of Acceptance per CM&S. Amendments of the standard PBOM can be made and shall be made by the DBT throughout the life of the project to reflect required material as necessary, approved, and incorporated. Prior to the Department's approval of the progress payment, the DBT shall remedy all discrepancies between required material quantity and approved material quantity. The PBOM is a supplement to the DBT's responsibility for material certification and substantiation, and does not waive any requirements for the DBT to comply with the testing material documentation submissions in any governing regulations, including but not limited to TE24, Material Tickets, QPL, and Certified Test Data. The DBT shall provide a General Summary and submit the General Summary with and within the final as-built Construction plans. The following is the list of bid items and what is anticipated to be included in each: 203E99000, SPECIAL - EARTHWORK 1 LS This item includes the embankment, excavation, subgrade stabilization, and subgrade preparation, as well as SS878 Inspection and Compaction Testing of Unbound Materials. 690E20240, SPECIAL - ROADWAY 1 LS This item includes all removal items, clearing & grubbing, permanent erosion control (including final top soil), concrete sidewalk, curb ramps, curbing, and medians. This item includes all work associated with the removal of the structures and out-buildings at 3829 East Powell Road, including capping/abandoning any found water wells per ODOT standard construction drawing RM E99100, SPECIAL - CONSTRUCTION EROSION CONTROL 80,000 EACH Provide temporary sediment and erosion controls as per Supplemental Specification E97800, SPECIAL - DRAINAGE 1 LS This item includes underdrains, manholes, inlets, storm sewer conduit, culverts, and associated items. 442E99000, SPECIAL - FLEXIBLE PAVEMENT 1 LS This item includes all aggregate base, asphalt base, asphalt pavement, pavement planing, resurfacing, driveway aprons and pavement materials, asphalt shared-use path, and any associated items used in the construction of the flexible pavement. 638E99000, SPECIAL - WATER WORKS 1 LS This item includes all work associated with waterlines, fire hydrants, and appurtenances. 10

14 611E97910, SPECIAL - SANITARY SEWER 1 LS This item includes manholes, sanitary sewer conduit, and associated items. 625E99000, SPECIAL - LIGHTING 1 LS This item includes all work associated with street lighting. 630E99000, SPECIAL - SIGNS AND SUPPORTS 1 LS This item includes all work associated with roadway signage, including the I-71 interstate signage work. 644E99000, SPECIAL - PAVEMENT MARKING 1 LS This item includes all work associated with striping the new lane configuration, RPM s, and pavement marking removal. 632E99000, SPECIAL - TRAFFIC SIGNALS 1 LS This item includes installation of the new signals throughout the project, including all work associated with interconnect throughout the project. This also includes establishing signal coordination between the all proposed signals, including the signals at East Powell Road/Bale-Kenyon Road and Worthington Road/Acorn Farms. 661E99000, SPECIAL - LANDSCAPING 1 LS This item includes all work associated landscaping, including street trees, irrigation conduits, and median plantings. 614E99000, SPECIAL - MAINTAINING TRAFFIC 1 LS This item includes all work associated with the maintenance of traffic of all roadways, including temporary pavement, barrier and temporary signing, striping and signals,, and any other items needed to properly maintain traffic within the work zone. The DBT shall take over maintenance responsibility of the proposed pavement within the entire work limits (to include shifts, tapers, etc. outside the project limits) at the point in time when they do any work impacting traffic. Once the DBT takes over the maintenance responsibility of pavement as described above they will retain maintenance responsibility of pavement for the remaining life of the contract. 614E13000, ASPHALT CONCRETE FOR MAINTAINING TRAFFIC 100 CY This item of work shall be performed per City of Columbus CMS Section Only sections of existing pavement not abutted by temporary pavement shall be eligible for compensation under this pay item. This does not include new pavement constructed by the DBT, temporary or permanent. All joint repairs between the existing pavement and temporary pavement shall be maintained at no additional cost to the project. On existing pavement used as detour routes, the DBT shall complete the work, as directed by the engineer. Use of this item on adjacent projects shall be completed by the DBT, as directed by the engineer. 100E10000, SPECIAL - PROFESSIONAL LIABILITY INSURANCE 1 LS 11

15 103E99010, SPECIAL - PREMIUM FOR CONTRACT PERFORMANCE BOND AND FOR PAYMENT BOND 1 LS 107E99000, SPECIAL - UTILITY COORDINATION 1 LS This item includes all work associated with utility coordination. 108E99000, SPECIAL - CPM PROGRESS SCHEDULE 1 LS This item includes all work associated with preparing and maintaining a progress schedule. 619E99000, SPECIAL - FIELD OFFICE 1 LS This item includes all work associated with providing a Field Office, Type C as described in Section E99000, SPECIAL - CONSTRUCTION LAYOUT STAKES AND SURVEYING 1 LS This item includes all work associated with construction layout staking, including setting new right-of-way monumentation, and verifying and resetting existing right-of-way monumentation as described in Section E99000, SPECIAL - MOBILIZATION 1 LS 690E20010, SPECIAL - AS-BUILT CONSTRUCTION PLANS 1 LS This item includes all work associated with providing as-built construction plans. 690E20040, SPECIAL - PRELIMINARY DESIGN 1 LS This item includes all work associated with providing Stage 1 and Stage 2 design plans as described in Section E20050, SPECIAL - FINAL DESIGN 1 LS This item includes all work associated with providing final design plans as described in Section E20220, SPECIAL - CONSTRUCTION PLANS 1 LS This item includes all work associated with providing the Approved For Construction plans as described in Section Final Payment: The DBT shall prepare and submit the following prior to the request for final payment: 1. All original project files and notes utilized in the preparation of the survey, design and construction of the project 12

16 2. Record-Drawing plans as required in Section 8.4 below. 8.4 Record-Drawing Plans: A. General: At the completion of the work, prior to final acceptance of the construction, the Consultant shall furnish the Department Record-Drawing construction plans. When the Record-Drawing plans are completed the Consultant shall professionally endorse (sign and seal) the title sheet. Record-Drawing plans shall be submitted using the following method: Tiff Images and PDF s created according to the documentation on the Office of Contracts website: F.aspx In addition to the information shown on the construction plans, the Record-Drawing plans shall show the following: 1. All deviations from the original approved construction plans which result in a change of location, material, type or size of work. 2. Any utilities, pipes, wellheads, abandoned pavements, foundations or other major obstructions discovered and remaining in place which are not shown, or do not conform to locations or depths shown in the plans. Underground features shall be shown and labeled on the Record-Drawing plan in terms of station, offset and elevation. 3. The final option and specification number selected for those items which allow several material options under the specification (e.g., conduit). 4. Additional plan sheets may be needed if necessary to show work not included in the construction plans. Notation shall also be made of locations and the extent of use of materials, other than soil, for embankment construction (rock, broken concrete without reinforcing steel, etc.). The Plan index shall show the plan sheets which have changes appearing on them. Two copies of the Record-Drawing plans shall be delivered to the Project Engineer for approval upon completion of the physical work but prior to the request for final payment. After the Department has approved the Record-Drawing plans, the original tracings and the associated electronic files shall be delivered to the District Production Administrator. Acceptance of these plans and delivery of the original tracings and the associated electronic files is required prior to the work being accepted and the final estimate approved. The delivered original tracings shall be prepared in conformance with the Location and Design Manual, Volume 3, Section Plan Preparation. 13

17 The DBT shall provide, in addition to the record plan requirements listed above, a water record plan per the Design Guidelines for Capital Improvement Projects Water. B. CADD files supplied by Consultant: X Yes No If marked yes, the Consultant shall comply with ODOT s CADD Standards, and supply files in accordance with the CADD Engineering Standards Manual. All data shall be provided to the Department according to the provisions as detailed under the appropriate CADD links accessed from the Department s Office of Production s web site. This includes, but is not limited to, the level assignments, symbols, lines and line styles that are to be used, line weights, cells, placement of text and file naming conventions. The web site can be accessed at the following URL address: The following can be accessed from the above URL addresses: 1. ODOT CADD Standard files by selecting the Microstation Downloads link 2. ODOT s Location and Design Manual, Volume 3 by selecting the L&D Manual Vol. 3" link 3. ODOT s GEOPAK Standards by selecting the GEOPAK Downloads link The Department will accept CADD files on CD ROM or DVD electronic media. 1. The Consultant shall submit all CADD information produced in the process of plan development. All CADD information shall be submitted in the current version of MicroStation (*.dgn) format as indicated in the CADD Engineering Standards Manual. All CADD information shall also be submitted in the current version of AutoCAD Civil 3D (.dwg) to the City of Columbus. This requirement ensures that ODOT receives an end product that is directly usable on ODOT s and the City of Columbus s CADD systems without additional work. The responsibility to provide the Department and City of Columbus with correct and complete CADD data rests with the Consultant. 2. The Consultant shall submit all GEOPAK information produced in the process of plan development according to L&D Volume 3, Section The submission shall include all files generated by GEOPAK as the result of the plan processing and these files shall include but are not limited to the following: a. Coordinate databases (*.gpk) b. Digital terrain models (*.tin) c. Original cross section (XS) cell design files d. Edited observation files (*.obs) e. ASCII text files containing all raw point data (PT #, X, Y, Z, Linking Code/Mapping Code) f. ASCII text files containing all adjusted point data (PT #, X, Y, Z, Linking Code/Mapping Code, Attribute data if any) 14

18 g. ASCII text file(s) listing chain data for all existing and proposed horizontal alignments; including the centerline of construction, the centerline of right of way and ramp baselines. h. ASCII text file(s) listing vertical alignment data for all existing and proposed profiles. i. ASCII text files listing the Northing, Easting, station, offset and elevation for all existing and proposed monuments. A separate file name should be used for each horizontal or vertical alignment. The CADD Engineering Standards Manual provides specific requirements for the content of the required ASCII reports and provides directions on how to create these reports using GEOPAK software. These requirements and procedures may be updated from time to time with notification in the Design Reference Resource Center (DRRC) website which is located at the following URL, Organizations exchanging ODOT CADD data are responsible for ensuring they are using the current version of these requirements, CADD reference manuals, ODOT cell files and ODOT seed files. 8.5 Post-Letting Conference: Within seven (7) calendar days after bid opening, the apparent low bidder DBT shall contact the Office of Estimating of the Division of Planning to discuss the Lump Sum estimate with the Department. 8.6 Partnering Agreement: The Contractor is invited to enter into a ( ) Facilitated ( X ) Self-Facilitated Partnering agreement with the Department on this project. The objective of this agreement is the timely completion of the work and a quality product that will be a source of pride to both the Department and the Contractor. Partnering will not affect the terms and conditions of the contract. It is a document which is solely intended to establish an environment of cooperation between the parties. The cost of the partnering workshop(s), if applicable, will be per the Partnering Note. 8.7 Communication: All communication during design and construction shall be with the District Project Manager and the District Project Engineer. District s Project Manager s Name: Brian Davidson, P.E.. Phone number: Fax: Brian.Davidson@dot.state.oh.us. The District Project Engineer shall be named at the pre-design meeting. At the pre-design meeting, the Contractor shall name a Project Manager who will act as a 15

19 liaison between the DBT and the Department. 8.8 Permits: Contractor will be required to obtain a permit from the State or local government having jurisdiction, to perform any non-construction work within the existing Right of Way and/or limited access. 8.9 Entry On Private Property: The DBT, acting as The Department s agent, may enter upon any lands within the State for the purpose of inspecting, surveying, leveling, digging, drilling, or doing any work deemed necessary in the execution of any survey authorized by the Director of Transportation in accordance with Section of the Ohio Revised Code and Section (inclusive of Sections through ) of ODOT s Survey Manual. Prior to performing said survey, the DBT will send notification letters indicating the date and duration of entry to the affected property owners no less than forty-eight hours nor more than thirty (30) calendar days prior to the date of entry for said survey in accordance with of ODOT s Survey Manual. The DBT shall forward copies of all notification letters distributed to ODOT s Project Manager. Any subsequent claims for compensation due to damages incurred while said survey was being performed will be negotiated between the DBT and the affected property owners with final approval from ODOT s Project Manager. Crop and property damage minimization and reimbursement information, together with the crop damage reimbursement formula and Special Waiver of Damage form, will be provided to the DBT by ODOT s Project Manager. Any subsequent entries onto private property for the purpose of obtaining additional survey or soil information prior to the submission of the bid will be made in accordance with the procedures outlined in this section. 9 HAZARDOUS MATERIALS An asbestos study has been performed for the structures and out-buildings located at 3829 East Powell Road and is included in Attachment R-1. ODOT has identified the following asbestos containing material within the structures. Confirmed Asbestos Containing Materials: The following is a list of materials sampled and confirmed to contain asbestos materials. (Appendix C of Attachment R-1 provides a further inventory of asbestos containing material locations descriptions and quantities.) Location ACM Approximate Quantity Exterior Windows Window Glazing Compound 20 ft 2 Bathroom Stone Linoleum 50 ft 2 Kitchen Sink Undercoating 5 ft 2 16

20 Basement White Duct Tape 30 ft 2 At least ten (10) business days before operations begin, the DBT shall complete an Ohio Environmental Protection Agency (OEPA) Notification of Demolition and Renovation form and submit this to the local air pollution control division, if delegated, or OEPA. The DBT shall provide a copy of the completed form to ODOT. Payment for preparing and submitting the OEPA notification shall be included in Item 690E20240, SPECIAL - ROADWAY for payment. The DBT shall include the associated costs of ACM (up to 25% overage of the above quantities) removal and proper disposal with 690E20240, SPECIAL - ROADWAY. Removal of ACM exceeding 25% overage of the above quantities will be paid per c. 10 ENVIRONMENTAL 10.1 Waterway Permits: The waterway permit has been provided in Attachment R-1 for reference. The DBT shall adhere to the special provisions set forth in for this project. It s the DBT s responsibility to follow the conditions of these special provisions. If waterway impacts change per any design changes, a new Permit Determination Request must be submitted to Office of Environmental Services for review. The DBT should be aware of the ODOT Regional General as well as Nationwide Permits and conditions as issued for the State of Ohio and should design projects to meet the requirements of these general permits to avoid the requirements for Individual 404/401 Permits if possible. The ODOT Regional General and Nationwide Permits for the State of Ohio can be found at the various Corps of Engineers' web sites. The Huntington District's web site can be found at: Coordination of the waterway permits can take up to six (6) months for Individual 404 Permits. Therefore it is imperative that the DBT submit plans (i.e., plan & profile, cross-section and detail sheets for any bridges, culverts, or fill areas in waters) to the District and the Office of Environmental Services, for permit determination, no less than ninety (90) calendar days prior to any in stream or wetland work. The review of plans, any required coordination or the processing of permit applications must be accomplished by the Office of Environmental Services prior to the commencement of construction activities. The DBT shall be responsible for completing applications for 404 Permits and 401 Water Quality Certification, if they are required. At no time will the DBT coordinate waterway permit issues directly with the permitting agencies unless directed to do so by the Office of Environmental Services. All Waterway Permit requirements are found in the Waterway Permits Manual National Pollutant Discharge Elimination System (NPDES) permit: 17

21 The DBT shall submit to the ODOT Project Manager the total number of acres of earth disturbance activities for both off project and on project work in a timely manner. This information will be used to develop the NOI if required. The NOI will be submitted to the OEPA within ten (10) work days after this information is received from the DBT. Approval from the OEPA takes twenty-one (21) calendar days and the ODOT Project Manager has ten (10) work, days to file the NOI so these thirty-one (31) calendar days will be counted for in the project schedule. All temporary erosion control is the responsibility of the Contractor even if a SWPPP is not required. Earth disturbing activity is not permitted prior to the OEPA permit approval. For projects that require an NOI, the SWPPP must be in place prior to the initiation of any earth disturbing activity. All temporary erosion control work and the SWPPP if required will be per SS832. For information about OEPA's NPDES permit requirements see Items used to implement the DBT's Erosion Control requirements are paid from an encumbered amount included in the proposal as a non-bid reference number. The proposal specifies the unit prices for the erosion control items. Payments for erosion control items that exceed the encumbered amount will be made by an Extra Work Change Order using the specified unit prices. The specified unit prices are fixed for the contract and may not be negotiated or adjusted for inflation or claimed changed condition. The preparation of the SWPPP, along with all requirements of SS832 for maintaining, inspecting, modifying and updating the SWPPP are considered incidental to the design of the Project Removal of Temporary Erosion Control Items: All temporary erosion control items shall be removed before the project is accepted. Removed materials shall become the property of the Contractor and shall be disposed of in accordance with the appropriate CMS specifications Stream Crossing Investigations (flood plain analysis): The Consultant shall perform a detailed flood plain analysis for each waterway crossing. The analysis shall be as per the Location and Design Manual and The Bridge Design Manual and as follows : The extent of the analysis shall be from a minimum of 500' downstream, to the greater of either one bridge opening/width upstream, or to the limits of the area inundated by the 100-year event. The results of the detailed flood plain study, supporting hydraulic calculations, and recommendations shall be submitted to the District for review and comment prior to construction of the proposed drainage structure(s) or culvert(s). If the proposed crossing is located in a special flood hazard area as defined by FEMA (using FIS flows if in Zone AE), the detailed flood plain analysis, LD-50 and LD-51, shall be submitted concurrently to the local flood plain coordinator Water Quality Protection: No toxic or hazardous materials such as sealants, solvents, cleaning agents, waste-water, fuels or debris of any kind shall be discharged to any streams, drainage courses, or bodies 18

22 of water. No debris shall be placed within the 100-year floodplain boundary of any watercourse. The contractor shall take great care to minimize the potential to contaminate the public drinking water supply. All project related refueling and maintenance activities shall be performed in an environmentally responsible manner. The contractor shall take the appropriate actions in the event of a release and will be held responsible for the clean up and remediation of any and all spills Watershed Protection: The work associated with this project is being performed within a Source Water Protection Area for the City of Westerville. It is essential that all activities associated with this work be performed in a manner consistent with best watershed management practices including, but not limited to: Areas of disturbed ground shall have appropriate erosion and sediment controls. If hazardous/toxic materials including but not limited to fuels, oils, bitumen s paints, sealants, or other chemicals, are stored on site, they shall be stored in a double-containment manner. All equipment repairs, maintenance, and mechanical work that could result in the release of hazardous/toxic materials shall be performed in an appropriately contained area, preferably off site or an appropriate off-site facility. In the event that any hazardous/toxic materials including, but not limited to fuels, oils, bitumen s paints, sealants, or other chemicals are spilled into Alum Creek or any other watercourses or on any ground surfaces, the contractor shall immediately notify the Ohio EPA at (800) and the City of Westerville Water Division (614) The contractor should be prepared to provide detailed information relative to the type and quantity of material that has been spilled as well as the exact location and the exact time at which the spill occurred. The contractor shall be solely responsible for informing all subcontractors and other agents of these responsibilities, precautions, and prohibitions OEPA Waterline Plan Approval: The DBT shall prepare and submit plans to OEPA. The the submittal shall conform with the OEPA Plan Review Submittal Requirements in Attachment C Sanitary Sewer Relocation: A Permit to Install (PTI) must be obtained from OEPA for the sanitary sewer relocation. 11 RIGHT OF WAY (ROW) All necessary construction work for the project will be performed within the proposed rights-of-way, permanent easements and temporary easements. The right-of-way for the 19

23 entire project will be cleared and available for occupancy by the DBT no later than October 1, Existing right of way lines will be located by the DBT based on requirements specified in Chapter of the Ohio Revised Administrative Code (Board Rules) governed by regulations outlined in Chapter 4733, Ohio Revised Code (Regulation Laws). It is the responsibility of the DBT to research existing right of way information from all available sources including but not limited to ODOT records, County road records, Commissioners Journals and records of other County offices to the extent necessary to provide an accurate basis for the establishment of the existing right of way. Any additional required acquisition that may be necessary for the project will need to be secured by the DBT using an ODOT prequalified consultant to perform this work. The DBT will stake and flag the existing right of way in the field prior to the start of construction and will maintain said stakes and flags throughout the duration of the project. The DBT shall follow the requirements of ODOT CMS 623, especially pertaining to existing survey monuments. All existing right-of-way monuments disturbed by the construction of this project shall be restored. A list of the anticipated monuments which may be disturbed has been provided in Attachment R-3. The DBT shall verify the position of each monument prior to construction, and each shall be replaced per ODOT SCD RM-1.1. If additional monuments are anticipated to be disturbed it is the DBT s responsibility to verify the locations and replace per the instructions above. The cost of this work shall be included in Item 623E99000, SPECIAL - CONSTRUCTION LAYOUT STAKES AND SURVEYING for payment. The Consultant will identify and show all right of way encroachments on the construction plans at the Conceptual Review Submission. ODOT s Project Manager will be responsible for clearing all encroachments on Federal-aid projects in accordance with standard encroachment removal. The right of way plans for this project are provided in Attachment C-4. As part of this project the DBT shall install the right of way monuments as proposed in the Centerline Plat on sheet 4 of the right of way plans. The cost of this work shall be included in Item 623E99000, SPECIAL - CONSTRUCTION LAYOUT STAKES AND SURVEYING for payment. 12 UTILITIES Utilities Special Provisions in addition to the Governing Regulations listed in Section 8.1 of this document and Section of the Ohio Revised Code: 12.1 Existing Utilities: The District Utility Coordinator, in concurrence with the registered Underground Utility Protection Services - Ohio Underground Protection Service (OUPS) and Oil and Gas Producers Underground Protection Service (OGPUPS) and other utility owners that are 20